PART C Tender Submission Documents

advertisement
PART C
Tender Submission Documents
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 1 of 35
PART C - FORM OF TENDER
City of Surrey (the “Owner”)
Contract Name:
District Energy System Phase 2a: DPS, ETS and CBP Service
Connections
Reference No.:
1220-020-2015-001
TO OWNER:
1.
WE, THE UNDERSIGNED:
1.1
have received and carefully reviewed all of the Tender Documents, including
without limitation the Instructions to Tenderers, the Form of Tender, the Contract
Documents, the Specifications and Drawings, City of Surrey’s Supplementary
General Conditions, and the following Addenda:
(Addenda, if any)
2.
3.
1.2
have full knowledge of the Place of the Work, and the Work required; and
1.3
have complied with the Instructions to Tenderers; and
ACCORDINGLY WE HEREBY OFFER:
2.1
to perform and complete all the Work and to provide all the labour, equipment and
material all as set out in the Tender Documents, in strict compliance with the
Tender Documents; and
2.2
to achieve Substantial Performance of the Work on or before within
____________________________; and
(work duration or date)
2.3
to do the Work for the price, which is the sum of the products of the actual
quantities incorporated into the Work and the appropriate unit prices listed in
Appendix 1, Schedule of Prices, plus any lump sums or specific prices and
adjustment amounts as provided by the Contract Documents. For the purposes
Tender comparison, our offer is to perform and complete the Work for the “Tender
Price” as set out on Appendix 1 of this Form of Tender. Our Tender Price is
based on the estimated quantities listed in the Schedule of Prices, and includes
GST.
WE CONFIRM:
3.1
that we understand and agree that the quantities as listed in the Schedule of Prices
are estimated, and that the actual quantities may vary.
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 2 of 35
PART C - FORM OF TENDER
4.
WE CONFIRM:
4.1
that the following Appendices are attached to and form a part of this tender:
4.1.1
Appendix 1 – Schedule of Prices
Appendix 2 – Preliminary Construction Schedule
Appendix 3 – Key Personnel
Appendix 4 – Tenderer’s Experience in Similar Work
Appendix 5 – Subcontractors and Suppliers
Appendix 6 – Bid Bond
(*Please note, Schedules 1 through 3 (Incl.) of Part C – FORM OF TENDER are included for information purposes only and
are not to be included with your Tender submission.)
5.
WE AGREE:
5.1
that in consideration of $1, other good and valuable consideration paid by the
Owner (the receipt of sufficiency of which is hereby acknowledged) we agree that
this tender will be irrevocable and open for acceptance by the Owner for a period
of 60 calendar days from the day following the Tender Closing Date and Tender
Closing Time, even if the tender of another tenderer is accepted by the Owner. If
within this period the Owner delivers a written notice (“Notice of Award”) by which
the Owner accepts our tender, we will:
5.1.1
within 15 Working Days of receipt of the written Notice of Award deliver to
the Owner:
(a) a performance bond and a labour and material payment bond, each in
the amount of 50% of the Contract Price, issued by a surety licensed
to carry on the business of suretyship in the province of British
Columbia, and in a form acceptable to the Owner;
(b) a detailed Construction Schedule consistent with the preliminary
construction schedule included in this Tender, which indicates the
timing of the major activities of the Work and provides sufficient
detail of the critical events and their inter-relationship to demonstrate
the Work will be performed by the completion date stated in this
Tender;
(c) a detailed traffic management plan addressing vehicular and
pedestrian movement, safety and access with specific detailing on
methods, building and maintenance of temporary structures, signage
and materials used to maintain the Place of the Work operations and
access to staff and public users of the Place of the Work site;
(d) a detailed Place of the Work site - specific safety and health plan
addressing as a high-level overview the health and safety issues
including, but not limited to hazards, mitigation measures, site
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 3 of 35
PART C - FORM OF TENDER
orientations, safety meetings, first aid attendant requirements, and
training requirements and record keeping;
(e) a “clearance letter” indicating that the Tenderer is in WCB compliance;
(f)
a copy of a completed and signed certificate of insurance (in the form
attached as a schedule to this Form of Tender) as specified in
SGC11.6.1 indicating that all such insurance coverage is in place;
(g) a valid City of Surrey Business License; and
(h) copy the Owner on the “Notice of Project” as and when required
under section 20.2 of the Occupational Health & Safety Regulation
(BC Regulation 296/97).
6.
5.1.2
within 2 Days of receipt of written Notice to Proceed, or such longer time as
may be otherwise specified in the Notice to Proceed, commence the Work;
and
5.1.3
sign the Contract Documents.
WE AGREE:
6.1
that, if we receive written Notice of Award of this Contract and, contrary to
paragraph 5 of this Form of Tender, we:
6.1.1
fail or refuse to deliver the documents as specified by paragraph 5.1.1 of
this Form of Tender; or
6.1.2
fail or refuse to commence the Work as required by the Notice to Proceed,
then such failure or refusal will be deemed to be a refusal by us to enter into
the Contract and the Owner may, on written notice to us, award the
Contract to another party. We further agree that, as full compensation on
account of damages suffered by the Owner because of such failure or
refusal, the Bid Security shall be forfeited to the Owner, in an amount equal
to the lesser of:
7.
6.1.3
the face value of the Bid Security; and
6.1.4
the amount by which our Tender Price is less than the amount for which the
Owner contracts with another party to perform the Work.
Our Address is as follows:
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 4 of 35
PART C - FORM OF TENDER
Phone:
____ ______ - ________
Fax:
____ ______ - ________
E-mail: _____________________
Attention:
This Tender is executed this ________ day of _________________, 201_.
Contractor:
(Full Legal Name of Corporation, Partnership or Individual)
(Authorized Signatory and Corporate Seal)
(Authorized Signatory)
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 5 of 35
PART C - FORM OF TENDER
APPENDIX 1 - SCHEDULE OF PRICES
Contract Name:
District Energy System Phase 2a: DPS, ETS and CBP Service
Connections
Reference No.:
1220-020-2015-001
From Tenderer:
_______________________________________________________
Company name
The Tender Price to complete all of the Work is apportioned in accordance with the following
table. The prices shown in each of the numbered rows of the table shall include (i) all labour,
material and other costs, (ii) overhead and profit, (iii) PST, and (iv) all other taxes, duties,
assessments, charges and fees, except for GST. GST shall be shown separately on the row
provided therefor.
Note: Prices must be PST-inclusive. Only GST is to be shown as a separate line item.
Table A: Schedule of Prices
Item
Description of Work
Unit
Est.
Qty.
1.
GENERAL
1.1
Bonding and Insurance
L.S.
-
1.2
Mobilization/Demobilization
L.S.
-
1.3
Traffic & Pedestrian Management
Survey O&M Manuals and Record
Drawings
L.S.
-
L.S.
-
1.4
Unit Price
Amount
Subtotal Items 1.1 to 1.4
2.
SITE WORK
2.1
Site Preparation
Trenching, Bedding & Import
Backfill (1.2 - 1.8 m Depth)
lin.m
335
a) 75 mm dia Piping
lin.m
0
b) 100 mm dia Piping
lin.m
0
c) 150 mm dia Piping
lin.m
6
d) 300 mm dia Piping
Trenching, Bedding & Import
Backfill (1.8 - 2.4 m Depth)
lin.m
303
a) 75 mm dia Piping
lin.m
5
b) 100 mm dia Piping
lin.m
0
c) 150 mm dia Piping
lin.m
16
d) 300 mm dia Piping
lin.m
5
a) Concrete Sidewalk / Pavement
lin.m
4
b) Asphalt Road Repair
lin.m
319
c) Concrete Curb and Gutter
lin.m
0
2.2
2.3
2.4
Site Restoration
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 6 of 35
PART C - FORM OF TENDER
d) Soft Surface Landscape
lin.m
13
2.5
D.E.S. Manhole
ea
2
2.6
Utilities Crossing
ea
0
2.7
Watermain Replacement
ea
0
2.8
Air Release Valve Assembly
ea
2
2.9
100 mm dia. Sanitary Sewer
L.S.
-
2.10
25 mm dia. Water Service
L.S.
-
2.11
CBP Concrete Pad (Optional)
L.S.
-
2.12
Electrical duct bank
L.S.
-
2.13
Fencing & Gates
L.S.
-
2.14
Logstor Material Handling
L.S.
-
a) DWG C02-C-101
L.S.
-
b) DWG C02-C-102
L.S.
-
L.S.
-
15.2
c) DWG C02-C-103
Connections to Containerized
Boiler Plant
L.S.
-
15.3
Testing & Commissioning of DES
L.S.
-
15.4
Leak Detection
L.S.
-
15.5
Pre-stressing
L.S.
-
15.6
ETS Work
a) DWG C02-P-03
L.S.
-
b) DWG C02-P-04
Subtotal Items 15.1 to 15.6
Inclusive
L.S.
-
Subtotal Items 2.1 to 2.14 Inclusive
15.
MECHANICAL
15.1
D.E.S. Piping and Valve System
16.
ELECTRICAL & CONTROLS
16.1
Concord Phase 1 Building
L.S.
-
16.2
L.S.
-
16.3
Concord Phase 2 Building
Connection to Central Control
Station
L.S.
-
17.
INDETERMINATE ITEMS
17.1
Trench Over Excavation
Removal of Existing Abandoned
Utilities
m3
50
lin.m
20
Additional Mass Concrete
m3
5
Removal of Buried Concrete
Supply, Placement and
Compaction of Additional Fill
Material as Requested by the
Engineer
m3
5
tonne
50
Controlled Density Fill
m3
10
Trench Rock Removal
m3
5
17.2
17.3
17.4
17.5
17.6
17.7
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 7 of 35
PART C - FORM OF TENDER
17.8
Dritherm
m3
5
17.9
Tree and Root Mass Removal
Subtotal Items 17.1 to 17.9
Inclusive
ea
3
18.
CASH ALLOWANCE
18.1
Supply of pre-insulated pipes
L.S.
L.S.
-
$450,000
18.2
Unknown Utilities
L.S.
L.S.
-
$50,000
Subtotal Items 1 to 18 Inclusive
GST @ 5%
TOTAL TENDER PRICE
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 8 of 35
FORM OF TENDER
1.1 Description of Payment Items
.1
Work set out in the Schedule of Quantities and Prices shall include, but not be
limited by, the following brief descriptions:
PART 1 - GENERAL
1.1 Bonding and Insurance
This item shall include all costs for bonding and insurance for the complete
Contract.
Payment will be made at the lump sum price tendered in the Schedule of
Quantities and Prices on the first progress payment subsequent to submission of
documentation of Bonding and Insurance coverage.
The lump sum tender under this item shall not exceed 1% of the total tender price.
1.2 Mobilization and Demobilization
This item shall include all costs for mobilization and demobilization associated with
the Contractor's equipment, site facilities, and services including temporary access
road for the work.
Payment for mobilization and demobilization will be made at the lump sum price
shown in the Tender Form. Fifty percent (50%) of the lump sum price will be paid
on the first progress payment certificate due after the Contractor has established
the operation and facilities specified, and received the Owner’s approval of the
construction schedule. The remaining 50% will be paid upon completion of the
contract, removal of equipment, and cleanup and site restoration of the work areas
to the satisfaction of the Engineer.
The lump sum bid under this item shall not exceed 3% of the total tender.
1.3 Traffic & Pedestrian Management
This item shall include all cost to prepare a Traffic and Pedestrian Management
Plan that covers the length of the Place of the Work. The Plan must be approved
by the City prior to commencement of the Work. Cost should account for possible
Plan revisions as requested by the City prior to final approval.
This item also includes all costs for labour and equipment to implement the Traffic
and Pedestrian Management Plan for the duration of the Work for all areas that it
applies to. This includes coordination with, and notification to all applicable parties
for lane or road closures.
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 9 of 35
FORM OF TENDER
Payment will be made at the lump sum price quoted in the Schedule of Quantities
and Prices.
1.4 Survey and Record Drawings
This item shall include all costs for labour, materials and equipment to conduct:
1. Construction survey layout of all utilities to lines and grades as shown on
drawings; and
2. Record survey of all as-built utility locations and elevations.
Record survey information shall be provided to the Engineer in project datum in
digital, CSV file (Northing, Easting, Elevation, Description) or AutoCAD DWG
format. Information to include, but not limited to:
Manholes, Building Penetration (Location and Elevation)
Centerline inverts of standard benched manholes
Finished lid/rim centerline elevation
D.E.S. Pipe (Location, Invert Elevation, Finished Surface Grade)
All mainline fittings, bends, tees, valves, end caps, etc…
All service line fittings, bends, tees, valves, end caps, etc…
General (Location and Elevation)
Existing utilities locations and inverts at D.E.S. Pipe crossings
Note: Construction Survey does not replace the requirement for the Contractor to
maintain an accurate set of red-lined record drawings indicating all changes to the
design.
This item shall also include all costs for labor and material to submit:
1. Operation & Maintenance Manuals
2. As-Built Drawings / Record Drawings
3. ISO’s / welding maps
Payment will be made at the lump sum price quoted in the Schedule of Quantities
and Prices.
PART 2 - SITE WORK
2.1 Site Preparation
This item shall include all costs for the completion of site work preparation for the
D.E.S. piping installation. This shall include, but not be limited to, the clearing and
grubbing of the site, removal of cleared and grubbed materials from site, and
installation of temporary fencing. This shall also include asphalt and concrete saw
cut as per the Drawings and Specifications.
Payment will be made at the unit price tendered per lineal metre of prepared trench
piping.
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 10 of 35
FORM OF TENDER
2.2 a),b),c),d) Trenching, Bedding & Import Backfill (1.2 – 1.8 m)
This item provides all compensation for all costs for excavation depth from 1.2 to
1.8 m of piping trenches, supply, place and compact bedding material and trench
backfill. (For trenches to accommodate the D.E.S. Piping). The work includes but
is not limited to:
• Trench excavation
• Disposal of excavated material
• Supply, placement, and compaction of bedding material in the pipe zone
• Approved trench backfill
• Excavation for tee installation
• Shoring and dewatering
• Testing of bedding and backfill material
• Support of existing structures and piping
Payment will be made at the unit rate tendered for each lineal metre of piping
trench.
2.3 a),b),c),d) Trenching, Bedding & Import Backfill (1.8 – 2.4 m)
This item provides all compensation for all costs for excavation depth from 1.8 to
2.4 m of piping trenches, supply, place and compact bedding material and trench
backfill. (For trenches to accommodate the D.E.S. Piping). The work includes but
is not limited to:
• Trench excavation
• Disposal of excavated material
• Supply, placement, and compaction of bedding material in the pipe zone
• Approved trench backfill up to subgrade
• Excavation for tee installation
• Shoring and dewatering
• Testing of bedding and backfill material
• Support of existing structures and piping
Payment will be made at the unit rate tendered for each lineal metre of piping
trench.
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 11 of 35
FORM OF TENDER
2.4 a),b),c),d) Site Restoration
This item shall include all costs for re-instatement of existing sod, seed, topsoil,
turf, asphalt, sidewalks and curb and gutters, in areas disturbed by construction to
City of Surrey standards. This item shall also include all costs for sawcut removal
of concrete and asphalt, replacement of base and subbase materials as detailed
on the construction drawings, line painting if applicable and sidewalk and curb
restoration. All waste debris shall be disposed of off-site.
Restoration work covered under this item is limited to that which is a direct result of
construction activities in the immediate vicinity of the proposed works. Any other
area appurtenances, surface features, etc. that have been disturbed by the
Contractor shall be restored to their original condition at the cost of the Contractor.
Payment will be made at the unit rate tendered in the Schedule of Quantities and
Prices.
2.5 D.E.S. Manhole
This item provides compensation for all costs for supply, construction, and
installation of concrete manholes as shown on the drawings t
Payment will be made at the unit rate tendered in the Schedule of Quantities and
Prices.
2.6 Utilities Crossing
This item provides compensation for all costs for supply, preparation, and
installation of Styrofoam and insulation providing minimum clearance between
existing utilities or bedrock and the D.E.S. piping.
Payment will be made at the unit rates tendered for each crossing requiring
minimum clearance.
2.7 Watermain Replacement
This item provides compensation for all costs for the relocation of existing
watermain, to City of Surrey Standards, in direct conflict with the D.E.S. piping
alignment.
Payment will be made at the unit rate tendered in Schedule 1 for each relocation
as directed by the Engineer.
2.8 Air Release Valve Assembly
This item provides compensation for all costs for material and labour to supply and
install air release valve manhole assembly including but not limited to precast
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 12 of 35
FORM OF TENDER
manhole sections, lid, frame and cover, concrete blocks, and drain rock. The cost
for valves, pipe tapping and related mechanical work shall be included in Part 15.
Payment will be made at the unit rate tendered for each air valve assembly
installed.
2.9 100-mm-diameter Sewer
This item provides compensation for all costs for material and labour to supply and
install 100-mm-diameter PVC sanitary sewer service as shown on the drawings
and specifications, including but not limited to piping, fittings, couplings, equipment,
cleanouts, inspection chambers, and all other additional work related to sanitary
sewers and services.
Payment will be made at the unit rate tendered for each lineal metre of piping
installed.
2.10 25-mm-diameter Water Service
This item provides compensation for all costs for material and labour to supply and
install 25-mm-diameter water service as shown on the drawings and specifications,
including but not limited to piping, valves, fittings, couplings, equipment, curb stop,
connections to municipal utility and boiler plant, all other additional work related to
water services.
Payment will be made at the unit rate tendered for each lineal metre of piping
installed.
2.11 CBP Concrete Pad and connections
This item provides compensation for all costs for material and labour to supply and
install the Containerized Boiler Plant concrete pad as shown in the drawings
including all service connections not covered above.
Payment will be made at of the lump sum price tendered in the Schedule of
Quantities and Prices.
2.12 Electrical Duct Bank
This item provides compensation for all costs for material and labour to supply and
install the electrical duct bank connecting the BCHydro transformer to the
Containerized Boiler Plant. This section covers supply of electrical cable and
termination
2.13 Fencing & Gate
This item provides compensation for all costs for material and labour to supply and
install the fencing and gate as shown in the drawings i
2.14 Logstor Material Handling
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 13 of 35
FORM OF TENDER
This item provides compensation for all costs for material and labour to coordinate,
receive, inspect, handle and track all Logstor® material as stated in the Schedule
of Quantities in Section 01220 Part 2
Payment will be made at of the lump sum price tendered in the Schedule of
Quantities and Prices.
PART 15 - MECHANICAL
15.1 a),b),c) D.E.S. Piping and Valve System
This item provides compensation for all costs for mechanical works required in
accordance with the drawings and specifications. This item shall include, but not
be limited to, supply, preparation, and installation of D.E.S. piping, valves,
equipment, pipe supports, fittings, couplings and all other additional work related to
D.E.S. piping equipment. This item shall also include all x-ray testing of every
D.E.S. piping weld.
Payment will be made at the lump sum price quoted in the Schedule of Quantities
and Prices.
15.2 Connections to Containerized Boiler Plant
This item provides compensation for all costs for materials and labour for all
connections to the Containerized Boiler Plant as shown on the drawings including
but not limited to D.E.S. piping, water service and sanitary services.
Payment will be made at the lump sum price quoted in the Schedule of Quantities
and Prices.
15.3 Testing & Commissioning of D.E.S.
This item provides compensation for all costs required to flush, test, and
commission all D.E.S. piping system installed as per the Drawings and
Specifications.
Payment will be made at of the lump sum price tendered in the Schedule of
Quantities and Prices.
15.4 Leak Detection
This item provides compensation for all costs required for leak detection of the
entire D.E.S. piping system installed. This will include the installation and wiring of
the X1L in the Containerized Boiler Plant and the 1517 boxes in the two Phase 2a
ETS only.
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 14 of 35
FORM OF TENDER
Payment will be made at of the lump sum price tendered in the Schedule of
Quantities and Prices.
15.5 Pipe Pre-stressing
This item provides compensation for costs required for renting and operation of an
electrical pipe pre-stressing in accordance with manufacturer and supplier
requirements and recommendations.
15.5 a),b) ETS Work
This item provides compensation for all costs for mechanical works required in
accordance with the drawings and specifications. This item shall include, but not
be limited to, supply, preparation, and installation of piping, valves, equipment, pipe
supports, fittings, couplings and all other additional work related to the ETS piping
equipment. This item shall also include all x-ray testing and commissioning as per
project specifications.
Payment will be made at the lump sum price quoted in the Schedule of Quantities
and Prices.
PART 16 - ELECTRICAL & CONTROLS
16.1 Concord Phase 1 Building
This item provides compensation for all costs for electrical and controls works
required in accordance with the drawings and specifications for Concord Phase 1
building. This item shall include, but not be limited to, supply and installation of all
electrical and controls components and all other additional work to have a fully
operational system as per the project specifications.
Payment will be made at the lump sum price quoted in the Schedule of Quantities
and Prices.
16.2 Concord Phase 2 Building
This item provides compensation for all costs for electrical and controls works
required in accordance with the drawings and specifications for Concord Phase 2
building. This item shall include, but not be limited to, supply and installation of all
electrical and controls components iand all other additional work to have a fully
operational system as per the project specifications.
Payment will be made at the lump sum price quoted in the Schedule of Quantities
and Prices.
16.3 Central Control Station
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 15 of 35
FORM OF TENDER
This item provides compensation for all costs for electrical and controls works
required in accordance with the drawings and specifications for connecting to the
existing central control panel at City Hall.
Payment will be made at the lump sum price quoted in the Schedule of Quantities
and Prices.
PART 17 - INDETERMINATE ITEMS
All indeterminate items and the quantities identified in Schedule A may increase,
decrease or not be used at all. No payment will be made if the work is not
undertaken.
17.1 Trench Over Excavation
This item provides compensation for all costs associated with vertical pipe trench
over excavation in general as directed by the Engineer. The work includes but is
not limited to:
• Trench over excavation
• Disposal of over excavated material
• Additional fill material
• Shoring and Dewatering
• Testing of additional fill material
Payment will be made at the unit rate tendered based on the fill volume determined
in the field by the Engineer.
17.2 Removal of Existing Abandoned Utilities
This item includes all costs for supply of all materials, equipment, labour,
excavation and backfill to remove and dispose of existing abandoned utilities in
conflict with the D.E.S. piping alignment as directed by the Engineer. This item
shall also include the additional fill material to replace the abandoned utilities
volume.
Payment will be made at the unit rate tendered for each lineal metre of abandoned
pipe removed.
17.3 Additional Mass Concrete as Requested by the Engineer
This item shall include all costs for crude forming and placement of mass concrete
as requested by the Engineer.
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 16 of 35
FORM OF TENDER
Payment will be made at the unit price quoted in the Schedule of Quantities and
Prices for each cubic meter of concrete in place. Measurement will be based on
truck volume as per dispatch slips certified by the Engineer.
17.4 Removal of Buried Concrete
This item shall include all costs for supply of all materials, equipment, and labour
for removal of buried concrete in conflict with the D.E.S. piping trench as directed
by the Engineer. This item shall include, but not limited to saw cut and removal of
concrete, disposal off site, and backfill with import material.
Payment will be made at the unit price quoted in the Schedule of Quantities and
Prices for each cubic meter of concrete removed. Measurement will be based on
field measurement by the Engineer
17.5 Supply, Placement and Compaction of Additional Fill Material as Requested
by the Engineer
This item shall include all costs for supply, placement, and compaction of
additional 75 mm minus free draining structural backfill material as requested by
the Engineer.
Payment will be made at the unit price quoted in the Schedule of Quantities and
Prices.
17.6 Controlled Density Fill
This item shall include all costs for forming, placing, finishing and curing of
additional concrete density fill as requested by the Engineer.
Payment will be made at the unit price quoted in the Schedule of Quantities and
Prices for each cubic meter of concrete in place. Measurement will be based on
truck volume as per dispatch slips certified by the Engineer.
17.7 Trench Rock Excavation
This item provides compensation for the addition-al cost of removing and disposing
of trench rock over that of earth excavation.
Trench rock excavation shall include the excavation and disposal of all material
which in the opinion of the Engineer requires for its removal either drilling and
blasting, wedging, sledging, or breaking with a power operated hand tool. Rock
excavation does not include the excavation of soft or disintegrated rock which can
be removed with a handpick or power-operated excavation machine.
NO payment will be considered for trench rock encountered in subgrade fill
sections.
Rock excavation shall also include the removal and disposal of boulders exceeding
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 17 of 35
FORM OF TENDER
one (1) cubic metre in volume if within a trench section, or if exceeding two (2)
cubic metres if within a road subgrade section, which lie wholly within the
excavation and in the opinion of the Engineer interfere with the work.
If an outcropping of bedrock protrudes into the excavation and a portion less than
one (1) cubic metre in volume is removed by blasting, payment will be made for a
minimum of one (1) cubic metre.
Excavated rock shall be disposed of on-site at locations designated by the
Engineer.
Payment will be made for the volume of rock excavation at the unit rate tendered
per cubic metre.
17.8 Dritherm
This item shall include all costs for supply, formwork, and placement of Dritherm
material as requested by the Engineer.
Payment will be made at the unit price quoted in the Schedule of Quantities and
Prices for each cubic meter of dritherm placed. Measurement will be based on field
measurement by the Engineer.
17.9 Tree and Root Mass Removal
This item provides compensation for all costs for material and labour to remove
tree and root mass from the pipe trench where in conflict with the D.E.S. piping
where indicated on the drawings and where instructed by the Engineer.
Payment will be made at the unit rate tendered for each tree and root mass
removed.
PART 18 - CASH ALLOWANCE
Refer to Division 00 for terms and conditions
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 18 of 35
FORM OF TENDER
APPENDIX 1 - SCHEDULE OF PRICES
Table B: Schedule of Values:
LINE ITEM
SECTION OF WORK
PRICES
1.
$
2.
$
3.
$
4.
$
5.
$
6.
$
7.
$
8.
$
9.
$
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 19 of 35
PART C - FORM OF TENDER
APPENDIX 1 - SCHEDULE OF PRICES
Table C: List of Cash Allowances:
This section of the specifications forms part of the Contract Documents and is to be read,
interpreted and coordinated with all other parts.
The Tenderer shall include in the Tender Price all Cash Allowances listed below, which
allowances shall be expended in whole or in part as the Owner shall direct, the amount of the
Contract sum being adjusted in conformity therewith. The Tenderer shall include in the Tender
price for such sums for expenses, supervision, Overhead and profit as he deems proper on
account of all Cash Allowances. No demands for expenses or profit other than those included in
the Tender price will be allowed.
These Cash Allowances – which do not include GST – may be increased, decreased or deleted
from the Contract with no adjustments to the Contract other than the net amount of such a
variation.
The Owner reserves the right to place a Contract or Contracts, for any and all parts of items
included in the cash allowances at its discretion.
Cooperate & coordinate with other contractors as may be appointed by the Owner.
Cash Allowances as listed in this section are to be carried by the Contractor and are in addition to
the work detailed in other sections of the specifications and drawings.
Description of Cash Allowance
e.g.
1.
Amounts
The Contractor shall include in the Form of Tender the sum of all cash allowances listed
below, which shall be expended in whole or in part as the Owner shall direct, the amount
of the Contract sum being adjusted in conformity therewith. Include the following Cash
Allowance amounts (which do not include GST):
Description of Cash Allowance
Amounts
Supply of Logstor Piping
$450,000
Unknown Utility Conflicts
$50,000
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 20 of 35
PART C - FORM OF TENDER
APPENDIX 1 - SCHEDULE OF PRICES
Table D: - Alternate Prices
The undersigned hereby provides the following Alternates for addition to or deletions from the Work:
line
item
amount ($)
addition
description of work/supply
amount ($)
deduction
.1
$
$
.2
$
$
.3
$
$
.4
$
$
Include a detailed description of any proposed Optional Alternative Work Items in the spaces
indicated above, including the associated effect on the Tender Price (excluding GST). Include
any additional product sheets or other information necessary to describe the proposed Optional
Alternative Work.
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 21 of 35
PART C - FORM OF TENDER
APPENDIX 1 - SCHEDULE OF PRICES
Table E: Separate Optional Prices
The following are our prices for the separate optional goods and services listed hereunder.
Such separate optional goods and services and amounts are NOT included in our Tender Price.
The separate optional prices are a deduction from or addition to the Tender Price and do not
include GST. DO NOT state a revised Tender Price.
Effect on Tender Price ($)
(GST Excluded)
LINE
ITEM
DESCRIPTION OF SEPARATE OPTIONAL
PRICE ITEMS
ADDITION
DEDUCTION
.1
$
$
.2
$
$
.3
$
$
.4
$
$
Include a detailed descrition of any proposed separate optional price items in the spaces
indicated above, including the associated effect on the Tender Price (excluding GST). Include
any additional product sheets or other information necessary to describe the proposed separate
price items.
NOTE: The financial evaluations will be based on the Tender Price, not including the effect of
any separate price items. The above prices do not include GST.
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 22 of 35
PART C - FORM OF TENDER
APPENDIX 1 - SCHEDULE OF PRICES
Table F: Contractors Current Own Forces Labour Rates
Tenderers should provide force account labour rates in the table below for all labour categories
that will be involved in the Work. The labour rates will remain firm for the term of the Contract
and will be used by the Owner for the purpose of evaluating and valuing changes in the Work in
the case of lump sum, or in case of force account valuation.
The labour rates provided below are all inclusive and include without limitation, wages, taxes
and assessments and benefits payable in accordance with applicable laws, mobilization and
demobilization, supervision, administration, small tool rental, overhead and profit.
For the purposes of the above, small tools are considered to be any tool worth $2,000 or less in
new value. All other tools should be listed as equipment in the table under Table G below.
STRAIGHT
TIME/HR
(GST Excluded)
LABOUR CATEGORY
OVERTIME
RATE/HR
(GST Excluded)
.1 Site Superintendent / Site Project Manager
$
$
.2 Foreman
$
$
.3 Carpenter
$
$
.4 Labourer / Helper
$
$
.5 Plumber (BCTQ)
$
$
.6 Apprentice (or experienced)
$
$
.7 Electrician (BCTQ)
$
$
.8 Apprentice (or experienced)
$
$
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 23 of 35
PART C - FORM OF TENDER
APPENDIX 1 - SCHEDULE OF PRICES
Table G: Equipment Rates
Tenderers should provide equipment rates for all equipment that will be involved in the Work.
The equipment rates will remain firm for the term of the Contract and will be used by the Owner
for the purpose of evaluating and valuing changes in the Work in the case of lump sum, or in
case of force account valuation. The rates provided below are all inclusive and include without
limitation, operator, fuel, lubrication, service, maintenance, depreciation, mobilization and
demobilization, overhead and profit.
It is acknowledged by the Contractor that if any portion of an hour is spent in performing the
Work on a force account basis, a pro-rated portion of the force account rate shall only be
charged.
CONSTRUCTION EQUIPMENT
CLASSIFICATION
HOURLY RATE
(GST Excluded)
SPECIFY MAKE & MODEL
$
$
$
$
$
$
$
$
$
$
We confirm that the rates quoted above will remain in force until _________________, 201_.
(Additional pages may be attached to this page. Each such additional page is to be clearly
marked “ITT (state tender name and tender number), FORM OF TENDER – PART C.”)
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 24 of 35
PART C - FORM OF TENDER
APPENDIX 2 - PRELIMINARY CONSTRUCTION SCHEDULE
Contract Name:
District Energy System Phase 2a: DPS, ETS and CBP Service
Connections
Reference No.:
1220-020-2015-001
From Tenderer:
_______________________________________________________
Company name
Tenderers should provide a preliminary Construction Schedule for the goods and services,
including the range of start dates to which your firm is prepared to commit and anticipated
completion dates. This preliminary Construction Schedule should work within the timeframes
as may be outlined by the Owner. Any conflict in the two should be described. The Time
Schedule should include a list of all anticipated meetings with the Owner and their locations.
The Owner prefers the preliminary Construction Schedule to be provided as a Microsoft Project
Gantt chart both in paper and electronically.
Include a list of all assumptions used in developing the preliminary Construction Schedule for
the goods and services as presented in Schedule A – Specifications of Goods and Scope of
Services, but not limited to the following:
•
•
•
•
•
•
•
•
•
•
Project Meetings
Design Milestones
Mobilization and Demobilization
Construction/Installation Milestones
Equipment and Material Procurement
Training and Demonstration Periods
Work Commencement Date
Substantial Performance of the Work Date
Total Performance of the Work Date
Final Completion of the Goods and Services
The schedule included may be on 11”x17” size sheets.
Proposed Disposal Site: ________________________________________________
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 25 of 35
PART C - FORM OF TENDER
APPENDIX 3 – KEY PERSONNEL
Contract Name:
District Energy System Phase 2a: DPS, ETS and CBP Service
Connections
Reference No.:
1220-020-2015-001
From Tenderer:
_______________________________________________________
Company name
Identify the key personnel who will be responsible for the Work, together with a description of
the responsibilities such personnel will have in the performance of the Work and a description
of the relevant experience of such personnel, using a format similar to the following:
Name: ________________________________________________________________
Responsibilities: ________________________________________________________
______________________________________________________________________
______________________________________________________________________
Experience: ___________________________________________________________
______________________________________________________________________
______________________________________________________________________
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 26 of 35
PART C – SCHEDULE 1
APPENDIX 4 – TENDERER’S EXPERIENCE IN SIMILAR WORK
Contract Name:
District Energy System Phase 2a: DPS, ETS and CBP Service Connections
Reference No.:
1220-020-2015-001
From Tenderer:
_______________________________________________________
Company name
Year
Completed
Description
of Contract
For Whom
Work Performed
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Value
Page 27 of 35
PART C – SCHEDULE 1
APPENDIX 5 – SUBCONTRACTORS AND SUPPLIERS
Contract Name:
District Energy System Phase 2a: DPS, ETS and CBP Service Connections
Reference No.:
1220-020-2015-001
From Tenderer:
_______________________________________________________
Company name
The Tenderer proposes to use the following Subcontractors and Suppliers for the divisions or sections of work
/ supply listed below. [Note: It is not necessary for Tenderer to list all Subcontractors and Suppliers that the
Tenderer proposes to use – only those for the divisions or sections of work / supply as may be listed below.]
The named Subcontractors and Suppliers will not be changed without the written approval of the Owner.
Refer to GC 3.7 of the General Conditions as supplemented, modified and amended by the Supplementary
General Conditions.
description of work / supply
name of
Subcontractor / Supplier
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
The Owner reserves the right of approval for each of the Subcontractors and Suppliers. The Contractor will
be given the opportunity to substitute an acceptable Subcontractor and Supplier, if necessary.
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 28 of 35
PART C – SCHEDULE 1
APPENDIX 6 – ATTACH BID BOND
(PAGE INCLUDED HERE FOR REFERENCE ONLY)
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 29 of 35
PART C – SCHEDULE 1
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 30 of 35
PART C – SCHEDULE 2
PRIME CONTRACTOR DESIGNATION
LETTER OF UNDERSTANDING
As per the requirements of the Workers’ Compensation Act Part 3, Division 3, Section 118 (1-3), which
states:
Coordination of multiple-employer workplaces
118
(1)
In this section:
“multiple-employer workplace” means a workplace where workers of 2 or more employers are working at the
same time:
“prime Contractor” means in relation to a multiple-employer workplace,
(a) the directing Contractor, employer or other person who enters into a written proposal
with the Owner of that workplace to be the prime Contractor for the purposes of this
Part, or
(b) if there is no proposal referred to in paragraph (a), the Owner of the workplace.
(2)
The prime Contractor of a multiple-employer workplace must
(a) ensure that the activities of employers, workers and other persons at the workplace
relating to occupational health and safety are coordinated, and
(b) do everything that is reasonably practicable to establish and maintain a system or
process that will ensure compliance with this Part and the regulation in respect to the
workplace.
(3)
Each employer of workers at a multiple-employer workplace must give to the prime
Contractor the name of the person the employer has designated to supervise the employer’s
workers at that workplace.
By signing this Contract, the Contractor accepts all responsibilities of a Prime Contractor as outlined in the
Workers’ Compensation Act, and WCB (OH&S Regulation).
As a Contractor signing this Contract with the Owner, you are agreeing that your Company, Management
staff, Supervisory staff and workers will comply with the Workers’ Compensation Board (WCB) Occupational
Health and Safety Regulation and the Workers’ Compensation (WC) Act.
Any WCB violation by the Prime Contractor may be considered a breach of Contract resulting in possible
termination or suspension of the Contract and/or any other actions deemed appropriate at the discretion of
the Owner.
Any penalties, sanctions or additional costs levied against the Owner, as a result of the actions of the Prime
Contractor are the responsibility of the Prime Contractor.
I, the undersigned, acknowledge having read and understand the information above.
By signing this Contract, I agree as a representative of the firm noted below, to accept all responsibilities of
the Prime Contractor for this project.
I fully understand and accept the responsibilities of the Prime Contractor designation in accordance with the
Workers’ Compensation Act while contracted by the City of Surrey for the project as described in this Contract
and will abide by all Workers’ Compensation Board Regulation requirements.
Contract No: 1220-020-2015-001
Contract Name:
_______________________________
Name of Contractor:
_______________________________
Qualified Coordinator’s Name:
_______________________________
Worksafe BC #:
_______________________________
Signature of Authorized Representative: ___________________________________
District Energy System Phase 2a , Invitation To Tender No.: 1220-020-2015-001
Page 31 of 35
CONTRACTOR HEALTH & SAFETY EXPECTATIONS
RESPONSIBILITY OF CONTRACTOR(S)
The City of Surrey strives to maintain a safe work environment for employees and contractors and insists
upon the enforcement of safe practices and procedures in all premises and in all work activities. It is
essential that all contractors and their employees and sub-contractor(s) perform in the same manner. It is
every employers and contractors responsibility to ensure that staff and public are protected from
workplace hazards.
As a contractor to the City of Surrey, you are expected to conform to the requirements of the Workers’
Compensation Act, the WCB Occupational Health and Safety Regulation and to all federal, provincial and
local laws and regulations. The City of Surrey Building Owner, Project Manager, and the Manager,
Occupational Health & Safety or designate have the authority to order an unsafe act to cease or to have
an unsafe piece of equipment removed from the premises or, in extreme situations, to shut down a job
entirely. Any City of Surrey Employee that observes a safety infraction by a contractor performing work for
the City of Surrey should bring it to the attention of a manager immediately or Occupational Health &
Safety (604-591-4131).
The following information is provided as typical City of Surrey requirements, but does not relieve the
contractor from complying with all applicable local, provincial and federal laws, regulations and bylaws.
PERSONNEL
1. You are expected to inform your employees of any potential hazard in the workplace and advise of
appropriate action to be taken should a hazard be found or a fire or accident occur.
2. Contractors will restrict persons invited on the premises to employees only. No families or friends are
permitted.
3. The contractor will advise the City of any on-site accidents involving the contractor’s employees, or
injuries to others caused by the contractor’s business.
SAFETY MANAGEMENT SYSTEM
1. Contractors will ensure their employees utilize proper safety equipment and clothing as required for
job site activities.
2. Contractors must follow and have on site proper written safe work procedures for hazardous work,
e.g. Fall protection, confined space entry, hotwork, lockout, excavations and shoring, traffic
management, etc.
3. Contractor must Identify workplace risk and implement suitable controls.
4. Contractor must provide safety training and education to staff and have training records available for
review.
5. Contractor must have a health & safety program for its workers and sub-contractors
6. Contractor will provide appropriate First-Aid coverage for their workers and subcontractors.
7. Contractor must forward a weekly work task list prior to work commencement.
8. The qualified safety coordinator must participate in the City of Surrey OHS Orientation or attend the
Prime Contractor’s Orientation.
WORK AREAS –City Facilities
No work by contractors shall occur in any area without prior consent of the City of Surrey Manager, Civic
Facilities or his designated representative. Work during normal business hours of the City shall not create
undue noise, smells or otherwise unduly disturb the work of City of Surrey staff or the public. If an activity
requires that a disturbance is likely, the contractor shall whenever possible only do that work outside
normal business hours.
District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001
Page 32 of 35
All activities that create a hazard (i.e. work from a ladder, removal of a floor tile, emission of VOC’s, etc.)
to persons outside the contractor’s supervision shall have warning devices, delineation or barriers, sealed
spaces, etc. as would normally be required to protect any person from that hazard.
SAFETY ATTITUDE
Your safety record and attitude are important criteria used to judge your qualification for future bidding on
solicitations with the City of Surrey.
You can help ensure employee safety and your eligibility for future business with the City if you exhibit and
practice a “Safe Work - Safe City” attitude.
The City of Surrey is concerned about the health, safety and wellbeing of all employees and contractors. It
is essential we maintain a healthy, safe and productive work environment.
All Employees & Contractors:
It is everyone responsibility to:
 know and comply with WCB regulations and
 follow established safe work procedures
 immediately report any work related injury to his/her supervisor; and to the city representative
 not remain on the work site while his/her ability to work is in any way impaired
 report unsafe acts and conditions to their supervisor
 correct unsafe conditions immediately whenever it is possible to do so
 take reasonable care to protect your health & safety and the health and safety of other persons who
may be affected by your act’s or omissions at work
An employee must refuse to work if continuing to do so would endanger the health and safety of the
employee, fellow employees or others. The worker must immediately report the circumstances of the
unsafe condition to his or her supervisor or manager. If the unsafe condition
is not remedied or the issue is not resolved the Manager, Occupational Health
& Safety must be contacted.
GENERAL RULES
1. For all secured worksites, contracted workers are required to sign in and sign
out each day
2. (Access cards may be issued – a worker may need to provide an Identification document (i.e. Driver’s
License) in exchange).
3. Personal protective equipment, as determined by the City, through consultation with the Contractors Health
and Safety Representatives must be worn when and where required. (Hard Hats, Safety Footwear, Safety
Vests and Safety Glasses must be worn on active construction sites. Hearing Protection must be worn when
noise levels are above 85dBA.)
4. Horseplay, gambling and the use of alcohol or narcotics will not be tolerated.
5. No Smoking within 7.5M of a City owned buildings door exits, windows and vents.
6. Report ALL injuries to your supervisor immediately and notify the City’s site representative.
7. Report any unsafe conditions, including someone under the influence or hazards, which may allow an injury
to occur to you, a fellow worker, or others on the worksite.
A common sense approach usually resolves the issue.
District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001
Page 33 of 35
8. Report any property damage, regardless of how minor.
9. Restricted and controlled products will be labeled, used and stored in accordance with the associated
regulations, e.g. WHMIS.
Follow all procedural instructions when using or handling hazardous
materials/controlled products and ensure that all containers of hazardous/controlled product materials are
properly labelled and stored in designated areas.
10. Obey all posted signs and notices. Do not venture into areas that you are not authorized to enter.
11. Always use the correct posture when lifting and get assistance if the weight is excessive.
12. Do not work within the limits of approach to high voltage equipment.
13. If working at heights greater than 10 feet a Fall Protection system must be in place. The appropriate Fall
Protection equipment must be worn at all times.
14. Housekeeping (Orderliness and good housekeeping are basic requirements and must be maintained at all
times):
a) Aisles are to be kept clear at all times.
b) Individual work areas are to be kept clean and tidy.
c) All materials, tools, products and equipment are to be kept in their designated areas.
d) Liquid spills are to be cleaned up immediately to prevent slips and falls.
e) Accumulation of oily rags, combustible refuse or similar fire hazards will not be tolerated.
15.
a)
b)
c)
Fire Prevention:
Become familiar with Surroundings and emergency exit.
Ensure aisles and exits are not blocked at any time.
Anytime a fire extinguisher is used, report it immediately to your supervisor, so that it can be recharged.
16. Equipment Operation (Any equipment, which could create a hazard, must be maintained in good
condition):
a) Equipment must not be repaired, adjusted or operated unless by a "competent person" who understand the
safe operating procedures.
b) Always be aware of the use and location of the "EMERGENCY STOP" button, if equipment is so equipped,
before using the equipment.
c) Loose clothing, jewelry and long hair must be secured to prevent becoming entangled with equipment.
d) The Operator must check all safety devices on equipment before operation.
e) All equipment must be turned off and the appropriate "lock-out" procedure followed, prior to repairs,
cleaning, adjustment or lubrication.
f) Radio/Walkman/I-pod Head phones are not allowed to be worn during regular work operations.
g) All ladders must be of an approved type and length. Unacceptable ladders must be removed immediately
from the premises.
h) All vehicles and equipment on City property must be kept in safe mechanical condition at all times, and be
operated only by persons with a valid driver’s license and/or proper training and qualifications.
i) Contractors will not operate any equipment, valves, switches, etc., which are part of the City’s operation,
unless specific permission is received from the Department Representative.
17.
Ground Disturbance –Every time you dig in the ground, with a shovel or mechanized equipment,
you run the risk of loss of life or damage to property if you hit any of the many buried cables, conduits, gas
or oil pipelines and/or other underground facilities that serve our city, BC One Call Must be called and a
ticket obtained prior to commencing any ground disturbance activities.
District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001
Page 34 of 35
Issued By:
Date:
Distributed:
Occupational Health & Safety Section - Contractor Coordination Program
Revised: January 14, 2014
Original: August 15, 2014
Via Email & Posted on Intranet: January 16, 2015 :August 15, 2014
This document does not replace the Workers’ Compensation Act or WorkSafeBC OH&S regulation. Each
individual Contractor must have specific health and safety safe work rules and procedures that apply to
their work tasks. Each Contractor must comply with the Workers’ Compensation Act and WorkSafeBC
Occupational Health & Safety Regulation and to all federal, provincial and local laws and regulations. If a
contractor is unable to comply they must bring this to the attention of their qualified safety
representative and to the Prime Contractor safety representative immediately.
Authorized Signature: _________________________________________
Name:
Date:
____________________________________________
(Please Print)
_____________________________________________
District Energy System Phase 2a, Invitation To Tender No.: 1220-020-2015-001
Page 35 of 35
Download