th services, - toronto
TRANSCRIPT
Michael Pacholok, Chief Purchasing Officer
Purchasing and Materials Management Division City Hall, 18th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2
Sabrina Dipietro Manager, Construction Services, Purchasing & Materials Management
February 15, 2019
Reply to: Max Parker Via Website Posting: 15 Pages
Tel: (416) 397-7251
ADDENDUM NO. 1 REQUEST FOR TENDER NO. 24-2019
RE: Electrical System Resiliency Project - Phase 2 - Generators Replacement, Located at 100 Queen Street W, Toronto.
CLOSING: 12:00 NOON (LOCAL TIME), February 28, 2019
Please refer to the above Tender Call document in your possession and be advised of the following
information:
1. Revision of Drawings and Specifications
The below items have been revised and added to a new copy of the DVD obtained upon
purchase. Bidders will be required to return to the 19th Floor West Tower of City Hall, Located at
100 Queen Street West to obtain an updated DVD. Please bring proof of purchase to obtain
updated DVD.
a) A201 – Section Details – Existing, Demolition and New Work
b) A203 – Washroom Plans and Elevations
c) EL-0009C – Existing Site Conditions (Page 3 of 6)
d) EL-0017 – New Single Line Diagram – Phase 2 (Sheet 1 of 2)
e) EL-0018 – New Single Line Diagram – Phase 2 (Sheet 2 of 2)
f) EL-2010 – Power – Sub Basement Level – Phase 2
g) EL-2011 – Power – Basement Level (West Tower) – Phase 2
h) EL-2012 – Power – 4th Floor to 11th Floor (West Tower) – Phase 2
i) EL-2013 - Power – 12th Floor to 18th Floor (West Tower) – Phase 2
j) EL-2014 – Power – 20th Floor (West Tower) – Phase 2
k) EL-2020 – Power – Basement to 2nd Floor (East Tower) – Phase 2
l) EL-2021 – Power – 3rd to 24th (East Tower) – Phase 2
m) EL-2022 – Power – 26th to 27th (East Tower) – Phase 2
2. Addition of Drawings and Specifications
The updated DVD will also contain the below revised specification:
a) 08 31 13 – Access Doors and Frames
b) Revised pre-reno DSS report.
1 of 15
3. Revision of Summary of Scope of Work
The attached four (4) pages shall replace pages 54 to 57 in the Call Document Section 4 – Scope
of Work. The changes include the below items:
a) Summary of Scope of Work, Item 1.1.3: Provide one (1) new switchboard complete
with four circuit breakers and associated components for stand-by generators power
distribution.
b) Summary of Scope of Work, Item 1.1.4: Provide teck cable feeders from stand-by
generators to new switchboard.
c) Summary of Scope of Work, Item 1.1.5: Provide bus duct feeders from new
switchboard on West Tower 20th Floor to Main Utility Switchgear in the basement.
d) Bid Price Form, Division 26, Item 4: Provide one (1) new switchboard complete with
four circuit breakers and associated components for stand-by generators power
distribution.
e) Bid Price Form, Contingency Allowance: The amount is revised.
4. Revision of Summary of Price Form
The attached six (6) pages shall replace pages 46 to 51 in the Call Document Section 3 – Pricing
Form and must be included with submission. The changes include the below items:
a) Bid Price Form, Division 26, Item 4: Provide one (1) new switchboard complete with
four circuit breakers and associated components for stand-by generators power
distribution.
b) Bid Price Form, Contingency Allowance: The amount is revised.
5. General Clarifications to Bidder's Questions
Q1) Do you have a drawing that shows all the floor heights, slab to slab for both towers so we
can estimate the length of the busduct and feeders?
A1) Please see attached for existing building elevation (for reference).
Q2) Who is the manufacture of the new SWGR-U1? Is there a bus duct flange provided or do
we need to do a shutdown and get into the new switchboard to connect the new busduct.
A2) IEM (Industrial Electric Mfg., California, USA) is the manufacturer of Swgr-U1 and circuit
breakers are manufactured by GE. There will be no bus duct flange provided. A shutdown will
be required for connection of new feeders to Swgr-U1.
Q3) On drawing EL-0021 note #3, it says to see drawing EL-0018 for the ground wire size but
when you look at note #3 on drawing EL-0018 there is no information there?
A3) The ground conductors for the feeders shall be sized as per OESC.
2 of 15
Q4) There are areas that require a 2-hour fire rated cable in this project. The specification
refers to Mineral Insulated (MI) cable as it has a 2-hour rating. Can we use the Vitalink MC
cable as it also has the 2-hour fire rating and the ULC rating but is easier to install and
therefore less expensive?
A4) No. 2-hour fire rated cable shall be Mineral Insulated (MI) as per Specifications.
Q5) Drawing EL-0028 has details on grounding installation. Where do they want these ground
bars installed?
A5) The grounding details on EL-0028 are typical. Ground bars required shall be installed (if
required) for connection to existing grounding system (refer to EL-0021 for Grounding System
Diagram). Final locations to be field coordinated to accommodate the new equipment being
installed.
Q6) Drawing EL-4002, where is the energy management system (PLC) located in the main
Electrical room?
A6) Energy management system PLC will be located on the west wall of the Main Electrical
Room. Final location to be confirmed, prior to any required tie-ins to the system.
Q7) Can you confirm the scale on several drawings as there is none given?
A7) Please see below for drawing scales:
Dwg. Scale
EL-2011 1:200
EL-2011 1:100
EL-2014 1:100
El-2015 1:50
El-5003 1:100
Q8) Can you ask the engineer to confirm the feeder size is correct for the long run. From
SWBD-EW20A (West Tower 20th Floor) to SWBD-EE26A (East Tower 26th Floor). It indicates 7
x (4-1/c 350MCM MICC + Grd).
A8) Please refer to attached drawing EL-0018 for revised feeder size.
Q9) We would like to request a second site walk to bring some additional sub trades to review
the site. The week of Feb 18 to 22nd is preferred.
A9) No, a second site walk will not be scheduled.
3 of 15
Q10 We would also request and extension to the closing and question period of 2 weeks due
to the complexity of this project
A10) No extension to the closing of this tender will be provided at this time.
Q11) Can you tell me (show me) where the completion date is, I have been unable to find it in
the documents?
A11) The substantial completion date will be June 30, 2020.
Q12) The 4 remote radiators on the 20th floor, do they require power? They are not shown on
the electrical single line drawing?
A12) Each remote radiator will be powered directly from the alternator of the corresponding
generator.
Q13) Item #9 of the Division 26 Electrical Pricing Form. “Provide control cables & connections
from new ATS to all generators.” Can the electrical engineer issue a wiring diagram and a
single line drawing for what is required?
A13) Please refer to Specification for 26 32 13 for control requirements between automatic
transfer switches (ATS) and generator. Final control wire quantities, types and connection
points to be verified as per final product selections.
6. General Clarifications for Bidder's
a. Tender drawings, specifications & reports are available on DVD only. Bidders to
contact City Procurement and obtain DVD.
b. Provide testing and re-programming (if required) of the Main Electrical Control
System/PLC for the integration of new generators' power transfer scheme, ATSs, and
associated components.
c. Provide testing and programming of new ATSs for integration to the Main Electrical
Control System/PLC and generators.
d. Enbridge Gas Station enclosure will be constructed out of contingency allowances in
the contract. Final design of the enclosure will be provided during construction
phase.
e. Use of elevator for construction work / moving material or equipment is permitted
after hours / or weekends only. No use of elevators for construction / moving
material purposes during operational hours.
f. Cooling tower demolition is to occur only during after hours and/or weekends.
g. Craning services for lifting new generator and associated equipment or the disposal
of cooling tower and associated components is to be only occur during the
weekends.
4 of 15
All other information regarding the call document is unchanged. All other terms and conditions
remain the same. Should you have any questions regarding this addendum contact Max Parker,
Corporate Buyer, at email [email protected]
Please attach this addendum to your Request for Tender document and be governed accordingly.
Bidders must acknowledge receipt of all addenda on the space provided on the Tender Call Cover
Page as per the Process Terms and Conditions, Section 1, Item 10 - Addenda, of the Tender Call
document. All other aspects of the Tender remain the same.
Yours truly,
Sabrina Dipietro,
Manager, Construction Services,
Purchasing & Materials Management
5 of 15
Section 4 – Scope Of Work Tender Call No. 24-2019 Contract No. N/A (As Per Addendum No. 1, Dated February 15, 2019)
1. Technical Requirements
1.1. Electrical
1.1.1. Provide a total of four (4) new natural gas generators, complete with enclosures and associated components; three (3) stand-by 1350kW and one (1) life safety 750kW on West Tower 20th Floor
1.1.2. Disconnect and make safe three (3) existing diesel generators. 1.1.3. Provide one (1) new switchboard complete with four circuit breakers and
associated components for stand-by generators power distribution. 1.1.4. Provide teck cable feeders from stand-by generators to splitter. 1.1.5. Provide bus duct feeders from splitter on West Tower 20th Floor to Main Utility
Switchgear in the basement. 1.1.6. Provide two (2) new switchboards for life safety system distribution; one for West
Tower 20th Floor and one for East Tower 26th floor. 1.1.7. Provide MI cable feeders between life safety switchgears on West Tower 20th
Floor and new automatic transfer switches on East Tower 26th floor. 1.1.8. Replace three (3) new automatic transfer switches, one for West Tower 20th Floor
and two for East Tower 26th floor for life safety system. 1.1.9. Provide short circuit, coordination & arch flash studies. 1.1.10. Provide craning services for lifting four (4) new natural gas generators, complete
with enclosures and associated components, steel platforms and other equipment as required to West Tower 20th Floor.
1.2. Mechanical
1.2.1. Remove and dispose existing four (4) cooling towers and associated pipes, connections and support structures from West Tower 20th Floor.
1.2.2. Provide gas pipes, connections and support structures from new Enbridge Gas Station to generators on West Tower 20th Floor.
1.2.3. Provide fire wrap for gas pipes for life safety generator from new Enbridge Gas Station to generator on West Tower 20th Floor.
1.2.4. Provide two (2) fire rated ventilation openings inside mechanical shaft containing the gas pipes for generators.
1.2.5. Provide hydronic pipes and fittings between generator engines and remote radiators.
1.2.6. Provide exhaust pipes and fittings from generator engine exhausts to above the West Tower roof.
1.2.7. Provide craning services for removal/disposal of four cooling towers, steel platforms and associated components from West Tower 20th Floor.
1.3. Architectural/Structural
1.3.1. Remove and dispose existing steel platform associated with four (4) existing cooling towers from West Tower 20th Floor.
1.3.2. Provide structural steel work and metal fabrication for four (4) new gas generator platforms on West Tower 20th Floor.
1.3.3. Provide stairs, handrails, and guardrails for four (4) new gas generator platforms on West Tower 20th Floor.
6 of 15
Section 4 – Scope Of Work Tender Call No. 24-2019 Contract No. N/A (As Per Addendum No. 1, Dated February 15, 2019)
1.3.4. Provide waterproofing of West Tower 20th Floor as required for the installation of new gas generator platforms.
1.3.5. Provide concrete pad and enclosure for new Enbridge Gas station.
2. Specific Requirements
2.1. The facility is in operation 24 hours a day and 7 days a week. Regular business hours of operation is 7:00 a.m. to 10:00 p.m., five (5) days a week (Monday - Friday). Therefore, any construction work must not impact facility operations during regular business hours of operations.
2.2. All construction work undertaken shall not contravene the requirements of local noise and pollution by-laws and all other regulatory requirements. Any construction work that requires drilling, cutting, coring or hammering, must be undertaken after-hours (10:00 pm – 7:00 am) and/or weekends. No additional or overtime charges will be paid for the work performed after-hours and/or weekends.
2.3. All power shutdowns, facility systems shutdowns and systems changeovers are to be undertaken after-hours (10:00 pm – 7:00 am) and/or weekends. No additional or overtime charges will be paid for the work performed after-hours and/or weekends.
2.4. The Successful Bidder shall assign a project manager to the construction project in addition to site supervisor and support staff. The project manager will be the main point of contact for the City and for the consultant on this project, shall maintain complete involvement, coordinate with all stakeholders (internal and external to the City) and attend regular construction progress on-site bi-weekly meetings.
2.5. All work plans and schedules shall be presented to the Consultant, the City and all stakeholders for review, four weeks in advance, in order to establish an acceptable work plans and schedules. The proposed construction schedule shall include two independent construction work areas for each work period. The City shall approve one or both construction work areas. Contractor shall provide and maintain a two week look ahead schedule for work areas for the duration of the construction.
2.6. The Successful Bidder shall coordinate with the Consultant, the City and all stakeholders, internal and external to the City, prepare Method of Procedures (MOPs) for all power shutdowns, facility systems shutdowns and systems changeovers and submit for review, three weeks in advance.
2.7. Investigate the existing system, associated components and all tie-ins to the existing systems, sub-systems and facility for the scope of work in the contract. Identify exiting damages, non-functionality of equipment, systems and subsystems. Investigate for code compliance and approval requirements from Authorities having jurisdiction for the scope of work in the contract. Provide a Report of Findings & Recommendations to the Consultant & the City within four weeks, upon award of the contract.
2.8. The Successful Bidder shall coordinate with all government departments & agencies, authorities having jurisdictions and utilities such as the City's Building Department, ESA, TSSA, Toronto Hydro, Enbridge Gas, but not limited to, and organize all required
7 of 15
Section 4 – Scope Of Work Tender Call No. 24-2019 Contract No. N/A (As Per Addendum No. 1, Dated February 15, 2019)
inspections and approvals for the completion of construction work. It will be full responsibility of the Successful Bidders to ensure that all conditions of permits and approvals are met during construction work and all permits are closed.
2.9. The Successful Bidder is responsible to coordinate with other contractors at the facility and arrange for delineation in time and space as required for the completion of construction work. There could be multiple contractors performing work at the facility. No additional/overtime charges will be paid if the construction work is delayed because of coordination with other contractors performing work at the facility.
2.10. The Successful Bidder shall develop Construction Delineation Plan and implement to ensure that delineation in both time and space is established and maintained among two or more contractors. Additionally, ensure site coordination during construction work activities performed at the facility and that there is only one constructor (contractor) at the facility at any point in time in the construction work area.
2.11. The Successful Bidder shall coordinate with existing facility service contractors before power shutdowns, facility systems shutdowns and system changeovers and verify operational functionalities of systems/sub systems before and after power shutdowns, facility systems shutdowns and system changeovers. A list of service contractors will be provided to the Successful Bidder.
2.12. The Successful Bidder is responsible for any designated substance/asbestos removal required to facilitate the completion of the project. The City will arrange and pay for an independent consulting firm to oversee and supervise all abatement activities. The Prime Consultant shall coordinate the work between the Contractor and the independent consulting firm and is responsible for overall delivery of the project. All abatement work will follow City Policies/Procedures and Ontario Reg. 278/05.
2.13. The Successful Bidder shall perform topographical/locate services to identify
underground utilities & structures before commencement of all civil/structural work on
site, whether by hand, machinery or other.
2.14. The Successful Bidder shall attend regular construction progress on-site bi-weekly meetings. Sub-contractors must attend construction progress meetings to enable uninterrupted progress of the work.
2.15. The construction meeting agenda shall include but not limited to occupational health and safety, site coordination, construction schedule, two-week look-ahead schedule, work progress, submittals, request for information, site instructions, coordination with authorities having jurisdictions, progress payment, change orders and other.
2.16. The Successful bidder shall provide one or more temporary power generators, temporary distribution equipment, temporary cables/connections & fuel to back up all life safety, emergency, essential and required systems as identified by facility operations during all power shutdowns at the facility, because of construction work. If power shutdowns to the facility occurs during regular business hours of operation, 7:00 am to 10:00 pm, during weekdays (Monday – Friday) because of construction work then provide one or more
8 of 15
Section 4 – Scope Of Work Tender Call No. 24-2019 Contract No. N/A (As Per Addendum No. 1, Dated February 15, 2019)
temporary power generators, temporary distribution equipment, temporary cables/connections & fuel to back up full load of the facility.
2.17. The Successful Bidder shall submit all close-out documents to the consultant & the City in electronic and printed copy formats within 45 days of the issuance of substantial certificate. Provide electronic copies of all close-out documents to the consultant for prior review. Close-out documents submission includes, but not limited to, table of contents, as-built record drawings in pdf & AutoCAD format, shop drawings in pdf format, new asset & equipment list with detailed information as per City Template, test & commissioning reports, operation & maintenance manuals, warranty information, permits & approvals closure, final completion letter by engineers, spare parts list, contacts of general contractor, contacts of local distributors/suppliers, other specific documents and picture (as-built, construction, test & commissioning).
2.18. The Successful Bidder shall provide warranty for all equipment, materials & workmanship for a period of two years from the date of substantial performance of the contract and correct all defects reported/observed within reasonable timeline without any cost to the City. Attend a site visit and record any defects observed/reported ninety (90) days prior to the expiry of warranty period.
2.19. The Successful Bidder shall prepare traffic control plan and submit to the Consultant, the City and all stakeholders for review, three weeks in advance, in order to establish an acceptable traffic control for road access and access to the facilities during the construction work at the facility.
2.20. The Successful Bidder shall arrange and pay for Fire Watch and/or Security Watch during construction work as required or asked by the City or by the Consultant.
2.21. The Successful Bidder shall arrange and pay for parking. On-site parking may be granted if available. All on-site parking requirements shall be coordinated with the City two weeks in advance.
2.22. The Successful Bidder shall maintain occupational health and safety, existing exits and ensure proper and safe means of egress at all time.
DRAWINGS AND SPECIFICATIONS
The Tender Specifications and Drawings are available on CD to the bidders who have purchased the tender document. Bidders may pick up a copy of the CD from the Purchasing and Materials Management Division offices, 19th floor, West Tower, 100 Queen Street West during regular business hours (8.30 a.m. to 4.30 p.m.). Proof of Tender purchase will be required to pick-up the CD. The bidders who have not purchased the Tender document will have to do so before being given a copy of the CD.
9 of 15
Section 3 – Tender Submission Package Pricing Form
Tender Call No. 24-2019 Contract No. N/A (As Per Addendum No. 1, Dated February 15, 2019)
Electrical System Resiliency Project: Phase 2 – Generators Replacement – Located at 100 Queen Street W, Toronto The Bidder must provide the rate and the amount for each Tender item, the total for each part / subsection, the grand total, HST amount and the total amount of Tender on the forms in the ensuing pages. Bidders that do not fully complete these forms (such as leaving lines blank), or have unclear answers (such as "n/a", "-", "tba" or "included" etc.) will be declared non-compliant. Prices that are intended to be zero cost/no charge to the city are to be submitted in the space provided in the price schedule as "$0.00" or "zero". All spaces for the aforementioned information must be completed in ink ensuring the printing is clear and legible.
Where included, the Alternative Prices, and Supplementary List of Prices Required for Extra Work Forms must also be completed.
The lowest Bidder will be determined solely from the Total Base Bid, subject to the City's reserved rights not to award to any Bidder.
NAME OF CONTRACTOR: ____________________________________________________
A) WORK SPECIFIED IN TENDER
It is agreed and understood that the following price will apply to the entire scope of work as specified in the Tender, technical specifications, drawings and all other contract documents. Include in each of these prices any and all costs associated with carrying out the entire scope of work, including all overheads, profits and statutory charges as applicable (HST excluded).
Item No. Description Unit of
Measure Unit Price
Extended Price
DIVISION 01: GENERAL REQUIREMENTS
1 Mobilization and demobilization, (scaffolding, hoarding, fencing, site administration, etc.)
Lump Sum
N/A
$ _____________
2
Front-end documents (construction plan & schedule, work breakdown, work area layout, material/equipment delivery schedule, billing forecast, etc.)
Lump Sum
N/A
$ _____________
3 Temporary facilities (washroom, parking, site security/fire watch, etc.)
Lump Sum
N/A
$ _____________
4
Close-out documentations & trainings (as-built, warranty information, test & commissioning reports, operation manuals, equipment list, etc.)
Lump Sum
N/A
$ _____________
Subtotal
Division 01
$ _____________
10 of 15
Section 3 – Tender Submission Package Pricing Form
Tender Call No. 24-2019 Contract No. N/A (As Per Addendum No. 1, Dated February 15, 2019)
Item No. Description Unit of
Measure Unit Price
Extended Price
DIVISION 02: EXISTING CONDITIONS, SITE WORK DEMOLITION & REMOVAL
1 Designated substance/asbestos removal and abatement
Lump Sum
N/A
$ _____________
2 Environmental protection (trees, plants, etc.)
Lump Sum
N/A
$ _____________
3 Remove and dispose four (4) existing cooling towers from West Tower 20th Floor
Lump Sum
N/A
$ _____________
4
Remove and dispose existing pipes, connections and support structures associated with four (4) existing cooling towers from West Tower 20th Floor
Lump Sum
N/A
$ _____________
5
Remove existing roof pre-cast concrete beams, steel beams, and metal grating on West Tower 20th Floor to allow for craning-in of new gas generators
Lump Sum
N/A
$ _____________
6
Reinstall roof pre-cast concrete beams, steel beams, and metal grating on West Tower 20th Floor after craning-in of new gas generators
Lump Sum
N/A
$ _____________
Subtotal
Division 02
$ _____________
DIVISION 03: CONCRETE
1 Provide concrete housekeeping pads for electrical equipment and switchboards
Lump Sum
N/A $ _____________
2 Provide concrete pad for new Enbridge Gas station
Lump Sum
N/A $ _____________
Subtotal
Division 03
$ _____________
DIVISION 04: MASONRY
1
Provide masonry work to facilitate modifications of existing openings and creation of new openings to install cables, bus ducts, gas pipes and access hatches
Lump Sum
N/A
$ _____________
Subtotal
Division 04
$ _____________
11 of 15
Section 3 – Tender Submission Package Pricing Form
Tender Call No. 24-2019 Contract No. N/A (As Per Addendum No. 1, Dated February 15, 2019)
Item No. Description Unit of
Measure Unit Price
Extended Price
DIVISION 05: STRUCTURAL STEEL
1
Remove and dispose existing steel platform associated with four (4) existing cooling towers from West Tower 20th Floor
Lump Sum
N/A
$ _____________
2
Provide structural steel work and metal fabrication for four (4) new gas generator platforms on West Tower 20th Floor
Lump Sum
N/A
$ _____________
3
Provide stairs, handrails, and guardrails for four (4) new gas generator platforms on West Tower 20th Floor
Lump Sum
N/A
$ _____________
Subtotal
Division 05
$ _____________
DIVISION 07: THERMAL & MOISTURE PROTECTION
1 Provide intumescent fire protection, fire stopping and sealants as required
Lump Sum
N/A $ _____________
2
Provide waterproofing of West Tower 20th Floor as required for the installation of new gas generator platforms
Lump Sum
N/A $ _____________
3
Provide fire wrap for gas pipes for life safety generator from new Enbridge Gas station to generator on West Tower 20th Floor
Lump Sum
N/A $ _____________
Subtotal
Division 07
$ _____________
DIVISION 08: OPENINGS
1
Provide coring/cutting of existing concrete suspended slabs, concrete walls and masonry walls for the installation of cables, bus ducts, gas pipes and access openings
Lump Sum
N/A
$ _____________
Subtotal Division 08
$ _____________
DIVISION 09: FINISHES
1
Provide finishes to make good any openings/alterations made during construction to facilitate electrical bus ducts, gas pipes and all other installations
Lump Sum
N/A
$ _____________
Subtotal Division 09
$ _____________
12 of 15
Section 3 – Tender Submission Package Pricing Form
Tender Call No. 24-2019 Contract No. N/A (As Per Addendum No. 1, Dated February 15, 2019)
Item No. Description Unit of
Measure Unit Price
Extended Price
DIVISION 22: PLUMBING
1
Remove & reinstall existing washroom plumbing fixtures and partitions and adjust/modify pipes and fittings in washrooms to facilitate gas pipes & electrical bus ducts installations in shafts
Lump Sum
N/A
$ _____________
Subtotal
Division 22
$ _____________
DIVISION 23: HEATING, VENTILATION AND AIR CONDITIONING (HVAC)
1
Provide gas pipes, connections and support structures from new Enbridge Gas station to generators on West Tower 20th Floor
Lump Sum
N/A
$ _____________
2
Provide two (2) fire rated ventilation openings inside mechanical shaft containing the gas pipes for generators
Lump Sum
N/A
$ _____________
3 Provide hydronic pipes and fittings between generator engines and remote radiators
Lump Sum
N/A
$ _____________
4 Provide exhaust pipes and fittings from generator engine exhausts to above the West Tower roof
Lump Sum
N/A
$ _____________
Subtotal
Division 23
$ _____________
DIVISION 26: ELECTRICAL
1
Provide a total of four (4) new natural gas generators, complete with enclosures and associated components; three (3) stand-by 1350kW and one (1) life safety 750kW on West Tower 20th Floor
Lump Sum
N/A
$_____________
2
Provide a total of three (3) new Automatic Transfer Switches; one (1) for West Tower 20th Floor and two (2) for East Tower 26th Floor
Lump Sum
N/A
$_____________
3
Provide two (2) new switchboards for life safety system distribution; one for West Tower 20th Floor and one for East Tower 26th Floor
Lump Sum
N/A
$_____________
4
Provide one (1) new switchboard complete with four circuit breakers and associated components for stand-by generators power distribution
Lump Sum
N/A
$ _____________
13 of 15
Section 3 – Tender Submission Package Pricing Form
Tender Call No. 24-2019 Contract No. N/A (As Per Addendum No. 1, Dated February 15, 2019)
Item No. Description Unit of
Measure Unit Price
Extended Price
5 Provide bus duct feeders from splitter on West Tower 20th Floor to Main Utility Switchgear in the basement
Lump Sum
N/A
$ _____________
6
Provide MI cable feeders between life safety switchboard on West Tower 20th Floor and new automatic transfer switches on East Tower 26th Floor
Lump Sum
N/A
$ _____________
7
Remove and dispose a total of three (3) existing Automatic Transfer Switches; one (1) from West Tower 20th Floor and two (2) from East Tower 26th Floor
Lump Sum
N/A
$ _____________
8
Disconnect and make safe three (3) existing diesel generators; one (1) on West Tower 20th Floor and two (2) on East Tower 26th Floor
Lump Sum
N/A
$ _____________
9 Provide control cables & connections from new Automatic Transfer switches to all generators
Lump Sum
N/A
$ _____________
10
Provide feeder cables, raceways, tap, junction and splice boxes to facilitate installation of generators, automatic transfer switches, splitter and switchboards
Lump Sum
N/A
$ _____________
11 Provide short circuit, coordination and arch flash studies/reports
Lump Sum
N/A
$ _____________
12
Provide craning services for lifting four (4) new natural gas generators, complete with enclosures and associated components, steel platforms and other equipment as required to West Tower 20th Floor and removal/disposal of four cooling towers, steel platforms and associated components from West Tower 20th Floor
Lump Sum
N/A
$ _____________
13 General electrical work and remainder of all work required in Division 26 specifications and in drawings
Lump Sum
N/A
$ _____________
Subtotal
Division 26
$_____________
14 of 15
Section 3 – Tender Submission Package Pricing Form
Tender Call No. 24-2019 Contract No. N/A (As Per Addendum No. 1, Dated February 15, 2019)
Cost Category
Description
Sub Total
A) Sum of all Subtotals $____________
B)
CONTINGENCY ALLOWANCE (H.S.T. excluded) is an allowance for unforeseen
or discovered site and/or work condition(s). Additional work and associated costs must be reviewed and authorized in written form by the City prior to initiating additional work. If some or no costs are not actually incurred, the balance or the total amount of the Contingency Allowance will be deducted from the contract value.
$ 400,000.00
C)
CONTINGENCY ALLOWANCE For Designated Substance/Asbestos Remediation (H.S.T. excluded) is an allowance for unforeseen or discovered site and/or
work condition(s). Additional work and associated costs must be reviewed and authorized in written form by the City prior to initiating additional work. If some or no costs are not actually incurred, the balance or the total amount of the Contingency Allowance will be deducted from the contract value.
$ 300,000.00
D)
CASH ALLOWANCE (HST Excluded) is an allowance for work known to be required
(e.g. Enbridge services) and for which the value cannot be estimated at the time of the bid. Such costs will be reimbursed from the Cash Allowance, based on the invoiced amounts and without any mark-up. If some or no costs are not actually incurred, the balance or the total amount of the Cash Allowance will be deducted from the contract value.
$ 100,000.00
E) TOTAL BID PRICE (H.S.T. excluded) It is agreed and understood that the Total Bid Price is the total of line items identified in A, B, C & D.
$____________
F)
HST – 13% of TOTAL BID PRICE (E) $____________
G) TOTAL BID PRICE (H.S.T. included) Sums of (E) + (F) Copy this amount to the Tender Call Cover Page
$____________
15 of 15