Toronto SSHA Elevator Modernization

torontologo

Project opportunity information provided by DataBid.com. See more comprehensive information at the DataBid site.
Stage Open – Bids/Quotes/Tenders
Sector Public
Project/Bid No. Call No. 95-2019
DataBid ID 0016030619
Project Location
674 Dundas Street West, Toronto ON
(Toronto) , Canada
Project Class General Building
Industry Public Buildings
Trade Other Public Buildings
Construction Type Renovation
Stories Multiple

Bids Due
April 12, 2019 12:00 PM –
19th Floor, West Tower
Bids Due To City of Toronto (Toronto City Hall)
Subbid Opportunity Subcontractors wishing to obtain documents and submit a bid should contact the
selected Prequalified Contractors for additional information.
Site Meeting Mandatory
Prebid Date/Time March 12, 2019 10:00 AM
Prebid Location Site – Meet with the City representative at the front entrance.
Estimated Cost Estimate Not Available
Detail of Services
The Contractor shall furnish all labour materials equipment and supervision for renovation of the existing building (Shelter Support & Housing Administration) located at 674 Dundas St. W.

1. Prior to starting construction the Contractor is to obtain and post a Notice of Project from the Ontario Ministry of Labour. Contractor shall provide a copy of the Contractors Health and Safety Policy as well as the Health and Safety Plan specifically for the project. These documents shall be provided to the Consultant and the City.

2. Provide a construction sequencing and staging plan to the Consultant and City of Toronto Project Manager indicating site access safety barriers fencing hoarding material staging area work area phasing of work and disposal bin location. This plan must be approved by the City of Toronto and consultant prior to any mobilization on site and must take into account working within a 24/7 Operational Women’s Shelter.

3. Protection of existing facility and adjacent facilities finishes etc. during project. Any damages caused by the contractor to existing facilities will be the contractor’s responsibility to rectify. Refer to technical drawings and specifications prepared by the Consultant for additional information.

4. Provide Pre-Construction photos and video survey copy to City Project Manager and Consultant prior to start of Demolition and Construction.

5. Removal and disposal of existing finishes and building materials in the building and as indicated in attached Construction Documents.

6. Patching and making good of existing finished elements to match existing affected by the new work and as indicated in the attached Construction Documents and any areas damaged by trades during the work.

7. Scope of work may include but not limited to the following:

a. General:
i. Modernize one (1) hydraulic elevator:
1. Demolish one (1) cantilevered hydraulic elevator. Remove all associated equipment as noted in documents including existing dumbwaiter machine room equipment hoistway equipment entrances and hall fixtures.
2. Install one (1) roped hydraulic elevator
ii. Remediation of designated substances as outlined in Reports provided.
iii. Daily and Final cleaning throughout the project
iv. The provision of close-out documents

b. Architectural:
i. Patch any existing openings in the areas of work including the elevator hoistway and elevator machine room. Block fill and patch all entrance and fixture openings such that it matches surrounding wall surfaces with the application of fire stop where required.
ii. Make good with matching exterior finish at new mechanical wall/roof penetrations.

c. Structural:
i. Separate Scope: relocate north wall of existing basement elevator machine room if required to accommodate new elevator equipment as assessed by general contractor’s elevator sub-contractor.

d. Mechanical & Electrical:
i. Provide mechanical and electrical work as required to complete the elevator modernization.
ii. Replace split AC unit serving elevator machine room
iii. Provide cooling unit for IT & Security hub room
iv. Relocate existing sprinkler heads in areas of renovation
v. Supply & install devices including luminaires switches outlets receptacles exit signs emergency lights. Make devices operable.
vi. Supply & install conduit rough-in for all security devices

e. Security:
i. Supply and install devices including CCTV Security and card access and all associated wiring. Make devices operable.

8. Disposal of any construction materials/debris in a legal manner for this project on a daily basis and in accordance with City of Toronto Construction Renovation & Demolition Waste Management Policy referenced in the attached Construction Documents.

9. Final and finish cleaning acceptable for handover to client prior to turn over and as indicated in the attached Construction Documents including but not limited to the following areas:

a. Cleaning and repairs to the entire post-construction site. Site is to be dust and stain free.
b. Clean up of debris.
c. The Contractor is responsible to clean up and removal from the premises all waste materials rubbish wrappings and salvages as generated by the construction.

10. Coordinate and administer all necessary inspections for Authorities having Jurisdiction including but not limited to ESA inspections TSSA MOE Building Department Inspections and signoff Fire alarm Verification and HVAC and plumbing inspections and applications for all occupancy permits. The complete approvals of these agencies is the responsibility of Contractor the City will provide the Building Permit.
a. Include for cleaning and re-commissioning of existing equipment.
b. Include for cleaning and restoration of existing mechanical equipment and services as noted in the construction documents

11. Cooperate with Client and other agents working for or with the City of Toronto for general work and regular building functions for the duration of the construction period.

12. All work whether shown or implied unless specifically questioned shall be considered fully understood in all respects by the Contractor and he will be responsible for any misinterpretations or consequences thereof for all work shown on all contract documents.

13. The Consultant and the City reserve the right to allow other contractors to perform work in connection with the project. The Contractor shall be responsible for coordination of work and establishing schedules for all trades including the City trades such as IT and Security. The Contractor shall afford other contractors reasonable opportunity for the introduction and storage of their materials and equipment for execution of their work.

14. No material substitutions shall be made unless previously approved in writing by the Consultant and the City.

15. Both the Consultant and the City shall have access to the demised premises at all times.

16. Any construction tools and / or equipment used on project must follow OHSA guidelines or any other code requirements having jurisdiction over tools and equipment.

17. Throughout the entire course of construction the Contractor and any other trade working on job site must follow the current OHSA guidelines in addition to all codes having jurisdiction as it relates to protective clothing: hard hats gloves eye protection shoes and work procedures.

18. All sub-contractor’s shop drawings shall be submitted to the Consultant for approval throughout the Contractor prior to work being performed unless otherwise noted. All Contractors shall submit cuts samples and finishes for written approval prior to ordering or fabrication.

19. The City may at its own discretion require the G.C. to coordinate weekly project meetings as the assignment progresses.

20. Further to General Requirements 1.7 Temporary Heating and Ventilation the Contractor is to maintain adequate heat levels to avoid damage to building systems and proper curing of finishes.

21. The Contractor will staff the project with a full time Site Superintendent.

Commencement & Completion Date:
1. The start date of this Contract is immediately upon receipt of a purchase order issued by the City of Toronto Project Manager and/or Purchasing Materials Management Division. The scope of work is to commence immediately after the award of the Contract. Award is conditional upon all approvals bonding and insurance being in place. Continuous and progressive operation shall be carried out until work is completed. The mandatory Substantial Performance date for construction is November 31 2019. The 100% completion date is to be completed as expeditiously as possible. The Contractor is responsible to provide all the forces necessary to carry out the work which entails providing a Site Superintendent Forepersons (2) and Crews within the facility meeting the specified timeframe. Should any work be delayed for any reason other than what is permitted within the City of Toronto CCDC contract then the Contractor shall not be entitled to any claims and will be subject to penalty via liquidated damages clauses noted within Section 5A.
2. Completion dates of the Contract may be extended at the sole discretion of the City subject to the required approvals being obtained in accordance with the applicable City of Toronto CCDC contract clauses.

Questions Contact
Buyer: Breaugh, Meghan
Phone number: 416-338-5573
Email: Meghan.Breaugh@toronto.ca

Attention
Client Division: Facilities Design & Construction

Viewing Copy of Call Documents

Effective November 16th, 2011, all call documents issued and posted by the City of Toronto on the Online Call Document System will be available as a full viewing copy PDF for vendors to view before purchase. Call Documents that are only available for purchase at City Hall, e.g. those that include blueprint drawings, will continue to be available for viewing in hard copy prior to purchase on the 19th Floor, West Tower, City Hall. For any additional information, please contact the customer support line at 416-392-7353, or email at citybids@toronto.ca

Prequalification Required
Prequalification Info
June 30, 2016 12:00 PM – Prequalified General Contractors Only

Project/Document Info
City of Toronto (Toronto City Hall) – Viewing Copy Document Availability
19th Floor, West Tower

Deposit $113.00
Deposit Type Non-Refundable
DOW’s
Division 02 – Existing Conditions Existing Conditions
Division 03 – Concrete Concrete
Division 04 – Masonry Masonry
Division 05 – Metals Metals
Division 06 – Wood, Plastics and Composites Wood, Plastics and Composites
Division 07 – Thermal and Moisture Protection Thermal and Moisture Protection
Division 08 – Openings Openings
Division 09 – Finishes Finishes
Division 10 – Specialties Specialties
Division 14 – Conveying Equipment Conveying Equipment
Division 21 – Fire Suppression Fire Suppression
Division 22 – Plumbing Plumbing
Division 23 – HVAC HVAC
Division 25 – Integrated Automation Integrated Automation
Division 26 – Electrical Electrical
Division 27 – Communications Communications
Division 28 – Electronic Safety and Security Electronic Safety and Security

LEAVE A REPLY

Please enter your comment!
Please enter your name here

I accept the Privacy Policy

This site uses Akismet to reduce spam. Learn how your comment data is processed.