You are on page 1of 12

Michael Pacholok,

Chief Purchasing Official and Director

Purchasing and Materials Management Division


City Hall, 18th Floor, West
100 Queen Street West
Toronto, Ontario M5H 2N2

September 29, 2015

Joanne Kehoe
Manager,
Construction Services

Via Internet Posting (12 pages)

Addendum No. 2
Request for Proposal No. 9118-15-5046
Closing: 12:00 NOON (LOCAL TIME), October 7, 2015
For:

All Professional and Technical Services to complete the Humber Bay Park Master
Plan and Phase 1 Implementation

Please refer to the above Request for Proposal (RFP) document in your possession and be
advised of the following:
1.

GENERAL CLARIFICATION:

Bidders are advised that the RFP for the Humber Bay Park Master Plan (9118-15-5046) will be
awarded separately and independently of the RFP for the New Pavilion in Humber Bay Park East
(9118-15-5070). Where proponent teams or their members are bidding on both projects, no
assumptions shall be made on the success of either or both bids. The deliverables, meetings and
staff resources for each project are independent of the other and shall not overlap
2.

CLARIFICATION:
The mandatory professional and technical services that are required for the Vendors
design team:

Landscape Architect (full member in good standing with the OALA)


Public Consultation Facilitator
Terrestrial Ecologist/Biologist or Restoration Ecologist
Coastal Engineer / Riparian Design Specialist / Fluvial Geomorphologist /
Hydrologist
Electrical Engineer
Lighting Designer
Structural Engineer
Mechanical Engineer
Civil Engineer

1 of 12

3.

ADDITION: Section 2.0 Purpose:

A survey of the sub-surface elevations within the ponds will be procured by the city following
project start-up.
4.

DELETION: Section 2.2 Background

The final paragraph in the subsection SITE and making reference to the limits of design work
is deleted.
5.

REVISION: Section 2.3 Project Budget:

The Citys range in budget for this project is approximately $325,000.00 to $375,000.00.
Please note that this range is only an approximation and does not reflect the total amount that
will be paid to any Vendor. This amount is for information only and should not form the basis of
any submission.
6. REVISION: Section 3 Scope of Work,:
6.1. The project scope is revised to comprise five (5) stages of work.
6.2. Sections 1, 2, and 3 remain unchanged.
6.3. Stage 4, Phase 1 Detailed Design and Costing is amended to read as follows:
4. Phase 1 Detailed Design and Costing:
Prepare the Detailed Design and Class B Cost Estimating of Phase 1 of the Master
Plan which shall consist of landscape design improvements determined by
priorities established through the Public Consultation and Master Plan process.
6.4. Stage 5, Tender Documentation and Administration and Stage 6, Contract
Administration as provided the RFQ document is deleted in its entirety.
6.5. Stage 7 is revised to Stage 5, and reads as follows:
5

Management Plan:
Provide a management plan that outlines the operation & maintenance of Master
Plan improvements. The management plan should include descriptions and
schedules of seasonal & day to day tasks required to operate the proposed
improvements and should indicate the human resources, equipment, material and
technical resources required to complete the tasks. The management plan shall be
completed with reference to current City of Toronto operational standards and
service levels, which will be shared with the Vendor.

2 of 12

7. REVISION: Detailed Scope of Work Requirements:


7.1. Revise Section 3.4 to read as follows: :
3.4

Phase 1 - Detailed Design and Costing:

3.4.1. Scope:
The Vendor will;

3.4.2

a.

Prepare the Detailed Design for Phase 1 of the Master Plan. The
scope and location of Phase 1 will be determined through the
Public Consultation and Master Plan Process.

b.

Provide a detailed Class B cost estimate for City approval.

Deliverables;
a.

Detailed Design for Phase 1 Park Improvements of the Master


Plan,

b.

Preliminary Digital Asset Map and Asset Inventory Spreadsheet.

d.

Detailed Class B cost estimate.

3.4.3 Meetings;
a.

Staff : Six (6) meetings

b.

Pavilion Design: Four (4)

c.

Stakeholder Advisory Committee: One (1) meeting

7.2. Section 3.5 and 3.6 as provided in the RFP are deleted.
7.3. Section 3.7 is re-numbered to read 3.5 and is revised to read as follows: :
3.5

Management Plan:

3.5.1 Scope:
Concurrent with the development of the Master Plan, the Vendor shall provide a
management plan that describes the resources and timing of work required to
maintain and operate the Master Plan Improvements. The Management Plan shall
provide a comprehensive description of seasonal and day-to-day operations and
maintenance of the Humber Bay Park East and West features and improvements
as described in the Master Plan.
3.5.2

Meetings:
a.

3.5.3

Staff: Two (2) meetings

Deliverables;
a.

Preliminary Management Plan, including: descriptions and


schedules of seasonal & day to day tasks required to operate the
proposed improvements; descriptions and lists of the human
resources, equipment, material and technical resources required to
operate the park.

3 of 12

b.

Final Management Plan, including: descriptions and schedules of


seasonal & day to day tasks required to operate the proposed
improvements; descriptions and lists of the human resources,
equipment, material and technical resources required to operate the
park.

8. ADDITION: Section 3.10 - Projected Completion of work


Section 3.10 Completion of the Work
Date

Milestone

Nov-Dec, 2015

Successful Proponent selected, Issue Purchase Order

Dec 2015
April 2016

Site inventory & investigations, Public Consultation


Program approval; stakeholder consultation

May 2016

Preliminary Design Concepts, Technical Review,


Stakeholder & Public Consultation

June August
2016

Revised Design Concepts, Technical Review,


Stakeholder & Public Consultation

September
December 2016

Preferred Design Concept, Technical Review,


Stakeholder & Public Consultation

January 2017

Final Master Plan document complete.

This schedule is subject to change and appropriate written notice of any changes will be
provided where feasible.
9. REVISION: Section 4.2 paragraph 2 shall be revised as follows:
The composition of the Proponents Project Team should possess the qualifications and
experience to provide, as a minimum, the following core services:

urban natural environment park design and implementation

landscape design, ecological restoration & arboriculture

public consultation and facilitation

hydrology and riparian engineering and design

lighting design

electrical, storm, sanitary, and mechanical engineering design and


certification,

No architectural services are required


4

4 of 12

10. REVISION: Section 5.3, Subsection 4 - Proposed Staff Team and Resources
The list of ley staff is amended to read as follows:

Landscape Architect (full member in good standing with the OALA)

Public Consultation Facilitator

Terrestrial Ecologist/Biologist or Restoration Ecologist

Coastal Engineer/Riparian Design Specialist/Fluvial


Geomorphologist/Hydrologist

Electrical Engineer

Lighting Designer

Structural Engineer

Mechanical Engineer

Civil Engineer

An Architect is not required


6.

REVISION: Appendix D, Form 8 Pricing Detail Form

Delete Form 8 as provided with the RFP and replace with Form 8 - Pricing Detail Form (revised
, September 28, 2015) as provided with this Addendum.
7.

Responses to Questions:

The following are responses to questions received during the bid period.
Q1.

Please clarify the Phase 1 scope area.

A1.

Refer to Section 2.3: Scope of Work for Phase 1: Scope of Work for Phase 1
improvements will be identified through the Public Consultation and Master Plan Process

Q2.

Please clarify the scope of work for:


mechanical engineer
electrical engineer *
structural engineer
civil engineer
architect *
* One part of the RFP states that the proponent team should include an electrical
engineer, lighting designer, and architect, while another part does not include these.
Please confirm.

A2.

Refer to Section 2.0: Engineering designers will be required to evaluate and propose
improvements to the existing electrical service and systems, water and wastewater
disposal systems, bridges, roadways, pathways, traffic patterns, etc.
5

5 of 12

Refer to Addendum 1, Item 2, Item 6.4, Item 7.2 and Item 10. above. Architectural
services are not required.
Q3.

Is Form 7 (Project experience) to be included within the main proposal document and
counted as part of the 12 page double sided limit, or should it be included in the
appendices?

A3.

Subsection 3 of the proposal should describe the Experience and Qualifications of the
Proponent, and should be included in the body of the proposal. The four (4) project
examples, as completed in Form 7 may be included as an appendix.

Q4.

The schedule for completion of the master plan is not stated in the master plan. At the
meeting it was mentioned that a written response would be provided. Is it possible to
provide a flexible schedule target that will allow the bidders to propose a schedule as part
of their proposed solution?

A4.

Refer to Addendum 1, Item 8 above.

Q5.

During the meeting, the role of the vendor for this project, with respect to the public
consultation aspects of the related pavilion project was described. We understand that the
vendor for the pavilion project will be responsible for providing their own content
including presentation materials, summaries of input received; and that they will be
responsible for staffing any public consultation events where the pavilion may be
discussed. Is this correct?

A5.

The vendor for the pavilion project (9118-15-5070) will be responsible for public
consultation relating to the pavilion. Due to the concurrent schedules, it may be
convenient for the pavilion project vendor to present and consult on their project at a
scheduled Master Plan consultation event. This will require coordination regarding the
agenda, schedule, and presentation equipment (e.g. projector, laptop, easels & panels,
etc.); however the pavilion project vendor will be responsible for all content, materials,
facilitation, note-taking, and meeting summaries for the portion of the meeting dedicated
to consulting the public on the pavilion.

Q6.

It is our understanding that the pavilion design schedule will in no way drive the
consultation schedule for the master plan. Is this correct?

A6.

Correct. The aim is to have a preferred Master Plan design concept available to inform
detail design of the pavilion, which will be occurring as a concurrent but independent
project. Please refer to the RFP 9118-15-5070 for the Pavilion.

Q7.

During the meeting the role of the coastal engineer and aquatic specialist was described
as being focused on the shallow, artificial pools and related mechanical equipment, and
specifically to include an assessment of their current condition and comment on feasibility
of as-yet unnamed improvement to their habitat and recreational functions. Is this
correct?

A7.

This is correct.
6

6 of 12

Q8.

During the meeting, it was noted that the city has procured a topographical survey, and
that the TRCA had completed a terrestrial habitat survey, both of which would be
provided to the successful bidder, but neither of which includes any description of the
interior of the ponds. Please confirm that the consultant will not be responsible for
generating this type of data for the interior of the ponds. Also, please confirm that
recommendations to be provided with respect to the ponds are expected to be undertaken
at a level of detail that is appropriate given this gap in the available information.

A8.

Separate from this contract, the City will procure an underwater topographical survey of
the ponds following project start-up as required. An allowance has been added to the
contract for any additional investigation and testing required for the Master Plan. The
recommendations to be provided in the Master Plan with respect to the ponds shall be to a
level of detail sufficient for confident decision-making and future detail design. The
revitalization of the ponds is a central part of the Master Plan.

Q9.

During the meeting, it was noted that the scope of the master plan project excludes any
shoreline areas around the exterior of the parks. Is this correct?

A9.

This is correct. The TRCA manages all the exterior edges of the Humber Bay Park East &
West.

Q10.

The RFP documents indicate in item 2.0 "Purpose" that the team is to include a terrestrial
ecologist/Biologist or Restoration Ecologist. Section 4.2 "Selection Criteria" refers to
"ecological design & arboriculture." We understand that an arborist report has been
undertaken and will be provided to the successful bidder. Is the team expected to include
a certified arborist? Are there specific expectations for ecological design or for the
terrestrial ecologist/Biologist or Restoration Ecologist? Or will their scope ultimately be
determined by the inputs received during the consultation?

A10.

The team is not required to include a certified arborist. Habitat improvement is a high
priority for the master planning team. A terrestrial ecologist/biologist or restoration
ecologist is included on the team in order to ensure that the master plan recommendations
are informed by best practices in ecological restoration and urban ecology.

Q11.

During the meeting, there was some mention of completing some works to a level of detail
suitable for obtaining permits from the Department of Fisheries and Oceans (DFO) and
the TRCA. Please clarify what is expected in this regard.

A11.

Refer to Addendum 1, Item 6.4 and Item 7.2 above. Permits will not be required, as all
construction has been removed from this contract. As the landowner, the TRCA will be a
final reviewing and approving authority for the Master Plan.

Q12.

During the meeting, it was noted that the scope of the master plan excludes the marina.
The red line on appendix F1 was referred to, however upon further review this seems to
include some areas functionally connected to the marina. Is it possible to better define
this, or will the firm boundary be determined through the stakeholder consultations?
7

7 of 12

A12.

The marinas will be consulted as stakeholders during the Master Plan process, as they hold
leases for the land and water that they occupy. The proponents shall assume that the
marina land use and current leases will remain. The Master Plan will not make any
recommendations for changes to these portions of the parks.

Q13.

We understand that the pavilion consultant will be responsible for providing new or
upgraded servicing if required for the construction and operation of the pavilion. Are
there any specific deliverables anticipated (for either project) with regards to ensuring
that servicing implemented as part of the pavilion project is appropriate for future
changes to the park

A13.

The Master Planning consultant will be responsible for making recommendations for
servicing related to landscape and outdoor recreational uses of the park. The Pavilion team
will design any servicing that is required for the building. It is expected that the two
teams will coordinate the servicing needs and design for both scopes of work.

Q14.

We understand that the city prefers the pond areas to be the focus of phase 1
improvements, and that these will be coordinated so as not to overlap any related
improvements undertaken as part of the pavilion project. We also understand that the
final determination of the scope of phase 1 park improvements be informed by the results
of the consultation program. Since this part of the scope is therefore not defined, the only
means by which to assess the work that may be required is the given budget stated in item
2.3. Unfortunately, the final paragraph of the same item includes a clause which instructs
bidders to not use this information as the basis of our submission. Will the City consider
removing the final paragraph from item 2.3 so that bidders have some basis on which to
bid this portion of the work?

A14.

Refer to Item 6.4 and Item 7.2 above. Construction has been removed from this contract.

Q15.

Item 3.6.1.i indicates that costs for independent testing and inspection services for
construction activities will be paid through the Project Testing Allowance. Appendix D,
Form 8 Pricing Detail Form, does not include a Project Testing Allowance. Please
clarify how these services will be paid for.

A15.

Refer to Addendum 1, Item 11: Deletion above.

Q16.

Please confirm the role of the architect on this RFP we understand that a concurrent
architectural RFP for the East Pavilion is currently out, therefore what is the
architectural scope of the landscape master plan, or is it to enable additional support and
design understanding between the two successful RFP teams?

A16.

Refer to Addendum 1, Item 2, Item 6.4, Item 7.2 and Item 10. above. Architectural
services are not required.

Q17.

Please confirm the study area. The Study Area Map provided in the RFP outlines both the
east and west parks. At the site visit the scope focused heavily on the ponds in Humber
Bay Park East with little discussion of the rest of the context area.
8

8 of 12

A17.

The Study Area Map provided in the RFP (Appendix F-1) is accurate. The scope of the
Master Plan includes both Humber Bay East and West. Please note response to question
A12 above.

Q18.

It is understood that the consultant will secure permits such as the TRCA permit and DFO
clearance, however, it is unclear whether the City will pay the permit fees directly or if the
consultant should anticipate and include these costs with the submission. Please confirm.

A18.

Refer to Addendum 1, Item 6.4 and Item 7.2 above: Permits will not be required, as all
construction has been removed from this contract. As the landowner, the TRCA will be a
final reviewing and approving authority for the Master Plan.

Q19.

Will the existing washroom blocks be demolished in lieu of the new pavilion/ facility or
will they remain intact?

A19.

There is currently no plan to demolish the washroom blocks.

Q20.

To what extent is the consultation specialist required to arrange consultation sessions/


presentations with the architect for the pavilion?

A20.

Please see response to Question 9.5 above. Coordination meetings between the Vendor
and the Pavilion team will be required and will be organized in the same manner as
meetings with City Staff.

Q21.

Please explain if we are required to incorporate the Humber Bay Shores Trail
Improvements preferred option design, which was presented at the April 2015 public
meeting, as our sites overlap according to the public presentation panels.

A21.

Yes, the Humber Bay Shores Trail Improvements design is proceeding as planned and it
should be incorporated into the Humber Bay Park East and West Master Plan.

Q22.

Please issue an overall project milestones schedule, which takes into account the two
projects that will impact the scope of work for the Humber Bay Park Master Plan and
Phase 1 Implementation: The Humber Bay Park Pavilion architectural RFP, and the
currently active Humber Bay Shores Trail Improvements project.

A22.

Please refer to Addendum 1, Item 11. Addition above. Please note that the vendor will be
responsible to co-ordinate all public consultation

Q23.

Is it the Citys intention that the Humber Bay Park Pavilion be constructed prior to Phase
1 landscape implementation?

A23.

Refer to Addendum 1, Item 6.4 and Item 7.2 above. Construction has been removed from
this contract.

9 of 12

Q24.

What class of cost estimates are required throughout the project?

A24.

Class C estimates are required for the Master Plan Phase. Class B estimates are required
for the Detailed Design, Phase 1 as mentioned in Items 6 and 7 above.

Q25.

Page 5 Design Team does not include Architect, although Page 18, item 4.2 states that
core services are to include architecture, and page 24 lists an architect as key staff.
Please confirm if an architect is required and their scope of work.

A25.

Refer to Addendum 1, Item 2 and Item 10. above. Architectural services are not required.

Q26.

Page 5 Design Team includes a Lighting Designer, although Page 18, item 4.2 does not
include lighting, and page 24 does not list lighting designer as key staff. Please confirm if
a Lighting Designer is required and their scope of work.

A26.

Refer to Addendum 1, Item 2 and Item 10. above. A lighting designer is required.

Q27.

Page 7 refers to Appendix F6 that shows the limits of design work for the Pavilion and
renovation of existing buildings. Appendix F2 was the last F appendix issued with the
RFP. Please provide Appendix F6, and F3-F5.

A27.

Refer to Addendum 1, Item 4. above. The Pavilion design will be limited to the outdoor
areas required to provide safe, accessible and enjoyable access to the building.
The information referenced by Appendix F6 appears as Appendix F1. Appendix F3-F6 do
not exist.

Q28.

Are there Archaeological Assessments required for this project? -

A28.

There is no Archaeological Assessment required, as the entire site is constructed of fill.

Q29.

Is a Certified Public Facilitation consultant required as part of the team?

A29.

No.

Q30.

As mentioned at the Mandatory Site Meeting, the lake front is out of scope. Is a Coastal
Engineer still required as a team member or is a Geofluval/Water Resources Engineer
satisfactory for the scope?

A30.

Refer to Addendum 1, Item 2 and Item 10. above. A Coastal Engineer is not required, but
competency in hydrology and/or fluvial geomorphology is required.

Q31.

Will a Geotechnical Report be supplied?

A31.

No. The park is constructed on lakefill material and all available records of substrates and
fill will be provided. Additional information required for the Master Plan shall be
obtained by the consultant. Refer to Addendum #1, Revision 10 above.

10

10 of 12

Q32.

Information given at the mandatory site meeting implied that that bentonite clay liner of
the pond was in good shape. Section 3.1.1.d states that a condition assessment of the liner
is required. Is an assessment of the liner required?

A32.

An assessment of the liner in sufficient detail to make an informed recommendation for


the pond system is required.

Q33.

Section 3.4.1a states that Phase 1 will include revitalization of the ponds. Does this
include mechanical and electrical improvements recommended in the "Inventory,
Condition Report & Feasibility Study: Internal Pond-Canal System"?

A33.

Scope of work for Phase 1 will be determined during the Public Consultation and Master
Plan process. The Inventory, Condition Report and Feasibility Study for the Internal
Pond-Canal System is required as part of the Master Plan.

Should you have any questions regarding this addendum contact Mike Voelker by email at
mvoelke@toronto.ca
Please attach this addendum to your RFP document and be governed accordingly. Proponents
must acknowledge receipt of all addenda in their Proposal in the space provided on the Proposal
Submission Form as per Appendix A, Section 4 - Addenda of the RFP document. All other
aspects of the RFP remain the same.
Yours truly,

Joanne Kehoe
Manager, Construction Services
Purchasing and Materials Management

11

11 of 12

APPENDIX D
SUPPLEMENTARY SUBMISSION FORMS

Form 8 - Pricing Detail Form (Revised September 28, 2015)


RFP No. 9118-15-5046
For all Professional and Technical Services for the
Humber Bay Park Master Plan and Phase 1 Implementation
1.

Inventory and Investigation ...............................................................$

__________________

2.

Public Consultation Program ............................................................$

__________________

3.

Concept Design & Master Plan .........................................................$

__________________

4.

Management Plan ...............................................................................$

__________________

5.

Sub-Total (Lines 1 4) .......................................................................$

__________________

6.

Testing & Investigations (Allowance) ..............................................$

25,000.00

7.

Phase 1 Detail Design & Costing (Allowance) ..................................$

15,000.00

8.

Contingency .........................................................................................$

25,000.00

9.

Total (Lines 5 - 8) ................................................................................$

__________________

10.

HST (13%) ...........................................................................................$

__________________

11.

Total Fee (Lines 10 + 11) ....................................................................$

__________________

For instructions on completing this form, see section 5.3, sub-section 7.

12

12 of 12

You might also like