pre-qualified contractors distribution list

Transcription

pre-qualified contractors distribution list
Construction Management Services for Receiving and Stores Area
Renovation
Request for Proposal
Bid # TSH15-0037
Addendum #01
Date: November 25, 2015
1. This Addendum is issued in accordance to questions and clarifications from the Mandatory Site
Walkthrough dated November 19, 2015
2. This Addendum is issued prior to the anticipated proposal deadline of November 25, 2015.
3. Such revisions shall become part of the RFP Documents and shall change the original Tender
Package TSH15-0037 (November 12, 2015 documents only in the manner and extent stated.
Section 2.1
ADD:
PRE-QUALIFIED CONTRACTORS
DISTRIBUTION LIST:
Prime General Contractors
Chart Construction Management Limited
Dineen Construction Corp.
NewGen Construction Corporation
Olar Limited
Harbridge & Cross
Mechanical Contractors
Battaglia Mechanical Services
Kelson Company Limited
Modern Niagara Toronto Incorporated
NuTemp Mechanical
Electrical Contractors
Accel Electric
Black and McDonald
Guild Electric Limited
OZZ Electric Incorporated
Plan Group Electrical
Email
[email protected] [email protected]
[email protected] [email protected]
[email protected] [email protected]
[email protected] [email protected]
[email protected]
[email protected]
[email protected]
[email protected]
[email protected] [email protected]
[email protected]
[email protected]
[email protected]
[email protected] [email protected]
[email protected]
Page 1 of 3
General Clarifications:
1) Extension of bid closing to Wednesday December 2, 2015 at 2pm.
2) Proposal is for Lump sum construction cost, not fee for Construction Management only.
3) Phasing of work will not be necessary. User group operations will be maintained throughout the
duration of the construction. The New Clean area will be cleared of contents and the space
available for construction. Path of access from the loading dock to the elevator at the end of the
Bulk Storage area must be maintained at all times.
4) All work is to be completed during regular working hours from 7am to 5pm. In the event afterhours is required, please review and obtain clearance with the Project Manager.
5) Bids can be received via emails, but must be received with enough time to ensure the email is
received and a return message provided as receipt of the actual transfer.
6) Infection Control is to be (level 3 -hard hoarding) up to underside of main duct (approx. 7’) and
poly above to the underside of slab. A second hoarding (level 2 – poly/tarp) is to be erected with
steel studs to separate the Clean from the Bulk areas. (refer to attached drawing A1)Extent of
Hoarding will be to keep the Construction area separate from the Main Receiving Area corridor as
well as keeping the supplies free from debris and dust. Ensure that general operations (moving
of palettes, equipment, and supplies) are not impeded by the installation and location of the
hoarding. Infection Control and Prevention team (IPAC) shall review the hoarding for their
approval prior to work commencing on site.
7) Mandatory walkthrough was for General Contractors only
8) Bid bonds will be required for this tender
9) Work to commence the second week of January 2016. Contractor to provide a schedule. Please
note evaluation criteria stipulated in section 2.4.1 under Evaluation and Award
10) NO cash allowances for this project.
11) Please note the list of exclusions in Section 3.0 (Scope of Services), from original RFP.
Section 3.0 Architectural
1) Add to General Notes: Existing double doors to receive crash bar hardware (lever handle with
lockset on pull side) with surface mounted vertical rods up to header with electric strikes cut into
the existing frame, wired to the new card readers, via normal power
2) Add to General Notes: For Doors D-1 and D-2, typically provide crash bars, 12” kick plate, unless
otherwise noted (see exceptions below).
a) Door to Office - Provide classroom style hardware with lever handle and lockset.
b) Doors at Vestibule (clean storage side) - Provide storage style lever handle on pull
side of door and half height kick plates on push side of BOTH vestibule doors.
Sensor on ones side to be wave type activation.
c) Doors at Vestibule (corridor side) - Provide panic crash bar ONLY, blank-off plate on
pull side. Sensor on ones side to be wave type activation.
Page 2 of 3
3) Provide structural lintels/posts as required to support the opening for the automatic sliding door
installations
4) Added Wall guard specification to Appendix C, refer to attached spec or equivalent.
5) Single slider aluminum framed window to be 3’-0” wide by 3’-0” high, mount 42” above finish floor.
6) Contractor to determine number of openings in the slab and ceiling to require fire seal per note (k)
7) All card readers to be supplied and installed per the RFP documents
8) Deck height unknown at this time, please site verify
Section 3.0 RCP/Lighting
1) Add to General notes: New ceiling mounted light fixtures. Product to be supplied by hospital.
(Added light specification to Appendix C, refer to attached spec). “Power to be fed from
Emergency Power Panel (Clean Storage Area)”
2) Add to General notes: Demolish all existing fixtures in the Clean Storage Area only
3) Add : Provide 2 illuminated exit signs (to match existing) to existing double doors of the Main
Receiving Area, one at each set of existing double doors, on the inside of the room, connected to
emergency power.
4) Add additional access hatches as required to the new drywall ceiling to service electrical junction
boxes and duct clean outs overhead.
Section 3.0 Electrical
1) Existing electrical panels are directly across the hall, immediately SW of the existing double
doors. Distance to electrical room is approximately 200 feet away.
2) All mechanical equipment is to be fed with standard 120v power from normal power panel
Drawing M1 – (only part plan re-issued)
1) Add to General notes: All equipment is to be fed from Normal Power panel
2) Condenser location(s) per attached part plan. Location of condenser drains TBD.
3) Nortown Air contact is Denise McCormack, 20 Densley Ave, Toronto M6M 2R1 - 416-235-2727
4) Sprinkler work to be carried in this contract proposal,
End of Addendum # 01
Page 3 of 3
121" [38]
2" [51]
3/4" [19] Dia counterbore*
By others
Extruded 100% Post-Consumer HDPE
Density: (ASTM D6111) .024-.027 lbs/cu-in
Modulus of Elasticity: (ASTM D6109)
114,000 psi at 1% strain
Ultimate Flexural Stress: (ASTM D6109)
2300 psi at 3% strain
Allowable Flexural Stress: (ASTM D6109)
1200 psi
Endwise Compressive Stress: (ASTM D6108)
1740 psi at 3% strain
Screw Withdrawl: (ASTM D6117 7)
90 lbs (#10 x 1 1/2")
Water Absorption, 11 weeks: (ASTM D570)
less than 0.1%
Coefficient of Thermal Expansion: (ASTM D6341)
Stock length: 12'-0" [3658]
1121" [292]
Manufacturer's standard colors
UV Inhibited pigments
Fasteners *
Not to exceed 16" [406] on center
Supplied separately if required
Suggested concrete hardware:
1/4" [6] x 3" [76] Tapcon with
Hex-Washer head
Not to Exceed
16" [406]
Typ
Not Less
Than 2" [51] or
More Than 8" [203]
Holes shown for reference only.
Product is supplied undrilled.
Recycled HDPE wall guard
WallGuard.Com reserves the right to discontinue a design or modify an existing design without prior notice
Toll Free Tel: 1-877-WGDOTCOM
Toll Free Fax: 1-877-WGFAXCOM
1-877-943-6826
1-877-943-2926
web: www.wallguard.com
email: [email protected]
WGDC.3020.4
TIBULE
CLEAN
STORAGE
AREA
LOADING/
RECEIVING
OFFICE
LED
Wraparounds
SLWP Series - LED Linear Wraparounds
Introducing the new Metalux AP series, SLWP – Low Profile LED Wraparound series. These products are
offered in a non-configurable LED platform with a streamline linear construction and design. SLWP
wraparounds meet all of the critical energy savings requirements with either DesignLights Consortium®
or ENERGY STAR® and are an ideal replacement for linear fluorescent products.
Performance
Compliance
• Available in three different models
• DLC Qualified and ENERGY STAR® Certified
2 ft. 2000 lumens, 120V
• LED modules comply with IESNA LM-79 and LM-80
4 ft. 3900 lumens, 120V
• cULus listed 1598 for damp locations
4 ft. 4000 lumens, UNV
• RoHS complaint
• UNV or 120V non-dim electronic drivers
• Color Temperature: 4000K
• Typical CRI 82
2 Lamp
• Lumen maintenance of L70 at 50,000 hrs.
EQUIVALENT
• Five Year warranty
• Suitable for ceiling or wall mount applications
LED
LUMENS WATTAGE
MODEL#
PRODUCT DESCRIPTION
2SLWP2040ND-120V
2 ft. Linear LED Wraparound, 120V
2207
4SLWP3940ND-120V
4 ft. Linear LED Wraparound, 120V
4SLWP4040ND-UNV
4 ft. Linear LED Wraparound, UNV
MODEL#
PRODUCT DESCRIPTION
COMPARED TO T12 FLUORESCENT
COMPARED TO T8 FLUORESCENT
40W LAMP
ENERGY SAVINGS
32W LAMP
22W
35W
59%
28W
27%
4069
38W
60W
58%
56W
47%
4390
45W
70W
56%
56W
24%
UPC
UNIT CARTON
ENERGY SAVINGS
ENERGY PROGRAM
2SLWP2040ND-120V 2 ft. Linear LED Wraparound, 120V
080083706570
7.13 in. w x 26.42 in. h x 3.54 in. d
ENERGY STAR®
4SLWP3940ND-120V 4 ft. Linear LED Wraparound, 120V
080083706587
7.13 in. w x 50.55 in. h x 3.54 in. d
ENERGY STAR®
4SLWP4040ND-UNV 4 ft. Linear LED Wraparound, UNV
080083706594
7.13 in. w x 50.55 in. h x 3.54 in. d
DLC
Eaton’s Cooper Lighting Business
1121 Highway 74 South. Peachtree City, GA 30269
© 2014 Eaton. All Rights Reserved. Publication No. R14-0168 December 2014
www.cooperlighting.com