ADDENDUM #1 T13-69 2013 TRUNK SEWER INSPECTION PLEASE SEE THE ATTACHED … ·  · 2013-08-22T13-69...

16
July 3, 2013 ADDENDUM #1 T13-69 2013 TRUNK SEWER INSPECTION PLEASE SEE THE ATTACHED AERIAL MAPS Q1. The spec indicates that the award will be based on price and the contractor’s ability to meet the City requirements - these requirements are not defined - can you describe what the evaluation criteria will be and if we are to submit anything to support this? A1. There is no evaluation criterion. The bidders must meet the qualifications specified (as shown below). As long as you meet these, you are able to bid. The lowest tender price will be awarded the contract. 5-7 QUALIFICATIONS a) Bidders must have a minimum of five (5) years of experience in this type of work. Please include on the Form of Tender a minimum of three references of similar work, including a brief description of the project, project price, contact name and phone number. b) The successful bidder shall ensure that all of its supervisory personnel performing work under the contract are "competent persons" within the meaning of the Ontario Occupational Health and Safety Act Q2. The spec also requires that all our equipment be approved by the City. This presents a risk that we cannot take - although we have not had problems before we do not know and cannot afford to buy new equipment if something is not to the City's unilateral satisfaction. A2. As long as your equipment meets the requirements in the specification #962-92-00 it will be compliant. 5-9 EQUIPMENT All equipment to be used shall be subject to approval of the Executive Director of Planning Environmental and Engineering Services and City Engineer/designate and in accordance with specification #962-92-00. Q3. The engineering assessment reporting requirement is to be included in the unit price of the CCTV/SONAR work but is not defined. We like most CCTV providers are not engineering firms and do not have engineers on staff. As we read the document, the scope of the engineering assessment work is not well defined and could mean anything from a simple paragraph to a very detailed mufti page document. Can you provide a sample report so that we can solicit an engineer to provide this service. We suggest the engineering assessment be removed from the scope of the work to provide a more level playing field for the various contractors to be able to bid and/or bid competitively. A3. The engineering report will include maps of the sewers inspected, general condition pictures, descriptions of the defects found and recommendations for remediation of defects. The intention is that the report will provide an overview of each trunk system noting any remedial measures that need to be undertaken. The report will recommend a future inspection schedule. The scope of work is broken up into defined trunk systems so reviews, recommendations and maps should be organized into the same trunk systems and included in one report. The report will need to be sealed by a Professional Engineer fully licensed in the Province of Ontario.

Transcript of ADDENDUM #1 T13-69 2013 TRUNK SEWER INSPECTION PLEASE SEE THE ATTACHED … ·  · 2013-08-22T13-69...

July 3, 2013

ADDENDUM #1 T13-69 2013 TRUNK SEWER INSPECTION

PLEASE SEE THE ATTACHED AERIAL MAPS

Q1. The spec indicates that the award will be based on price and the contractor’s ability to meet the

City requirements - these requirements are not defined - can you describe what the evaluation criteria will be and if we are to submit anything to support this?

A1. There is no evaluation criterion. The bidders must meet the qualifications specified (as shown below). As long as you meet these, you are able to bid. The lowest tender price will be awarded the contract.

5-7 QUALIFICATIONS

a) Bidders must have a minimum of five (5) years of experience in this type of work. Please include on the Form of Tender a minimum of three references of similar work, including a brief description of the project, project price, contact name and phone number.

b) The successful bidder shall ensure that all of its supervisory personnel performing work under the contract are "competent persons" within the meaning of the Ontario Occupational Health and Safety Act

Q2. The spec also requires that all our equipment be approved by the City. This presents a risk that

we cannot take - although we have not had problems before we do not know and cannot afford to buy new equipment if something is not to the City's unilateral satisfaction.

A2. As long as your equipment meets the requirements in the specification #962-92-00 it will be compliant.

5-9 EQUIPMENT

All equipment to be used shall be subject to approval of the Executive Director of Planning Environmental and Engineering Services and City Engineer/designate and in accordance with specification #962-92-00.

Q3. The engineering assessment reporting requirement is to be included in the unit price of the

CCTV/SONAR work but is not defined. We like most CCTV providers are not engineering firms and do not have engineers on staff. As we read the document, the scope of the engineering assessment work is not well defined and could mean anything from a simple paragraph to a very detailed mufti page document. Can you provide a sample report so that we can solicit an engineer to provide this service. We suggest the engineering assessment be removed from the scope of the work to provide a more level playing field for the various contractors to be able to bid and/or bid competitively.

A3. The engineering report will include maps of the sewers inspected, general condition pictures, descriptions of the defects found and recommendations for remediation of defects. The intention is that the report will provide an overview of each trunk system noting any remedial measures that need to be undertaken. The report will recommend a future inspection schedule. The scope of work is broken up into defined trunk systems so reviews, recommendations and maps should be organized into the same trunk systems and included in one report. The report will need to be sealed by a Professional Engineer fully licensed in the Province of Ontario.

Page 2 Q4. The tender indicates it is for one year but it also states that the work is to be completed by

November - given a July award that leaves 4-5 months. Can you clarify which is correct and when liquidated damages begin.

A4. The work is to be complete by November. Liquidated damages will begin after December 16, 2013 as per section SS 17 in the spec # 962-92-00.

Q5. When we deploy our equipment it always has CCTV capability. There are two line items in the

contract - one for Sonar and one for CCTV - if doing Sonar work do we also get paid for the CCTV or is the sonar work imply CCTV as well? Can you clarify this. How is payment determined if a line scheduled for SONAR inspection has insufficient flow depth to permit sonar data to be collected - is the contractor paid for null data? - does it revert to a CCTV inspection rate for the sections with null data?

A5. It is assumed sonar work includes CCTV. There will be no extra payment for CCTV when sonar is used. In the scope of work the method of inspection was assumed and may not represent the actual method of inspection. The actual method of inspection will be determined on site and will be paid based on whether a CCTV only inspection is submitted to the City or a CCTV and sonar inspection is submitted.

Q6. Does the City have any preference for float vs tractor CCTV inspections and SONAR? Are both

permitted?

A6. CCTV only inspections may be completed by tractor or float. Sonar inspections would be completed on the float.

Q7. Are maps available that show the scope of the work? We need this so that the effort involved in

performing the work can be estimated. Does the City have any flow data for the various trunk sewers that can be provided to the bidders? Are any of the sewers in areas where off-road work is required - if so how is road access and restoration costs handled?

A7. Maps have been provided. It will be the contractors responsibility to restore any damage in areas where off road access is required.

Failure to acknowledge receipt of Addendum #1 on the Form of Tender will result in your bid being rejected. Thank you for your continued interest in this Tender. Geoff Smith, CSCMP Procurement Officer Purchasing and Supply c.c. File T13-69 Mgr__________/jf