+ All Categories
Home > Documents > Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020....

Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020....

Date post: 17-Sep-2020
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
34
Michael Pacholok, Director Purchasing and Materials Management Division City Hall, 18 th Floor, West Tower 100 Queen Street West Toronto, Ontario M5H 2N2 Joanne Kehoe Manager Construction Services October 21, 2016 Reply to: Michael Porcarelli Via Website Posting: 34 Pages Tel: (416) 338-5585 Addendum No. 1 Tender No. 312-2016 Re: Slab-On-Grade Replacement at Police Vehicle Service Garage Located at 18 Cranfield Road, Toronto. Closing Date: 12:00 P.M. Noon (Local Time), November 2, 2016 Please refer to the above Tender Call document in your possession and be advised of the following information: 1. Additional Information a.) Replace the drawings from the Tender document with the enclosed revised drawings issued in this addendum. - Drawings Cover Page: Dated October 20, 2016 (Enclosed 1 page) - Drawings S1: Dated October 20, 2016 (Enclosed 1 page) - Drawings S2: Dated October 20, 2016 (Enclosed 1 page) - Drawings S3: Dated October 20, 2016 (Enclosed 1 page) b.) Replace the following Specification sections from Tender document with the enclosed revised sections: a. 01 10 01 – General Requirements (Enclosed 14 pages) b. 01 21 00 – Allowances (Enclosed 4 pages) c. 02 41 13 – Selective Demolition (Enclosed 4 pages) 2. Revised Pricing Form Replace the following pricing pages from the tender document: - Pricing Form – Base Bid, pages 34 to 37 with the enclosed Revised Pricing Form - Base Bid, dated October 21, 2016, (4 pages enclosed). Continued on next page… 1 of 34
Transcript
Page 1: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

Michael Pacholok, Director

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

Joanne Kehoe Manager Construction Services

October 21, 2016 Reply to: Michael Porcarelli Via Website Posting: 34 Pages Tel: (416) 338-5585

Addendum No. 1

Tender No. 312-2016

Re: Slab-On-Grade Replacement at Police Vehicle Service Garage Located at

18 Cranfield Road, Toronto.

Closing Date: 12:00 P.M. Noon (Local Time), November 2, 2016 Please refer to the above Tender Call document in your possession and be advised of the following information: 1. Additional Information

a.) Replace the drawings from the Tender document with the enclosed revised drawings issued in this addendum.

- Drawings Cover Page: Dated October 20, 2016 (Enclosed 1 page) - Drawings S1: Dated October 20, 2016 (Enclosed 1 page) - Drawings S2: Dated October 20, 2016 (Enclosed 1 page) - Drawings S3: Dated October 20, 2016 (Enclosed 1 page)

b.) Replace the following Specification sections from Tender document with the enclosed revised sections:

a. 01 10 01 – General Requirements (Enclosed 14 pages) b. 01 21 00 – Allowances (Enclosed 4 pages) c. 02 41 13 – Selective Demolition (Enclosed 4 pages)

2. Revised Pricing Form

Replace the following pricing pages from the tender document:

- Pricing Form – Base Bid, pages 34 to 37 with the enclosed Revised Pricing Form - Base Bid, dated October 21, 2016, (4 pages enclosed).

Continued on next page…

1 of 34

Page 2: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

3. General Clarifications to Questions from Bidders

Q1. How the mechanical HVAC and electrical company can provide the quote for the item #2

of Section 3 without having the drawings Mechanical and electrical sub-contractors won’t attend the site visit.

A1. This scope of work has been amended in the attached documents Issued for Addendum No.

1. TPS has retained a mechanical contractor under a separate contract to replace the paint booths and perform the necessary mechanical and electrical system modifications. The successful bidder shall coordinate with TPS’ mechanical contractor to remove the paint booths and temporarily cap or modify the mechanical and electrical systems in advance of and as required to perform the slab-on-grade replacement in this area.

Q2. As per section 8/S3 new hot-dipped galvanized trench drain. Not specified manufacturer and model number. Can you provide this information?

A2. Refer to Section 22 01 00 – Floor Drainage.

Q3. As per Section 3 – Pricing form, item #9 Removal and replacement of two (2) existing overhead doors. Couldn’t find the specification, size on this. Can you provide us?

A3. This scope of work has been amended in the attached documents Issued for Addendum No.

1. This work will now be via an allowance, including requested modifications to the existing rough openings as requested by the Owner.

Q4. As per Section 1, 1.2 Work sequence Found that the work to be completed in 2 phases and 8 weeks in total. What is the start date and completion date?

A4. Project can begin as soon as all contractor and subcontractor clearances have been

received, shop drawings provided and reviewed and schedule has been approved by Toronto Police Services. We anticipate the tentative start date to be the week of November 14, 2016.

Q5. As per 1.6 Temporary Office and sheds. Do we require to establish a construction site

trailer for the office or existing space can be used for this purpose?

A5. A meeting room is available on site to host progress meetings only. The contractor is responsible to furnish a temporary office or secure storage containers in the laydown area designated by TPS, if otherwise required. Storage of equipment is also permitted within the work area.

Continued on next page…

2 of 34

Page 3: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

Q6. As per section 3/S3. Is this a new concrete ledge? If so what’s the size of new ledge?

A6. Refer to detail 3/S2.

Q7. As per section 8/S3 says existing granular below trench drain. Is there existing trench drain with sub grade?

A7. No.

Q8. Not clear with the working hours for the disruptive/noise making work?

A8. Noise generating work hours are from 3PM to 11PM Monday to Friday and 9AM to 5PM Saturday. Quiet work may be performed between 7AM to 7PM Monday to Friday and 9AM to 5PM Saturday.

Q9. I would like to ask you for some extra drawings on this project, because on those we have now there are no dimensions in plan and height of reinforced masonry wall as per section 2/S3. Please provide the height for this wall.

A9. The intent is to match the existing dimensions and layout of the masonry walls. Site

measurements of accessible visible items were instructed to be recorded during the pre-bid walkthrough on Wednesday, October 19, 2016.

Q10. Existing concrete slab-on-grade removal and concrete finishers should require to meet the fair wage policy, correct?

A10. All contractors working on City of Toronto projects are required to abide by the Fair Wage

Policy. Please refer to the following information in the tender document:

Section 1 – Tender Process terms and Conditions Item 6 – Fair Wage Policy, page 8

Section 2 – Information for Bidders Item 5 – Fair Wage Schedule Information, page 18

Section 7 – City Policies Item 2 – Chapter 67 Schedule A, – Fair Wage Policy, page 181

Continued on next page…

3 of 34

Page 4: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

Q11. Would you provide dimension for the floor plan, if not please provide the length of the

new trench drain and, the length and high of the new low masonry wall at the North Entrance

A11. The approximate length of the trench drain is 120 feet. The approximate area of the slab-

on-grade to be replaced is indicated on the Bid Form. Refer to the answer to Question 9. All other information regarding the call document is unchanged. All other terms and conditions remain the same. Should you have any questions regarding this addendum contact Michael Porcarelli, Corporate Buyer, at email [email protected]. Please attach this addendum to your Request for Tender document and be governed accordingly. Bidders must acknowledge receipt of all addenda on the space provided on the Tender Call Cover Page as per the Process Terms and Conditions, Section 1, Item 8 - Addenda, of the Tender Call document. All other aspects of the Tender remain the same.

Yours truly, Joanne Kehoe, Manager, Construction Services, Purchasing & Materials Management

4 of 34

Page 5: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement Section 01 10 01

RJC # TOR.015229.0003 GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1

OCTOBER 2016 Page 1

Read Jones Christoffersen Ltd.

1.0 GENERAL

1.1 DESCRIPTION OF WORK

.1 The Work includes, but is not necessarily limited to the following:

.1 Installation and maintenance of hoarding and site protection around each

phase of work as described in this Section.

.2 Coordination and performance of Utility Locates within and around the

work area.

.3 Coordination with TPS mechanical contractor for the removal of paint

booths, including temporary modification or capping of the HVAC,

electrical, mechanical and gas systems.

.4 Temporary relocation and reinstatement of work benches, furnishings,

equipment, etc. to a location suitable to the Owner

.5 Wholesale removal and disposal of the concrete slab-on-grade within the

Body Repair Area, except for within the paint storage room, as indicated on

the drawings.

.6 Proofrolling of the existing granular base material and localized removal

and replacement of unsuitable fill with new Granular ‘A’, compacted to

98% standard Proctor as directed by the Consultant.

.7 Installation of a new minimum 125 mm thick cast in place concrete slab-

on-grade sloped towards floor drains.

.8 Removal and reconstruction of the two (2) masonry block walls near the

north garage entrance, including repainting to match the existing colour

scheme.

.9 Removal of existing and installation of new embedded chain anchor pots as

indicated on the drawings.

.10 Installation of a new trench drain and a new grease interceptor connected to

the existing floor drainage system.

.11 Replacement of the existing floor drain.

.12 Reinstatement of line painting to match the existing layout.

.13 Flushing and cleaning of the floor drainage system to the Municipal system,

upon completion of the work.

5 of 34

Page 6: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

Section 01 10 01 18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement

GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1 RJC # TOR.015229.0003

Page 2 OCTOBER 2016

Read Jones Christoffersen Ltd.

.14 Replacement of two (2) overhead doors, frames, guiderails and motors, and

modification of the existing curtain wall system via the Overhead Door

Allowance.

.15 Replacement of the washroom sink and fixtures via the Renovation

Allowance.

.16 Final cleaning of the structure, building, columns, fixtures, piping, etc. and

the disposal of all waste products and/or debris generated by the

construction activity as well as any material present in the work area prior

to the commencement of the work. The areas requiring cleaning shall

consist of all areas affected by the work.

.17 Repair of all areas damaged by construction activity; specifically, the

contractor shall repar all damages resulting from the construction to the

satisfaction of the Consultant including repainting of damaged surfaces in

accordance with these specifications.

1.2 WORK SEQUENCE

.1 Contractor to confirm start date with Toronto Police Services and City of Toronto

and must obtain all required security clearances in advance of performing the work.

All work outlined in these specifications are to be complete in a construction

schedule of 8-weeks. The work is to be completed in two (2) phases, as per the

Contract Drawings.

.2 The Police Vehicle Service Garage area of work will be closed for the duration of

the contract. Access to areas outside of the designated work areas must be

maintained in accordance with phasing requirements.

.3 Time and all time limits stated within the Bid submittal and Contract Documents

are of the essence of the Contract. Contractor shall perform work expeditiously with

adequate forces to complete the Contract Work within the time specified.

1.3 SCHEDULE

.1 In conjunction with and in a form acceptable to the Consultant and the Owner,

provide within five (5) working days after contract award, a schedule indicating the

phasing and procedures required to complete the Work within the submitted

timeframe.

.2 The construction schedule shall reflect completion of all work under the Contract

within the specified time and in accordance with these specifications.

6 of 34

Page 7: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement Section 01 10 01

RJC # TOR.015229.0003 GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1

OCTOBER 2016 Page 3

Read Jones Christoffersen Ltd.

.3 The Contractor shall submit a revised schedule to the Consultant if, after

commencing the Work, the schedule fails to reflect actual progress or the

Contractor wishes to make a major change to their approach. The revised

construction schedule must be submitted in advance of beginning a revised

approach.

1.4 CONTRACTOR'S USE OF SITE

.1 The use of all equipment is to be restricted in accordance with noise by-laws.

Contractor has access to the work areas with quiet work proceeding around the

clock if desired.

.2 Noise or dust generating work is to be performed between 3:00 p.m. to 11:00 p.m.

Monday to Friday and 9:00 a.m. to 5:00 p.m. Saturdays. All other work shall be

performed from 7:00 a.m. and 7:00 p.m. Monday to Friday and 9:00 a.m. to 5:00

p.m. Saturdays. Work outside of these hours must be approved by the Owner.

.3 Coordinate all weekend work with TPS and the Owner a minimum of 48 hours in

advance.

.4 The Contractor has 24-hour access to site; however, the use of the premises will be

restricted due to user occupancy.

.5 The Contractor shall schedule their operation to minimize the interruption of the

normal use of the site and building and to comply with laws, ordinances, rules and

regulations relating to Work.

.6 The building is to remain open and operational through the Contract. It is the

Contractor's responsibility to ensure the building remains operational and that areas

outside those designated for closure remain available and safely accessible at all

times.

.7 Do not unreasonably encumber the Place of Work with materials or equipment.

Construction related debris shall not be permitted to accumulate on site where

visible to building users. Remove daily if necessary.

.8 Do not overload the structure.

.9 Do not close or obstruct or store materials in roadways, sidewalks or passageways

without prior approval from the Owner. Do not interfere with safe passage to and

from the building and adjacent public sidewalks and roads. Move stored products

or equipment that interferes with building operations.

.10 Take all precautions and provide all required protection to ensure the safety of the

general public.

7 of 34

Page 8: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

Section 01 10 01 18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement

GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1 RJC # TOR.015229.0003

Page 4 OCTOBER 2016

Read Jones Christoffersen Ltd.

.11 No storage of materials or equipment is allowed outside the designated work areas

without the Owner's approval.

.12 During transportation of materials or equipment through occupied areas, ensure the

public, property, and finishes are protected from damage. All damage caused by the

Contractor is to be repaired or rectified at the Contractor’s expense.

.13 Propane powered equipment not permitted within interior areas.

.14 Arrange all construction access into occupied areas with the Owner to allow the

Owner to provide proper notice, where required.

.15 Maintain work areas and the vicinity clean and tidy to the satisfaction of the Owner

and Consultant.

.16 The Contractor is to obtain and pay for all permits required for completion of the

Work, excluding the Building Permit. Do not start construction until the Building

Permit has been issued. Provide copies of all other permits to the Consultant and

post on site where required.

1.5 TEMPORARY LIGHTING

.1 Provide and maintain temporary lighting as required for safe demolition and

working conditions per Workers’ Compensation Board of Ontario regulations.

1.6 TEMPORARY FIELD OFFICES AND SHEDS

.1 Provide or construct work sheds for storage of tools, equipment and materials,

which may be damaged by weather within the work area indicated.

.2 Provide and maintain a field office for the Contractor’s personnel that is equipped

with lights, power, and tables for drawing examinations.

.3 Maintain sheds in a clean and orderly condition to the Consultant’s satisfaction.

.4 Provide suitable hardware and locks on doors to sheds to reasonably secure them

and keep locked when unsupervised.

.5 Field sheds shall be weather tight and have floors elevated above grade.

.6 Relocate sheds as required by the progress of the Work. Remove sheds from the

Site when directed or when they are no longer required.

8 of 34

Page 9: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement Section 01 10 01

RJC # TOR.015229.0003 GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1

OCTOBER 2016 Page 5

Read Jones Christoffersen Ltd.

1.7 TEMPORARY HEATING AND VENTILATION

.1 Provide and maintain supplementary heating as required to maintain sufficient

application and curing temperatures.

.2 Provide and maintain supplementary ventilation as required. Ventilation

requirements shall conform to Ontario Occupational Health and Safety Standards.

Do not modify the base building systems without the coordination and approval of

the Owner.

.3 Temporary heating and ventilation used during construction -- including the cost of

installation, fuel, operation, maintenance and removal of equipment -- shall be paid

for by the Contractor. The use of direct-fired heaters discharging waste products

into enclosed work areas will not be permitted.

1.8 ELECTRICAL POWER

.1 Discuss available power with the Owner prior to bidding. Existing 110V power

outlets may be used for small hand tools. No other power is available without prior

written approval from the Owner. Alternatively, the Contractor may pay for

alterations to the electrical system that are required to accommodate the

Contractor's equipment. Co-ordinate alterations with the Owner and reinstate the

system to the Owner's satisfaction upon completion.

.2 Power consumption will be paid for by the Owner.

1.9 WATER SUPPLY

.1 The Contractor shall pay for the cost of any connections or alterations that they

require to perform the Work. Reinstate the system to the Owner's satisfaction upon

completion of the Work.

.2 Water consumption will be paid for by the Owner.

1.10 SANITARY FACILITIES

.1 Provide portable washrooms at the time of initial mobilization and maintain

throughout the course of work where washroom facilities for the Contractor’s use

are not available on site. Locate where agreeable to the Owner.

.2 Provide temporary hand washing facilities for public use during washroom

renovation as part of the base bid price.

9 of 34

Page 10: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

Section 01 10 01 18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement

GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1 RJC # TOR.015229.0003

Page 6 OCTOBER 2016

Read Jones Christoffersen Ltd.

1.11 TRAFFIC CONTROL AND SIGNAGE

.1 Provide all required signage necessary to protect the public from the construction

and work area, control pedestrian and/ or vehicular traffic flow, and to inform users

that construction activity is in progress as indicated in the Contract Drawings.

Signage is to be of a professional quality to the Consultant’s satisfaction.

.2 The Contractor is to provide flagmen and/ or traffic control lights as necessary to

maintain safe traffic flow through the work areas.

1.12 PROTECTION OF WORK AND PROPERTY

.1 The Contractor shall take all reasonable precautions necessary to protect the Work

and property from damage during performance of the Contract, and shall make

good any damage to the Work or property caused by the Contractor or any of its

Subcontractors.

.2 Ensure all property is protected from dust and damage. Interior areas that require

access outside of working hours are to be cleaned at the end of each work shift to

provide a functional environment for the user.

.3 Dust, dirt, construction debris, water and fumes from the Work must be contained

so as not to affect areas that are to remain in operation outside of the designated

work areas. Resulting damage caused by contamination is the responsibility of the

Contractor.

.4 The Contractor is responsible for any damage to all property, mechanical

equipment, motors, elevator equipment, fixtures, air intakes, etc., resulting from

dust contamination from the Work.

.5 The Contractor shall completely enclose and ventilate the work areas (fresh air in

and exhaust out) without allowing any dust to escape from the work area. The

exhaust system must filter the dust out of the air before it is released into the

atmosphere. All exhaust systems must be filtered and directed to the outside

through ducting, which is to be installed in a manner acceptable to the Owner and

Consultant. Filters are to be cleaned and replaced regularly.

.6 Protection shall be provided for all entrance and exit-ways, floors, walls and all

standing fixtures, air intakes and equipment rooms.

.7 Contractor shall patch and repair all finishes or painted surfaces damaged during

the course of the Work. This includes surfaces damaged by tape, fasteners, or

similar materials during hoarding and protection.

.8 Contractor shall not keep secure doors open for extended periods without the

Owner’s permission. Any resulting damage caused to building finishes or

10 of 34

Page 11: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement Section 01 10 01

RJC # TOR.015229.0003 GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1

OCTOBER 2016 Page 7

Read Jones Christoffersen Ltd.

equipment, and any resulting property losses due to compromised building security,

shall be the responsibility of the Contractor.

1.13 CONSTRUCTION BARRIERS AND ENCLOSURES

.1 All work areas are to be completely enclosed by hoarding and dust protection and only

accessible to the Contractor, the Owner and the Consultant.

.2 Contractor shall supply and construct hoarding, barriers and enclosures as indicated

in these specifications, on the drawings, and as directed by the Consultant or Owner

as the construction progresses.

.3 No extras shall be entertained for hoarding, barriers and enclosures after tenders close

unless the scope of work is significantly changed.

.4 The following types of enclosures/ hoarding systems will be required for this

construction project:

.1 Half Height Hoarding With Dust Protection System

This system consists of 3/4 inch plywood supported by 2” x 4” construction

grade studs at maximum 4’-0” c.c. to a height of 4’-0” above slab surface.

Poly-weave tarping is to enclose the remaining height of the hoarding (to slab

soffit) and is to be carried down to the floor between the plywood and the

studs. The poly-weave tarping is to be wrapped over and under the hoarding

to create a dust tight enclosure. The studs are to be full height (surface to

soffit) with continuous bottom plates and 2 top plates (one at the top of

plywood and one at the top of studs). System is to be wedged tight to slab

soffit/roof structure. Poly-weave tarping is to be fastened to wood studs, and

both top plates in a frame like fashion. Above the plywood, the poly-weave

tarping is to be sandwiched between the 2” x 4” wood members of the

hoarding and 2” x 1” wood strapping which is nailed to studs at 16” centres

after poly-weave tarping is set in place.

.1 This system shall be supplied around all work areas subjected to or

adjacent to traffic flow.

.5 All seams in poly-weave tarping are to be taped together to provide dust tight

enclosure.

.6 Anchor holes are to be repaired after construction hoarding has been removed.

Contractor to repair all finishes and painted surfaces damaged by fastening materials

used as part of the hoarding and protection systems.

.7 Simple barriers required to control traffic (i.e., not enclosing work areas) are to consist

of 2 x 4 studs at maximum 8’-0” centres with nylon webbing (4’- 0” high snow fence)

11 of 34

Page 12: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

Section 01 10 01 18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement

GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1 RJC # TOR.015229.0003

Page 8 OCTOBER 2016

Read Jones Christoffersen Ltd.

between each screw jack. Studs are to be ballasted or fastened to the slab surface, and

nylon webbing is to be securely fastened to all studs. Directional signs are required.

.8 Restrict access for unauthorized personnel by placing barricades or posting guards

around areas of the Work. Unauthorized personnel shall mean the public and anyone

not directly concerned with the execution, supervision or inspection.

1.14 PROTECTION OF EXISTING EXPOSED FACILITIES / SERVICES

.1 The Contractor shall make allowance in the price to cover all costs of temporary

removal and replacement and/or relocation of existing electrical wiring and

hardware required for completion of the Work.

.2 All exposed conduit, fixtures, attached devices, wet sprinkler fire system plumbing,

mechanical system components, louvers and ducts are to be protected or Contractor

to correct damages at their own expense. Contractor to promptly report any damage

to the Owner and the Consultant.

.3 Prior to commencing the Work, contact the Owner to locate all protective or alarm

systems and sensors. All services shall be protected against damage or interruption.

Provide Owner with 48 hours minimum advance notice of any necessary

interruption. All claims resulting from damage shall be the responsibility of the

Contractor. The Contractor shall retain the services of the existing fire alarm service

Contractor.

1.15 WALK-THROUGH INSPECTION OF SITE

.1 The Contractor is to perform a thorough inspection of the site prior to the start of

Work, and provide a written notice to the Consultant detailing all damaged property

as well as all items that appear to be of poor working order or appearance (i.e. sign

fixtures, dirt, etc.).

.2 Upon receiving this notice, the Consultant and the Owner will verify the validity of

the items listed.

.3 If written notice is not given within five (5) days of commencement of Work, it will

be assumed that the Contractor has reviewed the site and has accepted the condition

of the property as being free of damage.

.4 Any damages not listed as part of the written notice of clause 1.15.1 above, found

after the completion of the Work will be the sole responsibility of the Contractor to

rectify. These rectifications shall be completed in a timely and satisfactory manner.

1.16 THE WORK, WORK IN PROGRESS, PROPERTY AND PERSONS

.1 Protect the Work during construction from damage by weather.

12 of 34

Page 13: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement Section 01 10 01

RJC # TOR.015229.0003 GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1

OCTOBER 2016 Page 9

Read Jones Christoffersen Ltd.

.2 Provide protection as required to protect work in progress and other property from

damage and to provide suitable conditions for the progress of finishing work.

.3 Take reasonable and required measures, including those required by authorities

having jurisdiction, to protect the public and those employed on the Work from

bodily harm.

.4 Comply with requirements of The Occupational Health and Safety and Regulations

for Construction Projects.

.5 The Contractor shall be prepared to provide respirators, dust protection, ear

protection, hard hats, etc. for those employed by the Consultant and Owner at the

Site.

.6 Direct all Subcontractors to protect their own work, existing property, adjacent

public and private property and work of other Sections from damage while working.

1.17 LOCATION OF EXISTING UTILITIES

.1 The contractor shall be responsible for arranging for the location of all existing

utilities prior to construction and protection of it during construction.

1.18 WORK SITE SAFETY – CONTRACTOR IS “PRIME CONTRACTOR”

.1 The Contractor shall, for the purposes of the Occupational Health and Safety Act,

and for the duration of the Work and Contract:

.1 Be designated as “Prime Contractor” pertaining to safety at the “Work site”.

.2 Do everything that is reasonably practicable to establish and maintain a

system or process that will ensure compliance with the Act and its

regulations, as required to ensure the health and safety of all persons at the

“Work site”.

.2 The Contractor shall direct all subcontractors, workers and any other persons at the

“Work site” on safety related matters, to the extent required to fulfill its “Prime

Contractor” responsibilities pursuant to the Act.

13 of 34

Page 14: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

Section 01 10 01 18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement

GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1 RJC # TOR.015229.0003

Page 10 OCTOBER 2016

Read Jones Christoffersen Ltd.

1.19 MATERIAL AND EQUIPMENT

.1 Unless otherwise specified, Contractor shall provide, maintain and pay for all

materials, tools, machinery, equipment, temporary facilities, controls and

conveniences necessary for execution of the Work. All materials shall be new, of

merchantable quality, and suitable for the intended purpose.

.2 Unless otherwise specified, comply with Manufacturer’s latest printed instructions

for materials and installation methods. Notify the Consultant in writing of any

conflict between the Contract Documents and Manufacturer’s instructions.

Deliver, store and maintain packaged materials with Manufacturer’s seals and

labels intact.

1.20 COORDINATION

.1 The Contractor is responsible for coordination of trades. Lines of demarcation

between Contractor’s work and trades’ work are solely the responsibility of the

Contractor. The Consultant assumes no responsibility for division of the Work or

for any jurisdiction regarding such division.

.2 Contractor is responsible for coordination with the Owner of all on-site activity as

it affects the operation of the building.

.3 The Contractor is to notify the Consultant at least 24 hours in advance for site

review. No work shall be covered or concealed until the Consultant has reviewed

it, unless they have informed the Contractor that a site review will not be performed.

Such review does not absolve the Contractor from their responsibility to perform

the Work in accordance with the contract documents.

1.21 WASTE REMOVAL AND CLEANING

.1 The Contractor shall maintain the Place of the Work free from unsightly or

hazardous accumulations of waste materials and rubbish, and shall perform all

required cleaning during the Work.

.2 All wastes, which create hazardous conditions, must be removed from the premises

daily.

.3 Disposal of all waste products to be performed in strict accordance with the product

Manufacturer’s Material Safety Data Sheet, and in accordance with the provincial

Waste Control Regulations. Drainage systems shall not be used to dispose of

Project wastes and materials.

.4 Ensure all moisture sensitive equipment (i.e. exposed electrical and mechanical

systems, etc.) are removed or protected against moisture infiltration during washing

and dust-generating activities.

14 of 34

Page 15: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement Section 01 10 01

RJC # TOR.015229.0003 GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1

OCTOBER 2016 Page 11

Read Jones Christoffersen Ltd.

.5 Remove all construction-related grease, dust, dirt, stains, labels, fingerprints, over-

spray and other foreign materials immediately prior to the Consultant’s final

review. Return all adjacent areas, equipment, duct work, etc. to the Owner in a dust-

free condition. Leave site in a neat and tidy condition at completion of the Work.

.6 Flush and clean the floor drainage system to the municipal line upon completion of

the work. Provide CCTV camera inspection footage if requested.

1.22 SUPERINTENDENCE

.1 The Contractor shall provide a full time on-site Superintendent that is responsible

for the quality, control, organization, and coordination of all phases of the Work.

The Superintendent shall be in attendance at all site meetings.

.2 Superintendence shall be satisfactory to the Owner and the Consultant.

.3 Superintendence shall be deemed unsatisfactory and changes or additions to

superintendence can be demanded by the Owner or Consultant when control,

organization, or coordination of the Work is not adequate, the quality of the Work

does not meet the Contract Document requirements, directions given in accordance

with the Contract Documents are not followed, or progress is behind schedule.

1.23 ADMINISTRATION OF PROJECT MEETINGS

.1 The Consultant shall preside at meetings.

.1 A representative of the Consultant shall record the minutes, include

significant proceedings and decisions, and identify "action by" parties.

.2 The Consultant shall reproduce and distribute copies of minutes to meeting

participants, to affected parties not in attendance, to the Owner and

Consultant.

.2 The Consultant shall schedule and administer project meetings.

.1 Prepare agenda for meetings.

.2 Distribute written notice of each unscheduled meeting three (3) days in

advance of meeting date to Contractor, Owner, and relevant Subcontractors.

.3 The Contractor shall provide physical space and make arrangements for meetings

on site.

.4 Representatives of Contractor, Subcontractors and suppliers attending meetings

shall be qualified and authorized to act on behalf of the party each represents.

15 of 34

Page 16: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

Section 01 10 01 18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement

GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1 RJC # TOR.015229.0003

Page 12 OCTOBER 2016

Read Jones Christoffersen Ltd.

1.24 PRE-CONSTRUCTION MEETING

.1 Within five (5) days after award of Contract, the Consultant, or Contractor shall

request a meeting of parties in contract to discuss and resolve administrative

procedures and responsibilities.

.2 Senior representatives of the Owner, Consultant, Contractor, major Subcontractors,

and field inspectors will be in attendance.

.3 The Consultant shall establish a time and location of meeting and notify parties

concerned five (5) days before meeting.

.4 The Consultant shall incorporate mutually agreed variations to Contract Documents

into Agreement, prior to sending the agreement to the parties for signing.

.5 Agenda to include the following:

.1 Appointment of official representative of participants in the Work.

.2 Schedule of Work, progress scheduling.

.3 Shop drawings and schedule of shop drawing submissions.

.4 Requirements of temporary facilities, site signage, hoarding, dust protection,

offices, storage sheds, utilities, fences.

.5 Delivery schedule of critical equipment.

.6 Site security.

.7 Contemplated change orders, change orders, procedures, approvals required,

mark-up percentages permitted, time extensions, overtime, administrative

requirements (GC).

.8 Take-over procedures, acceptance, warranties.

.9 Monthly progress claims, administrative procedures, holdbacks (GC).

.10 Appointment of inspection and testing agencies or firms.

.11 Insurances, transcript of policies (GC).

1.25 PROGRESS MEETING

16 of 34

Page 17: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement Section 01 10 01

RJC # TOR.015229.0003 GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1

OCTOBER 2016 Page 13

Read Jones Christoffersen Ltd.

.1 During course of Work the Consultant or the Contractor shall schedule progress

meetings every two weeks. Further progress meetings may be scheduled by the

Consultant, Contractor, or Owner as required to expedite the Work.

.2 The Consultant, Contractor, major Subcontractors involved in the Work, and Owner

when required, are to be in attendance.

.3 The CONSULTANT shall notify parties minimum three (3) days prior to scheduled

meetings of any changes to time or place.

.4 Agenda to include the following:

.1 Review, approval of minutes of previous meeting.

.2 Review of Work progress since previous meeting.

.3 Field observations, problems which impede construction schedule, conflicts.

.4 Progress, schedule, during succeeding work period.

.5 Corrective measures and procedures to regain projected schedule.

.6 Revisions to construction schedule.

.7 Review of off-site fabrication delivery schedules.

.8 Review submittal schedules; expedite as required.

.9 Maintenance of quality standards.

.10 Pending changes and substitutions, Notices of Proposed Change, Change

Orders.

.11 Review proposed changes for effect on construction schedule and on

completion date.

.12 Other business.

2.0 PRODUCTS

Not applicable.

3.0 EXECUTION

17 of 34

Page 18: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

Section 01 10 01 18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement

GENERAL REQUIREMENTS – ISSUED FOR ADD. NO. 1 RJC # TOR.015229.0003

Page 14 OCTOBER 2016

Read Jones Christoffersen Ltd.

Not applicable.

END OF SECTION

18 of 34

Page 19: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 2 – EXISTING CONDITIONS

18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement Section 02 41 13

RJC # TOR.015229.0003 SELECTIVE DEMOLITION – ISSUED FOR ADD. NO. 1

OCTOBER 2016 Page 1

Read Jones Christoffersen Ltd.

1.0 GENERAL

1.1 WORK INCLUDED

.1 Installation of hoarding/dust protection around the Work as indicated on phasing

drawings as per section 01 10 01 – General Requirements.

.2 Provide all labour, material, equipment and supervision required to remove and

dispose of all material and debris resulting from the following:

1. Temporary removal of all work benches, furnishings, equipment, etc. to a

location suitable to the Owner to be later reinstated.

2. The removal of the existing concrete slab-on-grade, as indicated on the

Drawings.

3. The removal of the anchor chain pots embedded in the existing slab-on-

grade.

4. The removal of the two (2) half-height masonry block walls near the north

entrance within the area of work.

5. The removal of existing granular base material not suitable for reuse, as

directed by the Consultant.

6. The modification of the existing floor drainage system.

7. Removal of two (2) existing overhead doors, frames, guiderails and motors

and modification of the existing curtain system to enlarge the rough opening

of the overhead door.

8. Removal of the existing washroom sink and fixtures.

1.2 RELATED SECTIONS

.1 Section 01 10 01: General Requirements

.2 Section 03 01 32: Concrete Removal - Percussive Methods

.3 Section 26 01 00: General Electrical Requirements

2.0 PRODUCTS

Not applicable.

19 of 34

Page 20: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 2 - EXISTING CONDITIONS

Section 02 41 13 18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement

SELECTIVE DEMOLITION – ISSUED FOR ADD. NO. 1 RJC # TOR.015229.0003

Page 2 OCTOBER 2016

Read Jones Christoffersen Ltd.

3.0 EXECUTION

3.1 INSPECTION

.1 Visit and examine the site and note all characteristics and features affecting the

Work of this Section.

.2 Ensure all services, whether buried; built-in or exposed are properly identified as

to position, type of service, size, direction of flow.

.3 Inspect materials, equipment, components to be re-used or turned over to the

Owner. Note their condition and advise the Consultant in writing of any defects or

conditions which would affect their removal and re-use.

3.2 PREPARATION

.1 Prevent movement, settlement or damage of elements of the existing building

which are to remain. Provide bracing, shoring and supports as required. Protect

existing surfaces not to be restored from damage during concrete removal

procedures.

.2 Cut and/or cap existing services within the work area, if any, prior to start of Work

as required, but do not affect the services of areas not under construction or essential

to the ongoing operation of the building.

.3 In all cases, exercise all reasonable care during removal operations to avoid

damaging items to be salvaged, re-used, or items that are not part of the Scope of

Work.

.4 Seal off all work areas to prevent dust and debris from affecting other areas outside

of work area. Prevent public access to areas being repaired.

.5 Tape and/ or seal and provide protection to all mechanical and electrical services

and all fire alarm and security devices still functioning adjacent to the work areas

to prevent damage resulting from dust, water, or impact.

.6 Cover floor drains as required to prevent concrete, abrasive blasting debris or any

other material from entering the drains. Ensure that all drains continue to operate

as required during construction.

.7 Remove or protect in place all surface mounted or permanent fixtures not to be

demolished from damage during demolition procedure.

.8 Apply filter cloth to all exhaust and ventilation vents within work area to prevent

dust generated by the construction activity from escaping.

20 of 34

Page 21: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 2 – EXISTING CONDITIONS

18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement Section 02 41 13

RJC # TOR.015229.0003 SELECTIVE DEMOLITION – ISSUED FOR ADD. NO. 1

OCTOBER 2016 Page 3

Read Jones Christoffersen Ltd.

.1 Contractor shall clean, or replace filter cloth if the filter cloth becomes

unsuitably dirty as determined by Consultant.

.9 Provide temporary lighting and ventilation as required to work areas. Owner shall

provide 110 volt, 220 amp. service to work area for Contractor’s use.

3.3 DEMOLITION

.1 Remove and dispose of material and debris resulting from the temporary removal

and relocation of the work benches, furnishings, equipment, etc.

.2 Remove and dispose of material and debris resulting from the removal of the

concrete slab-on-grade.

.3 Remove and dispose of material and debris resulting from the removal of the anchor

chain pots embedded in the existing slab-on-grade.

.4 Remove and dispose of material and debris resulting from the removal of the two

(2) half-height masonry block walls near the north entrance within the area of work

.5 Remove and dispose of material and debris resulting from the removal of existing

granular base material not suitable for reuse, as directed by the Consultant.

.6 Remove and dispose of material and debris resulting from the modification of the

existing floor drainage system.

.7 Remove and dispose of material and debris resuting from the removal of two (2)

existing overhead doors, frames, guiderails and motors and modification of the

existing curtain wall system to enlarge the rough opening of the overhead door.

.8 Remove and dispose of amterial and debris resulting from the removal of the

existing washroom sink and fixtures.

.9 The concrete slabs are to be demolished shall be removed by sawcutting techniques.

.10 Jack hammer demolition of concrete shall be restricted to those areas where existing

slab reinforcement is to be preserved intact and at locations adjacent to vertical

surfaces where saw cut cannot reach, or where undercutting is required.

.1 Jackhammer size is specified in Section 03 01 32.

.11 Demolition procedures and equipment shall meet all applicable noise-control by-

laws and regulations of the location of the work.

21 of 34

Page 22: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 2 - EXISTING CONDITIONS

Section 02 41 13 18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement

SELECTIVE DEMOLITION – ISSUED FOR ADD. NO. 1 RJC # TOR.015229.0003

Page 4 OCTOBER 2016

Read Jones Christoffersen Ltd.

.12 The Contractor is to take care not to damage the surface of sound concrete which

is to remain through his removal operation. Where any such damage is done to

sound material, it is to be repaired by the Contractor at his own expense to the

approval of the Consultant.

.13 Where new concrete is to be applied to existing concrete, the surface is to be left

clean and sound.

.14 All required re-painting due to damage, overspray, etc. is the Contractor’s

responsibility.

.15 At end of each day’s work, leave work in safe condition so that no part is in danger

of causing injury or damage.

3.4 WASTE DISPOSAL

.1 Disposal of waste products and material is to be in strict accordance with the

product manufacturer’s material safety data sheets and in accordance with the

governing waste control regulations.

.2 The existing drainage system is not to be used to dispose of project wastes and / or

materials

.3 Store volatile wastes or material in covered metal containers. All wastes which

create hazardous conditions must be removed from the premises daily.

END OF SECTION

22 of 34

Page 23: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement Section 01 21 00

RJC # TOR.015229.0003 ALLOWANCES – ISSUED FOR ADD. NO. 1

OCTOBER 2016 Page 1

Read Jones Christoffersen Ltd.

1.0 GENERAL

1.1 SECTION INCLUDES

.1 Cash Allowances

.2 Contingency Allowances

.3 Determination of Actual Costs

.4 Adjustment of Contract Price

1.2 ALLOWANCES

.1 Allowances include for the following:

.1 Supply and Install Product

.2 Inspection and Testing

.2 Unless otherwise specified, amounts for each allowance includes:

.1 Actual product cost

.2 Applicable taxes and tariffs

.3 Freight, handling, unloading, and storage

.4 Contractor services

.5 Labour for installation and finishing

.6 Construction machinery and equipment

.7 Authorized expenditures

.3 Value Added Taxes do not form a part of the allowances.

.4 Contractor’s overhead and profit to be as describe in Clauses 1.4 to 1.7 below and

the Supplementary Conditions.

.5 Contractor will provide the Owner with at least three (3) competitive prices for

work of each allowance. The Owner shall determine actual costs as specified in

Paragraph 8.

.6 Additional expenditures not identified as part of the allowances will be submitted

for review by the Owner and where deemed applicable authorized in writing by the

Owner.

.7 Notification in writing by the Owner, is required prior to the Contractor executing

work outlined under each allowance.

23 of 34

Page 24: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

Section 01 21 00 18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement

ALLOWANCES – ISSUED FOR ADD. NO. 1 RJC # TOR.015229.0003

Page 2 OCTOBER 2016

Read Jones Christoffersen Ltd.

.8 The Owner will provide the Contractor with applicable documentation, equipment,

and products within the time specified, or where such time is not specified, in

sufficient time to permit the construction schedule to be maintained.

1.3 CASH ALLOWANCE – WASHROOM RENOVATION

.1 Include in Stipulated Sum, a cash allowance of $10,000.00 for removal and

replacement of washroom sink and fixtures.

.2 Confirm with the Owner location, type and size of new sink and fixtures.

.3 Provide up to 3 options, including submittals per Section 01 33 00 – Submittals for

review, if requested.

.4 The quoted price shall include overhead and profit per the Supplementary

Conditions.

.5 The quoted price shall not include temporary hand washing facilities, to maintain

regular operation of the washroom facilities.

1.4 CASH ALLOWANCE – WASHROOM RENOVATION

.1 Include in Stipulated Sum, a cash allowance of $25,000.00 for removal and

replacement of overhead doors, frames, guide rails and motors and modification of

the existing curtain wall system to enlarge rough opening size as requested by the

Owner.

.2 Confirm with the Owner location, type, size, features, colour and location of new

overhead door.

.3 Provide up to 3 options, including submittals and engineered shop drawings per

Section 01 33 00 – Submittals for review, if requested.

.4 The quoted price shall include overhead and profit per the Supplementary

Conditions.

1.5 CASH ALLOWANCE – SUBSURFACE REMEDIATION

.1 Include in Stipulated Sum, a cash allowance of $10,000.00 for remediation of

unforeseen subsurface conditions, beyond the quantities identified in the bid form.

.2 The use of this allowance shall be only as approved by the Owner.

24 of 34

Page 25: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement Section 01 21 00

RJC # TOR.015229.0003 ALLOWANCES – ISSUED FOR ADD. NO. 1

OCTOBER 2016 Page 3

Read Jones Christoffersen Ltd.

.3 The unit prices identified in the bid form for removal and installation of new

granular base material shall be used for the adjustment of contract price. Overhead

and profit shall not be applied to this allowance.

.4 Submit weigh bills, in accordance with Clause 1.4 of Section 32 11 00 – Granular

Backfill.

1.6 CASH ALLOWANCE – MATERIAL TESTING

.1 Include in Stipulated Sum, a cash allowance of $20,000.00 for material testing and

reporting.

.2 The Consultant shall procure 3 quotations from material testing and inspection

firms on behalf of the Owner. The successful proponent shall be retained by the

Contractor.

.3 The Contractor shall be responsible to pay for all material testing and inspection.

Only successful test results shall be reimbursed through this allowance.

.4 Overhead and profit shall not be applied to this allowance.

1.7 CONTINGENCY ALLOWANCE

.1 Include in Stipulated Sum, a contingency allowance of $50,000.00 for project

incidentals. Includes unforeseen work related to the Project.

1.8 DETERMINATION OF ACTUAL COSTS

.1 Invoices, bills of sale, and notes payable for actual cost of items and services

covered in an allowance amount shall be submitted by the Contractor for

verification by the Owner.

.2 Trade discounts and refunds shall be credited to Owner.

.3 Where applicable the valuation for a change shall be in accordance to

Supplementary Conditions.

1.9 ADJUSTMENT OF CONTRACT PRICE

1. When actual costs are determined for each allowance the Contract Price will

be valued accordingly by a Change Order.

25 of 34

Page 26: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

DIVISION 1 – GENERAL REQUIREMENTS

Section 01 21 00 18 Cranfield Road, Toronto, ON – Slab-on-Grade Replacement

ALLOWANCES – ISSUED FOR ADD. NO. 1 RJC # TOR.015229.0003

Page 4 OCTOBER 2016

Read Jones Christoffersen Ltd.

2.0 PRODUCTS

Not applicable.

3.0 EXECUTION

Not applicable.

END OF SECTION

26 of 34

Page 27: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

Read Jones Christoffersen Ltd.Engineersrjc.ca

fax416-977-5335416-977-1427

144 Front Street West, Suite 500Toronto, ON M5J 2L7 Canadatel

TORONTO · KITCHENER · KINGSTONCALGARY · VICTORIA · NANAIMO ·EDMONTON · VANCOUVER · LETHBRIDGE · KELOWNA

1.0 GENERAL NOTES :

2.0 GENERAL SCOPE OF WORK :

4.0 PHASING NOTES :

3.0 HOARDING NOTES :

5.0 SITE REVIEW RESPONSIBILITY :

7.0 SIGNAGE NOTES :

6.0 TEMPORARY WORK :

18 CRANFIELD ROAD

WATERMAN AVENUE

CRAN

FIEL

DRO

AD

HOLL

ING

ERRO

AD

LIST OF DRAWINGS :

RJC PROJECT No. TOR.015229.0003

18 Cranfield Road, Toronto, Ontario

ISSUED FOR ADDENDUM No.1 - October 20, 2016 ISSUED FOR PERMIT - October 6, 2016ISSUED FOR TENDER - October 6, 2016

REISSUED FOR CLIENT REVIEW - Sept. 30, 2016 ISSUED FOR CLIENT REVIEW - March 3, 2016

27 of 34

Page 28: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

WB WB

WB WB

WB WB WB WB WB WB WB WB WB

WBWBWBWBWBWBWBWBWBWBWBWBWB

WB WBWB

WB

WB

WB

WB

*2

PHASING NOTES : LEGEND :

*2

PHASE 1 PHASE 2

WB

*2 *2 *2*2*2*2*2*2

*1

*1

*1

*2

*2

*2

*2

PAINT BOOTH

PAINT BOOTH

PAINT STORAGEROOM (N.I.C.)

PHASING PLAN ANDLINE PAINTING LAYOUT

S1

1:100

Sheet Title

Project Name

Drawn By

Designed By

RJC Project Number

Sheet Number

.Revision

P.F.

T.S.

October, 2016Date

Scale

TOR.015229.0003

SLAB-ON-GRADE

No. Revision Date By

Seal

All drawings, plans, models, designs, specifications and other documentsprepared by Read Jones Christoffersen Ltd. ("RJC") and used in connectionwith this project are instruments of service for the work shown in them (the"Work") and as such are and remain the property of RJC whether the Workis executed or not, and RJC reserves the copyright in them and in the Workexecuted from them, and they shall not be used for any other work or project.

These drawings are "design drawings" only. They may not be suitable foruse as shop drawings. Use of these drawings as base drawings for "shopdrawings" is not permitted unless written permission containing certainconditions and limitations is obtained from RJC. The work "as constructed"may vary from what is shown on these drawings.

Use of these drawings is limited to that identified in the Revision column.Do not construct from these drawings unless marked "Issued forConstruction" by RJC in the Revision column, and then only for the partsnoted. The drawings shall not be used for "pricing", "costing", or "tender"unless so indicated in the Revision column. "Pricing" or "Costing" drawingsare not complete and any prices based on such drawings must allow for this.

3.

2.

1.

Drawing Notes

Read Jones Christoffersen Ltd.Engineersrjc.ca

telfax

144 Front Street West, Suite 500Toronto, ON M5J 2L7 Canada

416-977-5335416-977-1427

1. P.F.ISSUED FOR CLIENT REVIEW Mar. 3, 16

NORTH

SITE PLAN

18CRANFIELDROAD

2. P.F.REISSUED FOR CLIENT REVIEW

3. P.F.ISSUED FOR TENDER

4. P.F.ISSUED FOR PERMIT

5. P.F.ISSUED FOR ADDENDUM No.1

28 of 34

Page 29: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

PART DEMOLITION PLAN

LEGEND :

DEMOLITION NOTES :

WB

EXISTING CONCRETESLAB-ON-GRADE SECTION

TYPICAL BLOCK WALLDEMOLITION SECTION

DEMOLITION SECTIONAT PERIMETER WALL

DEMOLITION SECTIONAT INTERIOR BLOCK WALL

DEMOLITION SECTION ATSLAB-ON-GRADE TO REMAIN

PART DEMOLITION PLAN,SECTIONS AND DETAILS

S2

AS NOTED

Sheet Title

Project Name

Drawn By

Designed By

RJC Project Number

Sheet Number

.Revision

P.F.

T.S.

October, 2016Date

Scale

TOR.015229.0003

SLAB-ON-GRADE

No. Revision Date By

Seal

All drawings, plans, models, designs, specifications and other documentsprepared by Read Jones Christoffersen Ltd. ("RJC") and used in connectionwith this project are instruments of service for the work shown in them (the"Work") and as such are and remain the property of RJC whether the Workis executed or not, and RJC reserves the copyright in them and in the Workexecuted from them, and they shall not be used for any other work or project.

These drawings are "design drawings" only. They may not be suitable foruse as shop drawings. Use of these drawings as base drawings for "shopdrawings" is not permitted unless written permission containing certainconditions and limitations is obtained from RJC. The work "as constructed"may vary from what is shown on these drawings.

Use of these drawings is limited to that identified in the Revision column.Do not construct from these drawings unless marked "Issued forConstruction" by RJC in the Revision column, and then only for the partsnoted. The drawings shall not be used for "pricing", "costing", or "tender"unless so indicated in the Revision column. "Pricing" or "Costing" drawingsare not complete and any prices based on such drawings must allow for this.

3.

2.

1.

Drawing Notes

Read Jones Christoffersen Ltd.Engineersrjc.ca

telfax

144 Front Street West, Suite 500Toronto, ON M5J 2L7 Canada

416-977-5335416-977-1427

1. P.F.ISSUED FOR CLIENT REVIEW Mar. 3, 16

NORTH

SITE PLAN

18CRANFIELDROAD

2. P.F.REISSUED FOR CLIENT REVIEW

3. P.F.ISSUED FOR TENDER

4. P.F.ISSUED FOR PERMIT

5. P.F.ISSUED FOR ADDENDUM No.1

29 of 34

Page 30: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

G

.

RESTORATION NOTES :

G

LEGEND :

TYPICAL CONCRETESLAB-ON-GRADERECONSTRUCTION SECTION

RECONSTRUCTIONSECTION AT PERIMETER WALL

RECONSTRUCTION SECTIONAT INTERIOR BLOCK WALL

RECONSTRUCTION SECTIONAT SLAB-ON-GRADE TO REMAIN

NOTES:

NEW FLOOR DRAININSTALLATION DETAIL

BLOCK WALLRECONSTRUCTION SECTION

SUMP PIT AND TRENCHDRAIN REINFORCING LAYOUT

SECTION B

PLAN A

B

A

NOTE:

TRENCH DRAINREINFORCING LAYOUT

NOTE:

PART RESTORATION PLAN,SECTIONS AND DETAILS

S3

AS NOTED

Sheet Title

Project Name

Drawn By

Designed By

RJC Project Number

Sheet Number

.Revision

P.F.

T.S.

October, 2016Date

Scale

TOR.015229.0003

SLAB-ON-GRADE

No. Revision Date By

Seal

All drawings, plans, models, designs, specifications and other documentsprepared by Read Jones Christoffersen Ltd. ("RJC") and used in connectionwith this project are instruments of service for the work shown in them (the"Work") and as such are and remain the property of RJC whether the Workis executed or not, and RJC reserves the copyright in them and in the Workexecuted from them, and they shall not be used for any other work or project.

These drawings are "design drawings" only. They may not be suitable foruse as shop drawings. Use of these drawings as base drawings for "shopdrawings" is not permitted unless written permission containing certainconditions and limitations is obtained from RJC. The work "as constructed"may vary from what is shown on these drawings.

Use of these drawings is limited to that identified in the Revision column.Do not construct from these drawings unless marked "Issued forConstruction" by RJC in the Revision column, and then only for the partsnoted. The drawings shall not be used for "pricing", "costing", or "tender"unless so indicated in the Revision column. "Pricing" or "Costing" drawingsare not complete and any prices based on such drawings must allow for this.

3.

2.

1.

Drawing Notes

Read Jones Christoffersen Ltd.Engineersrjc.ca

telfax

144 Front Street West, Suite 500Toronto, ON M5J 2L7 Canada

416-977-5335416-977-1427

1. P.F.ISSUED FOR CLIENT REVIEW Mar. 3, 16

NORTH

SITE PLAN

18CRANFIELDROAD

2. P.F.REISSUED FOR CLIENT REVIEW

3. P.F.ISSUED FOR TENDER

4. P.F.ISSUED FOR PERMIT

5. P.F.ISSUED FOR ADDENDUM No.1

30 of 34

Page 31: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 312-2016 Contract No. N/A (Addendum No. 1 dated October 21, 2016)

Revised Pricing Form – Base Bid Slab-On-Grade Replacement at Police Vehicle Service Garage located at 18 Cranfield Road, Toronto.

NAME OF CONTRACTOR: _________________________________________________________ The Bidder must provide the rate and the amount for each Tender item, the total for each part / subsection, the grand total, HST amount and the total amount of Tender on the forms in the ensuing pages. Bidders that do not fully complete these forms (such as leaving lines blank), or have unclear answers (such as "n/a", "-", "tba" or "included" etc.) will be declared non-compliant. Prices that are intended to be zero cost/no charge to the city are to be submitted in the space provided in the price schedule as "$0.00" or "zero".

All spaces for the aforementioned information must be completed in ink ensuring the printing is clear and legible.

Where included, the Alternative Prices, and Supplementary List of Prices Required for Extra Work Forms must also be completed.

The lowest Bidder will be determined solely from the Total Base Bid, subject to the City's reserved rights not to award to any Bidder.

ITEM A

(1 – 21)

ITEM DESCRIPTION UNIT ESTIMATED QUANTITY

UNIT PRICE TOTAL ITEM

PRICE

Div. 1 - General Requirements 1

General requirements, mobilization, demobilization, hoarding, dust protection, signage, cleaning, special costs, specific items not explicitly identified, etc.

LS

LS

LS

$________________

2

Temporary relocation and reinstatement of work benches, furnishings, equipment, floor mounted fixtures, etc. to a location suitable to the Owner.

LS

LS

LS

$________________

3

Cleaning of the structure, fixtures, piping etc., and the disposal of all waste products and/or debris generated by the construction activity as well as any material present in the work area prior to the commencement of the work. The areas requiring cleaning shall consist of all areas affected by the work.

LS

LS

LS

$________________

31 of 34

Page 32: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 312-2016 Contract No. N/A (Addendum No. 1 dated October 21, 2016)

ITEM

A (1 – 21)

ITEM DESCRIPTION UNIT ESTIMATED QUANTITY

UNIT PRICE TOTAL ITEM

PRICE

Div. 2 – Site Work 4

Removal and disposal of existing concrete slab-on-grade, as indicated on the Drawings.

LS

8,000 sq.ft. (approx.)

LS

$________________

5

Removal and disposal of existing concrete masonry block walls as indicated on the Drawings.

LS

LS

LS

$________________

Div. 3 – Concrete 6

Compaction of the existing granular base material and installation of new cast-in-place concrete slab-on-grade, 5-inch min. thickness, sloped towards floor drains and away from vertical surfaces including all steel reinforcing, as indicated on the Drawings.

LS.

8,000 sq.ft. (approx.)

LS

$________________

7

Installation of new embedded chain anchor pots, as indicated on the Drawings.

LS LS LS $________________

Div. 4 – Concrete Unit Masonry 8

Installation of new half-height concrete masonry block walls, as indicated on the Drawings.

LS

LS

LS

$________________

Div. 9 – Painting and Finishes 9

Priming and painting of the new concrete masonry block walls to match the existing colour scheme. Min. 2 coats of top coat paint.

LS

LS

LS

$________________

Div. 22 – Floor Drainage

10 Construction of a new cast-in-place concrete trench drain with hot-dip galvanized frame and grate and central sump pit connected to the existing sanitary sewer system, as indicated on the Drawings.

LS

LS

LS

$________________

32 of 34

Page 33: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 312-2016 Contract No. N/A (Addendum No. 1 dated October 21, 2016)

ITEM

A (1 – 21)

ITEM DESCRIPTION UNIT ESTIMATED QUANTITY

UNIT PRICE TOTAL ITEM

PRICE

11

Removal and replacement of a new floor drain and 100 mm dia. piping, connected to the existing sanitary sewer system.

LS

LS

LS

$________________

12

Installation of a new grease interceptor connected to existing sanitary sewer system, as indicated on the Drawings.

LS LS LS $________________

13

Flushing and cleaning of the existing floor drainage system, upon completion of the work.

LS

LS

LS

$________________

Div. 32 – Exterior Improvements

14 Localized removal and disposal of existing granular base material, unsuitable for re-use, as directed by the Consultant.

M3

50 m3

$_______________

m3

$________________

15

Localized installation and compaction of new Granular ‘A’ base material, as directed by the Consultant.

M3

75 m3

$_______________

m3

$________________

16

Installation of new line painting to match the existing line painting layout, (min. 2 coats) as indicated on the Drawings.

LS

LS

LS

$________________

Allowances

17 Contingency Allowance This is an allowance for additional work for unforeseen or discovered site and/or work condition(s). Additional costs and associated work must be reviewed and authorized in written form by the City prior to initiating additional work. Cost associated with additional work will have a maximum mark up of 10% to account for overhead and profit for services/work provided by the proponent. For services/work provided by a sub-contractor, the proponent is only entitled to a maximum mark-up of 5% to account for overhead and profit and 5% for sub-contractor price (Total of 5% + 5% = 10%) ……………………………………………………………………………………………………………………..

$50,000.00

18

Material Testing Cash Allowance ……………………………………………………………………….. $20,000.00

19

Subsurface Remediation Allowance …………………………………………………………………… $10,000.00

33 of 34

Page 34: Michael Pacholok, Purchasing and Materials Management Division Joanne Kehoe ... - Toronto · 2020. 9. 14. · Michael Pacholok, Director C Purchasing and Materials Management Division

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 312-2016 Contract No. N/A (Addendum No. 1 dated October 21, 2016)

ITEM

A (1 – 21)

ITEM DESCRIPTION UNIT ESTIMATED QUANTITY

UNIT PRICE TOTAL ITEM

PRICE

20

Washroom Renovation Allowance …………………………………………………………………….. $10,000.00

21

Overhead Door Allowance ………………………………………………………………………………… $25,000.00

B) Total Base Bid Price

(Sum of Items A (Items 1 to 21) Exclusive of HST) …………………………………….……...… $ ___________

C) HST Amount (13% of above item B.) ……..………………………………………………………. $ ___________

D) Total Amount of Tender Call (Sum of B + C)

(* Copy Total Amount to front tender cover page.) ……..……………………………………………….

* $ __________

34 of 34


Recommended