16
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 November 10, 2016 Via Internet Posting 16 pages ADDENDUM NO. 3 TENDER CALL NO. 260-2016 FOR THE REPLACEMENT OF ROOFING SYSTEM, WINDOW REPLACEMENT AND INSTALLATION OF SAFETY ANCHOR SYSTEM AT NORTH YORK CIVIC CENTRE, 5100 YONGE ST., TORONTO. REVISED CLOSING DATE: NOVEMBER 29, 2016 12:00 NOON (LOCAL TIME) Please refer to the above Request for Tender (RFT) document in your possession and be advised of the information as outlined below: 1. Questions & Answers: See attached for questions & answers for this project. 2. Information/Clarifications: See attached for information and Clarifications from the optional site meeting on Nov. 8, 2016. 3. Revised Pricing Form: See attached for Revised Pricing Form. 4. Additional Site Meeting: There will be an Optional Site Meeting to allow only contractors, who were present at either of the Mandatory Site Meetings (held on October 31, 2016 or November 10, 2016) to revisit the site. It will be held on November 16, 2016 between 10:00 a.m. to 12:00 p.m. at North York Civic Centre, 5100 Yonge Street, Toronto. All visitors must meet at the security desk and sign-in. A City representative will accompany and or allow access to site. 5. Information: Please find list of contractors who attended the second Mandatory Site Meeting on Thursday, November 10, 2016 @ 10:00 am. 1. Maxim Group 2. Tritan Inc. 3. Dineen Construction 4. Gorbern Mechanical 6. Clarifications/Revisions to specs & drawings: See attached for Clarifications/Revisions to specs & drawings. Should you have any questions regarding this addendum, please contact Brenda Duffley at email: [email protected] or fax (416) 397-7779. 1 of 16

ADDENDUM NO. 3 TENDER CALL NO. 260-2016 FOR THE ... · Work that will affect AHU #2 must be conducted Servocraft Limited. 5 of 16. Contact Albert Bakos – Telephone: 416-391-22229,

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

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

November 10, 2016 Via Internet Posting – 16 pages

ADDENDUM NO. 3

TENDER CALL NO. 260-2016

FOR THE REPLACEMENT OF ROOFING SYSTEM, WINDOW REPLACEMENT AND

INSTALLATION OF SAFETY ANCHOR SYSTEM AT

NORTH YORK CIVIC CENTRE, 5100 YONGE ST., TORONTO.

REVISED CLOSING DATE: NOVEMBER 29, 2016 12:00 NOON (LOCAL TIME)

Please refer to the above Request for Tender (RFT) document in your possession and be advised of the

information as outlined below:

1. Questions & Answers:

See attached for questions & answers for this project.

2. Information/Clarifications:

See attached for information and Clarifications from the optional site meeting on Nov. 8, 2016.

3. Revised Pricing Form:

See attached for Revised Pricing Form.

4. Additional Site Meeting:

There will be an Optional Site Meeting to allow only contractors, who were present at either of the

Mandatory Site Meetings (held on October 31, 2016 or November 10, 2016) to revisit the site. It will be

held on November 16, 2016 between 10:00 a.m. to 12:00 p.m. at North York Civic Centre, 5100 Yonge

Street, Toronto. All visitors must meet at the security desk and sign-in. A City representative will

accompany and or allow access to site.

5. Information:

Please find list of contractors who attended the second Mandatory Site Meeting on Thursday, November 10,

2016 @ 10:00 am.

1. Maxim Group

2. Tritan Inc.

3. Dineen Construction

4. Gorbern Mechanical

6. Clarifications/Revisions to specs & drawings:

See attached for Clarifications/Revisions to specs & drawings.

Should you have any questions regarding this addendum, please contact Brenda Duffley at email:

[email protected] or fax (416) 397-7779. 1 of 16

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

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

2 of 16

Tender Call No. 260-2016

Addendum No. 3

Questions & Answers:

Q1. At the mandatory site meeting on Oct. 31 I was under the impression that the Clerestory windows

behind the sloped curtain wall were being replaced, but according to the drawings all we are doing is

removing the glass and leaving the frames in place? Please confirm the scope for this please, just

want to make sure.

A1. Clerestory windows below the slope glazing, are to have glazing removed with frames left in place,

as per contract drawings. New clerestory windows are to be installed along the base of the new

sloped skylight, as per contract drawings.

Q2. Please clarify the following Section 08 9300 curtain wall rehab. questions:

1. All of the existing glass remain in frame system while reseal of pressure plates is under

way?

2. Are we to remove all of the glass in place store on site, and re install when the other parts

are ready to install?

3. Are we to remove and dispose of all the existing glass from the curtain wall and provide

new glass to all?

During the mandatory site meeting the consultant said the existing glass is to remain, and if there is any

glass blemish/replacements it will be looked at. It seems from tender form paragraph 4.0 entire glazing is

being removed and replaced. Please clarify the intent.

A2. See attached pdf drawing called AS.00 Window Schedule Rev 03 – Addendum 02- Rev.1 pdf

2016/11/07-NNC in this Addendum 3.

Q3. There is a contradiction in the bid documents we would like clarified. Are we to submit our

references\ qualifications with our bid submission or is it only required within (5) days of being

contacted by the city after the closing? See below excerpts from the project documents.

a. Under Item 6.2 “Mandatory Submission Requirements Prior to Award” on Page 2-7 of

Section 2 – Information for Bidders it reads: “The Bidder must submit the following

documents within five (5) working days upon being contacted by the City. Failure to

submit the documents within this time limit will result in disqualification of the Bid.” This

then goes on to include the Experience and Qualifications Form.

b. Under Item 6.2.A. “Experience and Qualification Form” on Page 2-8 of Section 2 –

Information for Bidders it reads: “In order to prove they have the required experience,

the Bidder must complete and submit the Experience and Qualifications Form as

contained in Section 3, Tender Submission Package as part of their Tender submission”

A3. You can submit your experience/qualifications with your bid, or else within (5) days of being

contacted by the city after the closing.

Q4. Regarding the Experience and Qualifications requirements for this project. Under Item 6.2.A.

“Experience and Qualification Form” on Page 2-8 of Section 2 – Information for Bidders it reads:

“The Contractor must provide documentation listing a minimum of three (3) projects similar in scope

and complexity for occupied building and successfully completed within the last five (5) years and

with projects construction values of $5,000,000 or greater. Listed projects must be specific to large

3 of 16

retrofit of occupied high rise commercial and/or corporate buildings and for the full removal and

replacement of flat roof systems using cold applied inverted roofing systems, replacement of glazing

and curtain wall systems and installation of new roof anchor and related life safety systems.”

Are we permitted to indicate experience from projects that our major sub-contractors have completed

(ie: large curtain wall retrofits or large roof replacement projects)? It is extremely rare to have

completed a project of that magnitude which also includes all of these different components of work

and would severely limit the amount of bidders that would be able to qualify with these strict

requirements (if there are any). Please advise if we can submit multiple large projects as references

for the various sub-trades showing their experience in completing similar work as well as experience

from ourselves as a General Contractor managing large scale projects involving multiple sub-trades.

If this is the case, would it also be permitted to include a few extra reference above the 3 required so

as to show projects from each major sub-trade.

A4. See the following Joint Venture wording below.

A Response by a consortium of two or more entities may be submitted, but one person or company

must be shown as the prime Respondent and be prepared to represent the consortium to the City by

executing the Agreement, acting as the primary contact, and taking overall responsibility for

performance of the Agreement.

Where a Response is made by a prime Respondent with associate firms working with or under the

prime Respondent in either a sub-contracting or consortium relationship, it is required that those

associate firms be named in the Response.

Q5. Would you please confirm set up areas for garbage bin in tender since this will affect the roof price a

lot.

A5. The garbage bins are limited to be located within the designated staging areas as noted in the

drawings.

Q6. May our products be an accepted product for ladders and guardrails on this as required?

Specs and brochures attached.

A6. 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 specifications. 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 during the bidding period and/or

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.

4 of 16

Q7. What is the expectation from the City on drawings note “provide full interior protection below

upper and lower sloped glazing areas” drawing A1.01. Is the expectation to provide a fully

engineered scafolded plywood deck protection below the upper and lower sloped glazing, or just

light netting, the associated cost difference between each approach is very considerable on this

project, and very impactful on occupants, please confirm what is the City’s acceptable minimum

standard for this ? A fully engineered scafolded phased interior deck protection can be provided,

but is very costly.

A7. See Tender Call No. 260-2016 document, specifically Page 42 of 296, Section 4 – Scope of

Work, Scope of Work Summary.

Q8. Please confirm to what scope of work does spec section “concrete repair” relate to, ie what areas

of this building needs actual concrete repair?

A8. All concrete related specifications is for the installation of new concrete curb under

curtain wall locations identified on drawing A2.01, curtain wall CW07, approximately

between N and F.

Q9. For the interior painting of the lower sloped glazing at ground floor, detail 4 and 8 on A5.05 red

structural steel rafters posts and beams, does this area of red structural and decking need to

receive cleaning and painting similar to the upper interior sloped glazing areas as specified,

please clarify the exact scope for interior painting. ?

A9. Yes," Steel rafters, post and beams at lower sloped glazing at ground floor are to be clean

and painted. Painting to include exposed conduits."

Q10. For interior painting below the sloped glazing, it may only be possible to do this work outside of

normal opening hours, please confirm if this is acceptable, and

what security restrictions, costs, need to be considered for this to happen. ?

Are there areas of existing dry wall that requires painting apart from areas to be replaced for pipe

work in the ceiling areas. ?

A10. Working outside of normal opening hours and weekends must be requested 48 hours in

advance to the City of Toronto for acceptance and approval.

Areas of drywall painting and touch up may be required at window glazing replacement, curtain

wall replacement (if drywall is affected). Contractor to verify all conditions affecting the work.

Q11. Please advise that the asbestos removal is type 3, and the correct instruction for removal of type

3, and the locations of type 3?

A11. See Tender Call No. 260-2016, specifically Page 42 of 296, Section 4 – Scope of Work, Scope of

Work Summary. Contractor is responsible to follow all applicable regulation and requirement for

working near and with asbestos. Specifically but not limited to "Ontario Regulation 278-05 –

Asbestos on Construction Project and Building Repair Operations".

Q12. Please provide the name of the mechanical unit supplier installer, if these unites are still under

warranty, for coordination?

A12. Air Handling Unit (AHU) #2 located on the roof level over the North Mechanical Room

under warranty. Work that will affect AHU #2 must be conducted Servocraft Limited.

5 of 16

Contact Albert Bakos – Telephone: 416-391-22229, Extension: 224 or Cell: 416-984-

1543.

Q13. Section 10 1000 states repair to three existing ladder but as per drawings there are four ladders.

Can you please identify which one needs to be repaired?

A13. Refer to note on S7. All existing ladders are to be included. Specifications will be amended to

indicate four existing ladders.

Q14. Can you please provide window washing platform acceptable manufacture and product type?

A14. The Window washing platform must be custom designed and built to suit the existing condition.

Prefabricated/manufactured products would not work.

Q15. Can all Mechanical/drain work can be performed during regular work hours?

A15. Yes, provided that public access/staff operation/ access is not impeded and overhead

protection/hoarding is provided in areas of work.

Q16. Lightning conductors copper cables / rods were identified during site visit on the roof, please

provide a spec to reinstall existing, or install new, what locations, testing, etc?

A16. All lightning conductors copper cables / rods are to be removed and reinstated.

6 of 16

Optional Tender Site Meeting

Project: 5100 Yonge Street – North York Civic Centre (NYCC)

Project No.: MH:1151055.00 City Tender: 260-2016

Place: 5100 Yonge Street – North York Civic Centre (NYCC)

Date: November 8, 2016

Time: 10:00 AM – 2:00PM

Present: City of Toronto (City) Morrison Hershfield Limited (MH) Various contractors and trades.

ITEM

1.0 PURPOSE OF MEETING

.1 This Optional Site Meeting was held at NYCC for bidders to review the site. The following summarizes clarifications to the scope of work on site, for the information of all bidders.

2.0 CLARIFICATIONS

.1 Brick repair area at elevator penthouse was discussed. Contractor to provide lump sum price for review and assessment of bricks and replacement of all deteriorated brick and mortar on all walls of elevator roof penthouse (Roof E). Cost to include access and be part of lump sum price.

.2 Clarification regarding Pricing Form Item 2.2. Unit rate to be provided for one brick replacement with assumption of 1000 bricks to be replaced. Total price to be provided for line item 2.2 (unit price x 1000).

.3 Clarification regarding Pricing Form Item 2.3. Unit rate to be provided for one metre of mortar replacement with assumption of 300 metres to be replaced. Total price to be provided for line item 2.3 (unit price x 300).

7 of 16

– 2 –

ITEM MINUTES ACTION BY

.4 Clarification regarding metal flashing replacement on Roof M. All parapet metal flashing is to be replaced. Include metal flashing over top of brick wing wall along east elevation. Remove and reinstall existing fence as required to facilitate roof work.

.5 Clarification regarding roof membrane tie-in to base of curtain wall on Roofs K and J. Finished roof level will remain the same. No new curbs required. Membrane flashing to tie into curtain wall sill.

.6 Clarification regarding metal panels around two large louvres east of Roof H. Metal panels/siding on all three sides of louvres to remain. Clean and repaint all three sides.

.7 Clarification regarding metal flashing at north and south curtain wall. New metal flashing to be provided at top of curtain wall and sill locations.

.8 Clarification regarding metal siding replacement. Metal siding at stair penthouse on Roof A and F are to remain. Metal siding replacement is required at Stair Roofs 1 to 4, ending at west elevation of stair penthouse. Refer to A2.00 Elevation drawings.

.9 Clarification regarding metal siding replacement. Metal siding replacement at north and south elevation (above curtain wall) to extend around corner to include west wall as seen on Roof A and Roof F.

8 of 16

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 260-2016 Contract No. N/A

REVISED – ADDENDUM NO. 3

ALL BIDDERS MUST COMPLETE IN FULL AND SUBMIT ALL PRICING FORM PAGES WITH YOUR BID SUBMISSION.

PROJECT : Roof and Skylight Replacement PROJECT LOCATION: North York Civic Centre – 5100 Yonge Street, Toronto, ON

It is agreed and understood that the following price will apply to the entire scope of work as specified in the Tender, technical specifications, drawings and all other contract documents. Include in each of these prices any and all costs associated with carrying out the entire scope of work, including all overheads, profits and statutory charges as applicable (HST excluded). This Bid Form is to be read in conjunction with the Payment Schedule – Section 01 00 00 Contractor to review “Pre-Renovation Designated Substances and Hazardous Materials Assessment,” dated Sept. 13, 2016, prepared by Environmental Consulting Occupational Health”

1.0 General Requirements Price

1.1

All requirements identified in the Division 1 General Requirement of specifications and drawings for aspects and full duration of the project.

Lump Sum $ _____________

1.2 Mockups / Testing / Independent Inspection Reports Lump Sum $ _____________

TOTAL ITEM 1.0 Division 1 – General Requirements $ _____________

2.0 Masonry: The following applies to all masonry repairs / replacement outlined in the contract documents

Units Quantity Unit Rate Extended Price

2.1 Masonry Replacement and Repointing Lump Sum N/A $ _____________

2.2 Masonry Replacement EA 1000 $ _______ $ _____________ 2.3 Mortar Repointing / Replacement LM 300 $ _______ $ _____________

TOTAL ITEM 2.0 Masonry $ _____________

3.0

ROOFING: The following applies to all roof areas below. Include the cost to complete all aspects and requirements outlined in the contract documents including but not limited to access, storage, protection, removal and disposal of existing roof assembly, metal flashing and auxiliary components. Cost for each roof section to also include supply and installation of new roof assembly, metal flashing, roof anchors, and auxiliary components. Bidders are reminded to review Designated Substance Report as several roofing areas contained designated substances.

9 of 16

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 260-2016 Contract No. N/A

3.1 Roof A and F Lump Sum $ _____________

3.2 Roofs B and G Lump Sum $ _____________

3.3 Roofs C, D and E Lump Sum $ _____________

3.4 Roofs H and I Lump Sum $ _____________ 3.5 Roofs J, K, L and M Lump Sum $ _____________

3.6 Stair Roofs 1, 2 3 and 4 Lump Sum $ _____________

3.7 Canopy Roofs 1, 2 & 3 Lump Sum $ _____________

3.8 Ladders, Freestanding Guardrails and Exterior Fall Arrest Cables Lump Sum $ _____________

3.9 Skylight Mobile Platform Lump Sum $ _____________

3.10 Interior Fall Arrest Cable System Lump Sum $ _____________

3.11 Mechanical Roofing Lump Sum $ _____________

TOTAL ITEM 3.0 Roofing $ _____________

4.0

Sloped Glazing / Curtain Wall / Metal Siding : The following applies to all sloped glazing areas, curtain walls, metal siding areas. Cost to include all access to identified areas, storage, protection of building and material, removal and disposal of existing material and the supply and installation of new material as specified in the Contract Documents.

4.1 East Elevation Skylight SG01 & SG02 Lump Sum $ _____________

4.2 West Vestibule Skylight SG03 Lump Sum $ _____________

4.3

East Elevation Lower Skylight, Siding and Windows: SG04, CW06, CW07, CW16 and East Elevation Sloped Metal Roof: MP01

Lump Sum $ _____________

4.4 East Wing Skylight, Siding and Windows: SG05, CW14 and CW15 Lump Sum $ _____________

4.5 West Elevation Stairwell Curtain Wall and Siding: CW01, CW02, CW03 & CW04 Lump Sum $ _____________

4.6 West Elevation Strip Windows: CW12a and CW12b and North Elevation Window CW13 Lump Sum $ _____________

4.7 North and South Elevation Curtain Wall, CW05 and CW09 and meta siding on North and South Elevations Lump Sum $ _____________

4.8 Electrical Work at Skylights Lump Sum $ _____________

TOTAL ITEM 4.0 Sloped Glazing / Curtain Wall / Metal Siding $ _____________

10 of 16

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 260-2016 Contract No. N/A

5.0 Building Integrated Photovoltaic Panels (BIPV) The following applies to all supply and installation of BIPV Solar Panels and associated electrical connections to facilitate the operation of the BIPV Panels, and display system.

5.1 BIPV on East Elevation Lump Sum $ _____________

TOTAL ITEM 5.0 BIPV Panels $ _____________

SUMMARY

Total Item 1.0 General Requirements $ _____________

Total Item 2.0 Masonry $ _____________

Total Item 3.0 Roofing $ _____________ Total Item 4.0 Sloped Glazing / Curtain Wall / Metal Siding $ _____________

Total Item 5.0 BIVP Panels $ _____________

A) Sum of Items (1.0+2.0+3.0+4.0+5.0)

$ _____________

B) CONTINGENCY ALLOWANCES (H.S.T. excluded) is an

allowance for unforeseen or discovered site and/or work condition(s). Additional work and associated costs must be reviewed and authorized in written form by the City prior to initiating additional work. Do not add overhead, profit or taxes to amount for additional service(s)/work. Cost associated with additional sevice(s)/work will have a maximum mark-up of 10% to account for overhead and profit for services/work provided by the Contractor. For work/services performed by a sub-contractor, the proponent is only entitled to a maximum mark-up of 5% to account for overhead and profit.

$ 200,000.00

C) TOTAL BASE BID PRICE (H.S.T. excluded) It is agreed and understood that the Total Base Bid Price is the total of line items identified in A & B:

$____________

11 of 16

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 260-2016 Contract No. N/A

D) HST – 13% of (C) Total Base Bid Price $____________

E) TOTAL AMOUNT OF TENDER CALL (H.S.T. INCLUDED) Sums of (C) + (D) ( Please copy this amount to the Tender Call Cover Page)

$____________

12 of 16

ADDENDUM

Page 1 of 3

PROJECT: North York Civic Centre 5100 Yonge Street, Toronto, ON Roofing and Glazing Replacement Project

ADDENDUM: No. 3

PROJECT No.: 1151055.00 DATE: Nov. 9, 2016

1.0 INTENT:

1.1 This Addendum provides modifications and clarifications to Tender documents issued for the North York Civic Centre Roofing and Glazing Replacement Project at 5100 Yonge St., Toronto, ON.

1.2 This Addendum forms part of, and shall be included with, the Tender documents for the above noted project.

1.3 After entering into contract, consideration will not be given to requests for extra costs as a result of a Contractor being unfamiliar with this addendum.

1.4 Bidders shall acknowledge receipt of this Addendum in the bid submission.

2.0 CLARIFICATIONS/REVISIONS TO DRAWINGS:

2.1 Reference drawing E5.00 – Electrical Specifications.

a. Add the following section to Electrical Specifications:

265000 SNOW MELTING SYSTEM 1.0 A SNOW MELTING SYSTEM IS REQUIRED ABOVE THE EAST ENTRANCE (ADJACENT TO THE BIPV

PANELS), ON THE SLOPED GLAZING PORTION OF THE CANOPY, IN THE GUTTER ABOVE THE ENTRANCE AND IN THE DOWNSPOUTS.

2.0 GENERAL ARRANGEMENT OF THE SNOW MELTING SYSTEM IS SHOWN ON THE DRAWINGS. THIS SHALL BE USED AS GUIDANCE TO PROVIDE ALL NECESSARY COMPONENTS FOR A COMPLETE AND FULLY OPERATIONAL SNOW MELTING SYSTEM.

3.0 THE COMPONENTS OF THE HEAT RACING SYSTEM SHALL BE, BUT NOT LIMITED TO, AS LISTED BELOW: 3.1 THE HEATING CABLE: SELF REGULATING CABLE, WITH NICKEL-PLATED 16 AWG COPPER

BUS WIRES, RADIATING CROSS-LINKED SEMICONDUCTIVE HEATING MATRIX, DIELECTRIC INSULATION, TINNED BRAID AND POLYOLEFIN OUTER JACKET. CABLE TO BE SPECIFICALLY MANUFACTURED FOR USE IN SNOW AND ICE MELTING APPLICATIONS. INSTALL HEATING CABLE PER MANUFACTURER’S INSTRUCTIONS. MODEL: 3M #TTS OR APPROVED EQUAL.

3.2 POWER CONNECTION KIT: 3M # 18-SXG-KIT. 3.3 SNOW MELTING CONTROLLER: MOUNTED INDOORS IN THE EAST ENTRANCE AREA. EXACT

LOCATION TO BE DETERMINED ON SITE. INSTALL AND WIRE PER MANUFACTURER’S INSTRUCTIONS. ETI MODEL APS-3C OR APPROVED EQUAL.

13 of 16

Page 2 of 3

3.4 SNOW/ICE SENSOR: WALL MOUTED HIGH ABOVE THE SLOPED GLAZING ROOF, BUT AS CLOSE TO THE SNOW MELTING CONTROLLER AS POSSIBLE. CONNECT SENSOR TO CONTROLER PER MANUFACTURER’S INSTRUCTIONS. MANUFACTURER: RAYCHEM MODEL CIT-1 OR APPROVED EQUAL.

3.5 GUTTER SENSOR: MOUNTED IN GUTTER FOR SNOW/ICE SENSING. CONNECT SENSOR TO CONTROLLER. RAYCHEM MODEL GIT-1 OR APPROVED EQUAL.

3.6 DOWNSPOUT CABLE HANGERS: 3M MODEL RG-DCH OR EQUAL. 3.7 PROVIDE ALUMINUM TAPE MANUFACTURED BY 3M TO SECURE HEATING CABLE INSIDE

GUTTER. 3.8 ROOF CLIPS: SECURE HEATING CABLE TO ROOF USING ROOF CLIPS. ATTACH ROOF CLIPS

USING ADHESIVE COMPOUND SUITABLE FOR THIS APPLICATION ONLY ON THE FRAMES (MULLIONS) OF GLAZING AND NOT ON THE GLASS. CLIPS SHALL 3M CATALOG # RG-CRF OR APPROVED EQUAL.

3.9 TERMINATION KITS: PROVIDE ALL TERMINATION AND SPLICE KITS AS REQUIRED FOR THE COMPLETE SYSTEM. KITS SHALL BE AS LISTED BELOW OR APPROVED EQUAL: a. POWER CONNECTION GLAND KIT, 3M # 18-SXS-KIT

b. END TERMINATION KIT, 3M # ET-4S c. INLINE SPLICE WITH HEAT SHRINK, 3M #HS-PBSK d. T-SPLICE WITH HEAT SHRINK, 3M # HS-TBSK

3.10 CAUTION LABELS: 3M # CL. 3.11 PROVIDE WEATHERPROOF JUNCTION BOX TO CONNECT ELECTRICAL WIRING TO HEATING

CABLE. 3.12 PROVIDE ELECTRICAL CIRCUIT FOR THE HEATING CABLE AS SHOWN ON THE DRAWING. 3.13 PROVIDE ALL CONDUIT AND WIRE AS REQIURED. 3.14 PROVIDE ALL OTHER INSTALLATION ACCESSORIES AS REQUIRED FOR THE COMPLETE

SNOW MELTING SYSTEM.

3.0 CLARIFICATIONS/REVISIONS TO SPECIFICATIONS:

3.1 Reference Specification Section 101000 –Roof Safety System

a. Refer to PART 1, .2 SCOPE OF WORK, .1:

Revise sentence as follows: […..repair to three four existing ladders,….]

b. Refer to PART 2, .1 Roof Anchors, Page 5 of 8. Item .2.1 has been replaced with:

.1 “DJ” Series anchors by MP Anchors Limited.

c. Refer to PART 2, Page 6 of 8. The following item has been added:

.8 ROOF HATCH GUARD RAIL

.1 Supply and install a 1067 mm high (above roof level) guard on three sides of the existing roof hatch on Roof H. On the hatch open side provide a 1067 mm high latchable gate. Material to be galvanized steel, aluminum or stainless steel. The guards and gate are to be able to support a horizontal service load at the top of 227 pounds. The guards are to be mounted to the side of the hatch and the guards and gate must be removable so that the skylight platform can pass over.

14 of 16

Page 3 of 3

4.0 REVISION TO DRAWINGS:

4.1 Replace drawing AS.00 Window Schedule with attached revised.

4.2 Reason addition of bird friendly glass and scope clarification.

4.3 ADD: Acid-etching to IGU identified on AS.00 Window Schedule

a. Acid etched pattern on Surface 1. b. Acid etching by Walker Glass, or approved alternate, providing 10 year warranty. c. Base scope pattern: 5mm diameter circles spaced 50mm x 50mm.

4.4 ADD: Bird-deterrent film on IGU identified on AS.00 Window Schedule

a. Adhesive markers applied to Surface 1 of existing IGU. b. Single layer poly vinyl chloride, 50.8 microns, with exterior permanent adhesive. c. Pattern to be 5mm diameter circles spaced 50mm x 50mm. d. Symmetry Series by Convenience Group Inc.

End

15 of 16

16 of 16