20
Michael Pacholok Director Purchasing and Materials Management Division City Hall, 18 th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2 Joanne Kehoe Manager Construction Services November 16, 2015 Via Website Posting: 20 Pages ADDENDUM No. 2 Tender Call No. 308-2015 FOR: Servery Upgrades at Bendale Acres, 2920 Lawrence Ave. East, Scarborough CLOSING DATE: 12:00 NOON (LOCAL TIME), NOVEMBER 19, 2015 Please refer to the above Tender Call document in your possession and be advised of the following: I. REVISIONS Part A: General 1. Pricing Form (re-issued) Refer to Part D - Attachments A revised and re-issued Pricing Form has been included as part of this Addendum. The Cash Allowances identified in Section C have been revised in the re-issued document. Appendix UP Unit Prices, Appendix AP Alternative Prices have been re-issued. Appendix SA Suggested Alternatives has been added. 2. Cash Allowances Refer to Specification Section 01 00 00 Section 2 Item 2.4.1 (Allowances). Refer to Section C of the Pricing Form re-issued with this Addendum. Cash allowances are for items including, but not limited to, the following: (a) Designated Substances consulting and / or abatement work (b) Mechanical work (c) Electrical work (d) Removal of existing steamers as shown in the drawings (e) Temporary hot food wells (f) Minor additional stainless steel trim work (g) Other uses as required by the Owner 3. Food Service Drawings (re-issued) Refer to Part D: Attachments Drawings FS-100A, FS-100B, FS-102, FS-102A and FS-102B have been revised and reissued as part of this Addendum. Changes have been bubbled for clarity. 4. Bendale Acres Operational Plan Refer to Part D Attachments The Operation plan for Bendale Acres, written by the Home and Issue to the Ministry of Health and Long Term Care MOHLTC for review and approval, has been issued as part of this Addendum. The Operational Plan outlines general health and safety requirements for working within the Long Term Care Home and specific operational requirements for this project. The contractor shall review and account for all requirements identified in this document. 1 of 20

Michael Pacholok Purchasing and Materials Management ... · Items 2.002, 3.002 and 4.002 are shown in the Architectural drawings. Refer to BA1 A2.01, BA1 A2.02 and BA1 A3.01. Items

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Michael Pacholok Director

Purchasing and Materials Management Division City Hall, 18th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2

Joanne Kehoe

Manager Construction Services

November 16, 2015 Via Website Posting: 20 Pages

ADDENDUM No. 2

Tender Call No. 308-2015

FOR: Servery Upgrades at Bendale Acres, 2920 Lawrence Ave. East, Scarborough

CLOSING DATE: 12:00 NOON (LOCAL TIME), NOVEMBER 19, 2015

Please refer to the above Tender Call document in your possession and be advised of the following:

I. REVISIONS

Part A: General 1. Pricing Form (re-issued)

Refer to Part D - Attachments A revised and re-issued Pricing Form has been included as part of this Addendum. The Cash Allowances identified in Section C have been revised in the re-issued document. Appendix UP – Unit Prices, Appendix AP – Alternative Prices have been re-issued. Appendix SA – Suggested Alternatives has been added.

2. Cash Allowances Refer to Specification Section 01 00 00 – Section 2 – Item 2.4.1 (Allowances). Refer to Section C of the Pricing Form re-issued with this Addendum. Cash allowances are for items including, but not limited to, the following: (a) Designated Substances consulting and / or abatement work (b) Mechanical work (c) Electrical work (d) Removal of existing steamers as shown in the drawings (e) Temporary hot food wells (f) Minor additional stainless steel trim work (g) Other uses as required by the Owner

3. Food Service Drawings (re-issued)

Refer to Part D: Attachments Drawings FS-100A, FS-100B, FS-102, FS-102A and FS-102B have been revised and reissued as part of this Addendum. Changes have been bubbled for clarity.

4. Bendale Acres – Operational Plan Refer to Part D – Attachments The Operation plan for Bendale Acres, written by the Home and Issue to the Ministry of Health and Long Term Care MOHLTC for review and approval, has been issued as part of this Addendum. The Operational Plan outlines general health and safety requirements for working within the Long Term Care Home and specific operational requirements for this project. The contractor shall review and account for all requirements identified in this document.

1 of 20

5. Specification Section 11400 – Food Service Equipment (Not Re-Issued) Refer to Specification Section 11400 – Food Service Equipment. Delete pages 54 to 60 inclusive. All Items formerly contained in these pages are included in the Pricing Form, Appendix UP, Appendix SA, etc.

6. Specifications Section 00 01 10 – Table of Contents (re-issued) Refer to Part D – Attachments The table of contents has been revised to reference Division 11 – Equipment to Section 11400 with a total of 53 Pages

Part B: Clarifications

Not Applicable Part C: Questions & Answers

1. Question:

As per section 4-scope of work, mentioned construction start date: on or around November 15, 2015

and completion Dec. 31 as closing is on Nov. 19th, please provide the revised date.

Answer:

Refer to Section 4 of Tender Call No. 308-2015 – Scope of Work, “The milestone dates set out for

each of the phase may be adjusted, as necessary, based on timing of the requisite approvals.” The revised construction start date will be December 1st, 2015 and have a completion date of no later than January 19th, 2016. In the event the construction start date is adjusted, the intended duration of construction time will remain the same.

2. Question:

Is there any designated substances?

Answer:

Refer to Addendum 1 - Item 4 (Project Area Specific Designated Substances Reports) and Part A -

Item 2 of this Addendum (Cash Allowances).

3. Question:

Please provide existing building fire alarm, security, mechanical and electrical contractors.

Answer:

Fire Alarm - Under warranty with Kudlak-Baird / maintenance by Chubb Edwards. Kudlak-Baird must be contacted prior to Chubb completing any work. Electrical Contractor – Kudlak-Baird Mechanical Contractor – Tri Air Security - Because all security systems must remain unaffected and operational during the construction period, we do not believe contact information is required.

2 of 20

4. Question:

As per part-4 Itemized food services equipment, page 54 and total cost of food service equipment

section 11400, page 58, is this cost we have to keep separate or to be included in our base price? Do

we need to include this sheet in the bid documents?

Answer:

Refer to Part A - Item 6 of this Addendum - Specification Section 11400 – Food Service Equipment (Not Re-Issued). The referenced forms have been removed. All Food Service Equipment costs are

to be included in the pricing form as part of the bid price.

5. Question:

Is there phasing on this work?

Answer:

Refer to Part A - Item 5 of this Addendum. (Bendale Acres – Operational Plan) It is intended that the full extent of this work be completed in two (2) phases. The level one (1) serveries (two (2) in total) are not to be completed in the same Phase, and no more than four (4) serveries are to be under construction at the same time. All phasing is subject to the review and approval of the Building Services Manager.

6. Question:

Please provide existing food equipment service maintenance contractors information.

Answer:

The Food Service Maintenance contact for Bendale Acres LTC is F.R.I.E.S Inc. (Francis Restaurant Industry Equipment Services Inc.)

7. Question:

In drawing A3.01 what is SSC1, is that stainless steel or solid surface?

Answer:

SSC1 is solid surfacing. Refer to Specification Section 06 20 00 – Finish Carpentry, Subsection 2.1.5.

8. Question:

We are pricing the Kitchen Equipment and we notice that items 2.002, 3.002, and 4.002 are millwork

items “By Others”, yet, items 1.005, 5.001, and 6.001 are millwork with a requirement to price?

Should these actually be listed as “By Others”?

Answer:

Items 2.002, 3.002 and 4.002 are shown in the Architectural drawings. Refer to BA1 A2.01, BA1 A2.02 and BA1 A3.01. Items 1.005, 5.001 and 6.001 plus 2.002, 3.002 and 4.002 represent the full scope of work.

3 of 20

4 of 20

Section 3 – Tender Submission Package Revised Pricing Form, Addendum 2

Tender Call No. 308-2015 Contract No. N/A

NAME OF CONTRACTOR: _______________________________________________

PLEASE NOTE: THE CITY HAS THE RIGHT TO AWARD THIS PRICE SCHEDULE IN WHOLE

OR IN PART TO ONE (1) OR MORE VENDOR(S)

A) WORK SPECIFIED (Net of H.S.T.)

Lump sum prices including the supply of all labour, materials, equipment, all other applicable charges and

exclude HST.

ITEM

DESCRIPTION

UNIT

TOTAL PRICE

1

Bendale Acres

Kitchenette Servery Upgrade – Level 1

Refer to all relevant Drawings and Specifications.

Total Price for this portion of work. (Excl. HST)

Lump Sum

$ ______________

2

Bendale Acres

Special Care Servery Upgrade – Level 1

Refer to all relevant Drawings and Specifications.

Total Price for this portion of work. (Excl. HST)

Lump Sum

$ ______________

3

Bendale Acres

Servery Upgrade – Level 2

Refer to all relevant Drawings and Specifications.

Total Price for this portion of work. (Excl. HST)

Lump Sum

$ ______________

4

Bendale Acres

Servery Upgrade – Level 3

Refer to all relevant Drawings and Specifications.

Total Price for this portion of work. (Excl. HST)

Lump Sum

$ ______________

5

Bendale Acres

Servery Upgrade – Level 4

Refer to all relevant Drawings and Specifications.

Total Price for this portion of work. (Excl. HST)

Lump Sum

$ ______________

6

Bendale Acres

Servery Upgrade – Level 5

Refer to all relevant Drawings and Specifications.

Total Price for this portion of work. (Excl. HST)

Lump Sum

$ ______________

5 of 20

Section 3 – Tender Submission Package Revised Pricing Form, Addendum 2

Tender Call No. 308-2015 Contract No. N/A

7

Bendale Acres

Servery Upgrade – Level 6

Refer to all relevant Drawings and Specifications.

Total Price for this portion of work. (Excl. HST)

Lump Sum

$ ______________

A) WORK SPECIFIED – ITEMS 1 TO 7 (H.S.T. excluded): $_______________

B) CONTINGENCY ALLOWANCES (H.S.T. excluded) $ 25,000.00

An allowance for additional work that may be authorized by the owner.

Do not add overhead, profit or any taxes to this amount when calculating

the total bid price.

C) CASH ALLOWANCE (H.S.T. excluded) $ 40,000.00

The Total Bid Price, and not the Cash Allowances, shall include the

Contractor’s overhead, profits, and supervision on such cash allowances.

If cost exceeds the cash allowance, the extra sum is an extra to the

contract, if cost is less the unused portion is credit to the contract.

D) BASE BID PRICE (H.S.T. excluded) $_______________

It is agreed and understood that Base Bid Price (D) is the Total of Items A+B+C listed above.

E) H.S.T. Amount (13% of Item D) $_______________

F) TOTAL AMOUNT OF TENDER CALL, HST included $_______________ Transfer this amount to the front of Tender document.

6 of 20

Section 3 – Tender Submission Package Revised Pricing Form, Addendum 2 – Alternative Prices

Tender Call No. 308-2015 Contract No. N/A ____________________________________________________________________________

Below are the required alternative prices. The amount to be added to, or deducted from, the base bid price (as entered in the Bid Form) is entered for each requested alternative. All alternative prices exclude HST. If there is no change to the base bid price for an alternative, it must be so indicated. It is understood that:

(a) the City may accept any of the alternatives and corresponding alternative prices in any order or combination, including all or none,

(b) the lowest Bidder will be determined solely from the base bid, without considering any alternative prices

(c) alternatives and alternative prices are open for acceptance by the City for the same

period of time as the base bid price,

(d) the Work of the Contract and the Contract Price will reflect the alternatives and alternative prices, if any, accepted by the City at the time of Contract award, and

(e) acceptance of any alternatives will not affect the Contract completion time APPENDIX AP – ALTERNATE PRICES The following list of Alternate Prices are NOT INCLUDED in the Bid price. Individual Alternate Prices may be discarded or incorporated into the Final Contract Price at the discretion of the Owner. Alternate Prices DO NOT INCLUDE H.S.T. Note re. Alternate price No.1 : Per the contract documents, the base price shall include new “Corian Solid Surface” by Dupont for countertops where indicated “SSC1” in accordance with specifications. Alternate Price No. 1 In lieu of providing Corian Solid Surface counters where indicated “SSC1”, contractor to provide and install “Zodiaq Quartz Surfaces” by Dupont. Dupont colour/patter to be selected from manufacturers full colour range. Colour/Pattern to be approved by Owner and Architect ADDITION ($_______________________) DEDUCTION ($_____________________)

7 of 20

Section 3 – Tender Submission Package Revised Pricing Form, Addendum 2 – Itemized Prices

Tender Call No. 308-2015 Contract No. N/A

The Bidder must complete and submit the following Itemized Prices Form within five (5) working days upon being contacted by the City. Failure to submit the documents within this time limit will result in disqualification of the Bid. We, the Bidder, provide below the requested breakdown of items of Work included in our bid price (as entered in the Price Form). It is understood that these itemized prices are provided for information purposes only and will not be used to modify the scope of the Work and adjust our bid price. APPENDIX UP – UNIT PRICES Unit Prices apply to extras to the Contract. Apply Unit Prices for credits from the Contract at a rate not less than 100% of the stated Unit Price. Work covered by Unit Prices will be executed in accordance with the Contract Documents. Unit Prices include all costs related to materials, labour, equipment, delivery and handling, statutory charges, overhead and proifit, other related charges, and inclusive of all duties and taxes applicable, and similar charges on account of such work, measured in place prior to excavation or compacted / complete in place. Unit Prices DO NOT INCLUDE HST.

Appliance Rates * rates include the demolition/removal of existing appliance and replacement/installation of new appliance as per Food Service drawings/specifications. Refer to associated drawings and specifications.

Ice Machine $______________________ “DCM-270BAH” – By Hoshizaki America, Inc. (Per Unit) (Including Mech/Elec) Toaster $______________________ “Toast Qwik Electric Conveyor Toaster TQ-1200” by Hatco (Per Unit) (Including Mech/Elec)

Panitng $______________________ (Per S.M.) (Per Door and Frame)

Sheet Flooring FL1 $______________________ (Per S.M.) Cove $______________________ (Per Linear Metre) Replacement of Exisitng Floor Drain $______________________ (Per Unit)

Item of Work Itemized Price

8 of 20

Section 3 – Tender Submission Package Revised Pricing Form, Addendum 2 – Suggested Alternatives

Tender Call No. 308-2015 Contract No. N/A

APPENDIX SA – SUGGESTED ALTERNATIVES Bidder: ______________________________________________________________________ The following Suggested Alternatives are NOT INCLUDED in the Bid price. Individual Suggested Alternatives may be discarded or incorporated into the Final Contract Price at the discretion of the Owner. Suggested Alternative Prices DO NOT INCLUDE H.S.T. Suggested Alternatives identified on this form are for Divisions 1 to Division 16 inclusive. We submit a proposal to substitute for: ____________________________________________________________________________ specified in Section ____________________ of the Specifications, the following alternative: ____________________________________________________________________________ The Suggested Alternative is submitted for the following reason: ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ We ensure that a comparison has been made of all specified characteristics, that the Suggested Alternative does not alter the intent of the Drawings and Specifications and we hereunder tabulate significant variations which lessen the performance characteristics and quality of materials, increase the weights and / or dimensions, and substitute different materials for those specified. The effect on the stipulated price is (choose one): ADDITION ($_______________________) DEDUCTION ($_____________________) (Submit a separate sheet for each item)

9 of 20

Margaret Aerola, Administrator Bendale Acres 2920 Lawrence Avenue East Scarborough On M1P 2T8

Tel: 416 397-7000 Fax:416 397-7067

Bendale Acres Servery Upgrade Project

2015

Building Summary: Bendale Acres is a 302-bed facility located on Lawrence Avenue East, East of Brimley Avenue and West of McCowan Road in Scarborough, Ontario. The accommodations consist of 100 private rooms and 101 semi-private rooms. Bendale Acres occupies an area of 5268 square meters and has 7 floors including a Basement. The Home opened in 1962 and renovations were completed in 1995. We continue to upgrade and replace capital expenditures based on a current Building Assessment Audit Project: Servery Upgrades Summary: The Home has plans to upgrade sections of the existing 7 out of 8 serveries at Bendale Acres Long Term Care Homes and Services. The work includes replacement of the steam tables, removing steamers, upgrade the millwork, removal of the cabinets, upgrading the counters, and replacement of equipment such as ice machines and refrigerators based on condition. Overview of Project: Work is to begin December 1st 2015. From the start date of work it is anticipated that the project would take approximately 5-6 weeks. Expected completion date is January 19th, 2016. The contractor, when working will secure the working area during renovations, thereby ensuring resident safety and minimizing dust exposure. The work area will be inspected daily by the Home’s Building Service Manager or delegate to ensure resident safety and a satisfactory level of cleanliness. The contractor will install hoarding as necessary to cordon off the survey area where

10 of 20

they will be working to prevent anyone not authorized from entering the work area. A portable steam table will be set used for meal service while this work is being completed. Access to the existing serveries will be maintained for fridges & freezers as well as dishwashing. Where this is not possible due to the required work and hoarding equipment will be relocated to maintain access. It is expected that one dining room will be out of service during renovation work and residents will be relocated to an alternate dining space for the duration of those renovations. Phasing of work As outlined in the overview of the project the upgrades to the serveries will have minimal disruption to the general day to day operation of the home with the exception of the survey that is being upgraded. The work requires that 7 out of 8 existing serveries have upgrades completed in a total of two (2) phases. Up to 4 serveries will be upgraded at a time, all other serveries will remain in operation and will be phased in until all upgrades are completed. Anticipated timeframes It is anticipated that work related to the project as proposed will be completed in 2-3 weeks per phase and will be completed in 5-6 weeks from the pre-construction meeting with the selected Contractor. Hours of work The following work will take place during regular working hours as defined in the Project Specification and as determined by the Building Services Manager: 8.00 a.m. to 4.00 pm. and effective sequencing of work must be considered for any unanticipated event. Permits Building Permits if required for the work as indicated will be posted. Special considerations While residents are in the dining room eating their meals there will be no drilling, hammering or loud noise. The noise level will be monitored to ensure no noise during meal times. Administration: The home is administered by Margaret Aerola, who will be assisted during this project by the home’s staff, particularly Josie Wilcox-Pizzo, Manager Building Services, Sheri

11 of 20

Cotton, Assistant Administrator also The Home is supported divisionally by Ravi Nair Manager of Capital/Facilities Services. The architect for the project is Montgomery Sisam Architects Inc. Communication: Before construction begins, a start-up meeting will be held with the contractor and home staff, outlining the requirements imposed on contractors working in a Long-Term Care environment, and protocols that the contractor will be expected to follow. All issues with respect to both resident and staff safety will be identified with staff involvement and will be communicated though both informal and formal meetings.

The Residents’ Council as well as residents and families will be informed of the construction, desired outcomes and contingency plan

All staff will be informed and communicated via general staff meetings and departmental meetings.

A formal communication plan will be developed for the purpose of reporting issues on a timely basis to enable prompt follow up.

General Safety Measures: Name of person assigned to monitor safety: Josie Wilcox-Pizzo Manager Building Services. All areas of work will be separated from building users and visitors using barricades and/or hoarding as required to the satisfaction of the Building Services Manager and the Architect. Each area will be cleaned of debris and construction material frequently during each day and a thorough cleaning at shift end. Housekeeping routines will be adjusted to maintain an acceptable level of cleanliness, if required. Housekeeping hours will be adjusted if required to keep up with any increase in demand. All door alarms, fire alarms and nurse call devices will operate normally in all areas of the home during the renovation period. Should it be necessary to temporarily bypass a fire zone, manual fire watch will be implemented in the Home. All fire zones will be restored to full operation at the end of each construction work day. The contractor must provide temporary measures to ensure all work areas for all projects are secure from residents between all working areas and resident's spaces. Dust protection must be incorporated to protect residents and resident spaces from dust exposure. Tools and equipment must not be left in the areas accessible to residents and must be locked in the secure location when unattended. All tools and equipment shall be stored in a secured location as coordinated with the Building Services Manager. Emergency Services

12 of 20

In general, this work does not affect the overall supply of electricity or natural gas to the home. There is no planned shutdown of water or natural gas, or electricity, in order to carry out this work. Although work on this project should not cause a disruption to services, if such a disruption were to occur the home Emergency Measures Plan would be put into effect. The plan has measures that compensate for the loss of electricity, water supply or natural gas supply. In order to ensure the smooth implementation of the Emergency Measures Plan, the Administrator, Assistant Administrator and the Manager of Building Services will review the plan and become comfortable with it before work commences on this project. Resident Areas Generally, there will be no disruption and no effect on the residents by this project. Additional social activities will be provided in the main common area of the unit in an effort to defuse the impact on residents. If required, staffing hours will be adjusted to increase the opportunity of taking residents out of their rooms, when required. Food Service The Food and Nutrition department will continue to function normally on all units, with the exception of the unit that is being upgraded. Program and Services Program and Services Department will continue to function normally on all units Nursing Department Nursing Department will continue to function normally on all units Housekeeping/Laundry Service Housekeeping and Laundry service will continue to function normally on all units Noise Factors Construction will take place during the normal business hours of 8am -4 pm. All efforts will be made to minimize any impact of noise on the residents.

13 of 20

Montgomery Sisam Architects Inc. Section 00 01 10 Project No. 14601.F02 TABLE OF CONTENTS Page 1

DOCUMENT 0 - INTRODUCTORY INFORMATION BIDDING REQUIREMENTS, CONTRACT REQUIREMENTS Document Title Pages 00 01 10 Table of Contents 2 00 41 13 Bid Form 6

DIVISION 1 - GENERAL REQUIREMENTS Section Title Pages 01 00 00 General Requirements 30 - Electronic File Transfer Agreement 1

DIVISION 2 - EXISTING CONDITIONS Section Title Pages 02 40 00 Demolition and Removals 7

DIVISION 5 - METALS Section Title Pages 05 50 00 Miscellaneous and Metal Fabrications 7

DIVISION 6 - WOOD, PLASTICS, AND COMPOSITES Section Title Pages 06 10 00 Rough Carpentry 5 06 20 00 Finish Carpentry 8

DIVISION 7 - THERMAL AND MOISTURE PROTECTION Section Title Pages 07 85 00 Firestopping and Smoke Seals 7 07 92 00 Sealants 5

DIVISION 9 - FINISHES Section Title Pages 09 21 16 Gypsum Board 9 09 51 00 Acoustical Ceilings 5

14 of 20

Section 00 01 10 Montgomery Sisam Architects Inc. TABLE OF CONTENTS Project No. 14601.F02 Page 2

09 65 00 Resilient Base 3 09 65 16 Resilient Sheet Flooring 5 09 91 00 Painting 8

DIVISION 10 - SPECIALTIES Section Title Pages 10 80 00 Miscellaneous Specialties 2

DIVISION 11 - EQUIPMENT Section Title Pages 11400 Food Service Equipment 53 Cut Sheets

DIVISION 22 - PLUMBING Section Title Pages See attached Mechanical Table of Contents.

DIVISION 23 - HEATING, VENTILATING AND AIR-CONDITIONING Section Title Pages See attached Mechanical Table of Contents.

DIVISION 26 - ELECTRICAL Section Title Pages See attached Electrical Table of Contents. END OF DOCUMENT

15 of 20

16 of 20

17 of 20

18 of 20

19 of 20

20 of 20