Loading...
HomeMy WebLinkAbout94-169 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 94-l69 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Kamstra Landscaping in respect to the Foster Creek Trail Landscaping, Phase II. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON HEREBY ENACTS AS FOLLOWS: 1. THAT the Mayor and Clerk are hereby authorized to execute, on behalf of the Corporation of the Municipality of Clarington with the Corporation Seal, a contract between J. Kamstra Landscaping and said Corporation. 2. THAT this agreement attached hereto as Schedule "A" form part of this By-law. By-law read a first and second time this 24 day of October, 1994. By-law read a third time and finally passed this 24th day of October, 1994. LANDSCAPE DESIGN CONSULTATION & PROJECT MANAGEMENT DANIEL]. O'BRIEN & ASSOCIATES LTD. LANDSCAPE ARCIDTECTS 180 MARY STREET PORT PERRY, ONTARIO L9L IB7 TEL: (905) 985-4466 FAX: (905) 985-8509 1\1 1\1 II I !e-I I I I I I I I I I I I I I I ,I \ THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON COMMUNITY SERVICES DEPARTMENT FOSTER CREEK VALLEY TRAIL SYSTEM PHASE II Tender No. CL94-31 September 28, 1994 Closing Date: Wednesday, September 28, 1994 Time: 2:00 PM To: Office of the Clerk Corporation of the Municipality of Clarington 40 Temperance Street Bowmanville, Ontario LIC 3A6 I I , Standard Construction Document - CCDC 2 - 1982 I AGREEMENT BETWEEN OWNER AND CONTRACTOR for use when a stipulated price forms the b..is of peyment and to be used only with the General Conditions of the Stipulated Price Contract. I I I This Agreement made on the. . . .~~. . . . . . . . . . . . . . . . . . . . . day of. . . ~~~~. . . . . . . . . . . . . . . . 0 . in the year nineteen hundred and. . . m~:rx ~:r:Q~. . . . . . . . . . 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 0 by and between TIIE CORPORATION OF TIIE MUNICIPALITY OF CLARINGTON ....................................... ........................................................................................................................................ I I .............................................................................................................................................................................. .. hereinafter called the "Owner" and J. KAMSTRA LANDSCAPING LTD. ............................................................................................................................................................................. .. I I I I I I R.R. #5, OSHAWA, ONTARIO .................................................................................................... .................................................... ........................ hereinafter called the "Contractor" witnesses: that the parties agree as follows ARTICLE A-' THE WORK . The Contractor shall: (a) perform the Work required by the Contract Documents for FOSTER CREEK VALLEY TRAIL SYSTEM (insert here the title of the Work and the Projec tJ PHASE II ......................................................................0.................................. . I I I I I h. h h b . db hOd hO h db DANIEL J O'BRIEN ASSOCIATES w IC ave een slgne y t e parties, an W IC were prepare y.... . . . . . . . . .'. . . . 0 . . . . 0 . . 0 . . 0 . 0 0 ~~~ . . 0 . . . . . . . . . 0 . . . . . . . . . . . . 0 . . . . . . . . . . . . . acting as and hereinafter called the "Consultant" and (b) do and fulfill everything indicated by this Agreement, and (c) commence the Work by the. . .1.~W. . . day of . . . . . ~O.~~. . . . . . . . . . . 19. 9~. and attain Substantial Performance of the Work, as certified by the Consultant, by the. . :nS1: ',' . day of . . PE~~W. . . . . . . 0 . . 19.9~" WEATHER CONDITIONS PERMITTING. ceDe 2 - 1982 File 00510 I I I I I I I I I I I I I I I I I I I ARTICLE A-2 CONTRACT DOCUMENTS The following is an exact list of the Contract Documents referred to in Article A-' of this Agreement and as defined in item 2 of DEFINITIONS. This list is subject to subsequent amendments in accordance with the provisions of the Contract and agreed upon between the parties. Terms used in the Contract Documents which are defined in the attached DEFINITIONS shall have the meanings designated in those DEFINITIONS. (Insert here, attaching additional pages if required, a list identifying the Contract Documents including: The Agree- ment, General Conditions, Supplementary Conditions, Definitions, drawings, giving drawing number, title, date, revision date or mark, and specifications, giving a list of contents with section numbers and titles, number of pages, and date or revision marks. Clearly identify modifications to the Contract Documents.) * ITEM 1. 5 FOR 4 BENCHES CHANGED TO (2) BENCHES. 2 CCDC2 - 1982 FileOO510 I I I I I I I I I I I I I I I I I I I ARTICLE A-3 CONTRACT PRICE The Contract Price is. . ~-:~C? ~9P~~ '. . ~~. ~IW? .~. ?;rX1X-:~~. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . dollars ($ ~? 1 ??~ ~.qO. . . . . . . . . . . . . . . ) in Canadian funds, which price shall be subject to adjustments as may be required in accordance with the provisions of the Contract Documents. ARTICLE A-4 PAYMENT (a) Subject to applicable legislation and the provisions of the Contract. Documents, and in accordance with legislation and statutory regulations respecting holdbacls...P-ercentages and, where such legislation 8r regula- tions do not exist or apply, subject to a holdback of TM percent ( 1 %1. the Owner shall: (1) make monthly payments in Canadian funds to the Contractor on account of the Contract Price. The amounts of such payments shall be as certified by the Consultant, and (2) upon Substantial Performance of the Work as certified by the Consultant pay to the Contractor the unpaid balance of holdback monies then due, and (3) upon Total Performance of the Work as certified by the Consultant pay to the Contractor the unpaid balance of the Contract Price then due. (b) In the event of loss or damage occuring where payment becomes due under the property and boiler insurance policies, payments shall be made to the Contractor in accordance with the provisions of GC 20 - INSURANCE. (c) If the Owner fails to make payments to the Contractor as they become due under the terms of this Contract or in an award by arbitration or court, interest of TWO + PRIME percent ( 2 % )per annum on such unpaid amounts shall also become due and payable until payment. Such interest shall be calculated and added to any unpaid amounts monthly. ARTICLE A-5 RIGHTS AND REMEDIES (a) The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. (b) No action or failure to act by the Owner, Consultant or Contractor shall constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder, except as may be specifically agreed in writing. ceDe 2 - 1982 File 00510 3 I I ARTICLE A-6 RECEIPT OF AND ADDRESSES FOR NOTICES I Communications in writing between the parties or between them and the Consultant shall be considered to have been received by the addressee on the date of delivery if delivered by hand to the individual or to a member of the firm or to an officer of the corporation for whom they are intended or jf sent by post or by telegram, to have been delivered within five (5) working days of the date of mailing, dispatch.or of delivery to the telegraph company when adaressed as follows: I I The Owner at. .. ~ .GQ~~~f~9.N: .q~ .~.~.C.~~~rIT. <If. ~~~~9~9~...................... street and number and postal box number if applicable I Aq.~~~~~~~~.....~~~~................~~~.~49......................... post office or district, province, postal code I KAMSTRA LANDSCAPING The Contractor at . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . street and number and postal box number if applicable I R.R. #5, OSHAWA L1H 8L7 ....................................................................................... . I post office or district, province, postal coda I The Consultant at DANIEL J. 0' BRIEN ASSOCIATES LTD. ............................ .............................................. street and number and postal box number if applicable I 180 MARY STREET, PORT PERRY L9L 1B7 .......................................... .............................................. post office or district, province, postal code I I ARTICLE A-7 LAW OF THE CONTRACT The law of the Place of the Work shall govern the interpretation of the Contract. I ARTICLE A-8 LANGUAGE OF THE CONTRACT When the Contract Documents are prepared in both the English and French languages, it is agreed that in the event of any apparent discrepancy between the .English and French versions, the . = language shall prevail. I I II II II This Agreement is drawn in English at the request of all parties hereto; ce marche est redige en anglais a la demande de toutes les parties. .Complete this statement by striking out inapplicable term if the Contract Documents have been prepared and issued in both official/anguages of Canada. 4 ceDe 2 - 1982 File 00510 I I I I I I I I I I I I I I I I II I I ARTICLE A-9 SUCCESSION The General Conditions of the Stipulated Price Contract hereto annexed, and the other aforesaid Contract Documents, are to be read into and form part of this Agreement and the whole shall constitute the Contract be- tween the parties and subject to law and the provisions of the Contract Documents shall enure to the benefit of and be binding .upon the parties hereto, their respective heirs, legal representatives, successors and assigns. In witness whereof the parties hereto have executed this Agreement under their respective corporate seals and by the hands of their proper officers thereunto duly authorized. SIGNED, SEALED AND DELIVERED in the presence of: OWNER .H'U./I.~I PIl~/,T..Y. . fJ.F. .aI1KI.1/.f TC!II/. . . . lHfffIe __. . . . . . . . . . ,-"t. . . . . . . . . .. ............ . signature t1/:1.It.~, . . !'11l1(J1: . . . . . . . . . name and title CONTRACTOR . t<A.~S1re.fl.. . ~1!.~.7?~~IJ.P/~.~ ... . ... name .. .................... .... .... .......... . ...... ......... .... .................... signature name and title ...... ................ ................................. . nature . JflHE.S.. .I(".Ms,rJ( It ".fiR.r.A).~te.. name and title ......................................... . witness ......................................... . name and title ... t. .c... ra.. .(~.......... witness . .(11i~.'.4. .Il,.;/.). .fl,.JclE~/' .5~~~.~r~.::J. name and title N.S. Where legal jurisdiction, local practice, or Owner or Contractor requirement calls for proof of authority to ex- ecute this document, proof of such authority in the form of a certified copy of a resolution naming the person or persons in question as authorized to sign the Agreement for and on behalf of the corporation or partnership, parties to this Agreeme'1t, should be attached. eeDe 2 - 1982 File 00610 5 I I I I I I I I I I I I I I I I II I I E 16105/931 ~ Simcoe ~ Erie Group BURLINGTON, ONTARIO s TO: THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON, 40 TEMPERENCE STREET, BOWMANVILLE, ONTARIO LIC 3A6 BOND NO. T-2072 AGREEMENT TO BOND AND CONSENT OF SURETY The SIMCOE & ERIE GENERAL INSURANCE COMPANY, as Surety, hereby agrees to become bound as Surety for J. KAMSTRA LANDSCAPING LIMITED. AND 716906 ONTARIO INC. OIA KAMSTRA LANDSCAPING ,as Principal in a Performance Bond totalling 100 'Yo, and a Labour and Material Payment Bond totalling 100 'Yo of the contract amount, on approved bond forms, and conforming to the Instruments of Contract for the full and due performance of the works shown and described herein should the Principal's tender for PHASE II - FOSTER CREEK VALLEY - INSTALL BIKE PATH AND LANDSCAPING OF SURROUNDING AREA be accepted and a written contract entered into. It is a condition of this Agreement and Consent that application for said Bond (or Bonds) must be made to the Surety within (6C ) days from the closing of tender related thereto, otherwise this Agreement and Consent shall be null and void. DATED this 26TH. day of SEPTEMBER 1994 SIMCOE & ERIE GENERAL INSURANCE COMPANY J Anorney- in - tact 11/I)/,v'-1 I I I I I I I I I I I I I I I I II I I '.1...). J.....J .... ..;.. vI'...,.,....,_...... .... .~.-- mI Simcoe & Erie General Insurance Company ..., Nonh ser.i", ANd W_ Burlington, Omartcl L111 41.5 CeDe 221 I PERFORMANCE BOND : No....'r.:-~~(:;li. .. S2J. 3"6 6l I M.,. .., . . . ',........., I KNOW ALL MrN 1:1." THESE PRUENTS THAT :! ~. .~~~~:r.R;~. J..A~l?$!=!\E:~I~V, .~~t:'f:r.~~ . t-~.~.? ~P.9pf,.. 9;N:l:-1Et.J:9. INC. O/^ K^MS1~\ LANDSCAPING I .. . , , . . . . . . .. ... . , . . . . . . . . . , . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . .. . . . . . . . .1. . . a, Principal ! hereinafter ,:;,II,.d II..: PlincipaJ, ..nd SIMCOE & ERIE GENERAllNSUFlANCE COMPANY a corporation CWriWc1 and existin!) und~r the jaws of the Province of 0 ntario ~nd duly aUlh"" ,~d 'e) tran$act th~ businelS of Suretnhip in . . . . . T~.E .PRO)T.!)fCE. OJ. .Otrrt-1UO. . . . . . . as Surety. h~II'Hi."!("1 ":tIled thQ SUrtllY. are h.ld and firmlv bound unto. . . . .. . . . . .. . .. ... . . . . . . . .. . . . . r . . . . . . . . . .. tHE CCRI-'O!l,ATTON OF THE MUNICIPALITY OF CLARINGTON ;. . . . , . . . . . . . . . . . . . . . , , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . , . . . . . . . . . . . . . . . . . . . 'j' . . as Oblrg~e hereill~her c.II"" (II" ()blill'''', in th~ amOunt of .. .-.-:-:-TWEJUY,:"F'D.UR. . . .THOUSAND, .. . XHiEF.. . . .lfUNDRa:D. . . .AND. . I . . F.IFTY~'::; T.;< --.-.-:..,.,.":",......,~...,..'"'......,....,.......,.E l/.lI)O...,..,....~......,..,.....-,......... Dollars ($ .,4. :3.5.6., 61 ;-:-.-:-:-~:-~.-:-::-~:--.I lawl~1 rT.oney -:Ii i. ""'l'~~, lor tile p"'jlmenl Or whletl ~'Jm. wl)li and Irul~. to b9 madr,. the PrtnClpel"nd mll Surely bin.;! tII.meelvIJ3. tno" ne,,!;. e)O,~c'lt/)'~. ~ami'i';lr,.10'~, ",Iccessor, and e~",i9na. joir,lIy and aeliorally. firmly by Ihest pre8llftl&. : i WHEREAS. t!II' I'I'j')<:'I",1 has ~ntered into a writterl contr~ct with the Obligee. dllted the. , ..... , . . . . . . . . .. .1. . .., . . . . .., . PHASE II - rOSTER C~EEK VALLEY - INSTALL BIKE day of. . . . . . . .. . . . . . . . . . . . . . . 19. . . . . .. fe. . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " . . . . . . . . . . . . PATH AND LANDSCAPING OF SURROUNDI~G AltEA. .........,... ..... ...... ,....,........................ ......... .............. ....... ..j........ .... . . . .. ...............................,.................... I . . . . . . . . . . . . . . . . . . . . ~ . -. . I . . . . . . . . i I ...... ..... ....... ....... ..... ... ........ ..... ......... ... ....,.. ....... .j........ .... I in llccortlen<;c w, 1\1 the Cuntract Df)cum~nU 5ubmitted lh~refot whlt.h al'e by ref~tence madl) Ilart hereof and are h.reina(I~r referr9d to ~~ th" Cantr .~e:l. i NOW. THERHURE, T~E CONDITION OF T~IS OBLlGA'rION ;$ such \hit if lilt PrinCipel 511,<1 prorl'lptly and laithfully perf", '" the Contract then th!1 oblig~tion $h~lI be l'Iull and void; otherwise it shall nlmain in full ~orcll and affect. i Wllemrver tho p, ,""'pal ~11;l1f be. and decl.lred bl' th~ Obl,gl:C to b~. in defalllt under Ihe Contrllct. the Oblig~ kav,ng performeO Il'Ie OI.i'!1'!C"5 obligations thllreund.r. Ihe Synrty may promptly remedy the defaylt. or Shall promptly; (J I compiet~ III" C;ontr,ct in accordance with Its lerrT>S and conditions or ! I (:./1 obtaill II bid Or bids for IlIbmiuiOtl to tne Obliget lor completing the Centract in ,u:cordance with itS terms end condit:o~~. '1110 upon dttermlnllt;on by the Obllgce and lh. Surety of the lOwest responsibl", bidder. .rrange tor a COr""~':l l"le'",..en such bidder ..nd th. Obligev and make available as Vlrork progrrses (even thoJgh there shoul(\ b'i ~ d"'ault. or a succe~;on of defaulU. undet the contracl or COntracts of eomolelion. an'ng8d und9r this p~"t9rapt\) sufficiem funds to pay the CO~I of corncletion J(t$s tn. balallce of the COl'ltract prlco; but nol elu:ee<JI"!1. i'\'~'''ding other co.ts and dimages for which the Surety may be liable "'erl!Llnder. tht amoul'\t set forth HI th~ Illst Plr~graph herl:of. The Illrm "balance of the Contr.ct price," as ...nd ill t"is par&9raph. $h~lt mean lh~ t"t~1 amounl payable by the Oblig~ to the Principal uncler the Contract. less the am()l.lnt prOlMrly p~id by th~ Ohllg9tl to lh. Prrnerllal. . Any $Uit unde, t~., aond must be instituted beloTe tile up,rlltion of twD (2) Vellrs I,om tl\a datt on which fin~1 pavm9nt under 111" Ccnt,ar.t falls dlle. Tht Surety shall rmt be I;"ble for a greater $um thll'1 Ihe 'pec:ified penalty 01 this Bond. ND right of 'ttic." "h.,II aCCfut on this Bond, to or (<>r the I,IS8 of. any ller&On or corporetion other than the, Obligee named h"'9;n. Qr '''02 "~"&, 9Xet:utors, .aminis1r.tors or $Ur.;ceuors of the Obligee. I 1101 WITNess WH~H. ,Jr. 1M r'ril1l;ipal an,j S~rel1 h;ava 5igll.,,1 anQ S.,,,'ed this Bond lhl~ .. . 2nd . .. .. . . SIGNED am.! SeAL r' In Ihe ~~e!lenc:;e 01 ....O:1yOI....." lio.vember. ..19.9,4..." J. KAMStRA LANDSCA~It.v A'v 716'06 O',ARIO INC. L:~;~"r::C G ~\.;::. . /S"'I ( PrinCipal '_' . .. " ~ \ ( 51 Ii: .. E"E GeNERAL, INSURANCE COMPANY ( is;,~; J. A~;~-faet ....../Sw, Em;trH'O 1:1" AoCEC C(':A .-;~'.r'l .:;r: ~/~1t..: ")".:I'/IIdl:l>'; lNSlJ'-..,..CE fit IL'l /.:,1 Cr (;.\~AC" E \8 \":91) I 11/fJ7 /94 I I I I I I I I I I I I I I I I I II E-72 09: 15 1S1'dUbOL,j<ilOt;! \..< L...f\.J. \ . . ~ -.' .. -... - . ~ Simcoe & Erie General Insurance Company 648 NQt11l s..vtce Raood W-. lI11rtl"lllon, 0....119 L'7R 4LS ceDe 222 LA80UR AND ~ATERIAL PAYMEtlJ' BOND i I s .2~,.~?~...~.1......"...~. ............. J i Note; 'this 80nd i5 issued slmlllUMOlIllV with IInathe, 80nd in fllVOUr of the Obligee condilionlld lot the hill and faithful Ptrform.nce of tn. ContrlCt. I KNOW ALL MEN 8v THEsE PRiSENTSTHAT.. ..~.:..~~~~~A .!-:~~r.~9.'~~;~~..~.~,~~~~ ..~~;.~.,~ ~.~~~~...... ....... iJNTARIO INC. 0/ ^ KAMSTRA LANDSCAPING : . . .. , . . . . . .. ......".........................., .................."....... .... ....."............."....... f . as PrJIlCi~J ! h,,'einafter callr.d the P,incipill, Md SIMCOE a. IRIE GENERAL INSURANCE COMPANV ! i corporltion creilted llnd existing under the 1111"1 of tIN Provinc;e of Ontilrio i . . .. THE PROVINCE OF ONT.IIR.:i:O ! ar\d dlllv .urhQ'Ized 10 U.n~act tile bllllneu of Surely-lhllJ In .. . . .. '.' . . . . . . . . . . . . " .............. ........... .. Surety, htreina't.r called tire St".tv Ire. S"b;.ct to tlt4 condilions t"".IMfter contained, held and fi'mly b411rtd unto . \ THE CORPORA.~~~~'~~.';'~;" ~U~~.~~~~;;i~..~.'~~' ~.~~lNGTON'.'.....'.. .............. ,. ... .\... ....... . . . . . ..... . . . . . . .. . ....., . . . . . . . , . . . . . . ......., ..... . .. ... , . . . .. . . .. ...",...............".. T'1I11ee ""'9ill<lhe, Gillled I"" Obllll-. for lha Ult an" benllfl' af the Claimanu, thel, iIJId t!:tcll of tl1Mr hein. exec"lorsJ"dmiftjf. ImtO/l,tuecl!sson and migm, In tl1umollnt of . . :-.-;-;l'WfJin:-1.Q~I:t. J:tiQI)!>~\ll~ /. :r:li~~..ijV~,ql\~J;I. AfjQ. . . 1.'T"T....-~Iv----------------------"ltlO,Q-----------__ 0 lie ($ "4 3~': &.11.____) " .r:. ..., /P. ..,..........,.....,............... 1>1. . . . . . . . . . ,. . . . I . . .. 0 rt '*" JI'''y' , "I r ,'. . . . . I nf iawflll mon..y of Canada for the payment of which sum weU..nd truly to blI mad, the Principlll .nd 1tIe Surety bind thtms"lvel, th<:i, heirs, ",xeCUfQrI, admininraton, IIICClOs$(Jn and i1l1igns. jointly .nd Mverally, firmly by th,,, pr~aentl. WH E R eAS, tha PrinciPII NlS en'ered into a Written cllI\tract with the Obligr... dattd the. , . . . . . . . . . . . . . . . .). . . . . , PRASE II - FOSTER CREEK VAT.LEY - n"y ul . . .. . .. . .. . .... . . .. .... 1~. ., . . .. ", fot .. . ...... ,....., .... .. .. . ..... ., . . .. .. .. . . . . . .\. . . '" . .1NSr.lI.LL.lIlKE. ~ATH. AHD. LA!:jDs.cI\PING.OF. .SURR!ltrblDL'lG.ARU..................... .t...... , \ . .. ........ .., ....... ...,... .... ....... .......... ........ ..... ....... ....... ..... ...r..... , ....0' I..... ..... ,......... t ............... ..... ,t... ..... ,.. .0. .,. II. ..........0 ....., ...... N(l T-9267 (TftUSTEE FORM) whidl COnt,act Doc:uments ar. by ref,ranel! mlde II patt hereof. snd i1re her.inaftllr r,falred to ~s the Contrilct. ! NOW, THEREFORE. THE CONDITION OF THIS OIlLlGATION IS llolCh mal. il the P,ifl\;;paI shall make ~a\'inenf to all CI.,mllnts for all lat'lQur i1nd I'I'lilterial used or rusonably required fOr use In the performance of Ihe Contrad. thl!f\ this ot:"y"tion shall be r\U1I ar'ld void; otherwise it sn.1I ,elniin ;n fllff forc<: lIr'ld .ffecl, sl.Ibjecl. however. to ttl~ lollo....ing condition,: \ A Cla""'i1nl for ttHI pUtC)Ose of this Bond is defined .s o,.,e having iI dirett cQnlr~et with the Prollcipal for labour, ""'t"ill, 0' bath, used or ..asonebly req\med for U~ In the PlII'form~ncl 01 tha COl'ltrKt, l.bour al'llt m:tterial heing conStrued to include that p.,t of Water, gas. power, lighl, h8at, oil, 91!.Olinll. teleonone ""Nlce or re"Ul eQuipll'tl:nl directlv IPs;lliclble to Ihe Contract prov,ded tl'llt I person. lirm or eorporation ~hO rents eQuIpment to th, Princij)aI to be wad in the P8'forma~e of the Contracl und., aCQnuact wh'eh pro~id~ !h" all or any !)lIrt of the rent il to ~ applied towa,dl tne ~rchas.e price thereof. shill OI'lIV be a Claimant to Ine eKienl of die IIrtIV.ili"'ll indu$trial rental vall", of SUCh equipmertt far the !)Ilriod du,irtll vvl\ich the q.ulprnent WilS uSlOd in the e>tr'or",*nca of tl'll Contrec:t, TII. pte<tailing irlCiustrl.1 value 01 equIpment .h,11 be deierm,ned. '''iOfar n it is pr.cti~1 10 do to, In .Cl:Ordiln(' with and in the milrtner ~OYlded lor in thl lilt"t rwised edilion of Il'le publiCetion 01 the Ciln.,ian Construction Ass<<iation titled "Rlntal Ailles Ol'l ContraClors Equlpm.nt" published prior tQ Ihe Ptriod during lNhich tl'le equlpn'l.nl _, uSlld in the po.rformantll of !M Conlract. i , I :- Tn, "'mcipI' end thl Surety. nertbv joilltly anet Knrlll\! ag'ee with the Oblil" , IS TrllIte.. that ev.rV ClaimBl'\1 who hIS rlQl been paid IS provided for under the termi of his contract with tll, I'rincilHl. b.forl 1h. upiratioll of . period 0' nlMI" 1901 da,.. aft" tl'le dlte on wn/eh the I'll of well Cla,marlt'. work ~ I.llour ""111 do"e or performed Or m8tMill, were fu."ished by suetl Cliliment, m.v al a b'ntficiarv of the I~'t h,..in prOYiCcd lor. sue on tl'lll Bond, prosecllte tIl. I\lit to 'inal jU(fgment for sllch lum or tums as l'I'Iay b' i!J1t1v due to such Cl..im~"t uncler the "n'l'll of his eon tract witl'l tl'le Princ.r;\lIl-BNt.iltl!. Ixecution therlOft. Provided thll Ir.e Obligee ;i '101 obliged 10 do 0' tilke iny ilC~, .etiD" ~-1ir.~~lnll..~~i'I\l! th.' SlIrety on b,"~lf Ilf the Claimat1ll. or any Qf mem. to enfo,(e !tI, prOl/lSlOns of ttHs .8~.. ff-'~~ ~tlOn 0' prOCeedIng \s tall.n ",th\:' in the nil me of the Ob1ipe or by joining the Oblige!' i1$...~rtv to.l\lch'~c~ifI;. the" suCl'l aCt. ICtio" or ~'Q<;cl!d;ng, $hall be tilken on till underllfllding and ballS {!\at tl'le Clljman.J$~..q(i1/1Y 0' tll.;m. wt'lo talc~ sucn iGt. ACllon or Pfoceedln!l $hlll indemnify and "",e hll,mle~J~' Oblio..-aga.iMI:i1i I:Dlts. ell..rll" i11'lcl \'KOeflKl 0' liabrlilil:l incurred me, eon and i1f1Y loss or damAge re.ul:!:nv to the ObtlgC8 b.,-reaiOn tll.reof. Provid.. Slill fu'ther 11'\". sub,etl to In~ foregOIng tllrms and !:Ond.tions. '1Je :Cl"mllnU; Of a.,y ~f them mav UK i.... name 01 1M Obligee 10 sue On and entorc. the p'ovi$iona of thi. Sond. ./';.. ".:. \ -.#. .J~.:;.:.. ... : 11/09/94 16:42 ~19056234169 l1. r:; S. 9 4 1;~ 0 9 CLAR I NGTON ...... DAN I EL 0' BR I EN r::h. ,;\1:.') I ~PM *R H ST~ ~vv~ ENT6Y:CeNTRA~ONT 1 I 0\.10 INS. aRK::: I"~ I AR 0 BRANCH,l1- 8-94 ; 6!4.2AM GENERAL ACCIDENT'" . , 41e 57,r.l7Te4:: : I /i;~ I AI- . . II I l!':l ii tl:! cer;i!';, !!'I:! ~...! ,~!ICW;l'\g po~~it, h....!: ~-;~:i$..~IJ.d tly thE INuring CQn"lP,ny and ,re in 'Mifor~. a~d affect" , 01 the d,lfl af tl",iJ cer1i',catl: a,.,d I" f.'ivout of I'lamlld ,nStt,ed. . I J. Kamstra Landlcap1nq Ltd. and 716906 Ontario Ltd. ! o ...Kal]1st'tA Lan9SC!21na . ~ . If the l!'$uranel I'tc..iC\ld under ''''I Ul(l POliey(l; I' alh:rllrt, tlsr:tllao ur ct'la!'!ged '" J rr"irmer U to ~fffe~ !h;~ C.rtlllClItI 0' ;n~l,Il.nct thl IMuring Company hlrfOY tq,teS r~ 91';te fi~'1 (~) t!ay~ ..witte" netlce of '\.Ieh altlfllior" tnll'ige cr ~Iy'lcel\,'lo'" ~ to: , Tnt Munic1pllity of C'arington . ~ Temperance street . BO\~lnV;"e) Ontario llC 3A6 l'oUt'f III,t"'Dl!r 11601508 I I I I :1 I I , THE GENERAl. AO~IDENT ASSfJ/MNOE OOMPANY OF" CANAJ CERTiFICATE OF INSURANCE /Iohev 'T '/11\ ~l''lfl =' 1.,~wr~~.U O' CC)~"'~tI"'S :o..,,'lQ ---Llk ~l I I I \ I \.iT':1;~~\tiW br ~rtlo~I\I..I~w"d I I oU I 1 I I l Januaty 1, 1994 to January L 1995 Contractors li8ner~1 L i ab111 ty $1,000,000 each OCCIJi"rence $1,000,0)0 aggragah I I ...J .~ . l- 'PIII d~\JIYI.nl ,$ (ur,..i."'l!(1 as , MAner of t:owrtesy ."ld only as ir"crl"1ltior'l 01 tn, fact !tltt Po'le!.. hav, b'J.. COr'lCI,mentlV ;"IOlrec!. ~i :, r.ct; ;orltrilCt, fOflfer. no rii"\ 'J!)dI'lIIW peflO~ ..,d ;m~cSB 1'\0 ll!b!lit'i on t". "I'\,j':!'I~ CO~~~"Y. I . _. I _--'" . ,,- -...... . n f"i"-" -""" ....--'" r ".__._.1:1.......,,'.. I Oated ,r,!. , - I : I r- II il '-I I I I I I I I I I 1 I I , I II I II I' I I TENDER NO. CL94-31 TABLE OF CONTENTS E. F. Cover Sheet Table of Contents Contact - Technical Information List of Drawings Ll - Overall Site Plan and Construction Details Tender Form TF-l through TF-6 No Soils Report A. B. C. D. DIVISION 1 SECTION 0100 SECTION 0200 SECTION 0300 SECTION 2200 SECTION 2600 Information to Bidders Instructions to Bidders General Conditions Topsoil Stripping and Rough Grading Topsoil Spreading and Sodding II II I :1 I I I I I I I I I I II I I I I I TENDER NO. CL94-31 CONTACfS Technical Information Daniel O'Brien & Associates Ltd. 180 Mary Street Port Perry, Ontario LOB INO Office: (905) 985-4466 Residence: (905) 436-1818 Daniel O'Brien Site Visitations Daniel O'Brien & Associates Ltd. 180 Mary Street Port Perry, Ontario LOB INO Office: (905) 985-4466 Residence: (905) 436-1818 Tender Documents Daniel O'Brien & Associates Ltd. 180 Mary Street Port Perry, Ontario LOB INO Office: (905) 985-4466 Residence: (905) 436-1818 I I I I I I I I I I I I II I I I , II il I TENDER NO. CL94-31 LIST OF DRAWINGS PAGE 1 COVER SHEET Ll Overall Site Plan and Construction Details l I L' [ 1- l I 1- l I- I- I~ I I I I. II I II I II I II,. TENDER NO. CL94~31 TF-l TENDER FORM For The Corporation of the Municipality of Clarington Community Services Department Foster Creek Valley Trail System Phase II TO: DATE: Sept. 27191.:. 1. STIPULATED LUMP SUM We, Kamstra Landsca~ing (Name of Company) 1460 Taunton Road E., OShawa, Ontario LIE 8L7 (Address) . have examined the Contract Documents, Drawings and Specifications for the Foster Creek Valley Trail Syste~, rnase II as set forth in the Table of Contents, List of Drawings, and Addenda number one to * inclusive to the Drawings and Specifications. We have visited the Site and examined all conditions affecting the work. We hereby undertake and agree to furnish all labour, materials, accessories, tools, plant, equipment, transportation and services for the execution and completion of the Work, including all prime costs, allowances, Provincial Taxes, Custom Duties, Excise Taxes, GST, Freight and all other charges in force at this date for the Stipulated Sum of: TTllEHTY-FIVE THOUSAND, SEVEn HTJ:"fDRED (t; "';;'IFTY ~.T:r"rH' D II ($ 25 7t::o on ) J.' . -,.l.J..i,..... -----------------------------_____ 0 ars , ..I," v , in lawful money of Canada, as a firm price (no escalator clauses) if notified of the acceptance of this Offer within sixty (60) days of the time set for the closing of Tenders. 2. BONDS 2.1 An agreement to Bond for'a 100% "Performance Bond" and'a 100%'Materials and Labour Bond is herewith attached. . 3. PROVINCIAL SALES TAX 3.1 As indicated, the following is the amount of Provincial Sales Tax and Goods and Services Tax which is included in our Stipulated Lump Sum. 3.1.1 Provincial Sales Tax ($ ). 0::2 THOUSA:~D, SIX HtrmrrED 3.1.2 Goods and Services Tax [~ ?1 F?Y -:~==n DOlLAI:S ($ 1, E -) 9 . 00 ). ,1" - I. I. I I I I. . I' I I I I I I. I- I- , 1- I~ I TENDER NO. CL94-31 TF-2 4. PRICE BREAKDOWN SCHEDULE 4.1 As a refinement of the total tendered lump sum price submitted by the Contractor, the following breakdown prices, each including the costs of all labour, materials, overhead profit, etc. required to complete each portion of the work shall be submitted. The Consultant (Owner) reserves the right to delete specific areas from the contract in accordance with Section 0200, Instruction to Bidders, Item 12.4. Price Breakdown Schedule FOSTER CREEK TRAIL SYSTEM This Contract Foster Creek is comprised of: (A) Granular pathway construction between Edward Street and Sunset Boulevard with associated components. Foster Creek No. Item Approx. Ouantity Amount 1.1 Site Preparation ($ 5 ('00 .-.~, ) ---------. , ~I . v-__' Demolition, removals, excavation, Tree Cutting 1.2 Rough Grading (access ramps) ---------- ($ 1,000.00 ) General Areas r\ 5 00 ~ ~ 1.3 Limestone Pathways ---------- ($ CJ, l . !"j.-I ) 1.4 Topsoil Spreading ---------. ($ 4 , 000 . OC) ) Fine Grading and Sodding 1.5 Benches Supplied and Installed 4 ($ 2 '>:'\00 (1"" ) ,_ .......,v Hot 1.6 Waste Containers, S~pplied and 4 ($ . S !'ec ified) Installed nao ~- 1.7 Signs Supplied and Installed 4 ($ 2 , :~ . ;..;~' ) I;:. I I. I I I I. I I I I I I I I I, I I I TENDER NO. CI.94-31 TF-3 5. Ul\1T PRICES 5.1 Additions to and deletions from the contract price shall be in accordance with the following "Schedule of Work Categories" which shall be used in all cases where such unit prices are applicable. 5.2 Unit prices as listed below shall be as indicated as either "Additions To" or "Deletions From". Unit prices include all labour, statutory charges, materials, accessories, tools, plant equipment, transportation, mark-up, supervi!)ion, overhead, profit, applicable taxes and duties, and other relative charges pertaining thereto. SCHEDULE OF WORK CATEGORIES Item Unit Measurement Unit Cost Supplied & Placed 1. Excavation (granular) M3 2. Limestone Screening M2 Walkways .3. Sodding MZ 4. Benches Each 5. Waste Containers Each 6. Signs Each $ 18.00 $ 2[;. . 00 $ lh 00 $ 700.00 Hot $ Snecified $ 500.00 ...; 6. VALUATION CHANGES Additions Deletions $ 18.00 $ "1.-=' t10 ..L "_ . V v $ 21;- ~ 00 $ 2L.OO $ 1;..00 $ 4.00 $ 700. 00 ]ot $ S-:-:ecified $ 700.00 I'Iot $ Sr:ecified $ 500. 00 $ 500.00 . .. 6.1 Extra charges for additions to the Work of the Contract, including charges for supervision, overhead and profit will be made as follows: 6.1.1 For additions to the Work of the Contract performed by our own forces; the net cost of labour, materials and equipment, including all insurances and applicable taxes and less all published trade discounts, plus a fee of 15 %. 6.1.2 For additions to the Work of the Contract performed by a sub-contractor, the net amount of the sub-contractor's charges, plus a fee of 10 %. 6.2 The net cost of labour will be the actual rates paid to workmen, plus a separate percentage of 20 % for statutory charges, which includes, but is not necessarily limited to: Vacation Pay, Unemployment Insurance, Workmen's Compensation, Canada Pension, Public Liability and Property Damage Insurance, Union Welfare, Small Tools. I- I I I I I I - I oJ I I I I I I I I .. I I I TENDER NO. CL94-31 TF-4 6.3 In the case of substitution, the net cost of the item is to be deleted and the net cost of the item to be added, will be subtracted. If the difference is an addition, it is understood we will be permitted to charge the percentages set out in paragraph 6.1 above, only on the net difference. If the difference is a deletion, it is understood we will be permitted to submit the deletion and retain all supervision, overhead, profit and statutory charges pertaining to the deletion. If the charge is a deletion due to a pure deletion from the Work of the Contract, it is understood we will be permitted to submit the credit for the deletion and retain all supervision, overhead, profit and statutory charges pertaining to the deletion. 7. SCHEDULING THE WORK 7.1 The undersigned submits that he has examined the Drawings and Specifications, the Site of the Work and further submits that he has interviewed all the suppliers of materials. 7.2 Immediately upon notification of acceptance of our Tender, we shall apply ourselves to the Work with all diligence and place all orders for materials in such time that delays will not occur. We are not aware of any conditions which would delay the progress of the Work to the extent that completion of the Work would not be affected within the below completion date. 7.3 We understand and agree that the Stipulated Sum Tender Amount includes all costs on account of premium time or overtime work required in order to meet the below mentioned completion date, whether or not such work is executed by the Contractor's own work force or by his sub- contractors. 8. OUR ESTIMATE OF TIME REQUIRED 8.1 To commence the Work 20 calendar days after the ward of the Contract. 8.2 To .complete the Work 21 calendar days after commencing the Work. 9. CASH ALLOWANCES 9.1. This Tender includes all Cash Allowances listed in the Specification and all costs, supervision, overhead, profit, applicable taxes and duties, and other relative charges pertaining thereto. 10. SUBSTITUTIONS 10.1 For your consideration we enclose a list of proposed substitutions and changes to the amount of the tender due to the use of such substitutions in place of items specified or alternatives definitely called for. The difference in cost includes all changes to the Work of other trades if affected by the proposed substitutions. . I - I' I I I I I I ... I I -. I oJ I ... I I I - I oJ I I I TENDER NO. CL94-31 TF-5 11. SUB-CONTRACfORS AND SUPPLIERS 11.1 The undersigned submits below a complete list of sub-contractors and suppliers of materials on which this Tender is based. Where the work is to be executed by our own forces we have so noted by inserting the word "Contractor". No changes from this list will be allowed without the expressed written permission of the Consultant (Owner). 11.2 The undersigned also submits that he has consulted each of the under-mentioned sub-contractors and suppliers, and has ascertain~d to his complete satisfaction that the firms named are fully acquainted with the extent and nature of the Work involved and that all sub-contractors will execute the Work to conform to the requirements of the Contract Documents. (NOTE: all sub- contractors will require 6 written reference of work completed in the last 12 months). TRADE SUB-CONTRACTOR/SUPPLIER Henderson Recreation, NOr\flCh, Ontario 12. EXECUTE CONTRACT 12.1 We agree that this Tender shall remain open for acceptance by the Owner for a period of sixty (60) days from the time set for the closing of Tenders. 12.2 We agree to execute a contract between the Consultant (Owner) and Contractor within seven (7) days after notification of the acceptance of our Tender. . 12.3 We agree, if this Tender is accepted, to furnish security in the form of a Performance Bond approved by the Owner for 100% of the Stipulated Tender Amount, covering the faithful performance of the Contract including the corrections after completion, provided for in the General Conditions, Section 0700, Article 8. (See Alternate Security TFl 2. Bonds). I I I- I I I -- I I I: I I~ I I I I IJ 11- II~ I TENDER NO. ('1.94-31 TF-6 13. GOVERNI\'IENTAL REQUIREMENTS 13.1 The Contractor shall obey all Federal, Provincial and Municipal laws, Acts, Ordinances, Regulations, Orders-in-Council and By-Laws, which could in any way pertain to the work outlined in the Contract or to the Employees of the Contractor. Without limiting the generality of the foregoing, the Contractor shalt satisfy all statutory requirements imposed by the Occupational Health and Safety Act and Regulations made thereunder, on a contractor. a Constructor and/or Employer with respect to or arising out of the performance of the Contractor's obligations under the Contract. 14. ACCEPTANCE 14.1 IN WITNESS WHEREOF we have hereto set our Corporate Sea) and the hands of our proper Officers in that behalf or his hand and seal. At OshavJa this 27th day of s',eptember, f9%. 1991;- ~\ c::{~ ~,&:: ~ .l,. \- .../_~- Harry ~amstra, Partner Seal Signing Officers Witness /(1 r, .., r // i /j, 11--- II II il :1 il 'I I 'I I I I II I I I I I 111 ;\1 L_ I Section 01 00 Page 1 TENDER NO. CL94-31 INFORMATION TO BIDDERS 1. 2. 3. The Tender closes at 2:00 PM, Wednesday, September 28, 1994. Late Tenders will not be accepted. Your Tender, toeether with bid deposit and performance security when required, must be enclosed in the envelope provided and delivered to the office of the Clerk of the Corporation of the Municipality of Clarington. 40 Temperance Street. Bowmanville. Ontario Ll C 3A6, prior to the closing date and time. 4. A bid deposit is required with this Tender. Each Tender must be accompanied by a certified cheque made payable to the Treasurer of the Corporation of the Municipality of Clarington equal to (to) per cent of the total Tender price (Foster Creek), and must be enclosed in the same envelope as the total Tender. Total Amount of Tender Minimum Deposit Required $ 20,000.00 or less $ 20,000.01 to $ 50,000.00 $ 50,000.01 to $ 100,000.00 $ 100,000.01 to $ 250,000.00 $ 250,000.01 to $ 500,000.00 $ 500,000.01 to $1,000,000.00 $1,000,000.00 to $2,000,000.00 $2,000,000.00 and over $ 500.00 $ 1,000.00 $ 2,000.00 $ 9,000.00 $ 19,000.00 $ 40,000.00 $ 75,000.00 $ 150,000.00 Security deposits will be returned within a reasonable time to all except the low and second low Bidders. Upon execution of the contract by the successful tenderer, the second low Bidder's deposit will be returned. The successful Bidder will . receive his security deposit after a satisfactory performance bond has been received and an Agreement or Contract has been signed. 5. A Letter of Performance is required with this Tender or a certified cheque (see detail TF-l 2. Bonds). Performance security shall be in the amount of one hundred percent (100%) of the total Tender amount. 6. Bidders' attention is drawn to paragraphs 10 and 11 of General Conditions regarding Workmen's Compensation and proof of insurance. These documents must be submitted prior to signing a Contract or issuing a purchase order. 7. The Consultant (Owner) will not necessarily accept the lowest or any proposal. END OF THIS SECTION rl I TENDER NO. CL94-31 Section 0200 Page 1 INSTRUCfIONS TO BIDDERS fl ;1 il :1 II I I II I I I I I I I il t. LI 1. TENDER 1.1 Tenders are invited for the supply of all labour , materials, equipment and service to complete the: FOSTER CREEK V ALLEY TRAIL SYSTEM PHASE II in accordance with the Drawings and Specifications prepared by: DANIEL O'BRIEN ASSOCIATES LTD. LANDSCAPE ARCHITECfS 1.2 Tenders for the Work will only be accepted on the Tender form provided by the Consultant (Owner) and included herewith. 1. 3 Each bid shall be construed to cover all the Work. 1.4 The Consultant (Owner) reserves the power and right to reject Tenders received from parties who cannot show a reasonable familiarity and competence with the class of work herein specified and shown on the drawings. Evidence of such competency must be furnished by the Bidders upon request. 1.5 Tenders containing escalator clauses will not be considered. 1:6 Bidders shall furnish all information requested on the Tender Form. When in doubt obtain the assistance of person(s) listed under clause 2.2.2. Tender Forms shall be typewritten or in ink without alterations or erasures. Incomplete Tenders will not be considered. 1.7 Tenders shall remain valid and subject to acceptance 'by the Consultant (Owner) and no adjustments shall be made to the tendered amount for a period of up to and including sixty (60) days from the date of closing of Tenders. 1.8 Tenders shall be signed in longhand by the Bidder and in the case of incorporated companies, by its proper Officers and with the Corporate Seal affixed. III I 11'1 I (I il I I il I I I I I I I I I II TENDER NO. CL94-31 Section 0200 Page 2 INSTRUCTIONS TO BIDDERS 2. TENDER Tenders for the work, together with: A. Bid Deposit (See Section 0100. Article 4) B. Letter of Agreement of Bond ( 100% ). Shall be enclosed in the envelope provided and delivered not later than: 2:00 PM, Wednesday, September 28, 1994 Addressed to: Corporation of the Municipality of Clarington Clerk's Office 40 Temperance Street Bowmanville, Ontario Ll C 3A6 and plainly marked: Foster Creek Valley Trail System Development Tender # CL94-31 Phase II 2.2 Ouestions During Bidding 2.2.1 Bidders finding discrepancies in, or omissions from the Drawings and Specifications or in doubt as to the meaning and intent of any part thereof, shall contact the Landscape Architect for clarification. If necessary, written instructions or explanations in the form of Addenda will be sent by the Landscape Architect. Ouestions must be received by the Landscape Architect not less than six (6) days before date of Tender closing. 2.2.2 The information contained in the Addenda supersedes and amends the Drawings and Specifications. Bidders shall state on the Tender Form in the space provided the number of all Addenda received and included by them in the preparation of the Tender. Questions arising during the bidding period should be addressed to: Site Visitations Tender Information Technical Information Daniel O'Brien Associates Ltd. 180 Mary Street Port Perry, Ontario LOB INO (905) 985-4466 Daniel O'Brien Associates Ltd. 180 Mary Street Port Perry, Ontario LOB INO (905) 985-4466 Daniel O'Brien Associates Ltd. 180 Mary Street Port Perry, Ontario LOB 1 NO (905) 985-4466 2.3 Tender Documents II I , :1 I \,' 2.3.1 Drawings and Specifications used for tendering purposes shall be returned to the Landscape Architect Office. :fl. ,(I ,l 1'1 I il I il il I I I I I I I I I (I II TENDER NO. CL94-31 Section 0200 Page 3 I NSTRUCf IONS TO BIDDERS 3. SCHEDULING THE WORK 3.1 The successful Bidder will be required to commence the Work within fourteen days of Award of the Contract and proceed with dispatch until completion of the entire work. 3.2 It shall be understood and agreed that the Stipulated Sum Tender amount includes all costs including premium time or overtime work or the rental of extra equipment necessary to meet the completion date stated on the Tender Form. 4. COMPLETION DATE 4.1 The Work shall be carried to completion consistent with good construction practice and reasonable economy. 4.2 The term "Completion" shall be understood to mean that the work has been completed, including all items of Deficiency to the satisfaction of the Consultant (Owner). 4.3 State in the spaces provided in the Tender Form: 4.3.1 Calendar days to commence the Work after notification of Award of Contract. 4.3.2 Calendar days to complete the Work after commencing the work. 5. CONTRACf 5.1 The successful Bidder shall not commence Work, nor shall any materials be procured, until a formal contract has been executed by both the Contractor and the Consultant (Owner). 6. BONDS 6.1 An Agreement to Bond for a 100% Performance Bond issued by an approved Guarantee Indemnity Company having office in Canada and authorized to carry on business in Ontario shall accompany each bid from a General Contractor covering all trades. 7. TAXES 7.1 The Tender amount shall include all Federal and Provincial Sales Taxes, Excise Taxes and Government Duties on materials required for completion of the Work of the Contract, which are in force at the time of signing the Agreement. Provide the Owner with all information and documentation required in connection with tax rebates. [I (I \ i'l .1 -I I I -I I I I I I I I I I II LI TENDER NO. CL94-31 Section 0200 Page 4 I NSTRUCf IONS TO BIDDERS 7.2 If tax acts are changed after the signing of the Agreement, the amount of the Contract will be adjusted, either more or less, in conformity therewith. 8. PERMITS 8.1 The Contractor shall give all necessary notices, obtain all necessary permits and licenses, pay all fees and furnish all necessary certificates as evidence that all Work, as installed, conforms with the laws of all governing authorities before the final certificate of payment is issues by the Consultant (Owner). 8.2 A Road Occupancy Permit must be obtained by the Contractor prior to commencing any Work performed under a Contract resulting from this Tender. 9. LOCATION 9.1 Village of Newcastle between Edward Street and Sunset Boulevard 10. DRAWINGS AND SPECIFICATIONS 10.1 The Drawings and Specifications hereinafter referred to shall be those listed together with such other working and detailed Drawings and Specifications as may be issued by the Consultant (Owner) during the progress of the Work. 10.2 Bidders shall examine all Drawings and Specifications and fully inform themselves regarding the requirements, conditions and limitations pertaining to the Work of the Contract and shall include and allow for them in the preparation of their Tender. 10.3 Bidders shall check the set of Drawings and Specifications issued to them for tendering purposes to ensure that they are complete and all Drawings listed it) the "List of Drawings" are included and all trades and pages listed in the "Table of Contents" are included in the Specifications. 11. EXAMINATION OF SITE 11.1 Bidders shall carefully examine site of the Work and shall investigate the nature of the Work to be undertaken, the means of access thereto, the obstacles to be met with, the rights and interests which may be interfered with during the performance of the Work, the extent and quantity of the Work and all matters which are referred to in the Contract Documents, or which are necessary for the fun and proper completion of the Work and the conditions under which it will be performed, and shan acquaint themselves with all By-laws, Acts, Ordinances, Rules, Regulations and Codes which may affect the Work of this Contract. II II fl TENDER NO. CL94-31 INSTRUCTIONS TO BIDDERS Section 0200 Page 5 rl 11.2 The levels and information shown on the Drawings are furnished in good faith by the Consultant (Owner), but shall in no way relieve Bidders of the responsibility for ascertaining to their own satisfaction, the nature of all conditions at the site. I I I ,I I I I I I I !I I \.~ - II L LI rl L 11.3 Bidders shall ascertain, from the relevant authorities, the availability of all services to the project and without limiting the generality of the foregoing, in particular such services as power, sewers, water supply, gas, telephone and transportation and availability of roads for traffic. Bidders shall further ascertain what prior notice each relevant authority will require for installation of services to the project. 11.4 The Owner will not entertain any claim for extra work, expense and errors incurred by the Contractor resulting from failure to comply with these conditions before tendering. 12. BASE BID TENDERS 12.1 Materials and equipment are described or named in this Specification to establish a standard of materials and workmanship. Where manufacturer's trade names are used. the Tender Amount shall be based on the use of the specified materials and equipment. 12.2 Bidders may include with their lump sum Tenders alternative proposals based on the use of alternative materials equivalent to the materials or equipment specified. For all such alternative proposals the Bidder shall include in a letter accompanying his Tender, giving the following information. Under no circumstance shall the bid for any alternative material or equipment be included in the Tender Amount. 12.2.1 Manufacturer's name and supplier's name. 12.2.2 Change in price if any. 12.2.3 Reason for proposing alternative. 12.2.4 Detail description of alternative. 12.2.5 Statement that proposed equipment does not require more space than that shown on the Drawings. The Contractor shall be responsible for any additional installation, service or power costs, resulting from the acceptance of a substitute piece of equipment or product. 12.3 Under no circumstances will alternatives submitted after the closing of Tenders be considered. 12.4 The Consultant (Owner) reserves the right to accept or reject proposed alternatives as they see fit. A rejection by the Consultant (Owner) of the proposed alternative material is final, and the Consultant (Owner) does not become obliged to give any reason for their action. 13. PROCEDURE AND SUPPLY OF CRITICAL MATERIALS 13.1 The Owner will not give any assistance in the procurement of materials or equipment to be used in, and necessary for, the carrying our completion of the Work. Contractors must make their own arrangements for the supply of materials and/or products specified or required. :[1 '(I TENDER NO. CL94-31 INSTRUCTIONS TO BIDDERS Section 0200 Page 6 il II I I I I I I I I I I I I I I I II l__ 14. WORK PHASING 14.1 The Contractor shall prepare a Work Phasing Schedule prior to commencing Work in a form acceptable to the Consultant (Owner). Schedule shall be worked out with all trades and in accordance with the Consultant's (Owner's) requirements: The Work of this Contract shall not interfere nor disrupt the normal operation and running of the existing building and premises. 14.2 Adjust construction schedule regularly to reflect actual work in progress with three (3) days notification by Consultant (Owner). 14.3 Organize and initiate site meetings at times agreed by the Consultant (Owner) representative. 14.4 Take minutes of meetings and distribute to all present within three (3) days. 14.5 The minimum amount of disruption to the existing building and services shall be mandatory. 15. UNIT PRICES 15.1 Submit unit prices applicable to the various work as specified. 15.2 Unit prices shall form the basis for adjustments in connection with any additions to or deletions from the Contract. 15.3 Unit prices shall include for all charges including labour, material, applicable taxes, overhead and profit. 15.4 The Consultant (Owner) shall reserve the power and right to alter the Work on this Contract by deducting from the Contract or adding to the Contract provided the total Contract value is not decreased or increased by more than twenty-five percent (25 %). 15.5 The final Contract value will be based on the lump sum tendered. 16. BREAKDOWN OF PRICES 16.1 When requested, the successful Bidder shall submit a breakdown of the Tender amount as may be required for the Consultant's (Owner's) accounting purposes. 17. ASSIGNMENT 17.1 The Work under this Tender covers a project the whole of which will be executed by the General Contractor. 17.2 This Contract shall be executed in full co-operation with other Contractors and sub-contractors to obtain the best results for the whole project. END OF SECTION III I :11 TENDER NO. CL94-31 GENERAL CONDITIONS Section 0300 Page 1 rl 'I. I I I I I I I I I I :1 I I :1 I t~1 1. DRA WINGS AND SPECIFICATIONS 1.1 In case of conflict between Drawings and Specifications, the Consultant (Owner) representative shall determine as to which will apply on any point of conflict. 1.2 Maintain on site at all times, one (1) complete set of Drawings and Specifications as well as approved change orders and instructions. 1.3 Clearly mark changes on all Drawings and site conditions affecting Work to be submitted to the Consultant (Owner) at the completion of Work on site. 2. SURVEYS AND LAYOUT 2.1 Check and verify all dimensions on site and immediately report all discrepancies. 2.2 Do not start any work until layout has been approved. 2.3 The Contractor will establish on the site reference lines and bench marks for this Contract. The Contractor shall set out the Work from these points providing all setting out stations and additional bench marks required for the accurate location of all parts of the Contract. All lines and levels may be subject to checking by the Consultant (Owner) representative and the Contractor shall cooperate by making the Work available to such checking at suitable times as required. 3. TESTING 3.1 N/A 4. SAFETY 4.1 The Contractor shall provide site and material security at his expense. 4.2 It is essential that the Contractor protect the public from injury around the site location. 4.3 Should the job be closed for any cause, the Contractor shall be fully responsible for protecting the Work form inclement weather and barricading off the construction site. 4.4 The Contractor shall provide all necessary guards, rails, fences, lights, etc., required for the safety of the workmen on the site and for the safety of the public who might otherwise inadvertently suffer harm as a result of Work. Protective barriers shall be provided to minimize intrusion and trespassing at the site locations. 4.5 Bidders Note: Should the provisions of the Occupational Health and Safety Act, enacted by the Province of Ontario, apply to the services and supply of goods provided under a Contract resulting from this Tender, a contravention of the Occupational Health and Safety Act and the current regulations by a Contractor, sub-contractor or supplier may be considered a breach of this Contract. [-I \1 il -I I I I I I I I I I :'1 I I I I I TENDER NO. CL94-3J GENERAL CONDITIONS Section 0300 Page 2 5. ACCESS AND SERVICES 5.1 Access to the site will be limited to Edward Street, unless written permission is received from the Owner for other access points. 5.2 Verify on site all underground and above-ground services, whether or not shown on Drawings and be fully responsible for locating and staking of said services on the site by the public utilities' companies. Verify also with Owner's maintenance and operations department with respect to Owner's services. 5.3 The Contractor is to furnish to Consultant (Owner) representative with any reasonable help which he may require at any time in driving stakes or in checking the Work. He shall also furnish the said parties, or any of the inspectors, at all times, with convenient means of access to all parts of the Work, and also with all required assistance to facilitate thorough examination of the same, and inspection, culling and removal of doubtful or defective material, and for any other purpose required in connection with the said Works or in the discharge of their respective duties, for which services no additional allowance will be made. 5.4 The Contractor shall at all times allow for access to the site by others. 6. PROTECTION (STRUCTURES, SERVICES AND TREES) 6.1 The Contractor shall protect all existing services and other structures from damage. Any damage shall be repaired by the Contractor at his own expense. 6.2 The Contractor shall protect all trees from damage. 6.3 Confine movement of heavy equipment and storage of same and materials to a predetermined area. Do not store materials or place equipment over root system. 6.4 Be responsible for the installation of snow fencing, or approved equal, installed under the limits of the crown of existing trees, unless directed otherwise. The trunks shall be protected with approved tree guards, only when approved by the Consultant (Owner). 7. MAINTENANCE 7.1 At the completion of the Work, the Contractor shaH clean up the site of his Work, remove all debris, etc., all to the satisfaction of the Consultant (Owner) representative. 7.2 Be responsible for the protection and maintenance by whatever means necessary, of the entire system until all project Work has been inspected, approved and accepted. 7.3 Be responsible for and repair, replace or otherwise remedy any damages to elements or systems on the site until all project Work has been inspected, approved and accepted. ,rI , , ;1 rl '-'I 'I I I I I I I I I I I I I I I TENDER NO. CL94-31 GENERAL CONDITIONS Section 0300 Page 3 7.4 In the event that any public highways or subdivision roads outside the limits of the park have been fouled by the Contractor, his sub-contractors or any of I}is trades, the said roadways shall be cleaned immediately by the Contractor to the satisfaction of the Consultant (Owner) representative. If, in the opinion of the Consultant (Owner) representative, such cleaning does not meet his requirements, he may arrange to have the cleaning done by others, the cost of which will be deducted from monies due to the Contractor. 8. GUARANTEE 8.1 The Contractor guarantees and warrants that the said Works shall, for the period of twelve (12) months after submitting their final completion certificate on the Contract, remain in such conditions as will meet with the approval of the Consultant (Owner) representative and that he will, upon being required, repair any imperfections therein, due to materials used in the construction thereof or workmanship. 8.2 The decision of the Consultant (Owner) representative as to the nature, extent and cause of such imperfections and the necessity for remedying the same shall be final. Should the Contractor fail to comply with the directions of the Consultant (Owner) representative, the latter may, after giving the Contractor twelve (12) hours for written notice, perform the necessary work, provided that in the event of an emergency, of which the Consultant (Owner) representative shall be sole judge, may forthwith without notice, perform the necessary work and the cost of such work in either event may be deducted or collected by the Owner. 8.3 Replacement of any item, under the terms of the guarantee shall include the cost of removing and replacing the defective item as well as all necessary refinishing work. 8.4 Rejected and damaged material shall immediately be removed from the site. 8.5 Repair or replacement of work which is damaged by persons other than the Contractor, his agents, his suppliers, his staff or his sub-contractor, if, in the opinion of the Consultant (Owner) representative the damage is NOT due to lack of workmanship, defective materials, or the lack of protective measures; the Consultant (Owner) representative will be the sole arbiter in this instance. 8.6 If the Consultant (Owner) representative notifies the Contractor in writing of imperfections prior to the termination of the guaranteed maintenance period, the Contractor shall repair the imperfections as specified above notwithstanding that any repair work may commence after or extend beyond the end of the guarantee period. 9. INSPECTION 9.1 Make all materials and shop fabricated items available for inspection by the Consultant (Owner) representative. 9.2 Periodic inspection of the site during the construction period and during the one year guarantee period shall be made by the Consultant (Owner) representative. II 1'1 il I I I I I I I I I I I I II I I I II TENDER NO. CL94-31 GENERAL CONDITIONS Section 0300 Page 4 9.3 All materials and workmanship shall be inspected by a Consultant (Owner) representative at the end of the one year guarantee period. This shall be known as Final Inspection. 9.4 Final Inspection shall be made with the Consultant (Owner) representative and a representative of the Contractor upon substantial completion of site works. Any deficiencies shall be noted and repaired. 9.5 Replacement of any material and repair of any workmanship deemed unacceptable by the Consultant (Owner) representative shall be required before final acceptance of the project site is given. 9.6 Requests for partial acceptance may be considered and given solely at the discretion of the Consultant (Owner). 9.7 Until final acceptance is given, the Contractor shall remain responsible for all site work yet unfinished and for maintenance of all site features affected by his work. 10. WORKERS' COMPENSATION 10.1 The Contractor shall at all times pay, or cause to be paid, any assessment or compensation required to be paid, pursuant to the Workers' Compensation Act, and upon failure to do so the Owner may pay such assessment or compensation and deduct the amount from any payment due to the Contractor. 10.2 The Contractor shall, at the time of entering into the Contract, submit a letter of good standing from the Workers' Compensation Board that all assessments or compensation payable to the Workers' Compensation Board have been paid, and the Owner may, at any time during the performance, or upon the completion of the Contract, required a further declaration that all such assessments or compensation have been paid. 11. CONTRACTOR'S LIABILITY 11.1 The Contractor shall be responsible for all damages caused by him or his employees, agents or any workmen or persons employed by him, or under his control, or arising from the prosecution of the Work, or by reason of the existence or location or condition of work or any materials, plant or machinery used thereon or therein, or which may happen by reasons of his failure or the failure of those for whom he is responsible, to do or perform any or all of the several acts or things required to be done by him or them under the contract, and agrees to hold the Owner safe and harmless from any such claims by third parties, including any legal costs incurred by the Owner in connection therewith on a solicitor/client basis. 11.2 If the Tender is accepted, the Contractor will be required to furnish security for the performance of the Contract, letter of good standing from The Workers' Compensation Board, a copy of insurance policy and to execute any agreement required to implement the terms of the Tender within seven (7) days of being notified and to do so. 1--1 I I 11 II 'I I I I I I I I I I I I I TENDER NO. CL94-31 GENERAL CONDITIONS Section 0300 Page 5 11.3 In the event that the Tender is accepted within the time provided and the tenderer's failure to fulfill any of the requirements in the immediately preceding paragraph, or, in the event of any proported withdrawal of the Tender within the time limit set forth, the damages sustained by the Owner as a result of the tenderer's default, shall be assessed as being the difference between the amount of this Tender and the estimated cost to the Owner of having the work done and materials supplied by any other means the Owner judges appropriate. 11.4 The Owner shall have the right to retain, out of any monies payable by the Owner to the Contractor under this Contract, the total amount from time to time outstanding of all damage claims by third parties arising out of this Contract which have not been settled by the Contractor or his insurers. For the purposes of this paragraph, a claim has been settled if a payment has been made to and accepted by the claimant and a complete release obtained from him, or if the claim has been fully investigated and a complete denial of liability has been made to the claimant. 12. INSURANCE 12.1 Notwithstanding the provisions of sub-paragraphs 11.1 and 11.2 of paragraph 11 above, and in addition thereto, the Contractor shall provide and maintain at his own expense a policy of insurance issued by an insurance company incorporated or licensed to conduct insurance business in the Province Ontario during the entire period of the Contract. 12.2 Said policy of insurance shall be in a form satisfactory to the Owner and shall insure the Contractor, his employees, agents or any workmen or persons employed by him or under his control, in the amount of not less than Million Dollars ($ ) against liability for damages resulting from injuries or death occasioned by an accident arising out of the contracting operations. 12.3 Satisfactory evidence of said policy of insurance shall be filed by the successful Bidder, and is shall contain a rider including the Owner as a co-insured under the said policy of insurance. 12.4 A deductible clause may be included in the said policy of insurance up to a maximum amount of ($ ) for each and every claim. The Contractor will be responsible for any loss or losses within the deductible limit. 13. PAYMENTS 13.1 Payment for work done or materials supplied shall not become due until such work or materials have been approved by the Owner. 13.2 Holdback equal to 10% of the value of Work performed, shall be retained until the expiry of forty-five (45) days from the date of publication of the "Certificate of Substantial Performance". Final payment will be made subject also to the provision of the following: [I (I i) A declaration sworn before a Commissioner, Justice of the Peace, etc., shall be provided by the Contractor stating that all debts contracted during the performance and in conjunction with this Contract have been discharged whether such debts were contracted by the Contractor or his employees. Iii Irl I I 1'1 TENDER NO. CL94-31 Section 0300 Page 6 GENERAL CONDITIONS 'I I I I I I I I I I I I I I I 13. PAYMENTS Continued 13.2 ii) A certificate from the Workmen's Compensation Board shall be provided indicating that all payments by the Contractor to the Board, in conjunction with this Contract have been made and that the Owner will not be liable to the Board for future payments in connection with this Contract. Hi) Two copies of a form of release signed by each property owner, upon whose land the Contractor has entered for any purpose in conjunction with the Contract, shall be provided by the Contractor, as described elsewhere in the Special Provisions. iv) For tax rebate claims by the Authority, copies of all invoices for materials supplied by the Contractor and permanently incorporated in the Work, to include material costs and tax amounts paid. v) A statement defining the status of all damage or other claims received by the Contractor, resulting from the Work. 13.3 The provisions of the Construction Lien Act (1983) shall apply to this Contract. Upon written instructions of the Owner, the Contractor shall be responsible for placing the "Certificate of Substantial Performance" in the Construction Trade Newspaper. END OF SECTION il I II l_ [-I fl r'l iLl I'!, .; ~!I :1:: 'I I I I I I I I I I I I I ,\1 II TOPSOIL STRIPPING AND ROUGH GRADING TENDER NO. CL94-31 Section 2200 Page 1 GENERAL SPECIFICATIONS 1. SITE PREPARATION (a) The Consultant (Owner) will set outline and grade stakes one time only and prepare a grade sheet setting out the cut or fill deviation for the centre line of the work. (b) The Contractor shall inspect the work and the grade sheets supplied to him and report any errors or deviations to the Consultant (Owner) representative. The Contractor shall protect at all times the grade stakes and reference points and shall be responsible for replacing damaged points. (c) Layout is to be inspected by the Consultant (Owner) representative for his approval. 2. TOPSOIL STRIPPING (a) Prior to any excavation, filling or grading on the site, the Contractor shall have removed all topsoil, vegetable and other organic matter from all areas where grading takes place, including the removal of trees as shown on the drawings, or in specifications. (b) Topsoil stripping shall not be carried out to its fullest extent where he roots of existing trees to be retained on the site are affected. In all cases where this is of concern, topsoil stripping shall be suspended until the Consultant (Owner) representative has been informed of such a situation and after inspection, renders his direction. (c) On completion of topsoil stripping the Contractor shall neatly shape topsoil stockpiles to drain. (d) The Consultant (Owner) representative shall inspect the topsoil to determine its possible stockpiles to drain. (e) All topsoil determined by the Consultant (Owner) representative to be inappropriate for use on the site shall be disposed of off-site. 3. ROUGH GRADING (a) Grading shall be done by excavating or filling, as required to achieve the level of the final surface as shown on plans and details. (b) Establish uniform slopes between points for which finished grades are shown on drawings. (c) Blend smoothly and flush with existing grades. (d) Establish smoothly rounded grades at top and toe of slopes and banks. (e) Do not grade when soil is wet or muddy. (t) The site shall be left at all times in such a way that flooding, ponding or puddling of the subgrade will not occur. If necessary and when directed, the Contractor shall provide temporary relief swales or ditches at no expense to the Owner. II 11 'I 1 I I I I I I I I I I I I il (I I [~ TOPSOIL STRIPPING AND ROUGH GRADING TENDER NO. CL94-31 Section 2200 Page 2 GENERAL SPECIFICATIONS 4. EXCAVATION (a) Excavate to minimum specified depths as indicated on details and/or drawings. (b) Scarify sub-grade to a minimum depth of 150 mm before placing other materials thereon. Remove any soft or unstable areas and backfill with approved fill. (c) Excavation shall not be carried out to its fullest extent where the roots of existing trees are adversely affected. In such cases, the Consultant (Owner) representative shall immediately be informed, and shall render the final decision. (d) Sub-grade under planting and sodding areas shall be uniformly and adequately compacted to a minimum 85 % to standard Proctor Density (dry). 5. FILL (a) Where required, supply and place clean sand fill, approved by the Consultant (Owner) representati ve. (b) Use excavated material from the site only when approved by the Consultant (Owner) representative. (c) Fill sections shall be constructed of stable soils free of vegetable materials, large stone or debris and shall be compacted in layers not exceeding 230 mm in depth. (d) Under areas to be paved, fill layers shall be compacted to a 95 % maximum dry density as determined by the Standard Proctor Test. (e) Under planted or sodded areas, fill layers shall be compacted to a 90% maximum dry density as determined by the Standard Proctor Test. (f) When required and directed by the Consultant (Owner) representative, the Contractor shall sprinkle each layer offill with water during compaction, at his own expense. 6. MAINTENANCE (a) As part of his maintenance programme the Contractor shall be required to keep site areas, path sub grades and ditches, etc. shaped sufficiently well to allow continuous and complete drainage of the subgrades and site during the progress of the work. The Contractor is to ensure that at no time will water drain on the adjacent properties. (b) The Contractor shall, if required, install at his own expense, temporary culverts, ditches, waterways, etc. as may be required to allow for complete and continuous drainage of the site during and after grading operation. I I I -I I I I I I I I I I I I I II II i I TOPSOIL STRIPPING AND ROUGH GRADING TENDER NO. CL94-31 Section 2200 Page 3 GENERAL SPECIFICATIONS 6. MAINTENANCE (Cont'd) (c) Protect excavations from caving in by shoring or bracing in strict accordance with applicable regulations. (d) Erect protective barriers and warning signs in accordance with regulations or as directed. END OF THIS SECTION I I I ,-I I I I :1 I I I I I I I I I I I TOPSOIL SPREADING AND SODDING Section 2600 Page 1 TENDER NO. CL94-31 GENERAL SPECIFICATIONS 1. TOPSOIL (a) Topsoil shall be supplied by the Contractor. (b) All topsoil shall be fertile, friable, natural loam containing 4% minimum organic matter for clay loarns and 2% minimum organic matter for sandy loams with acidity range of 6.0 pH to 7.5pH and shall be capable of sustaining vigorous plant growth. It shall be free of any admixtures of subsoil, clay lumps, stones and roots over 50 mm and shall be reasonably free of weed and weed seeds. (c) Topsoil stripped from the site shall not be re-used unless approved. (d) Scarify sub-grade to at least 75 mm depth and remove debris, live weeds and stones larger than 50 mm in diameter. (e) Spread topsoil over area and grade evenly to a minimum depth of 150 mm below finished grade. Remove from site stones, roots, debris, lumps, etc. and dispose. (f) Apply commercial fertilizers at the following rate within forty-eight (48) hours before laying sod: NOTE: Must be applied under supervision of Landscape Architect. 10-10-10 @ 9 kg. per 81 square meters. Work well into soil by discing, raking and harrowing. (g) Topsoil is to be fine graded to conform to the lines and levels shown or required. Final trimming of grading is to be done as part of the surface treatment. (h) Fine trim topsoil in all areas to be seeded or sodded to conform with the final grades and contours. Produce an even and friable surface free from stones or other debris. Obtain approval of the finished grade prior to beginning sodding operations. 2. SOD (a) Sod shall be certified #1 nursery sod being cultivated turf grass grown from a seed mixture of 40% Merion Bluegrass, 40% Kentucky Bluegrass (Poa Pratensis) and 20% Pennlawn Fescue. All sod shall be as specified under the specification of the Nursery Sod Growers Association in the "Classification of Turf Grass of Ontario", revised January 1, 1966. (b) At time of delivery, it shall have a strong fibrous root system, be free of stones, burns, bare spots and any other irregularities or imperfections. It shall contain not more than 1 % of any weeds. (c) Sod shall be handled in such a manner as to prevent breakage. Damaged or broken pieces shall not be laid but must be removed from the site. (d) Lay sod within twelve (12) hours of its arrival upon the site. II II rl \1 I I 'I I I I I I I I I II I I ,[I TOPSOIL SPREADING AND SODDING TENDER NO. CL94-31 GENERAL SPECIFICATIONS Section 2600 Page 2 2. SOD (Cont'd) (e) Place sod closely knit together so that no open joint or ov~rlapping is visible. (f) Sod placed on slopes steeper than 33 % shall be installed with long dimension perpendicular to the slope and anchored with wooden pegs. Pegs shall be driven flush with grade by the Contractor. When the Consultant (Owner) representative is satisfied that the sod has become established these pegs may be removed. (g) Tamp and roll area of installed sod to form a uniform surface. All final sod grades shall blend smoothly and have a clean flush bond with adjacent surfaces. (h) Heavy power rollers shall not be permitted. Where light power rollers are used, the maximum total weight allowed shall be 685 kg. Hand rollers shall have a minimum weight of 113.5 kg. and a maximum weight of 135 kg. (i) Water all sodded areas immediately after sod is rolled and no longer than three (3) hours after any sod is laid. Water shall be applied to the extent that the water penetrates at least 150 mm through sod into topsoil. G) Provide all maintenance and protection of sodded areas in accordance with the Ontario Landscape Contractors Association Speci fication 17 entitled "Maintenance of Sodded Areas" , until the Owner takes over responsibility for maintenance after the first cut of the last sod laid. (k) All areas which at the end of the maintenance period, or Qne year warranty period, are not in a healthy growing state, or have ruts or other damage will not be accepted until repairs are made to the satisfaction of the Consultant (Owner) representative. Repairs will be made at the Contractor's expense and to the specifications for sodding above. END OF THIS SECTION