michael pacholok purchasing and materials management ... · 3 q3. confirm that section b on drawing...

20
Michael Pacholok, Chief Purchasing Official and Director Purchasing and Materials Management Division City Hall, 18th Floor, West 100 Queen Street West Toronto, Ontario M5H 2N2 Joanne Kehoe Manager Construction Services October 14, 2016 Via Internet Posting (20 pages) Including Drawings, 5 sheets Addendum No. 1 Tender Call No. 283-2016 Closing: 12:00 NOON (LOCAL TIME), October 21, 2016 FOR: all materials, equipment, labour and supervision to supply, install, including training and commissioning for electric continuous output natural gas engine-based combined heat and power systems for the Agincourt Recreation Centre and Etobicoke Olympium. Please refer to the above Tender Call document in your possession and be advised of the following: 1. REVISION - Section 3 - Tender Submission Package: Pricing Form Delete the Pricing Form as included with the tender documents and Replace with the Pricing Form instruction page (Revised October 13, 2016) as provided with this addendum (1 page). Reference to the contingency allowance to be added to the contract price is deleted. The Contingency Allowance shall be included with the Bid as per the revised Pricing Forms (See Item 2, this addendum) 2. REVISION - Section 3 - Tender Submission Package: Pricing Form - Base Prices Delete the Pricing Form - Base Prices as included with the tender documents and Replace with Pricing Form - Base Prices (Revised October 13, 2016) as attached with this addendum (3 pages). Changes to the form include; Contingency Allowance - added to the form in value of $200,000.00 Cash Allowances - increased to 16,000.00 3. ADDITIONS - Section 4 - Scope of Work The following sections and drawings have been added and become part of this tender: 3.1. Specification Section 32 31 13 - Chain Link Fences and Gates. (3 pages) 1 of 20

Upload: others

Post on 21-Mar-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Michael Pacholok, Chief Purchasing Official and Director

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

Joanne Kehoe Manager Construction Services

October 14, 2016 Via Internet Posting (20 pages)

Including Drawings, 5 sheets

Addendum No. 1 Tender Call No. 283-2016

Closing: 12:00 NOON (LOCAL TIME), October 21, 2016

FOR: all materials, equipment, labour and supervision to supply, install, including training and commissioning for electric continuous output natural gas engine-based combined heat and power systems for the Agincourt Recreation Centre and Etobicoke Olympium.

Please refer to the above Tender Call document in your possession and be advised of the following:

1. REVISION - Section 3 - Tender Submission Package: Pricing Form

Delete the Pricing Form as included with the tender documents and Replace with the Pricing Form instruction page (Revised October 13, 2016) as provided with this addendum (1 page).

Reference to the contingency allowance to be added to the contract price is deleted. The Contingency Allowance shall be included with the Bid as per the revised Pricing Forms (See Item 2, this addendum)

2. REVISION - Section 3 - Tender Submission Package: Pricing Form - Base Prices

Delete the Pricing Form - Base Prices as included with the tender documents and Replace with Pricing Form - Base Prices (Revised October 13, 2016) as attached with this addendum (3 pages).

Changes to the form include;

Contingency Allowance - added to the form in value of $200,000.00 Cash Allowances - increased to 16,000.00

3. ADDITIONS - Section 4 - Scope of Work

The following sections and drawings have been added and become part of this tender:

3.1. Specification Section 32 31 13 - Chain Link Fences and Gates. (3 pages)

1 of 20

2

3.2. Dwg E 300 - "Etobicoke Olympium Rehabilitation – Basement Plan – Power & Systems" revised 29/05/15.

3.3. Dwg E 301 - "Etobicoke Olympium Rehabilitation – Ground Floor Plan – Power & Systems" revised 01/10/14

4. REVISIONS - Section 4 - Scope of Work

The following drawings have been revised:

4.1. E-5277-202 - replaced with: E-5277-202 "CHP and Process Power Layout – Basement" (Rev 1, October 7, 2016).

4.2. E-5277-302 - replaced with E-5277-302 "CHP and Process Power Layout" (Rev 1, October 7, 2016.)

4.3. M-5277-204 - replaced with M-5277-204 "Buried Piping Plan and Profile" (Rev 1, October 7, 2016).

The revised drawings are attached to this addendum.

5. REVISIONS - Section 4 - Scope of Work Specification Section 01210 Allowances

The amounts for the Cash allowance as listed in sub-section 1.3.9 is increased as follows:

Civil Works: from $3,000.00 to $6,000.00 Mechanical Works: from $5,000.00 to $10,000.00

The Amount for the Contingency Allowance as listed in sub-section 1.4.2 is increased from $100,000.00 to $200,000.00

6. RESPONSES TO QUESTIONS

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

6.1. General Questions

Q1. The contingency allowance is not clear for amount and when it is to be applied. Page 34 states the amount is not established and is to be applied at the time of award. Page 58 states it is $100,000 and is to be applied at time of tender. Provide clarification.

A1. Please refer to Items 1 and 5 of this addendum.

Q2. Are not more specifications required? For new fencing work?

A2. Refer to new specification 32 33 13 Fencing (Item 3, this addendum) and the revised drawings E-5277-203 and E-5277-302 (Item 4, this addendum) showing the fence and its bonding.

2 of 20

3

Q3. Confirm that section B on drawing M-5277-204 has two dia. PVC duct complete with mule-tape.

A3. Refer to revised drawing M-5277-204 (Item 4, this addendum). Note 6 refers to ONE 100 dia. duct.

Q4. Are there any costs associated with Toronto Hydro that the contactor is to carry in their bids?

A4. It is the bidder's responsibility to determine these costs, if any, from experience in successfully completed similar projects. Please refer to page 42 where it is stated that "the Contractor will be responsible for getting all approvals permits and licenses...”

Q5. There wasn’t any engineering representative available at the site visit at the Etobicoke location on October 4th. Is there an additional site visit planned, for the Etobicoke Facility, with an FVB representative to go over the required scope of work for the project? Assuming there is no FVB rep available at the October 7th site visit for the Agincourt Facility, the same question applies.

A5. FVB engineering representative/s was present at the site visit at the Etobicoke location on October 4th and at the Agincourt RC on October 7th. The City Representative with FVB assistance reviewed the required scope of work for the project at the Agincourt RC mandatory site meeting, Bidders were advised that all questions regarding Call Tender 283-2016 should be submitted to the Buyer (Mike Voelker) for the fairness of the bidding process. Refer to section 1 - Tender Process Terms and conditions, sub-Section 7 - Questions.

There will not be other site visits available.

Q6. Re Section #3, Tender Submission Package Pricing Form - Base Prices Agincourt & Etobicoke Facilities: The Price Breakdown shows a cash allowance, to be carried, of $8000.00. Section 01210 – “Allowances” Item 1.4 indicates a cash allowance of $100000.00 to be included. Where, on the Price Breakdown, is this contingency to be applied? Is it to be applied as $50000.00 per facility? Is it to be added to the $8000.00 shown in Price Breakdown Summary?

A6. For clarity, the Pricing Form has been revised to reflect a contingency allowance - line item 1.3.5, whereas, line 1.3.4 is a cash allowance. See Item 1, 2 and 5, this addendum

Q7. Please provide a detailed list of all shipped loose items, requiring installation, being supplied by The City’s approved CHP Unit vendor, including details.

3 of 20

4

A7. Per Summary of Work, Section 01110, 1.5.1, it is indicated that all field install, shipped loose CHP components upon the CHP container will be installed by others – in this case they will be installed by the CHP Vendor. This is also stated in Packaged Generator Set, Section 15510, 3.1.1.

Q8. Is a separate buried ground loop required for the CHP Unit? If “yes”, please provide details.

A8. The CHP enclosure will be bonded at the electrical substation (through the #2AWG conductor). The grounding for the CHP system will be at the main substation grounding bus (through the neutral conductor) and no other grounding system around the CHP is required.

Q9. What is the approximate shipping weight of the CHP Unit?

A9. At this time, the City does not have the shipping weight of the CHP containers. The operating weight of the CHP Containers is shown in the “CHP Unit” notes on Drawing S-5277-200 and Drawing S-5277-300.

Q10. I found ( .iii Tedom ) at the top of page 200 of 496 with no other reference to ( i, ii ) In the doc pages are out of order and could be missed or be confusing to bidders. After page 200 the next page is 199, at the bottom is (i Toromont ii EPS ). All pages should reversed.

A10. For the clarification of bidders, sub-section 2.6.1.4 of Section 15510 reads as follows:

2.6.1.4 Acceptable alternative suppliers/manufacturers .i Toromont; .ii EPS .iii Tedom

Due to an error in production, a number of copies of the documents were bound on the right side of the document resulting in the document opening from left to right.

You can use the Tender's Viewing Copy posted on the Purchasing & Materials Management Division (PMMD) web site for your reference only.

Q11. Re Drawing # M-5277-202 Note #1, & Drawing # M-5277-302, Note #1: Please provide the Company names of the City of Toronto’s approved System Integrators.

A11. Refer to specification 15916 Controls & Metering Section 2.1.5.

4 of 20

5

6.2. Etobicoke Olympium Site:

Q12. Re: Single Line Diagram #E-5277-301: Single line diagram does not contain a legend showing identification and/or type of wiring and/or # of conductors for cabling/conduits between CHP UNIT & existing Switchgear (lines shown a dashed/dotted lines or solid lines). Please provide a legend identifying the myriad of cables between the CHP Unit & the switchgear, including wire types and AWG sizes, quantity of conductors and if cabling is to be pulled into conduits or are to be teck cables.

A12. Refer to drawing E-5277-302 as revised in this addendum for power cable sizes, conduit sizes and conduit material. Control cables between the CHP Unit & the switchgear to be determined when CHP shop drawings are available. Wiring schedules by contractor. Refer to specification 260500 Common Work Results Section 1.1.5 for general scope of work.

Q13. Re: Single Line Diagram #E-5277-301: Please confirm that everything shown within the dotted lines identified as “CHP UNIT” are contained within the confines of the CHP Unit enclosure.

A13. Yes.

Q14. Re: Single Line Diagram #E-5277-301: Where, within the Etobicoke facility, is the “Utility Interface Panel” to be located. Who supplies this unit? Please provide details of this unit.

A14. Refer to drawing E-5277-302 as revised in this addendum.

Q15. Re: Single Line Diagram #E-5277-301: Where, within the Etobicoke facility, is the “SEL 3530 RTAC” unit to be located. Who supplies this unit? Please provide details of this unit.

A15. The unit will be located inside the SCADA panel and will be supplied, installed, wired by the contractor, per specifications.

Q16. Re: Single Line Diagram #E-5277-302: Who supplies the “Communication Junction Box”? Please provide details of this unit including size, items contained therein, wiring details etc.

A16. Boxes supplied by contractor. It is a junction/pull box intended for grouping all the cables from other rooms/equipment (mechanical, electrical, BAS, etc.) and run the control cables to CHP.

5 of 20

6

Q17. Re: Single Line Diagram #E-5277-302: Who supplies the Utility Interface/SCADA Panel(s)”? Please provide quantity of panels, including details of these units including size, items contained therein, wiring details etc.

A17. Panels and equipment supplied by contractor. Refer to specification 260500 (Common Work Results) Section 1.1.5.2.

Q18. Re: Drawing M-5277-302: Please provide an overall building layout drawing showing the locations of the “Owners Remote HMI” in relation to the “Ethernet Modem”, “Router Firewall Switch”, and “Etobicoke Control Room”.

A18. Owners remote HMI could be any computer/location the owner wants to access the facility from (remote/web access). Refer to attached reference drawing E-301 (see item 3 of this addendum) for location of network cabinet (ground floor, south, back to reception desk). Refer to reference drawing E-300 for operator’s room/BAS monitor location (basement, south).

Q19. Re: Etobicoke Olympium Facility, Single Line Diagram # E-5277-301 Note #4 which states: “Toronto Hydro SCADA will use SD9 Transit Radio. Communication Equipment must also be equipped with fibre Ethernet port…” Is this equipment being supplied with the CHP Unit? If not, please provide detailed specification.

A19. The SD9 radio modem and antenna is going to be supplied by Toronto Hydro (it is the only equipment supplied by Toronto Hydro). Installation, wiring, commissioning by contractor. Modem to be installed inside the SCADA panel. Antenna location per Toronto Hydro.

6.3. Agincourt Recreation Centre Site:

Q20. Re: Single Line Diagram #E-5277-201: Single line diagram does not contain a legend showing identification and/or type of wiring and/or # of conductors for cabling/conduits between CHP UNIT & existing Switchgear (lines shown a dashed/dotted lines or solid lines). Please provide a legend identifying the myriad of cables between the CHP Unit & the switchgear, including wire types and AWG sizes, quantity of conductors and if cabling is to be pulled into conduits or are to be teck cables.

A20. Refer to drawing E-5277-202 as revised in this addendum for power cable sizes (Teck cable), conduit sizes and conduit material. Control cables between the CHP Unit & the switchgear to be determined when CHP shop drawings are available. Wiring schedules by contractor. Refer to specification 260500 (Common Work Results) Section 1.1.5 for general scope of work.

6 of 20

7

Q21. Re: Single Line Diagram #E-5277-201: Please confirm that everything shown within the dotted lines identified as “CHP UNIT” are contained within the confines of the CHP Unit enclosure.

A21. Yes.

Q22. Re: Single Line Diagram #E-5277-201: Where, within the Agincourt facility, is the “Utility Interface Panel” to be located. Who supplies this unit? Please provide details of this unit.

A22. Refer to drawing E-5277-203. Contractor to coordinate with Toronto Hydro the relocation/reconfiguration of existing utility metering cabinet to allow room for the installation of the utility interface/SCADA panels.

Q23. Re: Single Line Diagram #E-5277-201: Where, within the Agincourt facility, is the “SEL 3530 RTAC” unit to be located. Who supplies this unit? Please provide details of this unit.

A23. The SEL 3530 RTAC unit will be located inside the SCADA panel and will be supplied, installed, wired by the contractor, per specifications.

Q24. Re: Single Line Diagram #E-5277-201: Where, within the Agincourt facility, is the “SD9 Radio THESL SCADA System” unit to be located. Who supplies this unit? Please provide details of this unit.

A24. The SD9 radio modem and antenna is going to be supplied by Toronto Hydro (it is the only equipment supplied by Toronto hydro). Installation, wiring, commissioning by contractor. Modem to be installed inside the SCADA panel. Antenna location per Toronto Hydro.

Q25. Re: Single Line Diagram #E-5277-203: Who supplies the “Communication Junction Box”? Please provide details of this unit including size, items contained therein, wiring details etc.

A25. Boxes supplied by contractor. It is a junction/pull box intended for grouping all the cables from other rooms/equipment (mechanical, electrical, BAS, etc.) and run the control cables to CHP.

Q26. Re: Single Line Diagram #E-5277-203: Who supplies the Utility Interface/SCADA Panel(s)”? Please provide quantity of panels, including details of these units including size, items contained therein, wiring details etc.

A26. Panels and equipment supplied by contractor. Refer to specification 26 05 00 (Common Work Results) Section 1.1.5.2.

7 of 20

8

Q27. Re: Drawing M-5277-202: Please provide an overall building layout drawing showing the locations of the “Owners Remote HMI” in relation to the “Ethernet Modem”, “Router Firewall Switch”, and “Agincourt Control Room”.

A27. Owners remote HMI could be any computer/location the owner wants to access the facility from (remote/web access). Refer to drawing E-5277-203. Network hub/switch is located inside the electrical room, next to the utility metering cabinet. The operator’s desk/BAS monitor is in Room No. 117 (storage room in the layout drawing), ground floor, north.

Q28. Re: Agincourt Facility, Single Line Diagram # E-5277-201 Note #5 which states: “Toronto Hydro SCADA will use SD9 Transit Radio. Communication Equipment must also be equipped with fibre Ethernet port…” Is this equipment being supplied with the CHP Unit? If not, please provide detailed specification.

A28. Refer to A24

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 RFT 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 and Materials Management

8 of 20

Section 3 – Tender Submission Package Pricing Form Revised October 13.2016

Tender Call No. 283-2016

1

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.

A contingency allowance, to be spent as authorised by the City of Toronto, is to be included in the price form.

The Contingency Allowance shall be used to compensate the General Contractor for work authorized under a change order as required due to unforeseen conditions and client requested changes. The Contingency Allowance shall be included in the Base Bid price at time of award.

The General Contractor shall not include any mark up for overhead and profit for these allowances in the Total Bid Price

The General Contractor’s overhead and profit in connection with the Contingency Allowance shall form part of the claim against the Allowances.

All claims by the Contractor against these allowances shall be carefully and clearly documented and shall require the approval of the Consultant and City of Toronto by way of a Change Order prior to submission to the City for acceptance

The award shall be based on the Products specified in the tender documents. Alternate materials that are not listed may be proposed as a substitution after the award as follows:

.1 Where the specifications require the Contractor to supply a Product designated by a trade or other name, the Tender Call shall be based only upon supply of the Product so designated, which shall be regarded as the standard of quality required by the specification. After the award, the Contractor may apply to the Contract Administrator to substitute another Product identified by a different trade or other name for the Product designated as set out above. The application shall be in writing and shall state the price for the proposed substitute Product, and such other information as the Contract Administrator may require.

.2 Rulings on a proposed substitution Product will not be made prior to the award. Substitutions shall not be made without the prior approval of the Contract Administrator. The approval or rejection of a proposed substitution Product will be made at the discretion of the Contract Administrator.

9 of 20

Section 3 – Tender Submission Package Pricing Form - Base Prices

Tender Call No. 283-2016

1

1.0 - Base Price

Item Description Price

1.1.0 Agincourt Recreation Centre

1.1.1 Costs of mobilization, demobilization and conveniences at the job site of offices, stores and other temporary facilities such as hydro and water hook up, approvals, permits and licences, bonds and insurance, and overhead and profit on cash allowance only (if applicable) and other items not required to form part of the permanent works and/or not covered by other items of the Schedule of Items and Prices. Payment for this item will be prorated over the construction period as a percentage of work. $ ______________

1.1.2 Demolition-Removal and disposal of all existing materials and equipment (if any) as specified to a licensed waste disposal site. $ ______________

1.1.3 Supply of containerized combined heat and power packages and all materials as per the contract drawings and specifications at Agincourt Recreation Centre. $ ______________

1.1.4 Installation of containerized combined heat and power packages (all civic, structural, mechanical and electrical work) as per the contract drawings and specifications at Agincourt Recreation Centre. $ ______________

1.1.5 All controls related supply and installation for the combined heat and power project as indicated in the contract drawings and specifications at Agincourt Recreation Centre. $ ______________

1.1.6 Testing, balancing and commissioning of combined heat and power and Measurement &Verification per CLEAResult reports at Agincourt Recreation Centre. $ ______________

1.1.7 Project closeout including training at Agincourt Recreation Centre. $ ______________

1.1.8 Agincourt Recreation Centre Sub-Total Base Bid Price (Items 1.1.1 - 1.1.7) $ ______________

10 of 20

Section 3 – Tender Submission Package Pricing Form - Base Prices

Tender Call No. 283-2016

2

Item Description Price

1.2.0 Etobicoke Olympium

1.2.1 Costs of mobilization, demobilization and conveniences at the job site of offices, stores and other temporary facilities such as hydro and water hook up, approvals, permits and licences, bonds and insurance, and overhead and profit on cash allowance only (if applicable) and other items not required to form part of the permanent works and/or not covered by other items of the Schedule of Items and Prices. Payment for this item will be prorated over the construction period as a percentage of work. $ ______________

1.2.2 Demolition-Removal and disposal of all existing materials and equipment (if any) as specified to a licensed waste disposal site. $ ______________

1.2.3 Supply of containerized combined heat and power packages and all materials as per the contract drawings and specifications at Etobicoke Olympium. $ ______________

1.2.4 Installation of containerized combined heat and power packages (all civic, structural, mechanical and electrical work) as per the contract drawings and specifications at Etobicoke Olympium. $ ______________

1.2.5 All controls related supply and installation for the combined heat and power project as indicated in the contract drawings and specifications at Etobicoke Olympium. $ ______________

1.2.6 Testing, balancing and commissioning of combined heat and power and Measurement &Verification per CLEAResult reports at Etobicoke Olympium. $ ______________

1.2.7 Project closeout including training at Etobicoke Olympium. $ ______________

1.2.8 Etobicoke Olympium Sub-Total Base Bid Price (Items 1.2.1 - 1.2.7) $ ______________

11 of 20

Section 3 – Tender Submission Package Pricing Form - Base Prices

Tender Call No. 283-2016

3

1.3.0 Summary

1.3.1 Sub-Total Agincourt Recreation Centre from line 1.1.8 $ ______________

1.3.2 Sub-Total Etobicoke Olympium from line 1.2.8 $ ______________

1.3.3 Sub-Total Net of Allowances (Items 1.3.1, 1.3.2) $ ______________

1.3.4 Contingency Allowance (from Specifications 01210) $ 200,000.00

1.3.5 Cash Allowances (from Specifications 01210) $ 16,000.00

1.3.6 Sub-total including allowances (Items 1.3.3 - 1.3.5) $ ______________

1.3.7 HST Amount (13%) of item 1.3.6 $ ______________

1.3.8 Total Amount of Tender Call (Item 1.3.6+1.3.7)

This amount to be transferred to cover page $ ______________

12 of 20

CHAIN LINK FENCES AND GATES SECTION 32 31 13 PAGE 1 OF 3

PART 1 GENERAL

1.1 REFERENCES

.1 ASTM International

.1 ASTM A53/A53M-[10], Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless.

.2 ASTM A90/A90M-[09], Standard Test Method for Weight [Mass] of Coating on Iron and Steel Articles with Zinc or Zinc-Alloy Coatings.

.3 ASTM A121-[07], Standard Specification for Zinc-Coated (Galvanized) Steel Barbed Wire.

.4 A653/A653M-[10], Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process.

.5 ASTM C618-[08a], Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete.

.6 ASTM F1664-[08], Standard Specification for Poly (Vinyl Chloride) (PVC)-Coated Steel Tension Wire Used with Chain-Link Fence.

.7 ASTM A123/A123M-[09], Standard Specification for Zinc (Hot Dip Galvanized) coatings on Iron and Steel Products.

.2 Canadian General Standards Board (CGSB)

.1 CAN/CGSB-138.1-[96], Fabric for Chain Link Fence.

.2 CAN/CGSB-138.2-[96], Steel Framework for Chain Link Fence.

.3 CAN/CGSB-138.3-[96], Installation of Chain Link Fence.

.4 CAN/CGSB-138.4-[96], Gates for Chain Link Fence.

.5 CAN/CGSB-1.181-[99], Ready-Mixed Organic Zinc-Rich Coating.

.3 CSA International

.1 CSA A23.1/A23.2-[09], Concrete Materials and Methods of Concrete Construction/Test Methods and Standard Practices for Concrete.

.2 CAN/CSA-A3000-[08], Cementitious Materials Compendium.

1.2 SUBMITTALS

.1 Submit in accordance with Section 01330

1.3 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with Section 01610

PART 2 PRODUCTS

2.1 MATERIALS

.1 Concrete mixes and materials: in accordance with CSA A23.1

13 of 20

CHAIN LINK FENCES AND GATES SECTION 32 31 13 PAGE 2 OF 3

.1 Nominal coarse aggregate size: 20-5.

.2 Compressive strength: 20 MPa minimum at 28 days.

.2 Chain-link fence fabric: to [CAN/CGSB-138.1].

.1 Type 1, Class A, medium.

.2 Height of fabric: 1.8 m.

.3 Posts, braces and rails: to CAN/CGSB-138.2, galvanized steel pipe.

.4 Tension wire: to CAN/CGSB-138.2, single strand, galvanized steel wire.

.5 Tie wire fasteners: steel wire.

.6 Tension bar: to ASTM A653/A653M, 5 x 20 mm minimum galvanized steel.

.7 Gates: to CAN/CGSB-138.4.

.8 Fittings and hardware: to CAN/CGSB-138.2, galvanized steel.

.1 Tension bar bands: 3 x 20 mm minimum galvanized steel.

.2 Post caps to provide waterproof fit, to fasten securely over posts and to carry top rail.

.3 Overhang tops to provide waterproof fit, to hold top rails.

.4 Turnbuckles to be drop forged.

2.2 FINISHES

.1 Galvanizing:

.1 For chain link fabric: to CAN/CGSB-138.1 Grade 2.

.2 For pipe: 550 g/m2minimum to [ASTM A90].

.3 For other fittings: to [ASTM A123/A123M].

PART 3 EXECUTION

3.1 PREPARATION

.1 Grading:

.1 Remove debris and correct ground undulations along fence line to obtain smooth uniform gradient between posts.

3.2 ERECTION OF FENCE

.1 Erect fence along lines as indicated.

.2 Space line posts 3 m apart, measured parallel to ground surface.

.3 Install corner post where change in alignment exceeds 10 degrees.

.4 Install end posts at end of fence and at buildings.

.1 Install gate posts on both sides of gate openings.

.5 Place concrete in post holes then embed posts into concrete.

14 of 20

CHAIN LINK FENCES AND GATES SECTION 32 31 13 PAGE 3 OF 3

.1 Extend concrete 50 mm above ground level and slope to drain away from

posts.

.2 Brace to hold posts in plumb position and true to alignment and elevation until concrete has set.

.6 Install fence fabric after concrete has cured, minimum of 5 days.

.7 Install brace between end and gate posts and nearest line post.

.1 Install braces on both sides of corner and straining posts in similar manner.

.8 Install overhang tops and caps.

.9 Install top rail between posts and fasten securely to posts and secure waterproof caps and overhang tops.

.10 Install bottom tension wire, stretch tightly and fasten securely to end, corner, gate and straining posts with turnbuckles and tension bar bands.

.11 Lay out fence fabric. Stretch tightly to tension recommended by manufacturer and fasten to end, corner, gate and straining posts with tension bar secured to post with tension bar bands spaced at 300 mm intervals.

.1 Knuckled selvedge at bottom.

.2 Twisted selvedge at top.

.12 Secure fabric to top rails, line posts and bottom tension wire with tie wires at 450 mm intervals.

.1 Give tie wires minimum two twists.

.13 Install bonding conductors and connect to CHP grounding bus.

3.3 INSTALLATION OF GATES

.1 Install gates in locations as indicated.

.2 Level ground between gate posts and set gate bottom approximately 40 mm above ground surface.

.3 Install gate stops where indicated.

3.4 TOUCH UP

.1 Clean damaged surfaces with wire brush removing loose and cracked coatings. Apply two coats of organic zinc-rich paint to damaged areas.

3.5 CLEANING

.1 Cleaning: clean in accordance with Section 01740.

END OF SECTION

15 of 20

OPRATOR'S ROOM/BAS MONITOR

LOCATION

16 of 20

ETOBICOKE OLYMPIUMNETWORK CABINET

17 of 20

18 of 20

19 of 20

20 of 20