20
Michael Pacholok, Chief Purchasing Officer Purchasing and Materials Management Division City Hall, 18th Floor, West 100 Queen Street West Toronto, Ontario M5H 2N2 Joanne Kehoe Manager Construction Services April 5, 2018 via website posting (20 pages) (including 10 pages of attachments) Addendum No. 2 REQUEST FOR PROPOSAL No. 9118-18-5016 Closing: 12:00 NOON (LOCAL TIME), May 3, 2018 (REVISED) For provision of all architectural, technical and administrative services for the design and construction contract administration to construct the Western North York Community Centre (Proposed Net Zero Energy Building) Please refer to the above Request for Proposal document in your possession and be advised of the following: 1. REVISED: Closing Date: The closing date has been extended from April 23, to 12:00 noon to May 3, 2018 12:00pm noon Please note the information below: 2. ADDITION: Section 3, Scope of Work: Addition of a Child Care Centre: The City of Toronto Children's Services Division has requested that Parks Forestry & Recreation include a Child Care Centre to the scope of work for the proposed Western North York Community Centre. The child care centre's program will include 1 space for 10 infants, 2 Playrooms of 10 Toddlers each and 2 Playrooms of 16 Preschoolers each, totaling 62 spaces in total. In general, revisions are made to the following: .1 Purpose .2 Approvals .3 Construction Budget .4 Staff Work Group .5 Description of Work .6 Program .7 Child Care Component Requirements .8 Landscape Component 1 of 20

Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

  • Upload
    others

  • View
    6

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Michael Pacholok, Chief Purchasing Officer

Purchasing and Materials Management Division City Hall, 18th Floor, West 100 Queen Street West Toronto, Ontario M5H 2N2

Joanne Kehoe Manager Construction Services

April 5, 2018 via website posting (20 pages) (including 10 pages of attachments)

Addendum No. 2 REQUEST FOR PROPOSAL No. 9118-18-5016

Closing: 12:00 NOON (LOCAL TIME), May 3, 2018 (REVISED)

For provision of all architectural, technical and administrative services for the design and construction contract administration to construct the Western North York Community

Centre (Proposed Net Zero Energy Building)

Please refer to the above Request for Proposal document in your possession and be advised of the following:

1. REVISED: Closing Date:

The closing date has been extended from April 23, to 12:00 noon to May 3, 2018 12:00pm noon

Please note the information below:

2. ADDITION: Section 3, Scope of Work: Addition of a Child Care Centre:

The City of Toronto Children's Services Division has requested that Parks Forestry & Recreation include a Child Care Centre to the scope of work for the proposed Western North York Community Centre.

The child care centre's program will include 1 space for 10 infants, 2 Playrooms of 10 Toddlers each and 2 Playrooms of 16 Preschoolers each, totaling 62 spaces in total.

In general, revisions are made to the following:

.1 Purpose

.2 Approvals

.3 Construction Budget

.4 Staff Work Group

.5 Description of Work

.6 Program

.7 Child Care Component Requirements

.8 Landscape Component

1 of 20

Page 2: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Addendum No. 2 RFP No. 9118-18-5016 2

.9 Additional Consultant Design Work (Communications Engineering & Third-Party Playground Inspector)

.10 Phases of Work (Design Development Phase & Contract Document Phase)

.11 Demonstrated Project Experience (Mandatory Requirement M2: Demonstrated Child Care Centre Experience)

Note that the Mandatory Child Care experience requirement may be provided by an architect sub-consultant (if applicable).

The specific revisions are noted in bold in the items that follow.

3. REVISED Section 2.0 PURPOSE

3.1. Section 2.0 Purpose is revised to read as follows:

2.0 PURPOSE

The purpose of this Request for Proposal is to select a prime architectural consultant and sub-consultant team to provide full architectural services related to the design and construction of the new Western North York Community Centre, as required by the Capital Projects Unit of the Parks, Forestry and Recreation (PF&R) Division of the City of Toronto on behalf of the Recreation and Aquatics units of Parks, Forestry and Recreation, and the Children's Services Division of the City of Toronto.

The intention is for the new Western North York Community Centre building to be a Net Zero Energy Building (NZEB).

3.2. ADD new paragraph 2.36 to read as follows:

2.3.6 Ministry of Education Approval

The Vendor will be responsible for making application to the Ministry of Education for approval of the child care centre and working with the Ministry to gain approval.

3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows:

2.1 Construction Budget

The City’s range in budget for the construction value of this project (including both Recreation and Children's Services components) is between $33 million and $34 million. This budget may (or may not) be augmented by additional Net Zero Energy Building design incentive funding, if a grant or grants can be obtained. There are provincial and federal incentives available that will either fully or partially offset the incremental cost of moving from the Toronto Green Standard Tier 2 building standard to a net zero standard (see Net Zero Energy Building Design).

3.4. CHANGE section 2.6 Staff Work Group, first paragraph, to read as follows:

2.6 Staff Work Group

The Staff Work Group (composed of staff from PF&R Capital, PF&R Aquatics, PF&R Recreation, PF&R Facilities Management and Children's Services) will provide comment and direction on the design. Vendors are to allow for regular bi-weekly design meetings

2 of 20

Page 3: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Addendum No. 2 RFP No. 9118-18-5016 3

with the staff team during schematic, design development, and contract document phases.

4. REVISIONS - Section 3.1 Description of Work:

4.1. CHANGE Section 3.1. First paragraph to read as follows:

3.1 Description of Work

The scope of work for this RFP includes community consultation, schematic design, design development, contract documents, tender, and construction contract administration services (including warrantee period services) for the new Western North York Community Centre, as required by the Capital Projects Unit of the Parks, Forestry and Recreation (PF&R) Division of the City of Toronto on behalf of the Recreation and Aquatics units of Parks, Forestry and Recreation and the Children's Services Division of the City of Toronto.

4.2. CHANGE section 3.1.1 Program, first paragraph, to read as follows:

3.1.1 Program

The community centre will house three (3) main components, each of which will be operated by three (3) different stakeholder/operators:

.1 Recreation Component (Parks, Forestry & Recreation),

.2 Aquatics Component (Parks, Forestry & Recreation).

.3 Child Care Component (Third-Party Operator, or Children's Services)

4.3. CHANGE section 3.1.1 Program, third paragraph, to read as follows:

The new community centre is required to have an area of approximately 52,000 ft2 (net floor area) or 78,000 ft2 (gross floor area, estimated), inclusive of service spaces, mechanical penthouse and any underground services rooms (if included in the final scope of work).

4.4. ADD new section 3.1.1.3 Child Care Component Requirements to read as follows:

3.1.1.3 Child Care Component Requirements

The community centre includes an independently operated 62 space child care centre. The centre is owned by the City of Toronto and will either be run by a 3rd Party child care operator (chosen through an Expression of Interest process) or be operated by the City of Toronto (Children's Services Division).

Refer to the Program Summary document found in Appendix F for a complete listing of Child Care program spaces and net areas developed by Children's Services staff (Gail O'Donnell, Project Manager, Capital Projects, Children's Services).

Additional design requirements regarding some of the elements in the Child Care component (subject to final programming and detailed design):

3 of 20

Page 4: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Addendum No. 2 RFP No. 9118-18-5016 4

child care centre is expected to have a net area of approximately 547 m2 (5,889 ft2). The gross floor area mark-up should not exceed 40%. The program includes the following components:

o 5 Playrooms (1 Infant Playroom/Sleep Room, 2 Toddler, 2 Preschool)

o Children Support Space

o Administrative Support Space

o 3 Separate playgrounds (Infant, Toddler, Preschool) that are designed to meet program requirements for Infant, Toddler & Preschool outdoor play.

The design should comply with the Children's Services' Child Care Design & Technical Guidelines.

Child care centre must comply with Child Care Early Years Act (formerly Day Nurseries Act) and CSA standards.

Child care centre accommodates children less than 6 years of age and requires 62 child care spaces (10 infants, 20 toddlers, 32 preschoolers).

Child care centre should be on the ground floor, but may consider being split between the ground and second floor. Locating the child care centre above the ground floor however would require discussions with the Ministry of Education. Child Care Early Years Act (formerly Day Nurseries Act) mandates that the facility must be located on the second floor or lower.

If child care centre interior space and outdoor space are on different levels, then a dedicated elevator to accommodate triple strollers is required. The elevator would need to fit 9 people minimally. An adult sized stretcher may also be needed to reach a rooftop playground so a handicap lift will not suffice. Elevator needs to be monitored so phone connection is a must.

A separate entrance to child care centre is needed in order to accommodate hours of operation differing from other facility uses and in times of labour disruption.

Child care centre cannot be located on top of the pool as the chlorine permeates into child care centre space.

Outdoor space located on top of the pool is acceptable.

Rooftop playground will need 7 to 9 feet surround to meet Child Care Early Years Act (formerly Day Nurseries Act)

Individual service meters required (hydro, water).

While the number and size of the playrooms will not change, Children's Services may implement changes to fit-up to allow some of the rooms to be more flexible and to handle changes in age capacity – perhaps one of the Preschool Rooms actually takes some older Toddlers, etc. This will be refined prior to start of detailed design and will affect the fit out of the rooms rather than the footprint point of the rooms themselves.

To be included in the Child Care Centre scope of work (subject to final programming and detailed design):

o all interior millwork;

o design of three exterior playgrounds for three different age groups (infant, toddler & preschool).

4 of 20

Page 5: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Addendum No. 2 RFP No. 9118-18-5016 5

Furniture and toy selection is not part of the scope of work; kitchen appliance selection is included in the scope.

4.5. CHANGE section 3.1.4 Landscape Component, first paragraph, to read as follows:

3.1.4 Landscape Component

The scope of work includes hard and soft landscaping around the perimeter and the green roof of the new building. Landscape design will include, but is not limited to:

1. site grading, playground equipment, exterior lighting of pathways, exterior benches and site furniture, and hard landscaping, car parking lot, planting or sod, as the site allows.

2. a green roof is a requirement of the Green Development Standards and the Green Roof bylaw. The Vendor will design what will likely take the form of an "extensive" green roof (rather than an accessible, “intensive” green roof). (see section: "Green Roof" section elsewhere in this Scope of Work section).

3. in support of the site plan control application, the Vendor will provide a tree inventory and tree preservation plan including an Arborist/Tree Preservation Report for any site or street trees (see section: "Arborist/Tree Preservation Report" section elsewhere in this Scope of Work section).

4. Three (3) Child Care playgrounds (Infant, Toddler, Preschool) that are designed to meet program requirements for Infant, Toddler & Preschool outdoor play (exterior play area of 279 m2 (3,000 ft2)).

5. Two (2) Recreation playgrounds (designed for 2 different age groups).

4.6. CHANGE section 3.1.10 Additional Consultant Design Work Included, sentence 4, to read as follows:

4. Communications Engineering (Communications Service for voice, computer wired data service and computer wireless network);

.1 the City of Toronto's IT Division will provide network design etc. for Recreation/Aquatics;

.2 Consultant to include in their design the cabling and incoming telephone and data service for a separate 3rd Party child care operator (which will not be allowed to share the City's IT infrastructure);

.3 Consultant to show data/voice outlet locations on plans and do single line riser diagrams for conduit (the actual cabling will be done outside of the construction contract by the City of Toronto's contractor (Bell installers, through City of Toronto IT contract);

.4 Prepare dedicated Communications drawings (from the electrical drawings, but showing communication outlet and conduit locations only on plan) for the City to mark up (with the specific number of lines and data outlets required at each location) for issuance to the City's contracted cable installer as an RFQ (currently Bell), when the building is nearing completion and ready for cable installation. Include a schematic riser line

5 of 20

Page 6: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Addendum No. 2 RFP No. 9118-18-5016 6

drawing for communications conduit (from the electrical drawing set) that can be included along with the communications plans.

4.7. ADD to section 3.1.10 Additional Consultant Design Work Included, new sentence 6. Third-Party Playground Inspector, to read as follows:

6. Third-Party Playground Inspector:

.1 A third-party playground inspector is to be engaged by the Landscape sub-consultant to review the layout and details of all three dedicated child care centre playgrounds. A review will be done prior to tender so that all suggested changes are implemented into the specifications and drawings. Fee for this playground inspector is to be carried in the fee proposal.

4.8. ADD to section 3.2.4 Design Development Phase, new items 4 and 5, renumbering remaining items, to read as follows:

3.2.4 Design Development Phase

The Vendor will:

1. Prepare detailed design drawings based on the approved option and feedback resulting from the Schematic Design Phase. Design materials shall include:

a. Plans, elevations, sections, perspective(s) of the design; b. Outline specification; c. Summary of assemblies, materials and finishes; d. Summary of building structure and systems; e. Mechanical and Electrical design briefs; f. Provision of design, site landscaping and interior design services as

well as normally included services provided by a multi-disciplinary professional design team;

2. Apply for and secure all required approvals including those from authorities having jurisdiction under the City’s Site Plan Control process (Site Plan Approval). For information on the City of Toronto's Site Plan Control application requirements, see: http://www.toronto.ca/developing-toronto/pdf/guide_sectionD.pdf#section_d

3. Submit an application for a Pre-Application Applicable Law Review (PAL). The PAL Review is a detailed review of a proposal intended for a future building permit application to determine zoning compliance and confirm compliance with all other applicable law.

4. Apply for Preliminary Project Review (PPR). Note that the child care centre requires PPR approval prior to preliminary approval from the Ministry of Education Licensing Unit.

5. Apply for and secure pre‐approvals from both the City of Toronto Public Health & the Ministry of Education Child Care Quality Assurance & Licensing Branch prior to Building Permit issuance.

6 of 20

Page 7: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Addendum No. 2 RFP No. 9118-18-5016 7

6. Provide storm water management plan and report in design, where required;

7. Provide a Class "B" cost estimate prepared by the Vendor’s cost consultant, and confirm that costing is within the set construction budget;

8. Provide cost effective options for construction;

9. Attend and record all meetings as required, including but not limited to design meetings with the City project team and the Staff Work Group.

10. Present and defend the design development design at the Design Review Panel, subsequently making suggested refinements as directed by the Staff Work Group.

4.9. ADD to section 3.2.5 Contract Document Phase, new item 5, renumbering remaining items, to read as follows:

3.2.5 Contract Document Phase

The Vendor will undertake completion of working drawings and specifications in accordance with applicable codes and by laws, and provide drawings (AutoCAD and PDF) and specifications in digital format (MS Word and PDF), as well as three (3) bound copies for staff review. The Vendor will also act as the owner’s agent when obtaining and applying for all necessary approvals (including Building Permit) that may be required.

The Vendor will:

1. Review all drawings and specification ensuring compliance with all codes and by-laws;

2. Ensure drawings and specifications meet the requirements of FM Global, submitting for review and modifying as required by FM Global;

3. Ensure drawings and specifications meet the requirements of the City of Toronto's Barrier Free Design Guidelines;

4. Meet with the City of Toronto's Accessibility Committee to review drawings, and modify as required by the Accessibility Committee;

5. Ensure drawings and Child Care Early Years Act (CCEYA) Floor Plan review meet the requirements of City of Toronto Public Health and the Ministry of Education Child Care Quality Assurance & Licensing Branch.

6. Coordinate all drawings ensuring that the documents are coordinated between sub-consultants;

7. Ensure that interference with existing building elements are identified and addressed in the contract documents;

8. Apply for and secure all required approvals including but not limited to the building permit (permit fees will be paid by the City), where required;

9. Provide a Class 'A' (Pre-Tender) cost estimate prepared by the Vendor's cost consultant of the project at 50% and 90% contract document completion and adjust contract documents if required to suit the budget.

7 of 20

Page 8: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Addendum No. 2 RFP No. 9118-18-5016 8

5. REVISIONS - Section 4 Proposal Evaluation And Selection Process:

5.1. ADDITION to section 4.2 Selection Criteria, DEMONSTRATED PROJECT EXPERIENCE, new Mandatory Experience Requirement (b) to the table (attached), and adding definition of OBC to item (a), revising to read as follows:

REQUIRED PROPOSAL CONTENT SELECTION CRITERIA

DEMONSTRATED PROJECT EXPERIENCE: (Mandatory Experience Requirement – Pass or Fail)

► Submit on the designated form provided in the appendix (or equivalent), demonstrated successful completion (i.e. substantial completion of construction phase) of:

(a) one (1) Ontario Building Code (OBC) Class ‘A’ public indoor swimming pool project (new construction or the addition of a complete pool facility), either as a standalone pool or as a component within a public community centre, YMCA/YWCA, university, college etc.) in the last seven (7) years. An out–of-province pool meeting similar technical requirements would be acceptable, AND

(b) one (1) child care centre, licensed by the Authorities Having Jurisdiction (new construction or the addition of a complete child care centre to an existing building), either as a standalone child care centre or as a component within a public facility such as a community recreation centre, YMCA/YWCA, university, college, school etc.) in the last FIVE (5) years. (This experience requirement may be provided by an architect sub-consultant (if applicable)).

o demonstrated recognition fully meeting all stated requirements is required for a "pass";

o failure to meet all mandatory requirements earns a "fail"

6. REVISIONS - Section 5 Proposal Submission Requirements:

6.1. CHANGE section 5.2 Proposal Documentation and Delivery, section d), adding item (ii), and re-numbering the remaining items, to read as follows:

5.2 Proposal Documentation and Delivery

d) Should consist of one (1) original and four (4) photocopies of:

(i) Form 4a (Mandatory Requirement M1: Demonstrated Building Type Experience);

8 of 20

Page 9: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Addendum No. 2 RFP No. 9118-18-5016 9

(ii) Form 4b (Mandatory Requirement M2: Demonstrated Child Care Centre Experience);

(iii) Form 5 (Team Summary) (Mandatory);

(iv) Form 6(1) through 6(4) (Prime Consultant’s Experience With Similar or Related Projects in the Last 7 Years);

(v) Form 7 (Mechanical Sub-Consultant’s Experience with Indoor Pools in the Last 7 Years);

(vi) Form 8 (Electrical Sub-Consultant’s Experience with Indoor Pools or Community Centres in the Last 7 Years);

(vii) Form 9 (Demonstrated Recognition of Design Excellence).

Note: Forms 1 and 2 are provided in Appendix C; Forms 3 to 9 are provided in Appendix D. Required forms may be included as Appendices to the Proposal.

7. REVISIONS – Appendix D SUPPLEMENTARY SUBMISSION FORMS:

7.1. CHANGE FORM 4, MANDATORY REQUIREMENT M1 (DEMONSTRATED BUILDING TYPE EXPERIENCE), to FORM 4a (attached).

7.2. ADD FORM 4b, MANDATORY REQUIREMENT M2 (DEMONSTRATED CHILD CARE CENTRE EXPERIENCE), (attached).

8. REVISIONS – Appendix E PROPOSAL EVALUATION TABLE:

8.1. CHANGE APPENDIX E PROPOSAL EVALUATION TABLE (attached), MANDATORY REQUIREMENTS section, adding item M2 and adding definition of OBC to item M1, to read as follows:

Submit on the designated form provided in the appendix, demonstrated successful completion (i.e. substantial completion of construction phase) of: M1: DEMONSTRATED PROJECT EXPERIENCE: one (1) Ontario Building Code (OBC) Class ‘A’ public indoor swimming pool project (new construction or the addition of a complete pool facility), either as a standalone pool or as a component within a public community centre, YMCA/YWCA, university, college etc.) in the last seven (7) years. An out–of-province pool meeting similar technical requirements would be acceptable; AND M2: DEMONSTRATED CHILD CARE CENTRE EXPERIENCE: one (1) child care centre, licensed by the Authorities Having Jurisdiction (new construction or the addition of a complete child care centre to an existing building), either as a standalone child care centre or as a component within a public facility such as a community recreation centre, YMCA/YWCA, university, college, school etc.) in the last FIVE (5) years. (This experience requirement may be provided by an architect sub-consultant (if applicable)).

9 of 20

Page 10: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Addendum No. 2 RFP No. 9118-18-5016 10

9. REVISIONS – Appendix F PROJECT REFERENCE MATERIAL:

9.1. CHANGE APPENDIX F PROJECT REFERENCE MATERIAL, replacing the Program Summary with the revised Program Summary (attached).

All other terms and conditions remain unchanged.

Should you have any questions regarding this addendum, please contact Mike Voelker at [email protected].

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.

Yours truly,

Joanne Kehoe Manager, Construction Services Purchasing and Materials Management

10 of 20

Page 11: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

RFP 9118-18-5016

Western North York Community Centre Issued with Addendum No. 2

REQUIRED PROPOSAL CONTENT SELECTION CRITERIA

DEMONSTRATED PROJECT EXPERIENCE: (Mandatory Experience Requirement – Pass or Fail)

► Submit on the designated form provided in the appendix (or equivalent), demonstrated successful completion (i.e. substantial completion of construction phase) of:

(a) one (1) Ontario Building Code (OBC) Class ‘A’ public indoor swimming pool project (new construction or the addition of a complete pool facility), either as a standalone pool or as a component within a public community centre, YMCA/YWCA, university, college etc.) in the last seven (7) years. An out–of-province pool meeting similar technical requirements would be acceptable, AND

(b) one (1) child care centre, licensed by the Authorities Having Jurisdiction (new construction or the addition of a complete child care centre to an existing building), either as a standalone child care centre or as a component within a public facility such as a community recreation centre, YMCA/YWCA, university, college, school etc.) in the last FIVE (5) years. (This experience requirement may be provided by an architect sub-consultant (if applicable)).

o demonstrated recognition fully meeting all stated requirements is required for a "pass";

o failure to meet all mandatory requirements earns a "fail"

SUBSECTION 2 – PROPONENT PROFILE: (7.5 points)

► In your proposal (Subsection 2 – Proponent Profile) provide a profile of your firm.

o staff and organization to ensure ability to deliver the proposed project within the stated time period of the contract.

► demonstrate your firm's commitment to diversity by providing (or describing) your supplier diversity policy and your implementation of an active supplier diversity policy. This policy may demonstrate your firm's commitment to diversity by, but is not limited to:

Describing the Proponent's commitment to providing equitable access to subcontracting opportunities for diverse suppliers;

Describing the Proponent's commitment to a proactive employment diversity program, including providing the company-approved employee diversity policy;

or,

o Degree of commitment to providing equitable access to sub-contractors;

o Degree of commitment to a proactive employment diversity program;

o Company-approved employee diversity policy provided?

o "Diverse Supplier" certification from a City-endorsed Supplier Certification Organization provided?

11 of 20

Page 12: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

RFP 9118-18-5016

Western North York Community Centre Issued with Addendum No. 2

REQUIRED PROPOSAL CONTENT SELECTION CRITERIA

Obtaining diverse supplier certification from a City-endorsed Supplier Certification Organization.

IF APPLICABLE ONLY:

RATIONALE FOR A 2ND ARCHITECTURAL FIRM AS A SUB-CONSULTANT: (2.5 points)

(please note section 2 of Appendix A regarding consortiums and the requirement that there be a single Proponent (i.e. the City will not allow joint-ventures)

► In your proposal (Subsection 2 – Proponent Profile) include a written rationale for carrying the second architectural firm on this project, describing how they bring value to the City of Toronto on this project, how the two firms intend to work together, their planned responsibilities etc.

o Perceived value to the City of Toronto on this project;

o beneficial & cost effective division of responsibilities between firms

o A proposal with a single architectural firm receives full points automatically.

SUBSECTION 3 – EXPERIENCE & QUALIFICATIONS OF PROPONENT

PART A: SIMILAR PROJECTS: (35 points)

► In your proposal (Subsection 3 – Experience & Qualifications of the Proponent) submit evidence of experience with similar projects, and how the skills, experience and expertise of your staff team are appropriate for the project.

► Submit on the designated forms provided in the appendix (or equivalent), four (4) examples of completed (i.e. substantially completed) projects, similar or related (in type and magnitude) to the project envisioned in this RFP, completed in the last seven (7) years (please include photographs).

► Submit on the designated forms provided in the appendix (or equivalent), your mechanical sub-consultants' experience with indoor pool projects, completed in the last seven (7) years.

► Submit on the designated forms provided in the appendix (or equivalent), your electrical sub-consultants' experience with indoor pool or community centre projects, completed in the last seven (7) years.

o recent design experience similar or relevant to the project described in this RFP;

o design experience with Net Zero Energy Building design (or other sustainable design experience);

12 of 20

Page 13: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

RFP 9118-18-5016

Western North York Community Centre Issued with Addendum No. 2

REQUIRED PROPOSAL CONTENT SELECTION CRITERIA

PART B: DESIGN EXCELLENCE: (10 points)

► Provide information on projects (recognized by an award as specified below within the last seven (7) years that you wish considered as evidence of recognition of Design Excellence. Submit the particulars for projects (for a maximum of five projects) which were either:

A winner of an Ontario Association of Architects Award(s) for Architectural Excellence (Award of Excellence or Honourable Mention only), for a completed institutional building (an equivalent award by another provincial/state architectural association may be deemed equivalent – equivalency will be solely determined by the Selection Committee); or

A winner of a national architectural association award(s) for Architectural Excellence (Award of Excellence or Honourable Mention only), for a completed institutional building; or

A winner of a Toronto Urban Design Award(s) (or other similar Canadian/US/International city urban design award) for a completed public building ("Buildings in Context – Public" category).

o Number and nature of peer awards recognizing design excellence;

SUBSECTION 4 – PROPOSED STAFF TEAM & RESOURCES: (10 points)

► Submit on the designated form provided in the appendix (or equivalent), a list of the proposed prime and sub-consultant team.

► In your proposal (Subsection 4 – Proposed Staff Team and Resources), provide a written description of the architectural team and their strengths with respect to the proposed project (and criteria listed below), and provide resumes of the proposed:

1. Partner/Principle in charge,

2. Project Manager,

3. Design Architect, and

4. Contract Administrator

o Proven ability to work with multiple stakeholders, municipal staff and public bodies;

o Proven ability to work with community groups and to assimilate public input;

o Proven ability to exercise control of project schedule and budget;

o Proven leadership, facilitation, co-ordination experience;

o Proven experience with green building design (e.g. LEED certified building projects, Net Zero Energy Buildings strongly preferred)

13 of 20

Page 14: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

RFP 9118-18-5016

Western North York Community Centre Issued with Addendum No. 2

REQUIRED PROPOSAL CONTENT SELECTION CRITERIA

SUBSECTION 5 – ASSIGNMENT UNDERSTANDING: (5 points)

► In your proposal (Subsection 5 – Assignment Understanding) submit a written description of the assignment as you understand it along with your approach to meeting the stated objectives of the assignment.

o Understanding of project scope of work and time constraints;

o Approach to the project;

SUBSECTION 6 – WORK PLAN & DELIVERABLES: (5 points)

► In your proposal (Subsection 6 – Work plan and Deliverables) submit a Work plan indicating deliverables and a Gantt Chart Schedule.

o realistic, appropriate strategy; level of detail

SUBSECTION 8 – COST CONTROL: (0 points)

► In your proposal (Subsection 8 – Cost Control) submit a proposed methodology for your resource planning, cost estimation, cost budgeting, and cost control measures.

o (not scored)

SUBSECTION 7 – COST OF SERVICES: (25 points)

► Submit on the designated form provided in the appendix (or equivalent) (FORM 3) your proposed fee, broken down as specified.

o Fee Score = (lowest priced Proposal divided by price of Proposal) x 25.

4.3 Selection Process

The Selection Committee will score the Proposals using the APPENDIX E – PROPOSAL EVALUATION TABLE.

If the submission fails any mandatory requirements, the Proposal will be rejected.

Scoring of Technical (i.e. non-fee) Selection Criteria will be done first, and proposals not meeting a minimum threshold score of 70% (i.e. 70% of 75 points = 52.5 points) on the Technical Selection Criteria will not be considered further, regardless of fee score. This threshold may be revised at the sole discretion of the City, only in the event that no proposals meet the stated threshold.

The proposal that achieves the highest Total Score will be ranked first. In the event of a tie Total Score, the Proponent achieving the highest score for its Total Non-Fee Criteria Score will be ranked first overall.

14 of 20

Page 15: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Issued with Addendum No. 2

MANDATORY REQUIREMENT M1: FORM 4a

DEMONSTRATED BUILDING TYPE EXPERIENCE The information on this form must be provided by the prime consultant, using this form or their own similarly formatted and titled document. Failure to do so may result in the submission being declared informal.

Submit on the following form, demonstrated successful completion (i.e. substantial completion of construction phase) of:

(a) one (1) Ontario Building Code (OBC) Class ‘A’ public indoor swimming pool project (new construction or the addition of a complete pool facility), either as a standalone pool or as a component within a public community centre, YMCA/YWCA, university, college etc.) in the last seven (7) years. An out–of-province pool meeting similar technical requirements would be acceptable.

Project Name: .....................................................................................................................

Bldg. Type: .....................................................................................................................

Date Sub. Completed: ................................. Gross Floor Area: ............................................

Key staff involved: .....................................................................................................................

........................................................................................................................................................

Major components of project: ........................................................................................................................................................

........................................................................................................................................................

........................................................................................................................................................

Scope of your firm’s work: ........................................................................................................................................................

........................................................................................................................................................

........................................................................................................................................................

Contractor: ......................................................................................................................................

Construction Cost (Excl. fees, furniture, sundry):

Original Construction Budget $.............................

Tender Cost $.............................

Final Cost $.............................

Major reason for cost variation:

........................................................................................................................................................

........................................................................................................................................................

........................................................................................................................................................

Owner: ......................................................................................................................................

Contact: .................................................... email: ..................................................................

Fax No.: .................................................... Tel. No.: .............................................................

15 of 20

Page 16: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Issued with Addendum No. 2

MANDATORY REQUIREMENT M2: FORM 4b

DEMONSTRATED CHILD CARE CENTRE EXPERIENCE The information on this form must be provided by the prime consultant OR their architect sub-consultant (if applicable), using this form or their own similarly formatted and titled document. Failure to do so may result in the submission being declared informal.

Submit on the following form, demonstrated successful completion (i.e. substantial completion of construction phase) of:

(a) one (1) child care centre, licensed by the Authorities Having Jurisdiction, (new construction or the addition of a complete child care centre to an existing building), either as a standalone child care centre or as a component within a public facility such as a community recreation centre, YMCA/YWCA, university, college, school etc.) in the last FIVE (5) years.

Project Name: .....................................................................................................................

Bldg. Type: .....................................................................................................................

Date Sub. Completed: ................................. Gross Floor Area: ............................................

Key staff involved: .....................................................................................................................

........................................................................................................................................................

Major components of project: ........................................................................................................................................................

........................................................................................................................................................

........................................................................................................................................................

Scope of your firm’s work: ........................................................................................................................................................

........................................................................................................................................................

........................................................................................................................................................

Contractor: ......................................................................................................................................

Construction Cost (Excl. fees, furniture, sundry):

Original Construction Budget $.............................

Tender Cost $.............................

Final Cost $.............................

Major reason for cost variation:

........................................................................................................................................................

........................................................................................................................................................

........................................................................................................................................................

Owner: ......................................................................................................................................

Contact: .................................................... email: ..................................................................

Fax No.: .................................................... Tel. No.: .............................................................

16 of 20

Page 17: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Issued with Addendum No. 2

APPENDIX E PROPOSAL EVALUATION TABLE

Evaluation Criteria Max

PointsPoints

MANDATORY REQUIREMENTS:

Submit on the designated form provided in the appendix, demonstrated successful completion (i.e. substantial completion of construction phase) of:

M1: DEMONSTRATED PROJECT EXPERIENCE: one (1) Ontario Building Code (OBC) Class ‘A’ public indoor swimming pool project (new construction or the addition of a complete pool facility), either as a standalone pool or as a component within a public community centre, YMCA/YWCA, university, college etc.) in the last seven (7) years. An out–of-province pool meeting similar technical requirements would be acceptable; AND M2: DEMONSTRATED CHILD CARE CENTRE EXPERIENCE: one (1) child care centre, licensed by the Authorities Having Jurisdiction (new construction or the addition of a complete child care centre to an existing building), either as a standalone child care centre or as a component within a public facility such as a community recreation centre, YMCA/YWCA, university, college, school etc.) in the last FIVE (5) years. (This experience requirement may be provided by an architect sub-consultant (if applicable)).

PASS / FAIL

PASS / FAIL

TECHNICAL SELECTION CRITERIA:

Subsection 2 – PROPONENT PROFILE: 7.5

IF APPLICABLE ONLY: (A proposal with a single architectural firm receives full points automatically). RATIONALE FOR A 2ND ARCHITECTURAL FIRM AS A SUB-CONSULTANT:

(please note section 2 of Appendix A regarding consortiums and the requirement that there be a single proponent (i.e. the City will not allow joint-ventures)

2.5

Subsection 3 – EXPERIENCE & QUALIFICATIONS OF PROPONENT

PART A: SIMILAR PROJECTS: 35

PART B: DESIGN EXCELLENCE: 10

Subsection 4 – PROPOSED STAFF TEAM & RESOURCES: 10

Subsection 5 – ASSIGNMENT UNDERSTANDING: 5

Subsection 6 – WORK PLAN & DELIVERABLES: 5

SUBTOTAL (TECHNICAL) SCORE 75 (A)

***Proposals must meet a minimum threshold score of 70% on the Technical Selection Criteria (i.e. 70% of 75 points = 52.5 points) to be considered further.

FEE:

Subsection 7 – COST OF SERVICES: 25 (B)

TOTAL PROPOSAL SCORE This score is used to determine eligibility for

interview 100 (C)

17 of 20

Page 18: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Issued with Addendum No. 2

FOR FOUR (4) HIGHEST SCORING PROPOSALS SELECTED FOR INTERVIEW ONLY:

Interview Score 25 (D)

Subsection 7 – COST OF SERVICES (from item (B) above) 25 (B)

SUBTOTAL TECHNICAL SCORE, REDUCED WEIGHTING (= (A)/75 x 50) 50 (E)

TOTAL (PROPOSAL & INTERVIEW) SCORE 100 (F)

CRITERIA FOR EVALUATION SCORES

Each Item shall be scored using the 0 - 5 scale below. Points will be awarded by applying that score to the weighting factor which is represented by the Total Points Available

SCORING SYSTEM

0 – No Value: Fails to address the component.

1 – Poor: Minimally addresses the component, but one or more major considerations of the component are not addressed.

2 – Fair: The response addresses the component adequately, but minor considerations may not be addressed.

3 – Good: The response fully addresses the component and provides a good quality solution. Good degree of confidence in the Bidder's response or proposed solution met.

4 – Very Good: All considerations of the component are addressed with a high degree of confidence in the Bidder's response or proposed solution.

5 – Excellent: All considerations of the component are addressed with the highest degree of confidence in the Bidder's response or proposed solution. The response exceeds the requirements in providing a superior response or proposed solution.

18 of 20

Page 19: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Revised (Addendum 2):

Apr. 04, 2018

A. Aquatics (PF&R)Natatorium: 11,100

Lane Pool - 25m x 6 lane (with entry ramp) incl. in aboveLeisure Pool (with relaxation zone, entry ramp) incl. in abovePublic Viewing Gallery (on Deck) incl. in aboveDeck area (suitable for marshalling class participants etc.) incl. in above

Universal Change Room 1 1,700 Universal Change Room 2 1,700 Pool Supervisors Office 150 Aquatic Monitor Office & First Aid 300 Male Staff Change Room 125 Female Staff Change Room 125 Pool Storage 550 Maintenance/Chemical Storage 450 Sub Total 16,200

B. Gym and Fitness (PF&R)Double Gym 6,000 Mezzanine Running Track 3,800 Gym Storage 750 Gym Change Room - Female 750 Gym Change Room - Male 750 Gym Change Room - Family 400 Fitness Centre - Weights 2,000 Aerobics 1,500 Dance 1,100 Storage (Shared between Aerobics & Dance) 200 Sub Total 17,250

C. Multi-Purpose Space (PF&R)Multi-Purpose Room (sub-dividable) 2,000 Multi-Purpose Room Storage 400 Kitchen 500 Preschool Room (includes child WC) 1,000 Activity Room 1 800 Activity Room 2 800 Activity Room 3 800 Activity Room Storage (total for Activity Rooms 1,2 & 3 ) 600 Sub Total 6,900

D. Common & Administration AreasLobby 2,000

Control Welcome Centre incl. in abovePublic Washrooms - Ground Floor (separate M/F & BF Scooter WC) 820 Public Washrooms - 2nd Floor (separate M/F & BF Scooter WC) 820 Recreation Administration Office (open plan, with meeting room) 1,500 Custodian's Office 200 Sub Total 5,340

Western North York Community Centre - Program Summary (incl. Child Care Centre Component)

Parks, Forestry and RecreationJanie Romoff, General Manager

Parks Development & Capital Projects

Net Area (ft 2 )

Page 1 of 219 of 20

Page 20: Michael Pacholok Purchasing and Materials Management ... · 3.3. CHANGE section 2.5 Construction Budget, first paragraph, to read as follows: 2.1 Construction Budget . The City’s

Revised (Addendum 2):

Apr. 04, 2018Western North York Community Centre - Program Summary (incl. Child Care Centre Component)

Parks, Forestry and RecreationJanie Romoff, General Manager

Parks Development & Capital Projects

Net Area (ft 2 )

E. Child Care Centre (Children's Services)Office Space 144 Parent/Staff Resource Room 200 Meeting Room/Second Office 200 Laundry Room/Toy Washing Station 150 Kitchen 400 Staff Washrooms (2) - Both Barrier-Free 200 Stroller Storage Space (Centre & Parent) 240 Staff Room 250 Gross Motor Space 300 Front Lobby 100 Janitorial Room 25 Infant Sleeproom/Sleep Room (1) - for 10 children 850 Toddler Playrooms (2) - for 10 children per room = 20 children total 1,080 Preschool Playrooms (2) - for 16 children per room = 32 children total 1,600 Mechanical/Electrical Room 150 Sub Total 5,889

F. Service Areas (areas to be determined through design)Shipping and Receiving Area (indoor)Garbage & Recycling StorageJanitor's Closets at each floor (slop sink & eye wash station in each)Communications Closet(s)Electrical Room(s)LAN RoomSprinkler RoomMechanical Room(s)Elevator Machine RoomPool Equipment & Filtration Room(s)Sub Total

Total of Building (net, exclusive of Service Areas) 51,579 Assumed Gross Up 150%Total of Building (gross, inclusive of Service Areas) 77,369 (including any Basement or Penthouse Mechanical spaces)

G. Exterior Requirements PlaygroundRecreation (to suit different age groups) 2Child Care (separate playgrounds for infant, toddler & preschool) 3

F. Parking Requirements Drop-off ParkingRecreation & Aquatics Yes - shared yes**Children's Services Yes - shared 4 to 6**Note: Number of parking spaces is to be determined through the Parking Demand Study.

Notes:Dimensions and areas are approximate only. Program may change with detailed design.All spaces must be fully accessible and address a broad spectrum of special needs requirements to meet the City's Barrier-Free Guideline requirements.

A total of 3,000 ft2 of outdoor playground space is required, broken down as follows:• Infant (10 children at any one time) x 60 sq. ft minimum/child = 600 sq. ft. • Toddler (10 children at any one time) x 60 sq. ft minimum/child (based on DNA) = 600 sq. ft. • Preschoolers (16 children at any one time) x 60 sq. ft minimum/child (based on DNA) = 960 sq. ft • sheds (100 sq. ft. shed for each playground x 3 playgrounds) = 300 sq. ft. • Circulation = approx. 540 sq. ft.

(areas to be determined through design)

Page 2 of 220 of 20