18
Page 1 of 1 Project: CEI Charge Lab & Building Renovations Addendum No.: 001 DMA Proj No. 20-380 Issue Date: September 29, 2021 Owner: University of Windsor Delivery: Electronic The following Addendum shall be part of the Tendering Documents issued on September 24, 2021. This Addendum forms part of the contract documents and is to be read, interpreted and coordinated with all other parts. The cost of all contained herein is to be included in the contract sum. The following revisions supersede the information contained in the original drawings and specifications issued for the above-named project to the extent referenced and shall become part thereof. Acknowledge receipt of this addendum by inserting its number and date on the Bid Form. Failure to do so may subject the bidder to disqualifications. GENERAL: PART A - GENERAL 1. Pre-Tender Meeting Report dated September 28, 2021 is included in this addendum. PART B - SPECIFICATIONS .1 REVISE: Section 00 01 00 (R1) List of Contents (not included in this addendum). .2 ADD: Section 03 35 00 (R0) Concrete Floor Finishing (included in this addendum). .3 ADD: Section 07 21 13 (R0) Batt & Blanket Insulation (included in this addendum). .4 ADD: Section 09 06 00 (R0) Concrete Floor Slab Preparation for Applied Finishes (included in this addendum). PART C - ELECTRICAL .1 ADD: Dynamometer Block Diagrams included in this addendum. END OF ADDENDUM NO. 001

PRE-TENDER REPORT

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: PRE-TENDER REPORT

Page 1 of 1

Project: CEI Charge Lab & Building Renovations

Addendum No.: 001

DMA Proj No. 20-380 Issue Date: September 29, 2021 Owner: University of Windsor Delivery: Electronic

The following Addendum shall be part of the Tendering Documents issued on September 24, 2021. This Addendum forms part of the contract documents and is to be read, interpreted and coordinated with all other parts. The cost of all contained herein is to be included in the contract sum. The following revisions supersede the information contained in the original drawings and specifications issued for the above-named project to the extent referenced and shall become part thereof. Acknowledge receipt of this addendum by inserting its number and date on the Bid Form. Failure to do so may subject the bidder to disqualifications.

GENERAL:

PART A - GENERAL

1. Pre-Tender Meeting Report dated September 28, 2021 is included in this addendum.

PART B - SPECIFICATIONS

.1 REVISE: Section 00 01 00 (R1) List of Contents (not included in this addendum).

.2 ADD: Section 03 35 00 (R0) Concrete Floor Finishing (included in this addendum).

.3 ADD: Section 07 21 13 (R0) Batt & Blanket Insulation (included in this addendum).

.4 ADD: Section 09 06 00 (R0) Concrete Floor Slab Preparation for Applied Finishes (included in this addendum).

PART C - ELECTRICAL

.1 ADD: Dynamometer Block Diagrams included in this addendum.

END OF ADDENDUM NO. 001

Page 2: PRE-TENDER REPORT

Di Maio Design Associates Architect Inc. 804 Erie St. E. Windsor ON N9A 3Y4 t.519.945.8663 www.dimaiodesign.ca

PRE-TENDER REPORT

Project: CEI Charge Lab & Building Renovations Project No: 20-380

Location: University of Windsor Meeting Date: Sept. 28, 2021 (Virtual)

Time: 10:00 A.M.

ITEM: DESCRIPTION:

1. GENERAL

Mandatory Virtual Meeting for all Bidders and attendance will be taken and distributed in a future addendum

Non-Mandatory In-Person Site Visit Proponents need to confirm a appointment to visit the site by Friday October 1, 2021 up to 3:00pm with the Office of the Architect by email to Michael Di Maio [email protected] to confirm number of persons attending this walk-thru. University COVID Protocols must be followed.

Questions pertaining to this Bid document must be submitted via e-mail noting “Project No: 20-380. 2021 CEI Charge Lab & Building Renovations” in the subject heading line no later than the date and time outlined in the Instruction to Bidders.

In -Person Site Visit (non-mandatory) Wednesday October 6th, 2021 at 9:30am. Meet at the front of South Entrance Doorway.

All visitors to site must follow the "Mandatory Vaccination for Vendors, General Contractors, and Suppliers Visiting Campus" which formed part of the Bid Documents and included in this report.

The following Attendees were present in the virtual pre-tender meeting:

Company Name Name E.mail address

Vince Ferro Brian Miles [email protected]

Vince Ferro Rose Ferro [email protected]

TCI Titan Contracting Ramesh [email protected]

RC White Ltd. Ted Byrne [email protected]

Alliance Chris Weller [email protected]

Elmara Enzo Quaggiotto [email protected]

Sterling Ridge Jacob Baker

University of Windsor Mark Rudkin [email protected]

University of Windsor Andrew Jenner [email protected]

Dillon Nathan Cook [email protected]

Dillon Bruno DiLoreto [email protected]

DMA Architect Inc. Michael Di Maio [email protected]

2. BID SUBMISSION

Responses to this Bid must conform to the specifications as outlined below:

Upload one (1) digital copy in Adobe PDF readable format of the Mandatory Requirements listed below and Section 00 41 00 Bid Form.

OCTOBER 14, 2021 until 03:00:00 p.m.

Page 3: PRE-TENDER REPORT

Di Maio Design Associates Architect Inc. 804 Erie St. E. Windsor ON N9A 3Y4 t.519.945.8663 www.dimaiodesign.ca

PRE-TENDER REPORT

Submission location: University of Windsor – Finance Department Email responses to Dario Pavia, Buyer Finance- Procurement at: [email protected]

3. BID DOCUMENTS AVAILABILITY Tenders will be announced on Biddingo Public Tender

4. BID BOND & AGREEMENT TO BOND

Each Bid shall include a Bid Bond in the form of CCDC 220 – 2002 in the amount stated in the Bid Form naming the Owner as the oblige and issued by a surety licensed to conduct surety and insurance business in Canada. The Bid Bond shall remain valid for at least 120 days from the Submission Deadline. No other form of Bid security is acceptable. Cost of this bond shall be included in the Total Stipulated Contract Price

5. LIABILITY INSURANCE

The Bidder shall submit to the Owner, within 7 days from the date of receipt of notice of conditional award of Contract, Certificates of Insurance - General Liability Insurance, WSIB Safety Record, Clearance Certificate, Contractor’s Health & Safety Policy, Past Environmental, Health & Safety Records, Training and Certification Records, Hazardous Materials List and Contractor Health and Safety Responsibility Agreement as per details listed in the Bid Form.

6. PERFORMANCE BOND AND LABOUR & MATERIAL BONDS

The successful Contract Contractor shall be required to furnish a Performance Bond and a separate Labour & Material Bond, each in the amount stated in the Bid Form within 7 days from the date of receipt of notice of conditional award of Contract (Letter of Acceptance).

These Bonds shall be made payable to the University of Windsor and shall be issued through facilities of a Surety Company licensed to carry on Business in the Province of Ontario.

7. BUILDING PERMIT & INSPECTIONS

The Contractor shall secure and pay for all permits, inspections, indemnity fees and certifications of Work as required by the laws and regulations in effect in the locality in which the Work is to be performed and including those applicable and/or required by the governing authorities. The Contract Documents and application will be submitted by the Owner to the Building Department. Upon award of this contract the successful Contractor will notify the Building Department and transfer the permit to their respective Contractor’s name as required. The contractor shall be responsible for all costs of the permit.

8. ADDENDA ISSUED DURING BID PERIOD

Addenda(s) shall be posted on Biddingo prior to Tender Closing Time, unless it is an Addendum that extends the Tender Closing Date.

The deadline for all questions on the tender should be submitted before October 12th, 2021 by 2:00pm. Last day for issuance of a Addendum October 13th, 2021 Bid Submission: October 14, 2021 by 3:00:00 PM

9. ACCESS & ENQUIRIES

Page 4: PRE-TENDER REPORT

Di Maio Design Associates Architect Inc. 804 Erie St. E. Windsor ON N9A 3Y4 t.519.945.8663 www.dimaiodesign.ca

PRE-TENDER REPORT

Direct inquiries and questions during the Bidding period to the Owner’s Representative: Dario Pavia, Buyer, Finance Department T. 519 253 3000 EXT.2088 E. [email protected] or Architect’s Representative: Michael Di Maio, Project Architect T. 519 945 8663 EXT.223 E. [email protected]

10. SCHEDULING & COMPLETION

Owner’s Substantial Completion date March 2022 The Contractor shall submit a construction schedule to the Owner's Representative within SEVEN (7) DAYS of award of Contract. The schedule shall be complete in every detail and shall be developed showing the progress in Work increments on a weekly basis for all phases of the project.

11. STAGING AREA – will be finalized by the Owner with successful bidder.

12. QUESTIONS

.1 In-Person Site Visit Protocol: -Bidders must confirm the number of attendees including Sub-contractors, Vendors and Suppliers. -all documentation for vaccination should be in place. -All subcontractors must follow this policy for vaccination.

Page 5: PRE-TENDER REPORT

CEI Charge Lab & Building Renovations CONCRETE FLOOR FINISHING University of Windsor Section 03 35 00 (R0) DMA Project No.: 20-380 Page 1 of 3 NB: Changes from the previous version of this document are indicated by SMALL CAPS FONT or by strikethrough.

Di Maio Design Associates Architect September 29, 2021 Issuance Addendum 001

PART 1 – GENERAL 1.1 GENERAL REQUIREMENTS .1 The General Conditions of the Contract, Supplementary Conditions, and the General Requirements

of Division 1, form part of this section, and must be read in conjunction with the requirements of this section. The work of this section shall comply with all requirements of Division 1 - General Requirements.

.2 The Contractor shall, together with any and all Subcontractors involved in the work of this section,

examine all surfaces or conditions relating to the Work. In order to determine the acceptability of such surfaces or conditions for the work of this section.

.3 Subcontractors shall report in writing, any observed defects of deficiencies in any surfaces or

conditions that would adversely affect the work of this section, to the Contractor for correction prior to commencing the work of this section.

.4 Commencement of the work of this section shall imply acceptance of all surfaces and conditions. 1.2 RELATED SECTIONS .1 Section 09 06 00 Concrete Floor Slab Preparation. 1.3 SUBMITTALS .1 Make submittals in accordance with Section 01 33 00. .2 Product Data Sheets: .1 Submit manufacturer’s Product data sheets for Products proposed for use in the work of

this section. .2 Submit shop drawings indicating proposed locations for control joints in slabs on grade for

review and acceptance of locations by Consultant. 1.4 QUALITY ASSURANCE

.1 Qualifications: .1 Execute the work of this section only by a Subcontractor who has adequate equipment and

skilled workers to perform it expeditiously, and is known to have been responsible for satisfactory installations similar to that specified.

1.5 FIELD CONDITIONS

.1 Perform work only when environmental conditions are as specified in Section 03 30 00. PART 2 - PRODUCTS Not Applicable

PART 3 - EXECUTION 3.1 GENERAL

.1 Before commencing work of this section, ensure that surfaces are acceptable to receive and

maintain concrete finishing, and that specified installation will be achieved.

Page 6: PRE-TENDER REPORT

CEI Charge Lab & Building Renovations CONCRETE FLOOR FINISHING University of Windsor Section 03 35 00 (R0) DMA Project No.: 20-380 Page 2 of 3 NB: Changes from the previous version of this document are indicated by SMALL CAPS FONT or by strikethrough.

Di Maio Design Associates Architect September 29, 2021 Issuance Addendum 001

3.2 CONCRETE SLAB FINISHING .1 General: .1 Comply with concrete slab surface finishing tolerances schedule specified in this section. .2 Strike off concrete level to screeds leaving no low spots. If vibrators are used on

straightedge, ensure that concrete is not over-vibrated causing segregation and collection of water and fines on the surface.

.3 Smooth concrete to an even plane with a darby or bull float, and leave until bleed water and water sheen has disappeared.

.4 Proceed with finishing only when concrete has hardened sufficiently. .5 Finish exposed edges of concrete surfaces smooth with an edging tool, with slightly

round exposed corners. .6 Finish concrete surface with power float or with metal hand floats in areas inaccessible to

power floats. Ensure that floating embeds large aggregate below surface, consolidates mortar at surface, with even planes, without humps or depressions, removes marks from edging, and prepares surface for further specified finishing. Do not bring water and fine material to surface by overworking.

.7 Steel trowel floated surface with power trowels or hand trowels in areas inaccessible to power trowels. Proceed with trowelling only when there is no sheen on surface. Repeat trowelling until surface is brought to approved finish. Allow sufficient time between trowelling for additional set of concrete.

.8 Rerun tooled edges following finishing of surfaces. .9 Finish floor surfaces level, dense, with no aggregate showing, and free of blemishes

and crazing. .2 Scratch finish: While still plastic, texture concrete surface that has been screeded and bull- floated

or darbied. Use stiff brushes, brooms, or rakes to produce a profile amplitude of 6 mm (1/4") in 1 direction.

.3 Float finish: Consolidate surface with power-driven floats or by hand floating if area is small or

inaccessible to power driven floats. Restraighten, cut down high spots, and fill low spots. Repeat float passes and restraightening until surface is left with a uniform, smooth, granular texture.

.4 Trowel finish: After applying float finish, apply first trowelling and consolidate concrete by hand or

power-driven trowel. Continue trowelling passes and restraighten until surface is free of trowel marks and uniform in texture and appearance. Grind smooth any surface defects that would telegraph through applied coatings or floor coverings.

.1 Apply trowel finish to surfaces indicated, exposed to view or to be covered with floor finishing materials and as indicated or scheduled.

3.3 CONCRETE SLAB SURFACE FINISHING TOLERANCES

.1 Comply with tolerances required by building code. .2 Concrete tolerances: F-number in accordance with CAN/CSA A23.1/A23.2-14. .1 Level surface to the following minimum tolerance. Grind smooth surface defects that would

be visible or telegraph through applied floor finishing system. .1 Class B: FF 25 - FL 20. .3 Independent testing company may measure for F-number finish tolerance requirements in

accordance with CAN/CSA A23.1/A23.2-14, in accordance with Section 01 45 00. Provide 4 Working Days notice in advance of concrete flooring placement and finishing.

3.4 PATCHING AND REFINISHING

Page 7: PRE-TENDER REPORT

CEI Charge Lab & Building Renovations CONCRETE FLOOR FINISHING University of Windsor Section 03 35 00 (R0) DMA Project No.: 20-380 Page 3 of 3 NB: Changes from the previous version of this document are indicated by SMALL CAPS FONT or by strikethrough.

Di Maio Design Associates Architect September 29, 2021 Issuance Addendum 001

.1 Before completion of the Work, patch and refinish defective surfaces to match surrounding areas with no discernible variation in appearance.

3.5 FIELD QUALITY CONTROL

.1 Conduct quality control in accordance with Section 01 45 00.

3.6 PROTECTION .1 Protect finished concrete floor areas from abrasion traffic, and from damage caused by spillage of

oil or other deleterious materials.

END OF SECTION

Page 8: PRE-TENDER REPORT

CEI Charge Lab & Building Renovations BATT AND BLANKET INSULATION

University of Windsor Section 07 21 13 (R0)

DMA Project No.: 20-380 Page 1 of 3

NB: Changes from the previous version of this document are indicated by SMALL CAPS FONT or by strikethrough.

Di Maio Design Associates Architect September 29, 2021 Issuance: Addendum 001

PART 1 - GENERAL 1.1 GENERAL REQUIREMENTS

.1 The General Conditions of the Contract, Supplementary Conditions, and the General Requirements of Division 1, form part of this section, and must be read in conjunction with the requirements of this section. The work of this section shall comply with all requirements of Division 1 - General Requirements.

.2 The Contractor shall, together with any and all Subcontractors involved in the work of this section,

examine all surfaces or conditions relating to the Work, in order to determine the acceptability of such surfaces or conditions for the work of this section to commence.

.3 Subcontractors shall report in writing, any observed defects or deficiencies in any surfaces or

conditions that would adversely affect the work of this section, to the Contractor for correction prior to commencing the work of this section.

.4 Commencement of the work of this section shall imply acceptable of all surfaces and conditions.

1.2 SECTION INCLUDES

.1 Provision of all labour, materials, equipment and incidental services necessary to supply mineral fibre batt and blanket insulation.

1.3 Related Sections

.1 Section 09 22 00 – Metal Support Systems .2 Section 09 29 00 – Gypsum & Cement Board .3 Division 22 – Mechanical Work

1.4 REFERENCE

.1 ASTM c665-01E Specification for Mineral-Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing.

.2 ASTM C1320-05, Standard Practice for Installation of Mineral Fiber Batt and Blanket Thermal Insulation for Light Frame Construction.

.2 Canadian Standards Association (CSA International) .1 CSA B111-1974(R2003), Wire Nails, Spikes and Staples. .3 Underwriters Laboratories of Canada (ULC) .1 CAN/ULC-S702-1997, Standard for Mineral Fibre Insulation.

1.5 ACTION AND INFORMATIONAL SUBMITTALS

.1 Product data: .1 Submit manufacturer’s printed product literature, specifications and data sheet in

accordance with Section 01 33 00 – Submittals. .2 Manufacturer’s Instructions: .1 Submit manufacturer’s installation instructions.

Page 9: PRE-TENDER REPORT

CEI Charge Lab & Building Renovations BATT AND BLANKET INSULATION

University of Windsor Section 07 21 13 (R0)

DMA Project No.: 20-380 Page 2 of 3

NB: Changes from the previous version of this document are indicated by SMALL CAPS FONT or by strikethrough.

Di Maio Design Associates Architect September 29, 2021 Issuance: Addendum 001

1.6 QUALITY ASSURANCE

.1 Test Reports: certified test reports showing compliance with specified performance characteristics and physical properties.

.2 Certificates: product certificates signed by manufacturer certifying materials comply with specifed

performance characteristics and criteria and physical requirements. .3 Health and Safety Requirements: do construction occupational health and safety in accordance

with Section 01 35 29 – Health and Safety Requirements.

1.7 WASTE MANAGEMENT AND DISPOSAL

.1 Separate waste materials for reuse or recycling. .2 Remove from site and dispose of packaging materials at appropriate recycling facilities.

PART 2 - PRODUCTS 2.1 INSULATION .1 Acoustical and fire batt insulation for walls and floors to CAN/ULC S702, Type 1. .1 Non-combustibility: to CAN/ULC S114. .2 Surface Burning Characteristics: to CAN/ULC S102. .1 Flame spread: 0. .2 Smoke developed: 0. .3 Smolder resistance: 0.09% to CAN/ULC S129. .2 Acoustical Performance: .1 Airbourne sound transmission loss: to ASTM E90. .2 Rating sound insulation: to ASTM E413. .3 Sound absorption co-efficient: to ASTM C423. .3 Refer to drawings for thickness required. .4 Acceptable Products:

.1 Thermal Insulation: mineral fibre processed from rock, slag, or glass, to CAN/ULC-S702, Type 1; thickness as shown on drawings;

.1 EcoTouch™ Thermal Batt Insulation by Owens Corning Canada Inc. .2 SAFB by Fibrex Insulations Inc. .3 Roxul PLUS® Steel Stud by Roxul Inc. (steel stud assemblies) or Roxul ComfortBatt™ by Roxul Inc. (wood stud assemblies). .2 Fire Blanket / Sound Attenuation Insulation: mineral fibre processed from rock, slag, or

glass, to CAN/ULC-S702 Type 1, non-combustible to CAN/ULC-S114, thickness as shown on the drawings.

.1 EcoTouch™ Pink™ Fibreglass® Sound Attenuation Batts by Owens Corning Canada Inc.

.2 SAFB by Fibrex Insulations Inc. .3 Roxul AFB® by Roxul Inc.

2.2 ACCESSORIES

Page 10: PRE-TENDER REPORT

CEI Charge Lab & Building Renovations BATT AND BLANKET INSULATION

University of Windsor Section 07 21 13 (R0)

DMA Project No.: 20-380 Page 3 of 3

NB: Changes from the previous version of this document are indicated by SMALL CAPS FONT or by strikethrough.

Di Maio Design Associates Architect September 29, 2021 Issuance: Addendum 001

.1 Nails: galvanized steel, length to suit insulation plus 1” (25mm), to CSA B111. .2 Staples: ½” (12mm) minimum leg. .3 Tape: as recommended by manufacturer.

PART 3 – EXECUTION 3.1 MANUFACTURER’S INSTRUCTIONS .1 Compliance: comply with manufacturer’s written data, including product technical bulletins, product catalogue, installation instructions, product carton installation instructions, and data sheets. 3.2 INSULATION INSTALLATION

.1 Install insulation to maintain continuity of thermal protection to building elements and spaces. .2 Fit insulation closely around electrical boxes, pipes, ducts, frames, and other objects in our passing

through, insulation. .3 Do not compress insulation to fit into spaces. .4 Keep insulation minimum 3” (975mm) from heat emitting devices such as recessed light fixtures,

and minimum 2” (50mm) from CAN/CGA-B149.1 and CAN/CGA-B149.2 Type B vents. .3 Do not enclose insulation until it has been reviewed by the Consultant. .4 Install Fire Blankets/Sound Attenuation insulation in all interior partitions with required STC ratings

or as indicated on the Drawings.

.5 Install Fire Blanket/Sound Attenuation insulation in all fire-rated wall assemblies, where indicated as having fire resistance ratings on the Drawings. 3.3 CLEANING

.1 Upon completion of installation, remove surplus materials, rubbish, tools and equipment.

END OF SECTION

Page 11: PRE-TENDER REPORT

CEI Charge Lab & Building Renovations CONCRETE FLOOR SLAB PREPARATION University of Windsor FOR APPLIED FINISHES Section 09 06 00 (R0) DMA Project No.: 20-380 Page 1 of 3 NB: Changes from the previous version of this document are indicated by SMALL CAPS FONT or by strikethrough.

Di Maio Design Associates Architect September 29, 2021 Issuance Addendum 001

PART 1 – GENERAL 1.1 GENERAL REQUIREMENTS .1 The General Conditions of the Contract, Supplementary Conditions, and the General Requirements

of Division 1, form part of this section, and must be read in conjunction with the requirements of this section. The work of this section shall comply with all requirements of Division 1 - General Requirements.

.2 The Contractor shall, together with any and all Subcontractors involved in the work of this section,

examine all surfaces or conditions relating to the Work. In order to determine the acceptability of such surfaces or conditions for the work of this section.

.3 Subcontractors shall report in writing, any observed defects of deficiencies in any surfaces or

conditions that would adversely affect the work of this section, to the Contractor for correction prior to commencing the work of this section.

.4 Commencement of the work of this section shall imply acceptance of all surfaces and conditions.

1.2 SECTION INCLUDES .1 Provision of all labour, materials, equipment and incidental services necessary to prepare existing

substrates for new applied finishes, including the following: .1 Removal and disposal of all existing flooring, mastics adhesives, mortars and setting

materials, base and accessories. .2 Repair of all existing surfaces to provide a sound, uniform substrate for new materials. 1.3 RELATED SECTIONS .1 Section 03 35 00 Concrete Floor Finishing. .2 Section 03 53 00 Cementitious Underlayment 1.4 SUBMITTALS .1 Make submittals in accordance with Section 01 33 00. .2 Product Data Sheets: .1 Submit Product Data Sheets indicating physical properties of Products specified, acceptability of substrate, application limitations and testing results. .3 Manufacturers Installation Instructions: .1 Submit latest printed manufacturer’s installations instructions detailing preparation

requirements, tools required, acceptable applications methods and standard details for various situations/locations.

.4 Quality Assurance Submittals: .1 Submit Installer Qualifications statements confirming installer meets requirements as

specified in this Section prior to commencement of the Work of this Section. 1.5 QUALITY ASSURANCE

Page 12: PRE-TENDER REPORT

CEI Charge Lab & Building Renovations CONCRETE FLOOR SLAB PREPARATION University of Windsor FOR APPLIED FINISHES Section 09 06 00 (R0) DMA Project No.: 20-380 Page 2 of 3 NB: Changes from the previous version of this document are indicated by SMALL CAPS FONT or by strikethrough.

Di Maio Design Associates Architect September 29, 2021 Issuance Addendum 001

.1 Installer Qualifications: .1 Installer shall have a minimum of two (2) years documented experience in the installation of Products specified in this Section. If requested by Owner or Consultant, submit proof of

experience to Consultant prior to commencement of the Work of this Section. 1.6 ENVIRONMENTAL REQUIREMENTS

.1 Maintain air temperature and substrate temperature between 10°C and 30°C (50°F and 86°F) for 48 hours before, during and 48 hours after installation.

PART 2 - PRODUCTS 2.1 MATERIALS

.1 Substrate Filler and Leveler: Polymer-modified Portland cement based latex filler requiring water only to produce cementitious paste, as recommended by flooring manufacturer for use with their product:

.1 ARDEX FEATHER FINISH® by ARDEX Engineered Cements. .2 Laticrete® 816 Latipatch Rapid Underlayment by Laticrete International Inc. .3 Planipatch® by Mapei Inc. .4 Feather Edge Skim Coat by TEC Specialty Products Inc. .5 Level Set® 200 Self-Leveling Underlayment used in combination with Multipurpose Primer

by TEC Specialty Products Inc. .6 Henry® 445 by W.W. Henry Company.

.2 Waterproofing & Crack Isolation Membrane: trowel-applied, two-component, flexible, fiber-

reinforced waterproofing and crack-isolation membrane, meeting ANSI A118.10 requirements for waterproofing; Mapelastic 315 by Mapei.

PART 3 - EXECUTION 3.1 DEMOLITION AND REMOVAL

.1 Removal all existing flooring in the areas designated to receive new applied flooring finishes. .2 Remove all mastics, adhesives, mortars and setting materials. Grind floors where necessary to

remove any remaining materials. .3 Remove all existing base materials and accessories as indicated on the Contract Drawings. .4 Dispose of all demolition material in strict accordance with Federal and Provincial codes and

regulations. Audit, separate and dispose of construction waste generated by new construction or by demolition of existing structures in whole or in part, in accordance with Ontario Regulations 102/94 and 103/94 made under the Environmental Protection Act.

3.2 EXAMINATION

.1 Prior to commencing the Work of this Section, carefully inspect installed Work of other trades and verify that such Work is complete to the point where Work of this Section may properly commence. Provide Notice in Writing to the Consultant and Contractor of conditions detrimental to the proper and timely completion of the Work of this Section.

Page 13: PRE-TENDER REPORT

CEI Charge Lab & Building Renovations CONCRETE FLOOR SLAB PREPARATION University of Windsor FOR APPLIED FINISHES Section 09 06 00 (R0) DMA Project No.: 20-380 Page 3 of 3 NB: Changes from the previous version of this document are indicated by SMALL CAPS FONT or by strikethrough.

Di Maio Design Associates Architect September 29, 2021 Issuance Addendum 001

.2 Ensure concrete floors are dry by using test methods recommended by flooring manufacturer, and exhibit negative alkalinity, carbonization or dusting.

.3 Moisture test results should exceed the flooring manufacturer’s recommendations for specified adhesive and shall exceed 2.27kg/92.9m²/24 hours (5lbs/1000ft²/24 hours) or 85% relative humidity.

.4 Do not begin installation until all unsatisfactory conditions are resolved. Beginning Work of this

Section constitutes acceptance of site conditions and responsibility for defective installation caused by prior observable conditions.

3.3 SUBSTRATE FILLER AND LEVELER

.1 Preparation: .1 All substrates must be structurally sound, dry, solid and stable. .2 Substrate should be clean and free of dust, dirt, oil, grease, paint, curing agents, concrete

sealers, loosely bonded toppings, loose particles, epoxy adhesives, urethane adhesives, and any other substance or condition that may prevent or reduce adhesion.

.3 Ensure substrates are sound, level, free of cracks greater than 3mm (1/8”) in width, and changes in elevation that may adversely affect installation.

.4 Apply crack isolation membrane over joints and cracks 3mm and greater in width. Apply minimum 6” (150mm) in width.

.5 Apply leveling and patch coat material recommended by mortar and grout manufacturer or flooring adhesive manufacturer to substrate and allow to set thoroughly. Sand where necessary.

.6 Concrete must free of any negative hydrostatic pressure and/or excessive moisture. .2 Mixing: .1 In a clean mixing container, pour 1 part liquid and gradually add 2-1/2” to 3 parts Substrate

Filler and Leveler powder by volume while slowly mixing. (Note: Water temperature should not exceed 73°F (23°C). Higher water temperature will shorten pot life).

.2 Do not overwater. .3 Use a low-speed mixer (at about 300rpm) to mix for 2 minutes at maximum. Mix thoroughly

to a smooth, lump-free consistency. .4 Do not mix more material than can be applied within 8 to 10 minutes. .5 Avoid air entrapment and prolonged mixing, which will shorten pot life. .3 Application: .1 Select an appropriate flat edge steel trowel. .2 Immediately apply mixed Substrate Filler and Leveler to the substrate, according to the

desired thickness. Do not exceed manufacturer’s maximum single-coat thickness. .3 Blend into the surrounding area and finish to the required smoothness. .4 Allow at least 60 minutes to dry.

3.4 PROTECTION OF FINSIHED WORK

.1 Protect from traffic dirt or dust from other trades until the final installation of the floor covering. .2 Allow for extended periods of cure and protection when temperatures drop below 16°C (60°F) and

/or when the relative humidity is higher than 70%.

END OF SECTION

Page 14: PRE-TENDER REPORT

Dyno System 1 (D1)

SL. No. Equipment Model Description Dimensions (cm x cm)

D1-1 Bardac Drive for 300 hp Dyno Motor Dyno Control 44 X 92

D1-2 Bardac 300 hp Motor 300 hp Motor

82 X 135 T-slot Dyno Base T-slot Dyno Base

D1-3 Dyno Gearbox Dyno Gearbox 50 X 63

D1-4 Dyno Head Stock for Motor Mounting 72 X 83

D1-5 Dyno Torque Meter Hugo Machine & Tool

46 X 84 D1-6 DUT Motor Mounting Base

D1-7 Device Under Test (DUT) Motor

D1-8 Main Baseplate 123 X 365

D1-9 DUT Drive Available in the Lab

D1-10 Heat Exchanger-oil Cooler for Gearbox 48 X 65

D1-11 AVL Battery Simulator Battery Simulator #4A BS1.1 80 X 140

D1-12 MAGNA Measurement Tower 56 X 80

D1-13 Tribolude Ltd. - (AVL) 6617-1 Oil Conditioning System 85 X 103

D1-14 Chiller for D1-13 To be purchased

D1-10 Oil Cooler

for Gearbox

D1-13 Liquid Conditioning

System

D1-14 Chiller to be

purchased

D1-11 Battery

Simulator

D1-12 Magna Measurement Tower

D1-1

Bardec Drive

D1-2 Dyno Motor &

T-slot Base

D1-3 Dyno

Gearbox

D1-4

Motor

Mounting

D1-5 Torque

Meter

D1-6

Motor

Mount base

D1-7 DUT Motor

D1-9

Available

in the Lab

D1-8 (Main baseplate, D1-2 to D1-7 will be on D1-8)

To Be Purchased

Available

Page 15: PRE-TENDER REPORT

Dyno System 2 (D2)

S. No. Equipment Model Description Dimensions

(cm x cm)

D2-1 Dyno Drive To be purchased

D2-2 Dyno Pedestal #1/T-Slotted Bed Plate T-Slotted Bed Plate 107 X 186

Dyno 2 Motor To be purchased

D2-3 AVL Dyno Head Stock for Motor Mounting Dyno Head Stock

72 X 83 D2-4 Dyno Torque Meter

D2-5 DUT Motor Mounting Base

D2-6 Device Under Test (DUT) Motor

D2-7 Main Baseplate (Bed) To be purchased

D2-8 DUT Drive Inverter for DUT is available in the lab

D2-9 AVL Battery Simulator Battery Simulator #4B BS2.1 80 X 64

D2-10 AVL Measurement Tower 73 X 79

D2-11 Liquid Conditioning System-AVL for Dyno LO CNDSYS1004001 Liquid Conditioning System 209152.05 92 X 132

D1-14 Chiller for D2-11 To be purchased

D2-11 Liquid Conditioning

System

D1-14 Chiller to be

purchased

D2-9 Battery

Simulator

D2-10 *AVL Measurement Tower

D2-1

Dyno Drive to

be purchased

D2-2 Dyno Motor to

be purchased

D2-3

Motor

Mounting

D2-4 Torque

Meter

D2-5

Motor

Mount base

D2-6 DUT Motor

D2-8

Available

in the Lab

D2-7 (Main baseplate, D2-2 to D2-6 will be on D2-7)

D2-2 T-slot

baseplate

To Be Purchased

Available

*Wheels to be installed to

use for both D2 and D3

Page 16: PRE-TENDER REPORT

Dyno System 3 (D3)

SL. No. Equipment Model Description Dimensions (cm x cm)

D3-1 Dyno Drives To Be Purchased

D3-2 Dyno Pedestal #2/T-Slotted Bed Plate T-Slotted Bed Plate 108 X 185

Dyno 3 Motor To Be Purchased

D3-3 Dyno Head Stock for Motor Mounting

72 X 83 D3-4 Dyno Torque Meter

D3-5 DUT Motor Mounting Base

D3-6 Device Under Test (DUT) Motor Available in the Lab

D3-7 Main Baseplate (Bed) To Be Purchased

D3-8 DUT Drive Available in the Lab

D3-9 AVL Power Supply 10-1,000 V Capacitor Power Supply 10-1,000 V 63 X 102

D2-10 AVL Measurement Tower *Wheel will be installed to move

between the system D2 and D3 73 X 79

D3-11 Liquid Conditioning System-AVL LO CNDSYS1004001 Liquid Conditioning System 209152.05 91 X 160

D1-14 Chiller for D3-11 To Be Purchased

D3-11 Liquid Conditioning

System

D1-14 Chiller to be

purchased

D3-9 Power

Supply

*D2-10 AVL Measurement Tower

D3-1

Dyno Drive to

be purchased

D3-2 Dyno Motor to

be purchased D3-3

Motor

Mounting

D3-4 Torque

Meter

D3-5

Motor

Mount base

D3-6 DUT Motor

D3-8

Available

in the Lab

D3-7 (Main baseplate, D3-2 to D3-6 will be on D3-7)

D3-2 T-slot

Baseplate

To Be Purchased

Available

*Wheels to be installed to

use for both D2 and D3

Page 17: PRE-TENDER REPORT

Policy Title: Mandatory Vaccination for Vendors, General Contractors, and Suppliers Visiting Campus

Date Established: September 7, 2021

Office with Administrative Responsibility: Finance Department (Procurement)

Approver: President

Revision Date (s):

COVID-19 vaccination is mandatory for all Visitors who attend campus, including individuals performing

work on behalf of vendors, general contractors (including other members of a construction project (i.e.,

consultants, subconsultants, project managers)), and suppliers. It is the sole responsibility of that Visitor

to ensure individual(s) attending campus on their organization’s behalf meet the requirements as outlined

in the University of Windsor’s COVID-19 Vaccination Policy. Please note that all Visitors, including

vendors, general contractors, and suppliers must be fully vaccinated in order to attend campus after

October 21st, 2021.

Vendors, general contractors, and suppliers must ensure that any individuals visiting campus on their

behalf have received at least a first dose of a Health Canada-approved COVID-19 vaccine by September 7,

2021, and a second dose by October 7, 2021, and must upload proof of full vaccination to:

www.uwindsor.ca/vaccine by no later than October 7, 2021. Individuals that are not considered fully

vaccinated between September 7, 2021, and October 21, 2021, must receive a negative result for COVID-

19 screening within 72 hours prior to their campus visit. Vendors, general contractors, and suppliers must

ensure that the testing was performed by a third-party licensed pharmacist/practitioner approved by the

University and must ensure that the individual has submitted their negative results to

[email protected] with a subject line “COVID result” prior to attending campus. Any off-Campus

self-administered test results will not be accepted.

Individuals are required to complete the Self-Assessment Questionnaire on either the Safe Lancer app or

the physical form (download fillable and printable pdf) before any campus visit, within which they will be

required to declare their COVID-19 vaccination status.

Individuals will be required to present an “Approved” (Green) badge in order to proceed with their duties

at the University. In the event an individual receives a “Denied” (Red) badge, they are not permitted to

enter campus and should seek immediate guidance from the Vendor they represent. This mandate

applies to all areas of the University of Windsor campus(es), including the downtown campus.

Construction sites that are enclosed and under the responsibility of a general contractor (e.g., Lancer

Centre and Transforming Windsor Law), are under the health and safety protocols of those respective

general contractors. Individuals required to be on campus(es) other than on their enclosed construction

site are required to follow the University’s COVID-19 Vaccination Policy, and therefore are required to

complete the University of Windsor’s Self-Assessment Questionnaire.

Page 18: PRE-TENDER REPORT

In some cases, individuals will require compliance to both the General Contractor health and safety

protocols on enclosed construction sites and adjacent University of Windsor campus areas.

All vendors, general contractors, and suppliers must be prepared to meet the above requirements in order

to do business with the University of Windsor on or after September 7, 2021. The University reserves the

right to delay any service with a Vendor until they are able to meet the above requirements.

This Policy is effective September 7, 2021 and will be reviewed and modified by the University as

appropriate, and no later than December 15, 2021, to ensure that its provisions comply with legislation

and public health guidance. Further information can be found by visiting the University’s Return to

Campus website.