Table Of ContentMichael Pacholok, Director Purchasing and Materials Management Division Victor Tryl, Manager
City Hall, 18th Floor, West Tower Professional Services
100 Queen Street West
Toronto, Ontario M5H 2N2
April 3 2013 Posted in PDF (98 Pages)
Addendum No. 1
Tender Call Number 108-2013
Contract No. 13FS-12WS
R.L. Clark Water Treatment Plant – Civil and Structural Upgrades – Reservoir Membrane
Replacement (Prequalified Tender)
Closing Date: 12 noon, local Toronto time, on April 10, 2013
Please refer to the above Request for Tender (RFT) document in your position and be advised of the
following:
SPECIFICATIONS
A1-S1 Front Page
Change Buyer’s Telephone No. to 416-397-4825 and Fax to 416-397-7779
A1-S2 Section 3 – Schedule of Prices
Replace Schedule of Prices with updated Schedule of Prices attached to this addendum.
A1-S3 Section 01521 – Field Offices and Sheds
Delete subsection 01521.1.3.1 entirely.
A1-S4 Section 01783 – Operation and Maintenance Manual
Subsection 01783.1.1.1 – Replace this section with “Contractor to prepare and fill in all
fields as identified under Section 13040 for each piece of equipment supplied under this
contract, including spare parts. An excel spreadsheet version will be supplied to the
Contractor at the start of the project.”
A1-S5 Section 07200 – Thermal Insulation
Subsection 07200.2.1.1- Cavity Wall Insulation: add “‘Energy Shield’ Closed-cell
polyisocyanurate foam core integrally laminated to tri-laminate foil facers. Conforming
to CAN/ULC S704-01, Type 2, Class 1 and evaluated by CCMC Report #12422-R.
Panels factory cut to 15 ¾ inches X 8 feet. Manufactured by Atlas Roofing
Corporation” as an acceptable alternate.
A1-S6 Section 07530 – Single-Ply Roofing
Subsection 07530.2.1.3 – Protection Board: add “‘ACFOAM HS’ coverboard. rigid
polyisocyanurate insulation board, inorganic felt faced CAN/ULC S704-03 Type 2 and
Class 2. Manufactured by Atlas Roofing Corporation” as an acceptable alternate.
1 of 98
A1-S7 Section 13040 – Equipment and Data Names
Contractor is to provide equipment tagging and WMS Equipment Information Database
in compliance with the requirements of latest City specification 13000 attached to this
addendum. Contractor is to refer to the equipment list attached to this addendum.
A1-S8 Section 5A – Specific Conditions of Contract – Attachments - Attachment ‘B’
Contractor to refer to attached Asbestos Bulk Sample Report for Exterior Reservoir
Membrane.
DRAWINGS
A1-D1 Drawing 5F-2012-07-8, Section – Reservoir Roof and Wall Membrane
Rehabilitation
Add to note “COVER ON RESERVOIR ROOF’ the following: “- TOP SOIL AND
SODDING AS PER SECTION 02911”
A1-D2 Drawing 5F-2012-07-27, Plan – Surge Tank Plan Above 83.058.
Security camera is to be corner mounted.
Should you have any questions regarding this addendum contact Allison Phillips at 416-397-4825 or at
[email protected].
Please attach this addendum to your RFT document and be governed accordingly. Bidders are to
acknowledge receipt of all addenda in their Tender in the space provided on the Tender Cover
Page as per Section 1 – Tender Process Terms and Conditions, item 8 of the RFT document. All
other aspects of the RFT remain the same.
Victor Tryl, P. Eng.
Manager
Professional Services
2 of 98
Section 3 – Tender Submission Package
Schedule of Prices (Revised for Addendum 1)
Tender Call No.108-2013 Contract No. 13FS-12WS
The Bidder also fills in the following Schedule of Prices to cover alterations, extras or deductions.
The Bidder shall fill in the following Schedule:
SCHEDULE OF PRICES
TO COVER ALTERATIONS, EXTRAS OR DEDUCTIONS
Item Provisional Total Price ($)
No Description Quantity Unit Unit Price ($) = Unit Price X
Qty.
Supply product, repair concrete,
complete post-repair inspection and
final cleaning for confined spaces
for additional concrete-related repair
work over and above that required
as part of base scope at the R.L.
Clark WTP:
i) Type 1 – Scaled 50 m2 $ $
Concrete Repair
ii) Type 2 – Delaminated 50 m2 $ $
and Unsound
Concrete Repair
1 iii) Type 3 –Crack Repair 100 m $ $
by Rout/Patch
iv) Type 4 – Crack Repair 450 m $ $
by Injection
(Polyurethane/Epoxy)
v) Type 5 – Concrete 50 m $ $
Expansion Joint
Repair
vi) Type 6 – Caulking 50 m $ $
Repair
vii) Type 7 – Removal of 50 unit $ $
Anchors and Misc
Metals
Supply and install additional
firestopping over and above that
required as part of base scope for
the following opening ranges:
i) 0.25 m2 opening or
2 10 units $ $
smaller
ii) 0.25 m2 to 0.5
m2opening 10 units $ $
iii) 0.5 m2 to 1.0
m2opening 10 units $ $
Inspections prior to coring for
additional pre-coring investigation
over and above that required as part
3 of base scope: 10 units $ $
i) Ground Penetrating
Radar 10 units $ $
ii) X-Ray
R3-10
3 of 98
Section 3 – Tender Submission Package
Schedule of Prices (Revised for Addendum 1)
Tender Call No.108-2013 Contract No. 13FS-12WS
Additional hydro vacuum excavation
for service locating over and above
4 tPhraict er etoq uinirceldu daes lpaabrot uorf, bsaeslfe scope. 8 0 Hou rs $ $
supporting equipment as approved
by the Engineer
Excavation in earth up to 6.0 m
deep for structure including shoring,
dewatering, backfilling with
5 m3 $ $
excavated material and disposal of 1,000
surplus off site over and above that
required as part of base scope.
Excavation for pipe trenches in
earth including shoring, dewatering,
backfilling with excavated material
6 500 m3 $ $
and compacting and disposal of
surplus off site over and above that
required as part of base scope.
Supply, place and compact to 100%
SPDD in any excavation or as fill
over and above that required as part
of base scope:
i) Granular ‘A’ 500 tonne $ $
7
ii) Granular ‘B’ 500 tonne $ $
iii) Select fill 200 m3 $ $
iv) 19 mm clear crush 200 tonne $ $
stone
Supply and place additional asphalt
over and above that required as part
of base scope
i) HL3 asphalt 35mm 100 m2 $ $
8
thick 100 m2 $ $
ii) HL8 asphalt 45mm
thick
Supply and place additional concrete
over above that required as part of
base scope:
i) Unshrinkable Fill @ 1 100 m3 $ $
MPa
9
ii) 2 mPa lean mix 100 m3 $ $
concrete
iii) 30 mPa concrete 100 m3 $ $
including reinforcing,
form work and finish
Additional cost per cubic meter for
Removal/Trucking/Disposal of
excavated material not meeting
10 2000 m3 $ $
Table 2, O.Reg. 153, Metals &
Inorganics in Soil over and above
that required as part of base scope
R3-11
4 of 98
Section 3 – Tender Submission Package
Schedule of Prices (Revised for Addendum 1)
Tender Call No.108-2013 Contract No. 13FS-12WS
Supply, install, maintain and
subsequently remove the following
fencing, over and above the lengths
shown on Drawings:
i) 1.8m high chainlink
fence c/w sediment 100 m $ $
11 control fence
ii) 1.8m high solid board 100 m $ $
hoarding
iii) Silter fence barrier 100 m $ $
iv) Tree protection 100 m $ $
fencing
Supply and install additional below
grade exterior waterproofing over
12 500 m2 $ $
and above that required as part of
base scope
Supply and install additional Xypex
13 waterproofing over and above that 200 m2 $ $
required as part of base scope
Cleaning and coating of existing
14
steel piping as per specification
09925 for additional work over and
above that required as part of base
scope:
10 m $ $
i) 200 mm diameter to
350 mm diameter
10 m $ $
ii) 400 mm diameter to
500 mm diameter
10 m $ $
iii) 500 mm diameter to
750
10 m $ $
iv) 900 mm diameter
Weekly Work Stoppage for potential
1 Week
15 Asbestos Abatement over and $ $
above that required as part of base
scope.
Inspection, cleaning, and lining of
encased drain piping as per
16 Lump Sum $
specification 09926 and as shown
on contract drawings
Reservoir disinfection as per
17 Lump Sum $
specification 01742.
Credit for not providing an
18 Engineer’s site office as per Section Lump Sum $
01521.1.3.
Lease take over for Engineer’s site
19 office from existing lease with Miller. Lump Sum $12,000
Allowance to relocate existing
Engineer's Site Office (30 m
20 distance) complete with all Lump Sum $
electrical, and heat traced
sanitary/potable water connections .
R3-12
5 of 98
Section 3 – Tender Submission Package
Schedule of Prices (Revised for Addendum 1)
Tender Call No.108-2013 Contract No. 13FS-12WS
Air Monitoring Program as per
21 Section Lump Sum $
02070 – Demolition.
Allowance for camera inspection,
flushing, cleaning and intergrity
22 testing of drainage piping running Lump Sum $50,000
underneath WTP at south end of
filter building.
Allowance for additional removal
and disposal of Asbestos
Containing Materials (ACMs), Lead
23 Containing Materials and Mercury Lump Sum $50,000
Containing Materials over and
above that required as part of base
scope
Spare Parts and Special Tools
24 Lump Sum $ 20,000
Allowance.
25 Smog Alert Response Allowance Lump Sum $10,000.00
26 Contingency Allowance Lump Sum $ 700,000.00
GRAND TOTAL (Rows 1-26) $ ______________________
TOTAL ALLOWANCE FOR SCHEDULE OF PRICES
TO COVER ALTERATIONS, EXTRAS OR DEDUCTIONS
$_______________________________ ( excluding HST )
(Carry forward to Page 3-9)
The unit prices listed herein shall be used by the City of Toronto to determine payments for
alterations, extras and deductions to the original Contract quantities and are excluding the HST,
but inclusive of all other taxes as well as the Contractor's overheads and profits.
The contingency and lump sum allowances are for potential extra work which may be required
beyond the scope of this Contract and is subject to approval of the Executive Director. Payments
from the contingency allowance will be made only following issuance of an Extra Work Order
approved by the Executive Director. Any unused portion of the contingency allowance shall be
deducted from the Total Lump Sum Price.
The unit prices inserted above for provisional quantities shall be applicable to extras or deductions
even if actual quantities are found to vary considerably from them.
The Bidder agrees that no part of the Total Allowance for Schedule of Prices aforementioned shall
be expended without written direction from the Executive Director. In addition, all unused portions
of the Schedule of Prices shall be deducted from the Total Lump Sum Tender Price.
In the event of obvious mathematical errors in the Schedule of Prices, the unit prices tendered
shall be considered correct and arithmetic extensions and totals shall be corrected accordingly.
R3-13
6 of 98
Section 3 – Tender Submission Package
Schedule of Prices (Revised for Addendum 1)
Tender Call No.108-2013 Contract No. 13FS-12WS
Any such corrections resulting in adjustment to the total for the Schedule of Prices will be similarly
applied as an adjustment to the Total Lump Sum Price tendered for the project.
Amounts for extras or deductions based on the Schedule of Prices will be added or deducted from
the Basic Lump Sum Price.
Payment for deductions or additions of items not listed will be made in accordance with the
General Conditions and specific condition.
Taxes
Harmonized Sales Tax (HST) is to be applied to the prices submitted as specified in the relevant
sections of the call document or in the Price Schedule provided in the call.
HST for the supply and delivery of materials/goods are to be shown as additional separate line
items on the Price Schedule and any subsequent invoices.
R3-14
7 of 98
Toronto Water
Instrumentation Specification Standards
Division 13000
13040 - EQUIPMENT AND DATA TAGGING
PART 1 – GENERAL
1.01 Scope
This document describes the naming standard for all equipment, equipment loops, data and local
area network cabling that is implemented in Toronto Water and incorporated in PCS, eOPS,
POMS, WMS, LIMS and other TW software application systems, including all non- process
equipment that meet the standard.`
1. Process Control Systems (PCS)
2. Electronic Operations Performance System (eOPS)
3. Performance and Operations Management System (POMS)
4. Work Management System (WMS)
5. Laboratory Information Management System (LIMS)
The purpose of this document is to establish a standard that will enable efficient management of
asset related database records, information, physical equipment field tags and identification. An
important part of this standard is the Toronto Water naming scheme. The naming scheme will
provide a unique name (tag) for each piece of equipment, device and/or data point in order to
allow flexibility in data management within Toronto Water and the identification of all equipment
with a unique tag number.
This document is a standard to be used by Consultants, Contractors, System Integrators and
Toronto Water staff for projects that implement information systems, control systems or control
system I/O’s and all other plant projects that have equipment as outlined in section 0 below.
Attribute definition
Other attributes attached to a point will differ depending on partitioning of data among data tables
or objects. This standard does not limit the number of attributes or the partitions of data.
Terms
Terms used to describe or define attributes should follow these guidelines:
1. Only one term may be used to convey the same meaning.
2. Whenever assigning names to equipment or adding data points, terms defined in this
standard must be used. This standard applies to PCS, eOPS, WMS, POMS, LIMS.
3. Use terms already in use in, Water Treatment and Supply, Wastewater Treatment,
Wastewater Collection, Water Distribution, District Operations. In the case of conflict,
use the term of the higher organizational level.
EDOCSLIB-#6454-v2 Page 1 of 55
8 of 98
Toronto Water
Instrumentation Specification Standards
Division 13000
General Facilities - Equipment and Devices
Process (with or without PCS) and non-process related equipment shall be covered under this
standard including all equipment that is not part of a process system located in a facility,
yard, station or any Toronto Water site. Every piece of process equipment and non-process
equipment (as identified in the table under section 2.04 in this document) shall receive a new
unique tag number as per this standard unless identified in the table as “not for Contracts”.
For contracts that are related to new and existing installed City equipment/devices, all
equipment/devices that touch the process flow(s) covered under the contract and are shown
on contract drawings shall receive a unique tag number as per this standard.
Abbreviations
The use of abbreviations in text is allowed with the following restrictions:
1. Only one abbreviation may be used for a word or phrase.
2. Abbreviations defined in this standard must be used whenever the respective word or
phrase is abbreviated.
Equipment and Data Name Standard Change Request
In the event this standard doesn’t meet the requirements for numbering, submit a request for
approval to the Toronto Water Optimized Maintenance Unit.
Equipment Tag standardization
All projects and contracts are to follow the most current up to dated version of this standard.
All review phases of contacts (50%, 70% 95% etc) shall request prior to working on the
submissions a copy of the latest version of this standard and review submissions are to follow
the latest version. This will ensure the most up to date standards are applied to all new areas
across Toronto Water.
To ensure a consistent implementation of this standard, all questions, comments and
submissions for review that are covered under this standard are to be submitted to the Toronto
Water Optimized Maintenance Unit.
1.02 Equipment Tag Assignment
Consultants working on PCS related projects for Toronto Water will be given access to the
Toronto Water Equipment Tag Data Base known as the Enterprise Tagging Management
System (ETMS). Equipment tags will be developed and checked for duplication by the
Equipment Tag Designer (typically the Consultant). Once the duplication check has
determined that no duplication exists, the designer will be able to immediately reserve the
EDOCSLIB-#6454-v2 Page 2 of 55
9 of 98
Toronto Water
Instrumentation Specification Standards
Division 13000
proposed equipment tags and a submission will be required to the Optimized Maintenance
Unit and PCS Support Unit for review.
1.03 Definitions
Equipment Tag:
1. A unique identifier for a specific device/equipment (asset) or required data points. The
equipment Tag is used to identify equipment in the field, in SCADA/HMIs’ on all facility
design documents and in operations and maintenance manuals.
Virtual Tag:
1. Software points that receive tag names that are not physically in the field and are used in
TW applications such as PCS, WMS, eOPS and LIMS are referred to as virtual tags.
When creating a virtual tag, it should be as similar as possible to the related physical
equipment.
Equipment Loop:
1. This unique identifier describes the data point or PCS SCADA node for a piece or a set of
equipment at a specific location within a facility. The equipment loop identification is
designed into Fragment 4 as per this standard.
EDOCSLIB-#6454-v2 Page 3 of 55
10 of 98
Description:Section 01783 – Operation and Maintenance Manual. Subsection Willow Avenue Sewage Pumping Station (Wards Island PS#7). PWN.