Loading...
HomeMy WebLinkAbout2009-154 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2009-154 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and HN Construction Limited, Toronto, Ontario, to enter into agreement for the Renovations to the Garnet B. Rickard Recreation Complex / Community Care Durham lease space 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 and seal with the Corporation Seal, a contract between, HN Construction, Toronto, Ontario , and said Corporation; and 2. THAT the contract attached hereto as Schedule "A"form part of this By-law. By-law read a first and second time this 9'h day of November, 2009. By-law read a third time and finally passed this 9t' day of November, 2009. im erg _ Mayor_ 7 Pa i atr _uacip*i Clerk EATIONAL COMPLEX EN0VATIONSO Ten These co ACS— pre ARCHITECTURAL ® ! J.R. FREET iY ARCHITECT 5 Silver Street 6F C Bowmanville, Ontario L1C 3C2 ^� i 222TTT" ttt Tel. ( 905 ) 623 - 7476 Fax. ( 905 ) 623- 8989 i� 1 STRUCTURAL —° Halcrow Yolles Queen's Quay Terminal 207 Queen's Quay West, Suite #550 Toronto, Ontario M5J 1A7 Tel.: (416) 363-8123 Fax: (416) 363-0341 ! MECHANICAL 1 TAF 7181 Woodbine Avenue #229 Markham, Ontario t L3R 1A3 Tel.: (905) 946-4260 Fax: (905) 946-0901 ELECTRICAL MANUEL JORDAO& ASSOCIATES LTD. 556 Edward Avenue, Unit 82 Richmond Flill, Ontario L4C 9Y5 Tel.: (905) 780-8590 Fax: (905) 780-8591 Prepared for : MUNICIPALITY OF CLARINGTON a 40 TEMPERANCE STREET 13 BOWMANVILLE, ONTARIO L1C 3A6 11 Tender No. CL2009-39 LIST OF DOCUMENTS 00010.1 INDEX TO SPECIFICATIONS INTERIOR RENOVATIONS TO GARNET B. RICKARD RECREATIONAL COMPLEX Community Care Durham Facilities Bowmanville, Ontario Tender CL 2009-39 PART 1: THE PROJECT SPECIFICATIONS MANUAL VOLUME 1 - DIVISIONS 00 - 16 DIVISION 00: CONTRACT REQUIREMENTS Section No. Section Title No. of Pages 00010 List of Documents 3 00050 Bidding and Contract Documents 1 00100 Instructions to Bidders 3 Schedule'A' 28 00300 Tender Form 4 00400 Supplemental Tender Form 2 00510 Agreement (Stipulated Price)CCDC2-2008 9 00600 Bonds and Certificates 21 00700 Definitions and General Conditions 00800 Supplementary Conditions 9 00860 Bound-in Architectural Schedules 4 00900 Amendments 1 DIVISION 01: GENERAL REQUIREMENTS Section No. Section Title 01010 Summary of Work 4 01021 Allowances 1 01150 Measurement and Payment 1 01300 Submittals 4 01600 General Instructions 4 01610 Products 1 01640 Cleaning 1 01700 Contract Closeout 3 01740 Warranties 2 DIVISION 02: SITEWORK Section No. Section Title 02010 Selective Demolition 4 DIVISION 03: CONCRETE 03350 Concrete Curbs and Sidewalks 3 ' Tender No. CL2009-39 LIST OF DOCUMENTS 00010.2 DIVISION 04: MASONRY Section No. Section Title 04050 Masonry Procedures 3 04100 Mortar and Grout for Masonry 2 ' 04150 Masonry Accessories 2 04220 Unit Masonry 3 DIVISION 05: METALS ' 05500 Metal Fabrications 2 ' DIVISION 06: WOODS AND PLASTIC Section No. Section Title 06200 Finish Carpentry 2 06400 Architectural Woodwork 4 . DIVISION 07: THERMAL AND MOISTURE PROTECTION Section No. Section Title 07270 Fire Stopping and Smoke Seals 3 07900 Sealants 3 ' DIVISION O8: DOORS AND WINDOWS Section No. Section Title ' 08111 Steel Doors and Frames 4 08200 Wood Doors 2 08550 Glazed Aluminum Curtain Walls 8 08710 Finish Hardware 12 08800 Glazing 3 DIVISION 09: FINISHES ' Section No, Section Title 09111 Metal Stud Systems 2 09130 Acoustic Ceilings 2 ' 09250 Gypsum Board 4 09310 Porcelain Tiles 3 09660 Resilient Tile Flooring 3 09680 Carpet 4 09900 Painting 4 DIVISION 10: SPECIALITIES ' Section No. Section Title 10120 Tack Boards and Marker Boards 3 10800 Toilet and Bath Accessories 2 10850 Roller Blinds 3 Tender No. CL2009-39 LIST OF DOCUMENTS 00010.3 PART 2: THE DRAWINGS ' ARCHITECTURAL DRAWINGS ' Dwg No. Drawing Title Date of Drawings A01 Title Page A1101 Site Plan Revision #4, October 06, 2009 , A201 Selective Demolition Floor Plan Revision #4, October 06, 2009 Revision #4, October 06, 2009 A202 Selective Demolition Plan /New Construction Roof Plan Revision #4, October 06, 2009 A203 New Construction Floor Plan A301 Revision #4, October 06, 2009 A302 Selective Demolition Reflective Ceiling Plan Revision #4, October 06, 2009 New Construction Reflective ceiling Plan Revision #4, October 06, 2009 A401 Selective Demolition Partial Elevations Revision #4, October 06, 2009 A402 New Construction Partial Elevations Revision #4, October 06, 2009 ' A501 Selective Demolition and New Construction Building Sections Revision #4, October 06, 2009 A502 Wall Sections, Wall Details and Plan Details , A601 Window and Door Details and Door Finish Schedule Revision #4, October 06, 2009 A701 Enlarged Plans and Interior Elevations Revision #4, October 06, 2009 A801 Millwork Details Revision #4, October 06, 2009 STRUCTURAL DRAWINGS ' Dwg No. Drawing Title Date of Drawings S001 General Notes and Typical Detail Revision #1, October 06, 2009 ' S201 Part Ground Floor Foundation Plan Revision #1, October 06, 2009 S202 Part Roof Framing Plan Revision #1, October 06, 2009 S401 Sections, Elevations and Details Revision #1, October 06, 2009 ' MECHANICAL DRAWINGS Dwg No. Drawing Title ' M1 Plumbing Plan Revision #1, October 06, 2009 M2 Sprinklers Plan Revision #1, October 06, 2009 M3 Root Plan Roof M4 Roof Revision #1, October 06, 2009 'MS Mechanical Load Calculation Revision #1, October 06, 2009 Revision #1, October 06, 2009 M6 Mechanical Specifications Revision #1, October 06, 2009 ELECTRICAL DRAWINGS ' Dwg No. Drawing Title E101 Specification, Legend and Details Revision #1, October 06, 2009 E201 Power Demolition Plan Revision #,1, October 06, 2009 E202 Lighting Demolition Plan Revision #1, October 06, 2009 E302 Lighting Plan New Layout E303 Revision #1, October 06, 2009 Power and S Pl , System an New Layout Revision #1, October 06, 2009 Tender No. CL2009-39 BIDDING AND CONTRACT DOCUMENTS 00050.1 PART 1 PRE-BID INFORMATION ' 1.1 Prequalified Contractors 1.1.1 The following Prequalified General Contractors have been invited to submit tenders for the Garnet B. Rickard Recreational Complex - Interior Renovations to Community Care ' Durham: kara Consultants Inc. Al Langman Construction (1998) Inc. ' Barkat Kara Dale O'Connell 2691 Markham Road, Unit#20 P.O. Box 2347 Toronto, Ontario M1 1L4 Orillia, Ontario L3V 6V7 Tel.:416-321-0200 Fax: 416-321-0844 Tel.:705-325-6508 Fax: 705-325-4056 karaconsultants @aol.com doconnell @allangmanconstruction.com Snyder Construction Garritano Bros Ltd. ' Frank Snyder Steve Garritano 920 Brawley Road 881 Nelson Street Ashburn, Ontario LOB 1A0 Oshawa, Ontario L1H 5N7 ' Tel.:905-655-5000 Fax: 905-655-5594 Tel.: 905-576-8642 Fax: 905-576-2582 snyderconstruction @ sympatic.ca sales @garritano-bros.com Trustco Construction Ltd. Gay Corn pany Limited Edward Lai Jennifer Hewlett 340014'" Ave., Unit 34 P.O. Box 98006 Markham, ON L3R OH7 Courtice, Ontario L1 E 3G6 ' Tel.:416-495-1533 Fax: 905-944-8793 Tel.: 905-432-1279 Fax: 905-432-1579 trustco edwardlai @hotmail.com ihewlett @gavcompanylimited.com Gerr Construction Limited Aplus General Contractor Corp. ' Neil Gerrits Michael Card 3386 Sollna Road North 66 Carnforth Road Ccurtice, Ontario L1 C 3K4 Toronto, Ontario M4A 2K7 Tel.: 905-436-2018 Fax: 905-436-5198 Tel.:416-281-5556 Fax: 416-281-0853 ngerrits@qerrcon.com m ichaelc @ apluscontractor.ca Flat Iron Building Group Inc. HN Construction Limited Daniel de Monte George Banyasz 2482 Bloor Street West, Suite 201 1270 Finch Avenue West, Unit 11 Toronto, Ontario M8X 1 Bt Toronto, Ontario M3J 3,17 Tel.:416-749-3957 Fax: 416-740-4533 Tel.: 416-665-8622 Fax: 416-665-8649 daniel @flatiron.ca hnconstruction @hncon.ca Dasd Contracting Morosons Construction Limited Ryan Lowe Mike Moro 190 Nantucket Blvd. 103 Fairbank Avenue Toronto, Ontario M1 P 2N9 Toronto, Ontario M6E 3Y9 Tel.:416-510-2142 Fax: 416-510-2144 Tel.:416-233-4171 Fax: 416-781-7370 Ir an @ dasd contracting.com mike @ m orogroup.ca 1 Tender No. CL2009-39 INSTRUCTION TO BIDDERS ' 00100.1 PART TENDERS , 1.1 Sealed stipulated sum tenders shall be submitted on the tender form in the sealed envelope Provided, clearly marked " TENDER CL 2009-39, Garnet B. Rickard Recreational ' Complex- Interior Renovations to Community Care Durham Facilities, addressed to Municipality of Clarington. The envelope shall further be clearly marked with the Invited �;e ieral Contractor bidders company name and address. , 1.2 Tenders shall be submitted in accordance with the Instruction to Bidders, Section 00100 and the Corporation of the Municipality of Clarington purchasing office Schedule 'A"bound herein. 1.3 There is a mandatory prequalified general contractor site meeting on October 15, 2009, ' 10:OOam local time to be held at Garnet B. Rickard Recreational Complex, 2440 Hwy. #2, Bowmanville, Ontario. L1 C 1 K5. 1.4 Tenders will be received at: ' Corporation of the Municipality of Clarington Office of the Clerk ' 40 Temperance Street Bowmanville, Ontario until the specified closing date and time of 2:00pm (hours) 00 minutes 00 seconds local ' "me Wednesday October 28, 2009. 1.5 Tenders received from other than the Invited Prequalified General Contractor bidders will be rejected and returned unopened. , 1.6 The Owner does not undertake to accept the lowest or any Tender. PART 2 AGREEMENT TO BOND ' 2.1 An Agreement to Bond for a 50% Performance Bond and 50% Labour and Material Payment bond issued bya Surety Company licensed to issue surety bonds in the province of Ontario,shall ThempFinancialdeSerrvicesn Commission of companies can http://www.fsco-gov.on.ca/english/licensing/licensedins urers.asp. PART 3 QUALIFICATIONS ' 3.1 This is an Invited General Contractor Tender. A complete list of the invited general ontractor bidders is available at the office of J. R. Freethy Architect, 5 Silver Street, Bowmanville, Ontario. ' 3.2 The Supplementary Tender Form, section 00400 shall be submitted to J.R. Freethy Architect by the 3 low bidders within 24 hours of tender closing on the form provided in section 0400 "Supplementary Tender Form". This form may be faxed to 905-623-8989. ' PART CONTRACT 4-1 The successful bidder shall be required to sign Canadian Standard Construction Document , CCDC2, 1994 Stipulated Price Contract within ten (10) days after written notification of acceptance of his/her Tender. 4.2 The Construction Lien Act, RSO1997, Chapter C.30(and R.R.O 1990, Reg.175) latest revision ' applies to the supply of services or materials to any improvement on any land,as defined in the Act. The 10%holdback which the Owner must retain on all payments will be released upon the expiry of lien rights which normally occurs at the conclusion of the forty-five day period after , substantial performance of the Contract (as defined in the Act). When this has been certified by a consultant or(in the absence of such a payment certifier) declared jointly by the Owner and the Contractor it must then be published by the Contractor in ' a construction trade newspaper. Tender No. CL2009-39 INSTRUCTION TO BIDDERS 001002 ' It should be noted that, since lien rights expire at the conclusion of the forty-five day period after the publication date of the certificate or of the declaration of substantial performance, the Act clearly states that..."A Certificate or declaration of the substantial performance of a contract HAS NO EFFECT until a copy is published". :^there there is no certification or declaration of substantial performance of a contract, or where ' tine required publication has not occurred, lien rights expire at the conclusion of the forty-five day period following the date the contract is completed, as signified by the payment of the final progress claim. ' PART 5 TENDER DOCUMENTS DEPOSIT 5.1 A non refundable money order or certified cheque deposit of $100.00 made payable to the Municipality of Clarington is required. One set of the project drawings and specifications will be issued to the prequalified general contract bidder. PART 6 EXAMINATION ' 6.1 Before submitting Tender, bidders shall carefully examine the drawings, specifications and the site,fully inform themselves of all existing conditions and limitations and shall include in tender, sums to cover cost of all items included in the Contract Documents. The Contractor shall accept sole responsibility for any error or neglect on his/her part in this respect. 6.2 Bidders will be granted access to the existing building on October 14, 2009 between ' 10:00am-2:00pm and October 21, 2009 between 11:00am and 3:00pm. PART 7 DISCREPANCIES, OMISSIONS I 7.1 Bidders finding discrepancies or omissions on the drawings, specifications or other documents or having any doubt as to the intent of any part thereof , shall at once notify the Consultant,who will send written instructions or explanations to all bidders. Neither the Owner nor Consultant ' will be responsible for oral instructions. 7.2 All questions must be submitted at least six (6)working days in advance of the closing date. No claims for extra work or changes will be authorized to the Contractor for failing to obtain clarification of drawings and specifications before submitting Tender. PART 8 AMENDMENTS ' 8.1 Amendments may be issued during the Tender period. All Amendments become part of the Contract Documents. Include costs in the Tender Price.Amendments will be issued at least two (2)working days prior to closing date. ' PART 9 DIRECTIONS 9.1 Completely fill in all blank spaces in the Tender Form including the tender breakdown and state numbers in words as well as figures where applicable. 92 Stipulated sum shall be in Canadian Dollars.The stipulated sum shall not include the Goods and Services Tax surcharge. 9.3 Tender shall be signed in longhand by Bidder and witnessed,in case of Corporation,by its proper officers and with Corporate Seal affixed. 9.4 Complete Tender shall be without interlineations,erasures or alterations.Tenders which are late ' or which otherwise fail to comply with requirements of the Tender Documents shall be considered informal and subject to rejection. Tender No. CL2009-39 INSTRUCTION TO BIDDERS ' 00100.3 9.5 The Owner reserves the right to accept or reject any or all of the tenders received. 9.6 The Owner reserves the right to award the total contract or individual alteration areas or combination thereof at the Owner's discretion. , PART 10 PROJECT SCHEDULING 10.1 As noted on the Tender Form the Work of this contract must be completed as follows: ' a) At Alteration Area: Commencing November30,2009 the contractor will be granted full access to Alteration Area for ' commencement of selective demolition operations. b) All work of this contract related to the building interior and exterior must be completed and ready ' for occupancy no later than March 12,2010. c) It shall be clearly understood that the building will be re-occupied by the Owner on March 15 2010. , ,d) Total Performance shall be achieved by March 29, 2010. PART 11 TERMS AND CONDITIONS ' 11.1 The terms and conditions as set forth in the Municipality of Clarington's Schedule'A', 'B', 'C', G', Hand 'I'shall apply to this contract and tender submission process. END OF SECTION 00100 1 �r ' Leading the R'qv 9toll THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE ' TENDER CL2009-39 GARNET B. RICKARD RECREATION COMPLEX -CCD RENOVATIONS ' SCHEDULE `A' ' CONTENTS: SCHEDULE (A) GENERALTERMS AND CONDITIONS PAGE 2- 8 1 SCHEDULE (B STANDARD TERMS AND CONDITIONS PAGE 9- 17 SCHEDULE (C) CONTRACTOR'S SAFETY— POLICY PAGE 18 - 25 PROCEDURES, HEALTH & SAFETY PRACTICE FORM ' SCHEDULE (G) INFORMATION SHEETS PAGE 26 SCHEDULE (H) QUESTIONS FOR CLARIFICATION PAGE27 1 SCHEDULE (I) ADDRESS LABEL PAGE 26 ' NOTICE TO PREOUALIFIED BIDDERS LATE BIDS WILL NOT BE ACCEPTED,BUT RETURNED UNOPENED TO THE RESPECTIVE BIDDER BIDS NOT SIGNED WILL BE REJECTED - BIDS MUST BE TYPED OR IN INK - ERASURES OR NOTICEABLE CHANGES MUST BE INITIALLED BY THE BIDDER - BIDDERS MUST NOT INCLUDE RESTRICTIVE OR CONDITIONAL STATEMENTS TO ALTER THE FORMAT OR INTENT OF THE TENDER THE!_OViEST OR ANY TENDER NOT NECESSARILY ACCEPTED 1 TENDER OPENING MEETING IS SCHEDULED TO TAKE PLACE AT 2:15:00 PM AFTER THE CLOSING TIME AND DATE, IN MEETING ROOM 41 A, MAIN FLOOR, 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO, AND INTERESTED BIDDERS ARE INVITED TO ATTEND. TENDERS MUST BE RETURNED ON THE FORMS PROVIDED AND IN THE ENVELOPE SHOWING THE FIRM NAME, TENDER NUMBER AND TENDER NAME OR BY USING THE ADDRESS LABEL ATTACHED TO THIS TENDER. ' ISSUED BY: JERRY BARBER,C.P.P.O. PURCHASING MANAGER TELEPHONE:905-623-3379, EXT.402 1 PURCHASING DIVISION THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' PURCHASING DIVISION ' GARNETS.RICKARD RECREATION COMPLEX RENOVATIONS Page 2 of 28 ' CL2009-39 SCHEDULE (A) GENERAL TERMS AND CONDITIONS 1.0 SCOPE The work includes construction services for Garnet Rickard Recreational Complex — Community Care Durham ' renovations. Construction drawings and specifications have been prepared by J.R. Freethy Architect. The work must be completed no later than March 12,2010. , Please provide your best competitive price to supply all necessary labour, materials and equipment to complete the work requirements outlined in the tender documents. The award for this project will be based on pricing submitted, satisfactory check of references supplied, past ' performance, if applicable, and the vendors ability to satisfy the Municipality of its understanding of the scope of the work. 2.0 TENDER DELIVERY& OPENING Tenders made on the forms provided must be submitted in the envelope provided or in an envelope with the label ' clearly affixed to the front of the envelope. Bids will be received at: Corporation of the Municipality of Clarington Office of the Clerk , 40 Temperance Street Bowmanville, Ontario until the specified closing time and date of: , 2:00 pm (hours)00 minutes 00 seconds Local Time Wednesday October 28,2009 Any Tender received after the deadline for submission will be considered as non-compliant and will be returned , unopened. The use of ti,e mail or courier services for delivery of a Tender will be at the risk of the Bidder. The Tender must ' come into the possession of the above-mentioned representative of the Municipality before the deadline for submission or the Tender will be returned tothe Bidder unopened. In the event that the Tender is hand delivered and is received past the deadline for submission, the Tender ' envelope will be time stamped and returned unopened to the deliverer immediately. In the event that the Tender is received by a means other than 'in person' and is received past the submission deadline, it will be time stamped and returned unopened by courier. Note: Since Tenders must be submitted in a sealed envelope, submissions by facsimile or electronic delivery,secured or otherwise,are not acceptable. ' The onus unequivocally remains with the Bidder to ensure that Tenders are delivered to the Municipal Clerk, Clerks Office, 2ntl Floor, before the deadline for submission, in accordance with the submission instructions. ' Misdirected Tenders received after the deadline for submission will not be accepted and will be returned unopened. Requests for adjustments to submitted Tenders by telephone/fax or electronically will not be considered. PURCHASING DIVISION ' THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ' GARNET B.RICKARD RECREATION COMPLEX RENOVATIONS Page 3 of 28 CL2009-39 ' SCHEDULE (A) GENERAL TERMS AND CONDITIONS (continued) The Municipality shall not be liable for any cost of preparation or presentation of Tenders, and all Tenders and accompanying documents submitted by the Bidder become the property of the Municipality and will not be returned. ' There will be no payment to Bidders for work related to and materials supplied in the preparation, presentation and evaluation of any Tender, nor for the Contract negotiations whether they are successful or unsuccessful. 3-0 COMMUNICATION 3.1 All inquiries and other communications with the Municipality of Clarington about this Tender throughout the bid period are to be directed to the Consultant J.R. Freethy Architect. 3.2 Non-compliance with this condition during the bid period may (for that reason alone) result in disqualification of the bidder's offer. 3.3 Contractors are expected to complete their own inspection of the Garnet B. Rickard Recreational Complex in order to determine the bid price. ' 4.0 INQUIRIES Any inquiries with respect to this Tender should be submitted, in writing, to the individual in Section 3.1. The Municipality of Clarington will circulate to all bidders who received this Tender any information with respect to significant inquiries received and the replies to such inquiries to the extent that such inquiries are applicable to all bidders. Any material changes resulting from inquiries will be documented in writing to the bidders prior to the ' closing date and time. Written inquiries shall be submitted using the Fax Cover Sheet provided as Schedule (H). Bidders are requested to make all inquiries prior to the six working days preceding the closing date. 1 Person to contact: Consultant: Mr. J. R. Freethy, ' J. R. Freethy Architect 5 Silver Street Bowmanville, Ontario L1C 3C2 Telephone: (905) 623-7476 ' Fax: (905) 623-8989 Email:jrfreethy@rogers.com 1 PURCHASING DIVISION - THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON t PURCHASING DIVISION ' GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS Page 4 of 28 , CL2009-39 SCHEDULE (A) GENERAL TERMS AND CONDITIONS (continued) ' 5.0 BID/QUOTE DEPOSIT All bid submissions shall be accompanied by a Bid Deposit in the form of a certified cheque, bank draft, money order , or cash, payable to the Corporation of the Municipality of Clarington in the amount specified in the table below: F1�7TOTAL AMOUNT OF BID MINIMUM DEPOSIT REQUIRED $20,000.00 or less $1,000.00 $20'000.01 to$50,000.00 $2,000.00 $50,000.01 to $100,000.00 $5,000.00 , $100,000.01 to $250,000.00 $10,000.00 $250,000.01 to $500,000.00 $25,000.00 $500,000.01 to$1,000,000.00 $50,000.00 $1,000,000.01 to $2,000,000.00 $100,000.00 $2,000,000.01 and over $200,000.00 NOTE: Bid bonds issued by a surety approved by and in a form containing terms satisfactory to the Municipality's ' Treasurer will be accepted for Tender valued over $20,000.00. Bid deposit must be enclosed in the envelope with your Tender. All Tender bid deposits will be returned to the respective bidders within ten (10) days after the Tenders have been , opened except those of the two (2) low bidders, which shall be retained by the Municipality of Clarington until the successful bidder has executed the Contract. ' 6.0 PERFORMANCE SURETY The successful Contractor is required to provide a Performance Bond, and a Labour and Material Payment Bond, ' each in the amount of 50 percent of the Total Tender Amount, to guarantee his faithful performance of this Contract and fulfilment of all obligations in respect of the maintenance and payment for labour and material used on this work. , Each Bond shall be with a satisfactory Guarantee Surety Company, resident in Canada or authorized to carry on business in Canada. An Agreement to Bond shall be submitted with the tender bid. Bonding company standard "Agreement to Bond" ' forms are acceptable. 7.0 WARRANTY ' At completion of the work requirements, the Contractor is to provide a written warranty that all work shall remain ' free from defects for a period of one (1) year following the date of total completion. The warranty shall include all work related as specified in the tender document and drawings. During the warranty period, repair any defects that become apparent when advised by the Owner, at no additional cost to the Owner. Where the contract documents stipulate an extended warranty, provide the extended warranty(ies) as set forth in , the contract documents. rurn.n,vauv�a �iviaw v ' THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS ' Page 5 of 28 CI-2009-39 ' SCHEDULE (A) GENERAL TERMS AND CONDITIONS (continued) 8.0 SAFETY ' 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 shall satisfy all statutory ' requirements i^nosed by the Occupational Health and Safety Act and Regulations made there under, on a contractor, a Constructor and/or Employer with respect to or arising out of the performance of the Contractor's obligations under this Contract. ' 9.0 PUBLIC LIABILITY The successful contractor will indemnify and save harmless the Corporation of the Municipality of Clarington from all loss or the payment of the sums of money by reason of all accidents, injuries or damages to persons or property that may occur in connection therewith. A certificate of liability insurance (third party) must be provided to the Municipality of Clarington, in the amount of ' $3,000,000.00(three million dollars) naming the Municipality of Clarington as additional insured. Any damages to any or all properties as a result of the work performed by the contractor will be repaired at the expense of the contractor to the satisfaction of the Director of Operations or his delegate. The Company shall maintain and pay for Automobile Liability insurance in respect of licensed vehicles and shall have limits of not less than $2,000,000.00 inclusive per occurrence covering all licensed vehicles owned or leased by the Company. 10.0 WSIB—WORKPLACE SAFETY INSURANCE BOARD ' The contractor shall maintain coverage and pay all assessments under applicable Workplace Safety and Insurance Board (WSIB) legislation and regulations. A Certificate of Clearance to be submitted prior to ' commencement of contract and may be requested at any time during the contract. See Schedule (B), Standard Terms and Conditions, Section 22 for details. 11.0 PREPARATION OF BIDS ' All Bids must be submitted on the supplied Tender Form in specification section 00300. The Bid must be signed by a designated signing officer of the Bidder. Completion of the Tender Form as supplied is mandatory. Failure ' to comply will result in the disqualification of the submitted Bid. The Bidder, by submitting a signed Bid, acknowledges that the Bidder has read, understands and accepts the terms and conditions and instructions of this Tender in full. 12.0 INCOMPLETE WORK The Municipality reserves the right to have the work completed by others in the event that the Contractor fails to complete the specified work within the time stated in the form of Tender. 13.0 SUB-CONTRACTING Sub-contractors will be permitted. The contractor must provide a list of the subcontractors for the project requirements in accordance with the Instruction to Biodders, Section 00100.3. vuml MAZNNU UIVINUN THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS Page 6 of 28 , CL2009-39 SCHEDULE (A) GENERAL TERMS AND CONDITIONS(continued) ' 14.0 ADDITIONS OR DELETIONS Without invalidating the contract, the Municipality of Clarington may add or subtract to the contract in an amount ' not exceeding twenty-five percent (25%) to adjust to the actual work to be performed. Adjustments will be based on the unit prices bid. If a unit price is not provided for the added work described, said unit price will be negotiated between the successful contractor and the Purchasing Manager and will be based on similar prices ' contained in the bid, the nature and the scope of work, material required and hourly rate. The Municipality shall have the right, which maybe exercised from time to time to cancel an uncompleted or unperformed portion of the work or part thereof. 15.0 TAXES , It is a requirement of the Tender that the Goods and Services Tax be shown as a separate item in the Tender. , Applicable PST is to be included in the pricing submitted and not shown as a separate item. 16.0 CHARACTER OF WORKERS 16.1 The reference to "workers" refers to workers of the Contractor and includes Corporate Officers. ' 16.2 The Contractor agrees to employ only orderly, competent, and skilful workers. Whenever the Municipality informs the Contractor in writing that any worker is, in its opinion, incompetent, unfaithful or disorderly, the , Contractor will ensure that the worker in question is removed from the work and shall not be further employed on the Contract without the Municipality's written consent. 17.0 SUBCONTRACTOR INFORMATION ' We recognize that the list of subcontractors shall be considered in the selection of the successful bidder. 18.0 PROPERTY DAMAGE , Any damage to private or municipal property resulting from the required work will be remediated by the contractor ' at their cost. Such remediation will include, but is not limited to importation and spreading of clean fill for any pits, holes or ruts sufficient to leave the property in a clean, level and graded condition. 19.0 WORKMANSHIP , In the event of a disagreement between the Director of Community Services or Project Designee and the contractor as to required work or level of work to be performed, the Director of Community / Project Designee , decision is final. 20.0 AWARD OF CONTRACT The Municipality of Clarington reserves the right to award the Tender in part or in whole, by item, or groups of , items to one Bidder or several Bidders. The Municipality is not bound to accept the lowest of any tender. 1 YUHUHASINU UIVISIUN THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS ' Page 7 of 28 CL2009-39 SCHEDULE (A) GENERAL TERMS AND CONDITIONS (continued) 21.0 MANDATORY SITE MEETING ' All prequalified general contractor bidders must visit the Garnet B. Rickard Recreational Complex to take measurements, inspect all existing conditions and ascertain the amount of work involved. ' The mandatory site meeting will be held on Thursday October 15, 2009 at 10:00am (local time) at Garnet B. Rickard Recreation Complex, 2440 Highway 2, Bowmanville, Ontario, L1C 1K5. No claim for extra payment will be allowed for work or difficulties encountered due to conditions of the sites which were visible or reasonably inferable prior to date of submission of bids. 22.0 ACCEPTANCE OF TENDER ' Tenders will be open for acceptance for a period of ninety (90) days after the closing date. After this time elapses, the Tender may only be accepted with the consent of the successful bidder. ' 23.0 BUDGETAPPROVAL Award of this Tender is subject to Council approval and funds being available within the Capital and/or Operating ' budgets. 24.0 CONTRACTOR EXPERIENCE ' Bidders are requested to complete and include with their bid submission, the Bidders Experience Form (listing current references). The Municipality of Clarington reserves the right to contact any/or all references. ' 25.0 LEGAL REQUIREMENTS No contract shall be awarded to any person or corporation or any affiliate, subsidiary or related person thereto who, or which, has a claim or has instituted a legal proceeding against the Municipality of Clarington or against whom the Municipality of Clarington has a claim or has instituted a legal proceeding with respect to any previous contract. rvni,nn.�uvu vivuw v THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS ' Page 8 of 28 ' CL2009-39 SCHEDULE (A) GENERAL TERMS AND CONDITIONS(continued) ' 26.0 DECLARATIONS a) INVe declare that no person, firm or corporation other than the one whose signature or the signature of whose proper officers is or are attached to this Request for Tender (RIFT), has any interest in this Tender or in the Contract. b) INVe further declare that this Tender is made without any connection, knowledge, comparison of figures or ' arrangement with any other contractor, firm or person making a similar Tender and is in all respects fair and without collusion or fraud. C) INVe further declare that no Municipality of Clarington employee, or member of Council (or their families) is, ' or will become interested directly or indirectly as a contracting party or otherwise in or in the performance of the Contract or in the supplies, work or business to which it relates or in any portion of the profits of it, or of ' any such supplies to be used therein or any of the monies to be derived from it. d) INVe further declare that the statements contained in the Tender are in all respects true. ' e) INVe further declare that I/We have examined the locality and site(s) of the proposed Equipment, as well as all the specifications relating to them, prepared, submitted and rendered available on behalf of the Municipality of Clarington and are hereby acknowledged to be an integral part of the Contract. I/We hereby , propose and offer to enter into the Contract on the terms and conditions and under the provisions set forth in the Tender, and to accept in full payment for it the sums calculated in accordance with the actual measured quantities and unit prices attached to this Tender. ' 1 1 1 1 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ' GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS Page 9 of 28 CL2009-39 ' SCHEDULE(B) STANDARD TERMS AND CONDITIONS 1. DEFINITIONS Municipality-The Corporation of the Municipality of Clarington, its successors and assigns. Bidder - The person, firm or corporation submitting a bid to the Municipality. Company - The person, contractor, firm or corporation to whom the Municipality has awarded the contract, it successors and assigns. ' Contract - The purchase order authorizing the company to perform the work, purchase order alterations, the document and addenda, the bid, and surety. Subcontractor-A person,firm or corporation having a contract with the company for,or any part of, the work. Document -The document(s) issued by the Municipality in response to which bids are invited to perform the work in accordance with the specifications contained in the document. ' Bid-An offer by a Bidder in response to the document issued by the Municipality. Work - All labour, materials, products, articles, fixtures, services, supplies, and acts required to be done, furnished ' or performed by the company,which are subject to the Contract. 2. SUBMISSION OF BID ' This is a prequalified general contractor bid. Bid invitation shall be in accordance with the Municipality of Clarington Purchasing By-law #2006-127 and will apply for the calling, receiving, and opening of bids. The Municipality will be responsible for evaluating bids, awarding and administering the contract in accordance with the Purchasing By-law. ' The bid must be submitted on the form(s) and in the envelope supplied by the Municipality unless otherwise provided herein. The envelope must not be covered by any outside wrappings, i.e. courier envelopes or other ' coverings. The bid must be signed by a designated signing officer of the Prequalified general contractor Bidder. The bid must be legible, written in ink, or typewritten. Any form of erasure,strikeout or over-writing must be initialled by the Bidder's authorized signing officer. The bid must not be restricted by a covering letter, a statement added, or by alterations to the document unless ' otherwise provided herein. Failure to return the document or invitation may result in the removal of the Bidder from the Municipality's bidder's t list. A bid received after the closing date and time will not be considered and will be returned, unopened. ' Should a dispute arise from the terms and conditions of any part of the contract, regarding meaning, intent or ambiguity, the decision of the Municipality shall be final. w runui r+.n vu v,.,v �.,• THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS , Page 10 of 28 , CL2009-39 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) , 3. CONTRACT The contract consists of the documents aforementioned as defined in Specification Section 00010, List of ' Documents. The contract and portions thereof take precedence in the order in which they are named above, notwithstanding the chronological order in which they are issued or executed. ' The intent of the contract is that the Company shall supply work which is fit and suitable for the Municipality's intended use �,I,d complete for a particular purpose. ' None of the conditions contained in the Bidder's standard or general conditions of sale shall be of any effect unless explicitly agreed to by the Municipality and specifically referred to in the purchase order. The contractor will be required to sign CCDC2, 1994 as reprinted in 1999. ' 4. CLARIFICATION OF THE DOCUMENT Any clarification of the document required by the Bidder prior to submission of its bid shall be requested through the , Municipality's contact identified in the document. Any such clarification so given shall not in any way alter the document and in no case shall oral arrangements be considered. Every notice, advice or other communication pertaining thereto will be in the form of a written addendum. No officer, agent or employee of the Municipality is authorized to alter orally any portion of the document. ' 5. PROOF OFAEP!LITY The prequalified bidder may be required to show, in terms of experience and facilities, evidence of its ability, as well as that of any proposed subcontractor, to perform the work by the specified delivery date. 6. DELIVERY , Unless otherwise stated, the work specified in the bid shall be delivered or completely performed by the Company as soon as possible and in any event within the period set out herein as the guaranteed period of delivery or completion after receipt of a purchase order therefore. ' A detailed delivery ticket or piece tally, showing the exact quantity of goods, materials, articles or equipment, shall accompany each delivery thereof. Receiving by a foreperson, storekeeper or other such receiver shall not bind the ' Municipality to accept the work covered thereby, or the particulars of the delivery ticket or piece tally thereof. Work shall be subject to further inspection and approval by the Municipality. The Company shall be responsible for arranging the work so that completion shall be as specified in the contract. ' Time shall be of the essence of the contract. , THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ' GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS Page 11 of 28 CL2009-39 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 7. PRICING ' Prices shall be in Canadian Funds, quoted separately for each item stipulated, F.O.B. destination. Prices shall be firm for the duration of the contract. 1 Prices bid must include all incidental costs and the Company shall be deemed to be satisfied as to the full requirements of the bid. No claims for extra work will be entertained and any additional work must be authorized in writing prior to commencement. Should the Company require more information or clarification on any point, it must ' be obtained prior to the submission of the bid. Payment shall be full compensation for all costs related to the work, including operating and overhead costs to provide work to the satisfaction of the Municipality. All prices quoted shall include applicable customs duty, excise tax, freight, insurance, and all other charges of every kind attributable to the work. Goods and Services Tax and Provincial Sales Tax shall be extra and not shown, unless otherwise specified herein. If the Bidder intends to manufacture or fabricate any part of the work outside of Canada, it shall arrange its shipping procedures so that its agent or representative in Canada is the importer of record for customs purposes. Should any additional tax, duty or any variation in any tax or duty be imposed by the Government of Canada or the Province of Ontario become directly applicable to work specified in this document subsequent to its submission by ' the Bidder and before the delivery of the work covered thereby pursuant to a purchase order issued by the Municipality appropriate increase or decrease in the price of work shall be made to compensate for such changes as of the effective date thereof. 8. TERMS OF PAYMENT Where required by the Construction Lien Act appropriate monies may be held back until 60 days after the completion of the work. Payments made hereunder, including final payment shall not relieve the company from its obligations or liabilities under the contract. tAcceptance by the company of the final payment shall constitute a waiver of claims by the company against the Municipality, except those previously made in writing in accordance with the contract and still unsettled. ' The Municipality shall have the right to withhold from any sum otherwise payable to the company such amount as may be sufficient to remedy any defect or deficiency in the work, pending correction of it. Payment may be made in accordance with Specification Section 01150, Measurements and Payment pursuant to the Bidder submitting an invoice, contract requirements being completed and work being deemed satisfactory in accordance with the intent of the contract documents. 1 1 rvn�. nonvv vivvw,. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS ' Page 12 of 28 ' CL2009-39 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) ' 9. PATENTS AND COPYRIGHTS The company shall, at its expense, defend all claims, actions or proceedings against the Municipality based on any 1 allegations that the work or any part of the work constitutes an infringement of any patent, copyright or other proprietary right, and shall pay to the Municipality all costs, damages, charges and expenses, including its lawyers' fees on a solicitor and his own client basis occasioned to the Municipality by reason thereof. The company shall pay all royalties and patent license fees required for the work. If the work or any part thereof is in any action or proceeding held to constitute an infringement, the company shall ' forthwith either secure for the Municipality the right to continue using the work or shall at the company's expense, replace the infringing work with non-infringing work or modify it so that the work no longer infringes. 10. ALTERNATES , Any opinion with regard to the use of a proposed alternate determined by the Municipality shall be final. Any bid proposing an alternate will not be considered unless otherwise specified herein. ' 11. EQUIVALENCY Any opinion determined by the Municipality with respect to equivalency shall be final. ' 12. ASSIGNMENT AND SUBCONTRACTING The company shall not assign or subcontract the contract or any portion thereof without the prior written consent of , the Municipality. 13. FINANCING INFORMATION REQUIRED OF THE COMPANY ' The Municipality is entitled to request of the Company to furnish reasonable evidence that financial arrangements have been made to fulfill the Company's obligations under the Contract. ' 14. LAWS AND REGULATIONS The company shall comply with relevant Federal, Provincial and Municipal statutes, regulations and by-laws ' pertaining to the work and its performance. The company shall be responsible for ensuring similar compliance by suppliers and subcontractors. The contract shall be governed by and interpreted in accordance with the laws of the Province of Ontario. , 15. CORRECTION OF DEFECTS If at any time prior to one year after the actual delivery date or completion of the work (or specified , warranty/guarantee period if longer than one year) any part of the work becomes defective or is deficient or fails due to defect in design, material or workmanship, or otherwise fails to meet the requirements of the contract, the company, upon request, shall make good every such defect, deficiency or failure without cost to the Municipality. The company shall pay all transportation costs for work both ways between the company's factory or repair depot and the point of use. 1 rvn�,nr�auv�a �ivioiviv i ' THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS Page 13 of 28 CL2009-39 ' SCHEDULE (B) STANDARD TERMS AND CONDITIONS(continued) 16. BID ACCEPTANCE ' The Municipality reserves the right to award by item, or part thereof, groups of items, or parts thereof, or all items of the bids and to award contracts to one or more bidders submitting identical bids as to price; to accept or reject any bids in whole or in part; to waive irregularities and omissions, if in so doing, the best interests of the Municipality will be served. No liability shall accrue to the Municipality for its decision in this regard. Bids shall be irrevocable for 90 days after the official closing time. The placing in the mail or delivery to the Bidder's shown address given in the bid of a notice of award to a bidder by the Municipality shall constitute notice of acceptance of contract by the Municipality to the extent described in the notice of award. ' The Municipality reserves the right to reject a Bid from any Bidder based on the following considerations: • a Bidder or a subcontractor of a Bidder has an outstanding legal action against the Corporation, or the ' Corporation has an outstanding legal action against a Bidder or a subcontractor of the Bidder; • a Bidder owes money including, but not limited to outstanding property taxes owed to the Corporation;and • a Bidder is not in compliance with the Corporation's Corporate Policies and by-laws including Property Standards By-law. 17. DEFAULT BY COMPANY a. If the Company commits any act of bankruptcy; or if a receiver is appointed on account of its insolvency or in respect of any of its property; or if the company makes a general assignment for the benefit of its creditors; then, in any such case,the Municipality may, without notice: terminate the contract. ' b. If the Company fails to comply with any request, instruction or order of the Municipality; or fails to pay its accounts; or fails to comply with or persistently disregard statutes, regulations, by-laws or directives of relevant authorities relating to the work; or fails to prosecute the work with skill and diligence; or assigns or ' sublets the contract or any portion thereof without the Municipality's prior written consent; or refuses to correct defective work; or is otherwise in default in carrying out its part of any of the terms, conditions and obligations of the contract, then, in any such case, the Municipality may, upon expiration of ten days from the date of written notice to the company, terminate the contract. ' C. Any termination of the contract by the Municipality, as aforesaid, shall be without prejudice to any other rights or remedies the Municipality may have and without incurring any liability whatsoever in respect ' thereto. d. If the Municipality terminates the contract, it is entitled to: i) take possession of all work in progress, materials and construction equipment then at the project site (at no additional charge for the retention or use of the construction equipment), and finish the work by whatever means the Municipality may deem appropriate under the circumstances; ' if) withhold any further payments to the company until the completion of the work and the expiry of all obligations under the Correction of Defects section; ' iii) recover from the company loss, damage and expense incurred by the Municipality by reason of the company's default (which may be deducted from any monies due or becoming due to the company, any balance to be paid by the company to the Municipality). rvnunron�ia v v .� vv THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS ' Page 14 of 28 CL2009-39 SCHEDULE (B) STANDARD TERMS AND CONDITIONS(continued) ' 18. CONTRACT CANCELLATION The Municipality shall have the right, which may be exercised from time to time, to cancel any uncompleted or , unperformed portion of the work or part thereof. In the event of such cancellation,the Municipality and the Company may negotiate a settlement. The Municipality shall not be liable to the Company for loss of anticipated profit on the cancelled portion or portions of the work. , 19. QUANTITIES Unless otherwise specified herein, quantities are shown as approximate, are not guaranteed to be accurate, are ' furnished without any liability on behalf of the Municipality and shall be used as a basis for comparison only. Payment will be by the unit complete at the bid price on actual quantities deemed acceptable by the Municipality. 20. SAMPLES Upon request, samples must be submitted strictly in accordance with instructions. If samples are requested ' subsequent to opening of bids, they shall be delivered within three (3) working days following such request, unless additional time is granted. Samples must be submitted free of charge and will be returned at the bidder's expense, upon request, provided they have not been destroyed by tests, or are not required for comparison purposes. The acceptance of samples by the Municipality shall be at its sole discretion and any such acceptance shall in no ' way be construed to imply relief of the company from its obligations under the contract. Samples sub-9 fied must be accompanied by current Material Safety Data Sheets(MSDS)where applicable. ' 21. SURETY The successful tenderer shall, 9 the Municipality in its absolute discretion so desires, be required to satisfy surety ' requirements by providing a deposit in the form of a certified cheque, bank draft or money order or other form of surety, in an amount determined by the Municipality. This surety may be held by the Municipality until 60 days after , the day on which all work covered by the contract has been completed and accepted. The surety may be returned before the 60 days have elapsed providing satisfactory evidence is provided that all liabilities incurred by the company in carrying out the work have expired or have been satisfied and that a Certificate of Clearance from the WSIB -Workplace Safety Insurance Board has been received. ' The company shall, if the Municipality in its absolute discretion so desires, be required to satisfy fidelity bonding requirements by providing such bonding in an amount and form determined by the Municipality. , Failure to furnish required surety within two weeks from date of request thereof by the Municipality shall make the award of the Contract by the Municipality subject to withdrawal. rvn�nr,.nrvia yrv .o vv ' THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ' GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS Page 15 of 28 CL2009-39 ' SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 22. WORKPLACE SAFETY AND INSURANCE BOARD ' All of the Contractor's personnel must be covered by the insurance plan under the Workplace Safety and Insurance Act, 1997, or must provide an identification number from the WSIB verifying their status as an "Independent -perator'. Upon request by the Municipality, an original Letter of Good Standing from the Workplace Safety and Insurance Board shall be provided prior to the commencement of work indicating all payments by the Company to the board have been made. Prior to final payment, a Certificate of Clearance must be issued indicating all payments by the Company to the Board in conjunction with the subject Contract have been made and that the Municipality will not be liable to the Board for future payments in connection with the Company's fulfilment of the contract. Further Certificates of Clearance or other types of certificates shall be provided upon request. For Independent contractors / Owners / Operators who do not have WSIB coverage, the following shall be provided upon request by the Calling Agency: • Single Independent Contractors /Owners / Operators shall provide a letter from the Workplace Safety & Insurance Board confirming independent operator status and identification number. To obtain this, contractors must complete the form "Determining worker/Independent Operator status", issued by the Workplace Safety & Insurance Board. (For more information, please contact your local Workplace Safety ' & Insurance Board Office and refer to this clause.) • Single Independent Contractors /Owners / Operators must also provide a certificate from the Workplace Safety & Insurance Board confirming they have purchased the optional WSIB coverage. • The Municipality of Clarington has the right to reject any bid it deems to provide insufficient coverage. 23. INSURANCE ' The company shall maintain and pay for Comprehensive General Liability insurance including premises and all operations. This insurance coverage shall be subject to limits of not less than $3,000,000.00 inclusive per occurrence for third party Bodily Injury and Property Damage or such other coverage or amount as may be ' requested. The Company shall maintain and pay for Automobile Liability insurance in respect of licensed vehicles and shall have limits of not less than $2,000,000.00 inclusive per occurrence covering all licensed vehicles owned or leased by the Company. The policy shall include the Municipality as an additional insured in respect of all operations performed by or on ' behalf of the Company. A certified copy of such policy or certificate shall be provided to the municipality prior to commencement of the work. Further certified copies shall be provided upon request. The Policies shall be endorsed to provide that the Municipality is to receive not less than 30 days notice in writing in ' advance of any cancellation, material amendment, or change restricting coverage. Written notice shall be personally delivered to or sent by registered mail to the Agency. The Company will ensure that any and all Subcontractors also have valid Insurance coverage. 24. LIABILITY t The company agrees to defend, fully indemnify and save harmless the Municipality from all actions, suits, claims, demands, losses, costs, charges and expenses whatsoever for all damage or injury including death to any person and all damage to any property which may arise directly or indirectly by reason of a requirement of the contract, save and except for damage caused by the negligence of the Municipality or its employees. runli 011NU v1v1. 1 14 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS ' Page 16 of 28 CM09-39 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) ' The Company agrees to defend, fully indemnify and save harmless the Municipality from any and all charges, fines, penalties and costs that may be incurred or paid by the Municipality if the Municipality or any of its employees shall be made a party to any charge under the Occupational Health and Safety Act in relation to any violation of the Act , arising out of this contract. 25. VISITING THE SITE The Company shall carefully examine the site and existing building and services affecting the proper execution of the work, and obtain a clear and comprehensive knowledge of the existing conditions. No claim for extra payment will be allowed for work or difficulties encountered due to conditions of the site which were visible or reasonably ' inferable, prior to the date of submission of Bid. Bidders shall accept sole responsibility for any error or neglect on their part in this respect. 26. SAFETY ' The Company shall obey all Federal, Provincial and Municipal Laws, Act, 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 ' Company. Without limiting the generality of the foregoing, the Company shall 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 Company's obligations under this Contract. The Company shall be aware of and conform to all governing regulations including those established by the ' Municipality relating to employee health and safety. The Company shall keep employees and subcontractors informed of such regulations. The Company shall provide Material Safety Data Sheets (MSDS) to the Municipality for any supplied Hazardous , Materials. 27. UNPAID ACCOUNTS ' The company shall indemnify the Municipality from all claims arising out of unpaid accounts relating to the work. The Municipality shall have the right at any time to require satisfactory evidence that the work in respect of which any payment has been made or is to be made by the Municipality is free and clear of liens, attachments, claims, ' demands, charges or other encumbrances. 28. SUSPENSION OF WORK ' The Municipality may, without invalidating the contract, suspend performance by the Company from time to time of any part or all of the work for such reasonable period of time as the Municipality may determine. The resumption and completion of work after the suspension shall be governed by the schedule established by the ' Municipality. 29. CHANGES IN THE WORK , The Municipality may, without invalidating the contract, direct the Company to make changes to the work. When a change causes an increase or decrease in the work, the contract price shall be increased or decreased by the ' application of unit prices to the quantum of such increase or decrease, or in the absence of applicable unit prices, by an amount to be agreed upon between the Municipality and the Company. All such changes shall be in writing and approved by the Municipality. ' THE CORPORATION OF ........THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ' GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS ' Page 17 of 28 CL2009-39 ' SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 30. CONFLICT OF INTEREST ' No employee or member of Council of the Municipality shall sell goods or services to the Municipality in accordance with the Municipality of Clarington Policy or have a direct or indirect interest in a Company or own a Company which sells goods or services to the Municipality. ' 31. MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT (MFIPPA) All correspondence, documentation, and information provided to staff of the Municipality of Clarington by every ' offerer, including the submission of proposals, shall become the property of the Municipality, and as such, is subject to the Municipal Freedom of Information and Protection of Privacy Act, and may be subject to release pursuant to the Act. ' Offerers are reminded to identify in their proposal material any specific scientific, technical, commercial, proprietary, or similar confidential information, the disclosure of which could cause them injury. Complete proposals are not to be identified as confidential. ' 32. CRIMINAL BACKGROUND CHECKS "The successful service provider covenants and agrees to provide the Municipality of Clarington, or such-other 1 entity as the Municipality may designate, with written consent to perform a criminal background check including Criminal Code (Canada) convictions, pardoned sexual offences, records or convictions under the Controlled Drugs and Substances Act, Narcotics Control Act and Food and Drugs Act and all outstanding warrants and ' charges for every individual who may come into direct contract with youth or who are permitted entrance to private or restricted areas or residences. This will be done at no cost to the Municipality and any such requested document will be submitted to the Municipality in its true form in advance of commencement of work. ' The Municipal issued identification card must be worn when individuals are at a site where there is direct contact with youth or where access to any private or restricted area is anticipated. The Municipal identification card is valid for the term of the contract only or a one year term, whichever comes first. Under the terms of the contract, the Municipality has the sole and unfettered discretion to prohibit an individual from coming into direct contact with ' youth or entering a private or restricted area on a regular basis and to terminate the contract if the bidder/partner fails to obtain or renew the Municipal identification cards according to Municipal policy and procedure. ' The Municipality of Clarington reserves the right to cancel and/or suspend the contract immediately and unilaterally and without penalty to the Municipality should the service provider fail to provide the required documentation or otherwise adhere to this procedure. `The Chief Administrative Officer has the final say in determining any final action." 1 rUHUNAWNU UIV101U V THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS ' Page 18 of 28 ' M009-39 SCHEDULE (C) CONTRACTOR SAFETY ' POLICY AND PROCEDURE POLICY: Contractors and Sub-contractors are responsible to ensure that their personnel are updated on all safety concerns of the workplace and are aware of the safety requirements as required by the Contractor under the Occupational Health and Safety Act. Safety performance will be a consideration in the awarding of contract. Under the Occupational Health and Safety Act (Section 23 (1), (2)), it is the constructor's responsibility to ensure that: • the measures and procedures prescribed by the Occupational Health and Safety Act and the Regulations ' are carried out on the rp oject; • every employer and every worker performing work on the rp oject complies with the Occupational Health ' and Safety Act and the Regulations (under the Act); and • where so prescribed, a constructor shall, before commencing any work on a project, give to a Director ' notice in writing of the project containing such information as may be prescribed. DEFINITIONS: Contractor- any individual or firm engaged by the Municipality to do work on behalf of the Municipality Project- means a construction project, whether public or private, including: ' • the construction of a building, bridge, structure, industrial establishment, mining plant, shaft tunnel, caisson, trench, excavation, highway, railway, street, runway, parking lot, cofferdam, conduit, sewer, watermain, service connection, telegraph, telephone or electrical cable, pipe line, ' duct or well, or any combination thereof; • the moving of a building or structure; and • any work or undertaking, or any lands or appurtenances used in connection with construction. Construction- includes erection, alteration, repair, dismantling, demolition, structural maintenance, painting, land ' clearing, earth moving, grading, excavating, trenching, digging, boring, drilling, blasting, or concreting, the installation of any machinery or plant, and any work or undertaking in connection with a project. Constructor- means a person who undertakes a project for an owner and includes an owner who undertakes all ' or part of a project himself or by more than one employer. Project Mar,rgsr- means the municipal management representative who has responsibility for a contract. ' v„VII/',JIIVq UIYIJIVIV ' THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS Page 19 of 28 CL2009-39 SCHEDULE (C) CONTRACTOR SAFETY (continued) POLICY AND PROCEDURE: ' PROCEDURE: The followin;; items are required before any Contractors are hired by the Municipality: ' a) Before beginning a project, the project manager or designate must determine whether any designated substances/hazardous materials are (or will be) present at the site and prepare a list of all these substances. ' b) The project manager or designate must include, as part of the request for Tender, a copy of the above mentioned list. The list of designated substances/hazardous materials must be provided to all prospective constructors and/or contractors. C) The request for Tender will require prospective contractors to include a list of the designated substances/hazardous materials that will be brought onto the work site and material safety data sheets. ' d) Before awarding a contract, the contractor(s) will be required to complete and sign the Health and Safety Practice Form (Schedule "A"). The Purchasing Office will maintain all contractors' safety performance records. ' e) As part of the Tender conditions, before award of a contract, the contractor must provide details of their Health and Safety program. ' f) The project manager or designate, if necessary, will provide the successful contractor with a workplace orientation which will include, but not be limited to identifying known potential hazards, hazardous material inventory and material safety data sheets for the sites. ' g) Before the start of the assignment the following documentation will be provided to the successful contractor, by the project manager or delegate: ' i) copies of the Municipal Corporate Health and Safety Program ii) departmental health and safety policies iii) workplace procedures regarding health and safety practices ' h) The contractor has the responsibility to provide any and all prescribed personal protective equipment for their own workers, to include as a minimum but not limited to hard hats and safety boots. If a worker(s) ' fails to comply with any program, policy, rule or request regarding health and safety, that person(s) is not allowed on the site until the person(s) complies. i) The Municipality will retain the right to document contractors for all health and safety warnings and/or to ' stop any contractors' work if any of the previously mentioned items are not in compliance. Similarly, the Municipality will have the right to issue warnings and/or to stop work if there are any violations by the contractor of the Occupational Health and Safety Act, Municipal Health and Safety programs, policies, rules, and/or if the contractor creates an unacceptable health and safety hazard. Written warnings and/or ' stop work orders can be given to contractors using Contractor Health and Safety Warning/Stop Work Order Form (Schedule "B"). ' j) Where applicable, the Municipality will retain the right to allow municipal employees to refuse to work in accordance with the established policy and the Occupational Health and Safety Act, in any unsafe conditions. fUHUNAZ>1NU U1V10tull ' THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ' GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS Page 20 of 28 CL2009-39 SCHEDULE (C) CONTRACTOR SAFETY(continued) ' POLICY AND PROCEDURE: PROCEDURE: , k) The Purchasing Department will maintain current certificates of clearance until all monies owing have been paid to the contractor. , 1) Responsibility for ensuring contractor compliance to this policy falls upon the project manager or designate. This will include identification, evaluation and control practices and procedures for hazards ' and follow-up and issuing of Contractor Health and Safety Warning/Stop Work Orders. 1 1 tTHE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS ' Page 21 o128 CL2009-39 ' SCHEDULE (C) CONTRACTOR SAFETY (continued) POLICY AND PROCEDURE: Section"A" ' HEALTH AND SAFETY PRACTICE FORM To Contractor(s): The Municipality of Clarington is committed to a healthy and safe working environment for all workers. To ensure the Municipal workplace is a healthy and safe working environment, contractors, constructors and subcontractors must have ' knowledge of and operate in compliance with the Occupational Health and Safety Act and any other legislation pertaining to employee health and safety. In order to evaluate your company's health and safety experience, please provide the accident/incident and/or Workplace ' Safety Insurance Board (WSIB) information noted below, where applicable. • The New Experimental Experience Rating (NEER) ' The WSIB experience rating system for non-construction rate groups. ....................................................................... ' The Council Amended Draft #7(CAD-7) Rating The WSIB experience rating system for construction rate groups. • njury frequency performance for the last two years - This may be available from the contractor's trade association. ....................................................................... ' Has the contractor received any Ministry of Labour warnings or orders in the last two years? (If the answer is yes, please include the infraction). • Confirmation of Independent Operator Status ' The WSIB independent operator number assigned: (Bidders to include the letter confirming this status and number from WSIB with their bid submission). THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS ' Page 22 of 28 CL2009-39 SCHEDULE (C) CONTRACTOR SAFETY (continued) ' POLICY AND PROCEDURE: CONTRACTOR'S STATEMENT OF RESPONSIBILITY , As a contractor working for the Municipality of Clarington, I/we will comply with all procedures and requirements of the Occupational Health and Safety Act, Municipal safety policies, department and site specific policies and , procedures and other applicable legislation or regulations. Uwe will work safely with skill and care so as to prevent an accidental injury to ourselves, fellow employees and members of the public. 1. The contractor/successful tenderer certifies that it,its employees, its subcontractors and their employees: ' a) are aware of their respective duties and obligations under the Occupational Health and Safety Act, as amended from time to time, and all Regulations thereunder(the 'Act'); and , b) have sufficient knowledge and training to perform all matters required pursuant to this contract/tender safely and in compliance with the Act. 2. In the performance of all matters required pursuant to this contract/Tender, the contractor/successful ' tender shall: a) act safely and comply in all respects to the Act, and ' b) ensure that its employees, its subcontractors and their employees act safely and comply with all aspects with the Act. ' 3. The contractor/successful tenderer shall rectify any unsafe act or practice and any non-compliance with the Act at its expense immediately upon being notified by any person of the existence:of such act, practice or non-compliance. ' 4. The contractor/successful tenderer shall permit representatives of the Municipality and the Health and Safety Committee on the site at any time or times for the purpose of inspection to determine compliance ' with this contract/tender. 5. No act or omission by any representative of the Municipality shall be deemed to be an assumption of any of the duties or obligations of the contractor/successful tenderer or any of its subcontractors under the ' Act. 6. The contractor/successful tenderer shall indemnify and save harmless the Municipality: ' a) from any loss, inconvenience, damage or cost to the Municipality which may result from the contractor/successful tenderer or any of its employees, its subcontractors or their employees failing to act safely or to comply in all respects with the Act in the performance of any matters , required pursuant to this contract/tender; b) against any action or claim, and costs related thereto, brought against the Municipality by any , person arising out of any unsafe act or practice or any non-compliance with the Act by the contractor/successful tenderer or any of its employees, its subcontractors or their employees in the performance of any matter required pursuant to this contract/tender; and C) from any and all charges, fines, penalties and costs that may be incurred or paid by the ' Municipality (or any of its council members or employees) shall be made a party to any charge under the Actin relation to any violation of the Act arising out of this contract/tender. ' ' runllrlma rvu 111vio1UN THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS ' Page 23 of 28 CL2009-39 ' SCHEDULE (C) CONTRACTOR SAFETY (continued) POLICY AND PROCEDURE: ' CONTRACTOR ACCEPTANCE Schedule "C Contractor Safety- Policy Procedures, Health & Safety Practice, Pages 18- 25 have been ' reviewed and accepted by the contractor. Contractor Name of Person Signing for Contractor ' Signature of Contractor Date 1 1 runs nnonvu v --- I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ' GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS Page 24 of 28 , CL2009-39 SCHEDULE (C) CONTRACTOR SAFETY(continued) ' POLICY AND PROCEDURE: Section "B" , CONTRACTOR HEALTH AND SAFETY WARNING/STOP WORK ORDER The purpose of this form is to: (Issuer to check one of the following) ' ❑ Provide warning to the contractor to immediately discontinue the unsafe work practices, it it affects our workplace, described below. Direct the contractor to immediately cease all work being performed under this contract due to the unsafe work practice described below. ' FAILURE TO COMPLY WITH THIS WARNING/STOP WORK ORDER SHALL CONSTITUTE A BREACH OF CONTRACT. PART "A" -DETAILS OF CONTRACT ' CONTRACTOR/P.O. # DESCRIPTION: NAME OF FIRM: ' t ' PURCHASING DIVISION THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS Page 25 of 28 CL2009-39 ' SCHEDULE(C) CONTRACTOR SAFETY(continued) POLICY AND PROCEDURE: ' PART "B" - DETAILS OF INFRACTION (TO BE COMPLETED BY ISSUER) DATE AND TIME OF INFRACTION — ' DESCRIPTION OF INFRACTION, INCLUDING LOCATION: — ' ORDER GIVEN BY MUNICIPALITY: ' DID THE CONTRACTOR COMPLY WITH THIS ORDER? ' DATE AND TIME OF COMPLIANCE: ISSUED TO: CONTRACTOR'S EMPLOYEE TITLE ' ISSUED BY: MUNICIPAL EMPLOYEE DEPARTMENT TITLE PART "C" - ADDITIONAL COMMENTS ' THIS SECTION TO BE USED INTERNALLY TO RECORD ADDITIONAL COMMENTS SUBSEQUENT TO ISSUING THE WARNING/STOP WORK ORDER, I.E. DATE AND TIME WORK RESUMED, ' FURTHER ACTION TAKEN, ETC. F'UFL1HADn14U ulvlo,v,v I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ' GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS Page 26 of 28 t CL2009-39 SCHEDULE (G) INFORMATION SHEETS ' NOTICE OF "NO BID" CLOSING DATE: , IMPORTANT - PLEASE READ THIS It is important to the Municipality to receive a reply from all invited bidders. There is no obligation to submit a Tender, ' however, should YOU choose not to bid, completion of this form will assist the Municipality in determining the type of goods or services you are interested in bidding on in the future. INSTRUCTIONS , If you are unable, or do not wish to bid on this Tender please complete the following portion of this form. State your reason for not bidding by checking yes or no in the applicable line or by explaining briefly in the space provided. It is not t necessary to return any other Tender documents. Just return this completed form in the enclosed Tender envelope prior to the official closing time and date. Yes/No ' 1. We do not manufacture/supply this commodity 2. We do not manufacture/supply to this specification 3. Unable to quote competitively ' 4. Cannot handle due to present plant loading 5. Quantity/job too large 6. Quantity/job c-n small 7. Cannot meet delivery/completion requirements , 8. Agreements with distributors/dealers do not permit us to sell directly 9. Licensing restrictions , Other reasons or additional comments: 1 Do you wish to bid on these goods/services in the future? Yes/No ' For Municipality Use Only Company Do Not Write In This Space Name: , Address: Telephone: Position: ' ' PURCHASING DIVISION Y v THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON ' PURCHASING DIVISION GARNET B. RICKARD RECREATION COMPLEX RENOVATIONS ' Page 27 of 28 CL2009-39 SCHEDULE (H) QUESTIONS FOR CLARIFICATION ' FAX COVER PAGE QUESTIONS FOR CLARIFICATION ' CL2009-39 ' TO: J.R. FREETHY ARCHITECT DATE: TIME: FAX NUMBER: (905)623-8989 FROM: Company Name: ' Contact Name: Telephone: Fax: Reference to Section on Page Number of this Tender. Question: 1 ' Total Number of Pages including cover PURCHASING DIVISION ' THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ' GARNET B.RICKARD RECREATION COMPLEX RENOVATIONS Page 28 of 28 ' CL2009-39 SCHEDULE (1) ADDRESS LABEL ' PLEASE FIRMLY AFFIX THIS ADDRESS LABEL TO THE ENVELOPE CONTAINING YOUR SUBMISSION FOR SUBMITTING BY MAIL OR COURIER. , --------------------------------------------------cut here-------------------------------------------------- , TENDER ENVELOPE ' RETURN NAME: NAME................................... ............ ADDRESS.......................................... ................................................I....... TELEPHONE...................................... CORPORATION OF THE MUNICIPALITY OF CLARINGTON OFFICE OF THE CLERK 40 TEMPERANCE ST. BOWMANVILLE, ONTARIO L1 C 3A6 1 TENDER NUMBER: CL2009-39 t SPECIFICATION: GARNET B. RICKARD COMPLEX—COMMUNITY CARE DURHAM CLOSING TIME & DATE: SEALED BID ' 2:OOPM (HOURS) 00 MINUTES, 00 SECONDS LOCAL TIME WEDNESDAY OCTOBER 28, 2009 ' --------------------------------------------------cut here-------------------------------------------------- Note: ' Should you decide to use your own return envelope in lieu of the envelope provided, the label above ' must be affixed to the front of your envelope. ALL of the information shown on the above label must be complete. The Municipality of Clarington cannot be held responsible for documents submitted in envelopes that are not labelled in accordance with the above instructions. If you have any questions, feel free to contact Purchasing at 905-623-3379. , 1 ' Project No, 2009-19 TENDER FORM 00300.1 GARNET B. RICKARD COMMUNITY COMPLEX ' Community Care Durham - Interior Renovations Bowmanville, Ontario Tender CL 2009-39 t 1. Having carefully examined the: INSTRUCTIONS TO BIDDERS ' THE GENERAL CONDITIONS OF THE CONTRACT (Canadian Standard Construction Document CCDC 2, 1994 Stipulated Price Contract) SUPPLEMENTARY CONDITIONS DRAWINGS AND SPECIFICATIONS AND ' ADDENDUM NO. ) DATED pit o��a f z�O L<Jq ADDENDUM NO. DATED ' ADDENDUM NO. DATED ' ADDENDUM NO. DATED tADDENDUM NO. DATED ADDENDUM NO. DATED ' as prepared bythe Consultant J.R.Freethy Architect,and having visited the Project site;we,the undersigned, hereby offer and agree to furnish all and every kind of labour,scaffolding,tools,implements,machinery,plant, services and materials required to complete in a satisfactory and workmanlike manner all the work required ' to complete the above project in accordance with the said Documents for the stipulated sum of: TrlR�� &NOREp 4N `S%xry N1N,!5 //HotlSifN and ' 100 Dollars ($ 6 Cl D Q O , o o ) ' plus 5% Federal Goods and Services Tax($ / 57 in lawful money of Canada if notified of the acceptance of this offer within ninety(90)days of the time set for the opening of Tenders. We hereby agree that this offer shall remain open for the said time whether any other Tender has previously been accepted or not. ' 2. We enclose herewith a Bid Deposit in the amount as set forth in the instructions to bidders which shall be forfeited to the Municipality of Clarington if the Tender is withdrawn in less than ninety(90) days or if we fail to enter into a contract, should our Tender be accepted. 1 Project No 2009-19 TENDER FORM 00300.2 ' 3. We enclose herewith a letter from a Bonding or Surety Company certifying that they are prepared to provide a fifty percent (50%) Performance Bond and a fifty percent (50) Labour and Materials Payment Bond if we are successful in obtaining the Contract. 4. In submitting this Tender, we recognize your right to accept any Tender at the price submitted or to reject any or all Tenders. 5. We agree that if this Tender is accepted,we will execute whatever additional or extra work may be required and make any deductions from the said work at the unit prices hereinafter set out in this form of Tender, unless the change request stipulated another method of determining the value of a ' change, in strict conformity in all respects with the requirements of the above Contract Documents. 6. I/W E the undersigned understand and agree that this contract may or may not include all or part of the project(s) and/or facility(ies). ' 7. I/WE the undersigned understand and agree that the Owner reserves the right to alter the work on this contract by deducting or adding to the total stipulated sum tender where the Owner deems necessary at the prices identified hereinafter on this tender form and as set forth on our ' Supplementary Tender Form. 7. SUBCONTRACTORS ' 7.1 If we are one of the three low bidders we agree to submit our list of subcontractors on the form provided in section 00400, Supplementary Tender Form within 24 hours of tender closing to J.R. Freethy Architect, 5 Silver Street, Bowmanville, Ontario in accordance with the `Instructions to Bidders". ' 8. VALUATION OF CHANGES 8.1 Where changes in the work are made after award of contract,we agree to provide quotations of the ' proposed changes at the Subcontractor's costs plus five percent(5%)for overhead and five percent (5%)for profit plus ten percent(10%)for our overhead and profit. If the work is to be done by our own forces(not by subcontract) our overhead of ten percent(10%)and profit of five percent(5%)will be added to the costs. 9. TIME OF COMPLETION 9.1 I/WEthe undersigned,haveread,PROJECT SCHEDULING inthelNSTRUCTIONTOBIDDERSand understand that the Work of this contract must be completed in accordance with the stipulated time frames therein. 10. UNIT PRICES ' 10.1 We agree that the schedule of Unit Prices which follows shall form the basis of valuation for the types of work enumerated, unless the change request stipulates another method of determining the value of a change. Each unit price shall include labour,materials,Contractor's profit,charges for overhead, ' supervision and all other relative charges. 10.2 Painting EXTRA ' a) Prepare wall surface and apply 2 coats paint as per section 09900 to existing painted wall surfaces (cost per sq.ft.) ' 11. SUBCONTRACTORS 11.1 We list below the names of the Subcontractors to whom we propose to sublet the mechanical and electrical trades. ' Mechanical -7—oq / T�C H ' Subcontractor's Tender$ yoo . ° ° (excluding GST) ' Project No. 2009-19 / TENDER FORM 00300.3 Electrical L a-zq '0 ew t //Y.. Subcontractor's Tender$ " 2 . 0 0 � _ OO (excluding GST) ' 12. SEPARATE PRICES (GST EXCLUDED) The following costs for all trades including markups, material, equipment, plant facilities, overhead and profit are included in the Stipulated Lump Sum Tender. Each separate price may be retained or deleted from the stipulated lump sum tender in the amount indicated at the discretion of the owner. DEDUCT ' 12.1 At conference room #003, delete 14 type 'A' down lights, e n related wiring, accessories, switching (s4200 , ) ' 12.2 At the existing info counter room #001, delete the modifications to the curved reception counter and the new storage cabinets as detailed on drawing A801, a o details nos. 1,2,3,4,5,6,7 inclusive ($ L/t O O D ) 12.3 Delete the scheduled porcelain tile floor finish in rooms #017, 018, 019 and 020. Provide resilient the 00 floor finish and rubber cove base at these rooms. ($ ' 12.4 Delete the replacement of the existing insulated spandrel glazing and sealed insulating glazing units 00 in the 2 existing curtain wall sections. 000. ) ' 1.2.5 At conference room #003 revise screen 'SC.4 to type 'SC.5" in scheduled partition type W.3 ($ 3 O 00 . ) 1.2.6 Refer to specification section 09680, Carpet. Revise J O O o 0 listed product to Venture Traffix series 28 oz. ($ ) ' 13. SUBSTANTIAL PERFORMANCE 13.1 Bidders acknowledge that following the date of Substantial Performance of the Contract and the subsequent release of the basic holdback under the Construction Lien Act, all sums being retained ' for finishing work under the Contract will be payable only when the Contract has been deemed to be totally completed and subject to the retention of a separate finishing work holdback, all as Provided In the Construction Lien Act. ' 14. TAKEOVER PROCEDURES 14.1 Bidders are advised to refer to OAA/OGCA Document 100,Takeover Procedures,which will apply to the closing stages of the Construction Contract together with these Contract Documents. I I 1 ' Project No. 2009-19 TENDER FORM 00300.4 ' 1 /We certify that I /We have the authority to bind the Company ' Name of Signing Officer(s) SIGf ATURE i ' SIGNATURE 4lb 66S $62Z 40 w14STR-0 Tt014 L-t 4tTE0 Telephone Number of NAME OF COMPANY Signing Officers ' tZ7O FtlACt{- "-& W-u-ST' (7 ) tT ti ADDRESS OF COMPANY R733 ?>,)-7 TO 1,3 T0 ' t 0 Z 3-7 Lt o 0 GST REGISTRATION NUMBER CORPORATE SEAL ' Bids are to remain open for and are subject to acceptance for a period of ninety(90)days from closing date. END OF SECTION 00300 ttx uawi me U6f-15-000911H0J IS , Sh 91b 665 8649 P. 001 OCT-29-2009 12:46 HN Construction 416 665 8649 P.01/02 ' Pro ed No. 2009-19 SUPPLEMENTARY TENDER FORM 00400.1 tGARNET B. RICKARD COMPLEX ' Community Care Durham - Interior Renovations Bowmanville, Ontario Tender CL 2009-39 ' Municipality of Clarington 40 Temperance Street l ' Bowmanville, Ontario L1C 3AB LIST OF PROPOSED SUBCONTRACTORS The following list of Subcontractors whom the Contractor proposes to retain for this project and whose quotations have been used in completing the form of Tender must be completed by the General Contractor. No deviation from this list will be perm itfed during the performance of Con tract without written permission from the Architect and the Owner. Selective Demolition1� 1 Cast-in-Place Concrete ' Unit Masonry }} ' Structural Steel Finish Carpentry Architectural Millwork WT i ' Fireproofing and Firestopping Sealants Roofing Wood Doors ' Hollow Metal Doors and Frames -Y• ' Finishing Hardware U(Yy t -0 Aluminum Curtain Wall/ Glass and Glazing ' Acoustic Ceilings and Drywall �)(!p�J l jzra � Hx !)ate/lime UH,-l9-GUU91'TH0) IS , 35 416 W 8M P. M OCT-29-2009 12:46 HN Construction 416 665 8649 P.02/02 Pro act No. ,2 09-19 SUPPLEMENTARY TENDER FORM 00400.2 Resilient Tile/Carpet (1 (] ,i` t Painting tiQ, ' Roller Blinds Mechanical Electrical 1 ' t ' SUBMITTED BY: I /We certify that I/W e have the authority t Llr` bind the C pan C GE Name of Signing Officer(s) IGNAT E ' SIGNATU ' �r'l6 6S 862 N Corr rl¢Utrr N ,urn I Telephone Number of NAME OF COMPANY Signing Officers ' I.ZFD F/NGN AVCuVar l� t}II �t_uro� ON,�3T37 ADDRESS OF COMPANY ' 023 o f q 0&p 0 0 0 1 l GST REGISTRATION NUMBER f tCORPORATESEAL ■ 1 Pro'ect No. 2009-19 AGREEMENT 00510.1 1 1. This Section to be completed before signing of Contract. 1 2. LIST OF CONTENTS 2.1 Agreement Between Owner and Contractor: Standard Construction Document, CCDC 2, 1994, Stipulated Price Contract. t 1 END OF SECTION 00510 Standard construction document CCDC 1 1 1 1 1 1 1 Stipulated price contract 1 1 Project: Municipality of Clarington Garnet B. Rickard Community Complex Community Care Durham - Interior Renovations 1 1 1 1 This agreement is protected by copyagh�and-is ipiendedbyfhe parties td be am aN gar®d-version of CCDC 2 2008 exyapt tothe¢extent 1 that any anonA#ons 8ddifions o4 m6dfhcatfoiis afe set foft in supplementary conditions. 1 D Canadian construction documents committee Reprint 1999 1 1 ® � Canadian construction documents committee The Canadian Construction Documents Committee is a joint committee composed of owners and representatives appointed by: The Association of Consulting Engineers of Canada The Canadian Construction Association Construction Specifications Canada ' The Royal Architectural Institute of Canada Committee policy and procedures are directed and approved by the constituent organizations. This document has been endorsed by each of the above organizations. Enquiries should be directed to: The Secretary Canadian Construction Documents Committee 75 Albert Street Suite 400 Ottawa.Ontario KIP 5E7 Tel: (613)236-9455 Fax: (613)236-9526 www.ecdc.org t 1 1 1 1 StamimaLonsuractlonuocumerut.r. G- LYY4 Standard Construction Document CCDC 2-1994 t TABLE OF CONTENTS AGREEMENT BETWEEN OWNER AND CONTRACTOR PART4 ALLOWANCES A-1 The Work GC 4.1 Cash Allowances A-2 Agreements and Amendments GC 4.2 Contingency Allowance ' A-3 Contract Documents A-4 Contract Price PART 5 PAYMENT A-5 Pavmcm GC 5.1 Financing Information Required of the Owner A-6 Receipt of and Addresses for Notices GC 5.2 Applications for Progress Payment ' A-7 Language of the Contract GC 5.3 Progress Payment A-8 Succession GC 5.4 Substantial Performance of the Work GC 5,5 Payment of Holdback upon Substantial Performance of the Work DEFINITIONS GC 5.6 Progressive Release of Holdback ' 1. Contract GC 5.7 Final Payment 2. Contract Documents GC 5.8 Withholding of Payment 3. Owner GC 5.9 Non-conforming Work 4. Contractor ' S. Subcontractor PART 6 CHANGES IN THE WORK 6. Supplier GC 6.1 Changes 7. Consultant GC 6.2 Change Order 8. Project GC 6.3 Change Directive 9. Work GC 6.4 Concealed or Unknown Conditions ' 10. Place of I he Work GC 6.5 Delays 11. Product 12. Provide PART 7 DEFAULT NOTICE 13. Contract Price GC 7.1 Owner's Right to Perform The Work.Stop The Work,or ' 14. Contract'fime Terminate The Contract 15. Working Day GC 7.2 Contractor's Right to Stop the Work or Terminate The 16. Supplemental Instruction Contract 17. Change Order ' 18. Change Directive PART 8 DISPUTE RESOLUTION 19. Substantial Performance of the Work GC 8.1 Authority of The Consultant 20, Value Added Taxes GC 8.2 Negotiation,Mediation,and Arbitration GC 8.3 Retention of Rights ' GENERAL CONDITIONS OF THE STIPULATED PRICE CONTRACT PART 9 PROTECTION OF PERSONS AND PROPERTY GC 9.1 Protection of Work and Property PART GENERAL PROVISIONS GC 9.2 Damages and Mutual Responsibility GC 1.1 Contract Documents GC 9.3 Toxic and Hazardous Substances and Materials ' GC 12 Law of The Contract GC 1.3 Rights and Remedies PART 10 GOVERNING REGULATIONS GC 1.4 Assignment GC 10.1 Taxes and Duties GC 10.2 Laws,Notices,Permits,and Fees PART 2 ADMINISTRATION OF THE CONTRACT GC 10.3 Patent Fees GC 2.1 Authority of The Consultant GC 10.4 Workers'Compensation GC 2.2 Role of The Consultant GC 2.3 Review and Inspection of The Work PART 11 INSURANCE-BONDS ' GC 2.4 Defective Work GC 11.1 Insurance GC 11.2 Bonds PART 3 EXECUTION OF THE WORK GC 3.1 Control of the Work PART 121NDEMNIIFICATION-WAIVER-WARRANTY GC 3.2 Construction by Owner or Other Contractors GC 12.1 Indemnification GC 3.3 Temporary Supports,Structures,and Facilities GC 12.2 Waiver of Claims GC 3.4 Document Review GC 12.3 Warranty GC 3.5 Constmetion Schedule GC 3.6 Construction Safety GC 3.7 Supervisor GC 3.8 Subcontractors and Suppliers GC 3.9 Labour and Products GC 3.10 Documents at The Site GC 3.11 Shop Drawings GC 3.12 Use of the Work CCDC Copyright 1994 GC 3.13 Cutting and Remedial Work Must not be copied in whole or in par[without the written permission GC 3.14 Cleanup of the CCDC. 1 1 ' Standard Conatmction Document CCDC 2- 1994 ' Standard Consnuction Document CCDC 2- 1994 AGREEMENT BETWEEN OWNER AND CONTRACTOR For use wben a stipulated price is the basis of payment This Agreement made on the 9th day of November in the year 2009 ' by and between Municipality of Clarington hereinafter called the "Owner" and ' HN Construction,'.Limited hereinafter called the"Contractor" The Owner and the Contractor agree as follows: ' ARTICLE A-1 THE WORK The Contractor shall: 1.1 perform the Work required by the Contract Documents for ' Community Care Durham - Interior Renovations ' located at 2440 Hwy."#2, Bowmanville., Ontario which have been signed by the parties,and for which ' J.R.. Freethy Architect is acting as and is hereinafter called the"Cometiltant"and 1.2 do and fulfill everything indicated by this Agreement, and ' 1.3 commence the Work by the 30th day of November in theyear 2oo9 and, subject to adjustment in Contract Time as provided for in the Contract Documents, attain Substantial Performance ' oflbeWork, by the 12th day of March intheyear 2010 CCDC 2-1994 File 00502 1 This contra..o.protected by Copyright. Ose ofa CCDC 2 document not eonmining a CCDC 2 coyyrlght seal constituter an infringement of Copyright. Only sign this contram fthe document cover page bears a CCDC2 copyright sea?to demonstrate that it is intended by the parties to be an awumte and unamended ,,nuon of ICCDC2—[994 except to the urent that any alterations,additions ar modfrvtions are setfomh In supplementary conditions. 1 ' ARTICLE A-2 2.1 The Contract supersedes all prior negotiations,representations, or agreements, either written or oral, relating ' in any manner to the Work,including the bidding documents that are not expressly listed in Article A-3 of the Agreement-CONTRACT DOCUMENTS. ' 2.2 The Contract may be amended only as provided in the Contract Documents. ARTICLE A-3 3.1 The following are the Contract Documents referred to in Article A-1 of the Agreement-THE WORK: Agreement Between Owner and Contractor ' • Definitions • The General Conditions of the Stipulated Price Contract As set forth in specification section 00010 "List of Documents" and ' as amended by Addendum No. 1 dated October 26, 2009 as bound herein. 1 (Insert here, attaching additional pages if required, a list identifying all other Contract Documents e.g. ' Supplementary Conditions; Specifications, giving a list of contents with section numbers and titles, number of pages, and date; Drawings, giving drawing number, title, date, revision date or mark; Addenda,giving title, number, date) CCDC 2- 1994 File 00502 2 The contract u protected by C.,,,,ght. Use of.CCDC 2 document not containing a CCDC 2 Cpyright seal constitutes an infringement of Copyright Onh sign this corsnacr If the document corer page bears a CCDC 2 copyright seal to&nooretrate that it is intended by the parties to be an accurate and unammded version of CCDC 2-1994 eecept 16 the extent that any altemtions,additions or modritcafians are setforrh in supplementary conditions. 1 ' ARTICLE A4 1 4.1 The Contract Price,which excludes Value Added Taxes,is: Three Hundred and Sixty Nine Thousand 1 dollars ' and 0 cents. $ 369, 000.00 4.2 Value Added Taxes(of 5 °%)payable by the Omier to the Contractor are: Eighteen Thousand Four Hundred and Fifty ' dollars ' and 0 cents. $ 18,450.00 4.3 Total amount payable by the Owner to the Contractor for the construction of the Work is: ' Three Hundred and Eighty Seven Thousand Four Hundred and Fifty ' dollars and 0 cents. $ 387,450.00 t 4.4 All amounts are in Canadian funds. 4.5 These amounts shall be subject to adjustments as provided in the Contract Documents. t 1 1 CCDC 2- 1994 File 00502 3 This contract 1,protected by Copyright. Use ofa CCDC 2 document not containing a CCDC 2 copyright seal constitutes an infringement of Copyright. Only sign this contract if the dorcuoua cover page bears a CCDC2 copyright seat to demoestrme that It is intended by the parties to be an accurate and unamended Penton of CCDC 2—1994 except to the extent that any alterat ions,additions or modifications are set forth in nipplementary cond eons. 1 ' ARTICLE A-5 PAYMENT ' 5.1 Subject to the provisions of the Contract Documents, and in accordance with legislation and statutory regulations respecting holdback percentages and, where such legislation or regulations do not exist or apply, subject to a holdback of Len ( 10 %)the Owner shall in Canadian funds: ' .l make progress payments to the Contractor on account of the Contract Price when due in the amount certified by the Consultant together with such Value Added Taxes as may be applicable to such payment, and .2 upon Substantial Performance of the Work, pay to the Contractor-the unpaid balance of the holdback amount when due together with such Value Added Taxes as may be applicable to such payment, and ' .3 upon the issuance of the final certificate for payment, pay to the Contractor the unpaid balance of the Contract Price when due together with such Value Added Taxes as may be applicable to such payment. ' 5.2 In the event of loss or damage occurring 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 I I.l - I\S GR;x\CF,. 5.3 Interest .l Should either party fail to make payments as they become due under the terns of the Contract or in an ' award by arbitration or court,interest at of percent ( %)per annum above the bank rate on such unpaid amounts shall also become due and payable until payment. Such interest shall be compounded on a monthly basis. The bank rate shall be the rate established by the Bank of Canada as the minimum rate at which the Bank of Canada makes short term advances to the ' chartered banks. .2 Interest shall apply at the rate and in the manner prescribed by paragraph 5.3.1 of this Article on the amount of any claim settled pursuant to Part 8 of the General Conditions - DISPU I F RESOLUTION from the date the amount would have been due and payable under the Contract,had it not been in dispute, until the date it is paid. 1 CCDC 2- 1 994 File 00502 4 Tha contract u protected by Copyright Use of a CCDC 2 document not coobnong a CCDC 2 copyright seat covenanter an infringement of Copyright Only sign this contact if the dormmem corer page bears a CCDC 2 epyright seal to dMarentrate that it is intended by the parties to bean accurate andunamended version of CCDC 2-1994 except to the extent that nor altemtio n,adoWmas or modification,are setforth in supplementary conanions. ' ARTICLE A-6 RECEIPT OF AND ADDRESSES FOR NOTICES 6.1 Notices 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 to the individual,or to a member of the firm, or to an officer of the corporation for whom they are intended by hand or by registered post;or if sent by regular post,to have been delivered within 5 Working Days of the date of mailing when addressed as follows: The Owner at Municipality of Clarington ' 40 Temperance Street Bowmanville, Ontario L1C 3A6 ' The Contractor at HN Construction Limited 1270 Finch Avenue West, Unit #11 ' Toronto, Ontario M3J 3J7 The Consultant at ' J.R. Freethy Architect 5 Silver Street Bowmanville, Ontario LlC 3C2 1 ARTICLE A-7 LANGUAGE OF THE CONTRACT ' 7.1 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 English language shall prevail. ' • Complete this statement by striking out inapplicable term. 7.2 This Agreement is drawn in English at the request of the parties hereto. La pr6sente convention est rddig6e en ' anglais a la demande des parties. ' ARTICLE A-8 SUCCESSION 8.1 The Contract Documents are to be read into and form part of this Agreement and the whole shall constitute the Contract between the parties, and subject to the 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. ' CCDC 2- 1994 File 00502 5 Phu contract is ovected by Copyright Use ofa CCDC 2 document not containing a CCDC 2 copyright seal conrxitutes an infringement of Copyright Onty sign tits contract it the document coverpage bears a CCDC 2 copyright seal to demorutrate that it is intended by the patsies to be an accurate and unamended version of CCDC 2— 1994exceptm in,eci eni that any alterations,additions or modlications are setforth in Pp1'.1ary conduhn., In witness whereof the parties hereto and by the hands of their duly authorized representatives. ' SIGNED AND DELIVERED in the presence of. _ OWNER Municipality..of Clari_ngton — Signalnre WITNESS im Abemethy, Mayor name and title ofperson stg ing ' signature signature Patti L Barrie, Clerk name and title ofperson signing name and title ofperson signing ' CONTRACTOR HN Construction Limited r signature / _ ' WITNESS EN T_ name and title ofperson signing signature st at— ' &V-rSteoczyNS,L� name and title ofperson signing name and title ofperson signing N.B. Where legal jurisdiction, local practice, or Owner or Contractor requirement calls fora (a) proof of authority to execute this document, attach such proof of authority in the form of a certified copy of a resolution naming the representative(s)authorized to sign the Agreement for and on behalf ' of the corporation or partnership;or (b) the affixing of a corporate seal, this Agreement should be properly sealed. CCDC 2- 1994 File 00502 6 This contract c protected by Copyright Use of CCDC 2 document not containing a CCDC 2 copyright seal coutinnes an infringement of Copyright only sign ' this contract if,he document coverpage bears a CCDC2 copyright seal to demonstrate that it is intended by the parties to bean accurate and anamended version of CCDC2-1994 eccepNO the eaent that any alterations,additions or modifications are set forth in supplementary conditions. iPro'ect No. 2009-19 BONDS AND CERTIFICATES 00600.1 ' LIST OF CONTENTS 1 CERTIFICATE OF GOOD STANDING WITH THE WORKPLACE SAFETY AND INSURANCE BOARD 1 i 1 ' 1 1 1 i 1 i 1 END OF SECTION 00600 1 1 Protect No- 2009-19 DEFINITIONS AND GENERAL CONDITIONS 00700.1 1. LIST OF CONTENTS ' 1.1 DEFINITIONS OF CCDC2 1994 STIPULATED PRICE CONTRACT 1.2 GENERAL CONDITIONS OF CCDC2 1994 STIPULATED PRICE CONTRACT 2.1 Definitions and General Conditions are modified by the Supplementary Conditions, (SC)as set forth in section 00800. 1 1 1 1 ' END OF SECTION 00700 Standard Construction Document CCDC 2- 1994 ' Standard Construction Document CCDC 2- 1994 ' DEFINITIONS The following Definitions shall apply to all Contract Documents. , 1. Contract ' The Contract is the undertaking by the parties to perform thew respective duties, responsibilities, and obligations as prescribed in the Contract Documents and represents the entire agreement between the parties. 2. Contract Documents The Contract Documents consist of those documents listed in Article A-3 of the Agreement - CONTRACT DOCUMENTS and amendments agreed upon between the parties. 3. Owner The Owner is the person or entity identified as such in the Agreement. The term Owner means the Owner or the Owne✓s authorized agent or representative as designated to the Contractor in writing,but does not include the Consultant_ 4. Contractor The Contractor is the person or entity identified as such in the Agreement. The term Contractor means the Contractor or the Contractor's authorized representative as designated to the Owner in writing. ' S. Subcontractor A Subcontractor is a person or entity having a direct contract with the Contractor to perform a part or parts of , the ]'fork,or to supply Products worked to a special design for the Work. 6. Supplier A Supplier is a person or entity having a direct contract with the Contractor to supply Products not worked to a ' special design for the Work 7. Consultant The Consultant is the person or entity identified as such in the Agreement. The Consultant is the Architect,the , Engineer, or entity licensed to practice in the province or territory of the Place of the Work. The term Consultant means the Consultant or the Consultant's authorized representative. 8. Project The Project means the total construction contemplated of which the Work may be the whole or a part. 9. Work , The Work means the total construction and related services required by the Contract Documents. 10. Place of the Work The Place of the Work is the designated site or location of the Work identified in Article A-1 of the Agreement -THE WORK. It. Product , Product or Products means material, machinery, equipment, and fixtures forming the Work, but does not include machinery and equipment used to prepare,fabricate,convey,or erect the Work,which are referred to as construction machinery and equipment. 12. Provide Provide means to supply and install. CCDC 2-1994 File 00602 7 This convoct a/n,,a,d by Catryright Else oJa CCDC 2 documen/not conrainiag o CCDC 2 copyright seat rons+irures w injrmgement ojCopyrighr_ Oozy sign rhu onnao+f'the documen+cowpage bears a CCDC 2 copyright seal ro demonstrate that it u intended by the parries to bean ammrate and unameided versla t of CCDC 2— 1994 esceO 10 the ra rem that any alterations,addition,or mad fcatiom are setfor+h in svpph"aartary cadinorv. 13. Contract Price The Contract Price is the amount stipulated in Article AA of the Agreement-CONTRACT PRICE. ' 14. Contract Time The Contract Time is the time stipulated in paragraph 1.3 of Article A-I of the Agreement-THE WORK from comirencemeot of the Work to Substantial Performance of the Work. Is. Working Day Working Day means a day other than a Saturday, Sunday, or a holiday which is observed by the construction industry in the area of the Place of the Work. 16. Supplemental Instruction A Supplemental Instruction is an instruction,not involving adjustment in the Contract Price or Contract Time, in the form of specifications, drawings, schedules, samples, models or written instructions,consistent with the intent of the Contract Documents- It is to be issued by the Consultant to supplement the Contract Documents as required for the performance of the Work. 17. Change Order A Change Order is a written amendment to the Contract prepared by the Consultant and signed by the Owner and the Contractor stating their agreement upon: - a change in the Work, the method of adjustment or the amount of the adjustment in the Contract Price,if any;and the extent of the adjustment in the Contract Time,if any. 18. Change Directive A Change Directive is a written instruction prepared by the Consultant and signed by the Owner directing a change in the Work within the general scope of the Contract Documents_ ' 19. Substantial Performance of the Work Substantial Performance of the Work is as defined in the lien legislation applicable to the Place of the Work. If such legislation is not in force or does not contain such definition,Substantial Performance of the Work shall have been reached when the Work is ready for use or is being used for the purpose intended and is so certified by the Consultant. 20. Value Added Taxes ' Value Added Taxes means such sum as shall be levied upon the Contract Price by the Federal or any Provincial Government and is computed as a percentage of the Contract Price and includes the Goods and Services Tax, the Quebec Sales Tax and any similar tax, the payment or collection of which is by the ' legislation imposing such tax an obligation of the Contractor. 1 CCDC 2-1994 File 00602 8 ]ha contract v protected by Copyright. U,,ofa CCDC 2 doeamem not containing a CCDC 2 copyright seal a mtnater an infringement of C,,right, only sign thb ' contract,)he docament co�rpage bears a CCDC 2 mpyrigly sed m demonstrate Aw a it intended by rhe,arses to bean aaarate and anamendedwrsion of CCDC 2- 1994 except ra the extent that any afteralh ns.additions h no.pplememm,conditions. Standard Construction Document CCDC 2- 1994 ' GENERAL CONDITIONS OF THE STIPULATED PRICE CONTRACT PART 1 GENERAL PROVISIONS GC 1.1 CONTRACT DOCUMENTS , 1.1.1 The intent of the Contract Documents is to include the labour, Products, and services necessary for the performance of the Work by the Contractor in accordance with these documents. It is not intended,however, that the Contractor shall supply products or perform work not consistent with,not covered by, or not properly inferable from the Contract Documents. L L2 Nothing contained in the Contract Documents shall create any contractual relationship betRveen: .1 the Owner and a Subcontractor, a Supplier, or their agent, employee, or other person performing any of the Work. ' .2 the Consultant and the Contractor, a Subcontractor, a Supplier, or their agent, employee, or other person performing any of the Work. 1.1.3 The Contract Documents are complementary,and what is required by any one shall be as binding as if required by all. 1.1.4 Words and abbreviations which have well known technical or trade meanings are used in the Contract ' Documents in accordance with such recognized meanings. 1.1.5 References in the Contract Documents to the singular shall be considered to include the plural as the context , requires. 1.1.6 The specifications are that portion of the Contract Documents, wherever located and whenever issued, ' consisting of the written requirements and standards for Products, systems, workmanship, and the services necessary for the performance of the Work. 1.1.7 The drawings are the graphic and pictorial portions of the Contract Documents, wherever ]orated and ' whenever issued, showing the design, location, and dimensions of the Work, generally including plans, elevations,sections,details, schedules,and diagrams. 1.1.8 Neither the organization of the specifications into divisions, sections, and parts nor the arrangement of ' drawings shall control the Contractor in dividing the work among Subcontractors and Suppliers or in establishing the extent of the work to be performed by a trade. 1.1.9 If there is a conflict within Contract Documents: , .1 the order of priority of documents, from highest to lowest,shall be • the Agreement between the Otmer and the Contractor, ' • the Definitions, • Supplementary Conditions, • the General Conditions, • Division 1 of the specifications, • Divisions 2 through 16 of the specifications, • material and finishing schedules, • drawings. , 9 CCDC 2-1994 File 00712 Thi,mnrroct is y,Iw1M by Ca ighe cve fa CCDC2doomieutnotc..oming o CCDC 2copyrghtsea7 constimtesw infiingemen+oJCoyyright Only sign this , 1994 oeo I&c fv cave- pagebearzaCCDCdcopyrig htseol to dammvsrrate dui It&imended by the panics+o be an aavrote and utwmended version of CCDC 2- 7994 acept+o+he extent drat arsy alterations,odditlons ormo&ficarions ore setford in supprementmy emdibons_ .2 drawings of larger scale shall govern over those of smaller scale of the same date. .3 dimensions shown on drawings shall govern over dimensions scaled from drawings. .4 later dated documents shall govern over earlier documents of the same type. 1.1.10 The Owner shall provide the Contractor, without charge, sufficient copies of the Contract Documents to ' perform the (fork. 1.1.11 Specifications, drawings, models, and copies thereof famished by the Consultant are and shall remain the Consvlrant's property, with the exception of the signed Contract sets,which shall belong to each parry to the Contract. All specifications, drawings, and models furnished by the Consultant are to be used only with respect to the Work and are not to be used on other work. These specifications, drawings, and models are not to be copied or altered in any manner without the written authorization of the Consultant. 1.1 A2 Models famished by the Contractor at the Owners expense are the property of the Owner. GC 1.2 LAW OF THE CONTRACT ' 1.2.1 The law of the Place of the Work shall govern the interpretation of the Contract. GC 1.3 RIGHTS AND REMEDIES 1.11 Except as expressly provided in the Contract Documents,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,eblications,rights, and remedies otherwise imposed or available by law. 1.3.2 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. GC 1.4 ASSIGNMENT 1.4.1 Neither party to the Contract shall assign the Contract or a portion thereof without the written consent of the other,which consent shall not be unreasonably withheld. PART 2 ADMINISTRATION OF THE CONTRACT GC 2.1 AUTHORITY OF THE CONSULTANT ' 2.1.1 The Consultant will have authority to act on behalf of the amer only to the extent provided in the Contract Documents,unless otherwise modified by written agreement as provided in paragraph 2-1.2. 2.1.2 fire duties, responsibilities, and limitations of authority of the Consultant as set forth in the Contract Documents shall be modified or extended only with the written consent of the Owner,the Contractor, and the Consultant. 2.13 11 the Consultant's employment is terminated, the Owner shall inamediwely appoint or reappoint a Consultant against whom the Contractor-makes no reasonable objection and whose status under the Contract Documents shall be that of the former Consultant. CCDC 2- 1994 File 00712 10 Thii,nn rroct uprotectedbyCp,rigM Useofa CCDC2donnnent Wore-rimming,CCDC2capyrightseatcwmi mtesaninfringe—eta fCopfnghe Ontysign this conbact f the do,,�mm,cover pogo bears o CCDC 2 oipyrlghl seal ro demonsrmre that it is,-,ended by the parties,o be on act rare and vnamended version o/CCDC 2- ]994 escepr ro me esrenr Thar anY a7re,orrmv,addinars or modificanora are ter forth in supplementary condrooru. GC 2.2 ROLE OF THE CONSULTANT 2.2.1 The Consultant will provide administration of the Contract as described in the Contract Documents during ' construction until issuance of the final certificate for payment,and subject to GC 2.1 -AUTHORITY OF THE CONSULTANT and with the Owner's concurrence,from time to time until the completion of any correction of defects as provided in paragraph 12.3.3 of GC 12.3-WARRANTY. 2.2.2 The Consultant will visit the Place of the Work at intervals appropriate to the progress of construction to become familiar with the progress and quality of the work and to determine if the Work is proceeding in general conformity with the Contract Documents. 2.2.3 If the Owner and the Consultant agree, the Consultant will provide at the Place of the Work, one or more project representatives to assist in carrying out the Consultant's responsibilities. The duties, responsibilities, ' and limitations of authority of such project representatives shall be as set forth in writing to the Contractor. 2.2.4 Based on the Consultant's observations and evaluation of the Contractor's applications for payment. the ' Consultant will determine the amounts owing to the Contractor under the Contract and will issue certificates for payment as provided in Article A-5 of the Agreement -PAYMENT, GC 5.3 - PROGRESS PAYMENT. and GC 57-FINAL.PAYM ENT 2.2.5 The Consultant will not be responsible for and will not have control, charge, or supervision of construction t means, methods, techniques, sequences, or procedures, or for safety precautions and programs required in connection with the Work in accordance with the applicable construction safety legislation, other regulations,or general construction practice. The Consultant will not be responsible for the Contractor's failure to carry out ' the Work in accordance with the Contract Documents. The Consultant will not have control over,charge of,or be responsible for the acts or omissions of the Contractor, Subcontractors, Suppliers, or their agents. employees,or any other persons performing portions of the Work. ' 2.2.6 The Consultant will be,in the first instance,the interpreter of the requirements of the Contract Documents and shall make findings as to the performance thereunder by both parties to the Contract, except with respect to GC 5.1 FINANCING INFORM ATION REQUIRED OF THE OW\ER. Interpretations and findings of the Consultant shall be consistent with the intent of the Contract Documents. When making such interpretations and findings the Consultant will not show partiality to either the Owner or the Contractor_ 2.2.7 Claims,disputes, and other matters in question relating to the performance of the Work or the interpretation of the Contract Documents,except for GC 5.1 -FINANCING INFORMA 1TON REQL-IRhD OF I E OWNER, shall be referred initially to the Consultant by notice in writing given to the Consultant and to the other party for the Consultant's interpretation and finding which will be given by notice in writing to the parties within a , reasonable time. 22.8 The Consultant will have authority to reject work which in the Consultant's opinion does not conform to the requirements of the Contract Documents. Whenever the Consultant considers it necessary or advisable, the ' Consultant will have authority to require inspection or testing of work,whether or not such work is fabricated, installed, or completed. However, neither the authority of the Consultant to act nor any decision either to exercise or not to exercise such authority shall give rise to any duty or responsibility of the Consultant to the , Contractor, Subcontractors, Suppliers, or their agents, employees, or other persons performing any of the Work. 2.2.9 During the progress of the Work the Consultant will famish Supplemental Instructions to the Contractor with ' reasonable promptness or in accordance with a schedule for such instructions agreed to by the Consultant and the Contractor. 2.2.10 The Consultant will review and take appropriate action upon such Contractor's submittals as shop drawings, , Product data,and samples,as provided in the Contract Documents. CCDC 2- 1994 File 00712 rhu contract u protected ty Copyright Use of.CCDC 2 da toaeal not containing a CCDC 1 copyright seal constitutes an infringement of Copyright Onlysigo thia conrcact fthe durument rover page bearz a CCOCI rnpynght seal to demawrote that it is intended by the parties to bean accurate and vnamended version of CCDC 1- 1994 except to the aat a,that anv a6eratiou,aadnio e,or mod frcotiont are,1Qo th in �lemenrary conditiwu. t ■ 22.11 The Consultant will prepare Change Orders and Change Directives as provided in GC 6.2 - CHANGE ORDER.and GC 63-CHANGE DIRECTIVE. ' 2.2.12 The Consultant will conduct reviews of the Work to determine the date of Substantial Performance of the Work as provided in GC 5A-SLBSTANTIAI_ PFRFORNI4SCE OF-THE WORK. 2.213 All certificates issued by the Consultant shall be to the best of the Consultant's knowledge,information, and ' belief'. By issuing any certificate,the Consultant does not guarantee the Work is correct or complete. 2.2.14 The Consultant will receive and review written warranties and related documents required by the Contract and ' provided by the Contractor and will forward such warranties and documents to the Owner for the Owners acceptance. GC 2.3 REVIEW AND INSPECTION OF THE WORK 2.3.1 The Oicnei and the Consultant shall have access to the Work at all times. The Contractor shall provide sufficient,safe,and proper facilities at all times for the review of the Work by the Consultant and the inspection ' of the Work by authorized agencies. If parts of the Work are in preparation at locations other than the Place of the Work,the Owner and the Consultant shall be given access to such work whenever it is in progress. 23.2 If work is designated for tests, inspections, or approvals in the Contract Documents, or by the Consultant's ' instructions, or the laws or ordinances of the Place of the Work, the Contractor shall give the Consultant reasonable notice of when the work will be ready for review and inspection. The Contractor shall arrange for and shall give the Consultant reasonable notice of the date and time of inspections by other authorities. ' 2.3.3 The Contractor shall furnish promptly to the Consultant two copies of certificates and inspection reports relating to the Work. 2.3.4 If the Contractor covers,or perry»is to be covered,work that has been designated for special tests, inspections, or approvals before such special tests,inspections,or approvals are made, given or completed,the Contractor shall, if so directed, uncover such work,have the inspections or tests satisfactorily completed,and make good ' cover;ne work at the Contractor's expense. 2.3.5 The Consultant may order any portion or portions of the Work to be examined to confirm that such work is in accordance with the requirements of the Contract Documents. If the work is not in accordance with the requirements of the Contract Documents. the Contractor shall correct the work and pay the cost of examination and correction_ If the work is in accordance with the requirements of the Contract Documents,the Owner shall pay the cost of examination and restoration. GC 2.4 DEFECTIVE WORK 2.4.1 The Contractor shall promptly remove from the Place of the Work and replace or re-execute defective work that has been rejected by the Consultant as failing to conform to the Contract Documents whether or not the defective work has been incorporated in the Work and whether or not the defect is the result of poor workmanship, use of defective products, or damage through carelessness or other act or omission of the ' Contractor. 2.4.2 The Contractor shall make good promptly other contractors'work destroyed or damaged by such removals or replacements at the Contractor's expense. 2.43 If in the opinion of the Consultant it is not expedient to correct defective work or work not performed as provided in the Contract Documents,the Owner may deduct from the amount otherwise due to the Contractor the difference in value between the work as performed and that called for by the Contract Documents. If the ' CCDC 2-1994 File 00712 12 7hbcon.1a,rotecredby CO tght Oolysigolh. ' conrrcet f she document coyer page bears a CCDC2 co➢l'righr sealto*mon hate that it it intended Iry the yanies to be an a xitrate and unamended version oJCCDC2- 1994 e¢ep�m the exvem that any alee.orionq oddivaru or modficarioro ore ser forth in,Wkeo,enrary condtiorv. Owner and the Contractor do not agree on the difference in value,they shall refer the matter to the Consultant for a determination. ' PART3 EXECUTION OF THE WORK ' GC 3.1 CONTROL OF THE WORK 3.1.1 The Contractor shall have total control of the Work and shall effectively direct and supervise the Work so as to ' ensure conformity with the Contract Documents. 3.1.2 The Ccntractor shall be solely responsible for construction means, methods, techniques, sequences, and ' procedures and for co-ordinating the various parts of the Work under the Contract. GC 3.2 CONSTRUCTION BY OWNER OR OTHER CONTRACTORS ' 3.2.1 The Owner reserves the right to award separate contracts in connection with other parts of the Project to other contractors and to perform work with own forces. , 3.2.2 When separate contracts are awarded for other parts of the Project,or when work is performed by the Owner's own forces,the Owner shall: .1 provide for the co-ordination of the activities and work of other contractors and Owners own forces with the Work of the Contract; .2 assume overall responsibility for compliance with the applicable health and construction safety legislation , at the Place of the Work, .3 enter into separate contracts with other contractors under conditions of contract which are compatible with ' the conditions of the Contract; 4 ensure that insurance coverage is provided to the same requirements as are called for in GC N.1 INSURANCE,and co-ordinate such insurance with the insurance coverage of the Contractor as it affects ' the Work;and .5 take all reasonable precautions to avoid labour disputes or other disputes on the Project arising from the work of other contractors or the Owners own forces. 32.3 When separate contracts are awarded for other parts of the Project, or when work is performed by the Owners own forces,the Contractor shall: , .1 afford the Owner and other contractors reasonable opportunity to introduce and store their products and use their construction machinery and equipment to execute their work; .2 co-ordinate and schedule the Work with the work of other contractors and Owners own forces and connect ' as specified or shown in the Contract Documents; .3 participate with other contractors and the Owner in reviewing their construction schedules when directed ' to do so;and 4 where part of the Work is affected by or depends upon for its proper execution the work of other ' contractors or Owners own forces, promptly report to the Consultant in writing and prior to proceeding with that part of the Work,any apparent deficiencies in such work. CCDC 2- 1994 File 00712 13 This rontract u protected by Copyright Use ofa CCDC Z doevmer,and conto ning a CCDC Z copyrightseat romtina.an infringement of co"ighr Only sign+ha roraract f the document raver page bears a CCDC 2 copyrightseai m deaaao rate that it is intended by the parnes+a be an aavrate and unamended version o(CCDC 2- , 1994 except to the wen,that any alterations,aidiriom or modfico io+v are set forth in supplementary condraors Failure by the Contractor to so report shall invalidate any claims against the Owner by reason of the deficiencies in the work of other contractors or Owner's own forces except those deficiencies not then reasonably discoverable. 32.4 Where a change in the Work is required as a result of the co-ordination and connection of the work of other contractors or Owner's own forces with the Work,the changes shall be authorized and valued as provided in GC 0.1 -Cl IANGLS,GC 6.2-CUANGL ORDER,and GC 6.3-CH ' VGE D]RI Cl7 V F. 125 Claims,disputes,and other matters in question between the Contractor and other contractors shall be dealt with as provided in Part S of the Ceneral Conditions - D1SPUfl=. RESOLUI]ON provided the other contractors have reciprocal obligations. The Contractor shall be deemed to have consented to arbitration of any dispute with any other contractor whose Contract with the Owners contains a similar agreement to arbitrate. GC 3-3 TEMPORARY SUPPORTS,STRUCTURES,AND FACILITIES 3.3.1 The Contractor shall have the sole responsibility for the design,erection,operation, maintenance, and removal of temporary supports,structures,and facilities and the design and execution of construction methods required in thew use. 3.3.2 The Contractor shall engage and pay for registered professional engineering personnel skilled in the appropriate disciplines to perform those functions referred to in paragraph 3.3.1 where required by law or by the Contract Documents and in all cases where such temporary supports, structures, and facilities and their method of construction are of such a nature that professional engineering skill is required to produce safe and satisfactory results. ' 3.3.3 Notwithstanding the provisions of GC 3.1 - CONTROL OF THE WORK, paragraph 3-3.1. and paragraph 3.3.2 or provisions to the contrary elsewhere in the Contract Documents where such Contract Documents include designs for temporary supports, structures, and facilities or specify a method of construction in whole or in part, such facilities and methods shall be considered to be part of the design of the Work and the ' Contractor shall not be held responsible for that part of the design or the specified method of construction. The Contractor shall, however, be responsible for the execution of such design or specified method of construction in the same manner as for the execution of the Work. GC 3.4 DOCUMENT REVIEW ' 3.4.1 The Contractor shall review the Contract Documents and shall report promptly to the Consultant any error, inconsistency, or omission the Contractor may discover. Such review by the Contractor shall be to the best of the Contractor's knowledge, information, and belief and in making such review the Contractor does not assume any responsibility to the Owner or the Consultant for the accuracy of the review. The Contractor shall not be liable for damage or costs resulting from such errors, inconsistencies, or omissions in the Contract Documents, which the Contractor did not discover. If the Contractor does discover any error, inconsistency, or omission in the Contract Documents, the Contractor shall not proceed with the work affected until the Contractor has received corrected or missing information from the Consultant- ' GC 3.5 CONSTRUCTION SCHEDULE ' 3.5.1 The Contractor shall: A prepare and submit to the Owner and the Consultant prior to the first application for payment, a ' construction schedule that indicates the timing of the major activities of the Work and provides sufficient detail of the critical events and their mur-relationship to demonstrate the Work will be performed in conformity with the Contract Time, CCDC 2-]994 File 00712 14 nhrcanaactuprareaedby Copyright. Use ofa CCDC 2docvmentnot conoiomg.CCDC2copy lghrseal consrirvter on injn'ngrment a/Capvrnghe Onlysignthis ' ronnact frhe doamem enverpage bearsa CCDC2 copyright,,ealra demonsrrare rharirislnrenrl dhv de pnrnes ro be an.ecvrare and unamend m edversiott fCCOC2— 1994 except to The extent that any aherario ,addatorss or modet,,w s ore set forAin supplemenmry c,dnion,, 2 monitor the progress of the Work relative to the construction schedule and update the schedule on a ' monthly basis or as stipulated by the Contract Documents;and 3 advise the Consultant of any revisions required to the schedule as the result of extensions of the Contract Time as provided in Part of the General Conditions-CHANGES IN THE WORK. GC 3.6 CONSTRUCTION SAFETY 3.6.1 Subject to paragraph 222 of GC 32-CONSTRUCTION BY OWNFR OR OTHFR CONTRACTORS,the Contractor shall be solely responsible for construction safety at the Place of the Work and for compliance with the rules, regulations, and practices required by the applicable construction health and safety legislation and shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the performance of the Work. GC 3.7 SUPERVISOR , 3.7.1 The Contractor shall employ a competent supervisor and necessary assistants who shall be in attendance at the Place of the Work while work is being performed. The supervisor shall not be changed except for valid reason. 3.7.2 The supervisor shall represent the Contractor at the Place of the Work and notices and instructions given to the supervisor by the Consultant shall be held to have been received by the Contractor. GC 3.8 SUBCONTRACTORS AND SUPPLIERS 3.8.1 The Contractor shall preserve and protect the rights of the parties under the Contract with respect to work to ' be performed under subcontract,and shall: _I enter into contracts or written agreements with Subcontractors and Suppliers to require them to perform their work as provided in the Contract Documents; .2 incorporate the terms and conditions of the Contract Documents into all contracts or written agreements with Subcontractors and Suppliers;and 3 be as fully responsible to the Owner for acts and omissions of Subcontractors,Suppliers, and of persons directly or indirectly employed by them as for acts and omissions of persons directly employed by the Contractor. ' 3.8.2 The Contractor shall indicate in writing,at the request of the Owner,those Subcontractors or Suppliers whose bids have been received by the Contractor which the Contractor would be prepared to accept for the ' performance of a portion of the Work. Should the Owner not object before signing the Contract, the Contractor shall employ those Subcontractors or Suppliers so identified by the Contractor in writing for the performance of that portion of the Work to which their bid applies. 3.8.3 The Owner may,for reasonable cause, at any time before the Owner has signed the Contract,object to the use ' of a proposed Subcontractor or Supplier and require the Contractor to employ one of the other subcontract bidders. 3.8.4 If the Owner requires the Contractor to change a proposed Subcontractor or Supplier,the Contract Price and Contract Time shall be adjusted by the differences occasioned by such required change. 3.8.5 The Contractor shall not be required to employ as a Subcontractor or Supplier,a person or firm to whom the Contractor may reasonably object. CCDC 2-1994 File 00712 15 This contrac+is nmtected by Capydght. Use ofa CCDC 2 document not conminirsg a CCDC d enpyright seal rotutimtes on i,J7ingemerst ofCopyrigh+. Orsly mgn this contrwr J+Re document cover page bearsa CCDC2c right sea lm demomtra+e+het it es mweded by'he poni.W be att aavnote andvnamended.erntet afCCDl2- , 1994 ucepr to the event that any alteraliom,addition¢or modf mionas are serf nth in s,ple.,e w)i coeditio.u. ' 3.8.6 The Owner, through the Consultant, may provide to a Subcontractor or Supplier information as to the percentage of the Subcontractors or Suppliers work which has been certified for payment GC 3.9 LABOUR AND PRODUCTS 39-1 The Contractor shall provide and pay for labour, Products, tools, construction machinery, and equipment, water, heat, light,power, transportation, and other facilities and services necessary for the performance of the Work in accordance with the Contract. 3.92 Products provided shall be new. Products which are not specified shall be of a quality consistent with those specified and their use acceptable to the Consultant. 3.9.3 The Contractor shall maintain good order and discipline among the Contractor's employees engaged on the IYer$and shall not employ on the Work anyone not skilled in the tasks assigned- GC 3.10 DOCUMENTS AT THE SITE ' 3.10.1 The Contractor shall keep one copy of current Contract Documents, submittals, reports, and records of meetings at the Place of the Work,in good order and available to the Owner and the Consultant- GC 3.11 SHOP DRAWINGS 3.11.1 Shop drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures, Product, and ' other data which the Contractor provides to illustrate details of a portion of the Work. 3.11.2 The Contractor shall provide shop drawings as described in the Contract Documents or as the Consultant may ' reasonably request. 3.11.3 The Contractor shall review all shop drawings prior to submission to the Consultant. The Contractor rent°seats by this review that: the Contractor has determined and verified all field measurements and field construction conditions, or will do so;Product requirements; catalogue numbers: and similar data and that the Contractor has checked and co-ordinated each shop drawing with the requirements of the Work and of the Contract Documents. The Contractor shall confirm this review of each shop drawing by stamp, date, and signature of the person responsible. At the time of submission the Contractor shall notify the Consultant in ' writing of any deviations in the shop drawings from the requirements of the Contract Documents. 3.11.4 The Contractor shall submit shop drawings to the Consultant to review in orderly sequence and sufficiently in ' advance so as to cause no delay in the Work or in the work of other contractors. Upon request of the Contractor or the Consultant, they jointly shall prepare a schedule of the dates for submission and return of shop drawings. Shop drawings which require approval of any legally constituted authority having jurisdiction shall be submitted to such authority by the Contractor for approval. i3.11.5 The Contractor shall submit shop drawings in the form specified or as the Consultant may direct. The Consultant will review and term shop drawings in accordance with the schedule agreed upon, or otherwise with reasonable promptness so as to cause no delay. The Consultant's review is for conformity to the design concept and for general arrangement only. The Consultant's review shall not relieve the Contractor of responsibility for errors or omissions in the shop drawings or for meeting all requirements of the Contract Documents unless the Consultant expressly notes the acceptance of a deviation on the shop drawings. ' 3.11.6 Upon the Consultant's request, the Contractor shall revise and resubmit shop drawings which the Consultant rejects as inconsistent with the Contract Documents unless otherwise directed by the Consultant. The Contractor shall notify the Consultant in writing of any revisions to the resubmission other than those ' requested by the Consultant. CCDC 2- 1994 File 00712 16 ]Au contract isproeected]ry Coppighe Use ofa CCOC 2 document nor containing a CCOC 1 copyngM seal eonsH,u,u an mjringemant ofCrp,gh, Only vgn,his ' connacr Jihe document cover page bearsa CCOCd co➢YriBht sed to demourrote thou it is intended by rhepar,ies ro Man aavrate andvnamended version of CCOC1- 199a escepr to the emem rha,any a7rermions,additions or modficatioru are set forth in suyplemenrary condinom. GC 3.12 USE OF THE WORK 3.12.1 The Contractor shall confine construction machinery and equipment, storage of Products, and operations of employees to limits indicated by laws, ordinances, permits, or the Contract Documents and shall not unreasonably encumber the Work with Products. ' 3.12.2 The Contractor shall not load or permit to be loaded any part of the Work with a weight or force that will endanger the safety of the Work. GC 3.13 C:;TTING AND REMEDIAL WORK 113.1 The Contractor shall do the cutting and remedial work required to make the several parts of the Work come together properly. 3.13.2 The Contractor shall co-ordinate the Work to ensure that this requirement is kept to a minimum. 3.133 Should the Owner, the Consultant, other contractors or anyone employed by them be responsible for ill-timed work necessitating cutting or remedial work to be performed,the cost of such cutting or remedial work shall be valued as provided in GC (, 1 CfLANGES, GC 62 - CHANGE ORDER, and GC 63 - CI-i �VGE DIRECTIVE. 3.13.4 Cutting and remedial work shall be performed by specialists familiar with the Products affected and shall be performed in a manner to neither damage nor endanger the Work. ' GC 3.14 CLEANUP , 3.14.1 The Contractor shall maintain the Work in a tidy condition and free from the accumulation of waste products and debris,other than that caused by the Owner,other contractors or their employees. 3.14.2 The Contractor shall remove waste products and debris,other than that resulting from the work of the Owner, ' other contractors or their employees, and shall leave the Work clean and suitable for occupancy by the Owner before attainment of Substantial Performance of the Work. The Contractor shall remove products, tools, construction machinery,and equipment not required for the performance of the remaining work. ' 3.143 Prior to application for the final certificate for payment, the Contractor shall remove products, tools, construction machinery and equipment,and waste products and debris,other than that resulting from the work ' of the Owner,other contractors or their employees. PART 4 ALLOWANCES GC 4.1 CAST: ALLOWANCES 4.1.1 The Contract Price includes cash allowances stated in the Contract Documents,which allowances shall be expended as the Owner directs through the Consultant. 4.1.2 Cash allowances cover the net cost to the Contractor of services, Products, construction machinery and equipment, freight, unloading, handling, storage, installation, and other authorized expenses incurred in performing the work stipulated under the cash allowances but do not include any Value Added Taxes payable by the Owner to the Contractor. , CCDC 2-1994 File 00712 17 Thu conrracruprotected by Copyright Useofa CCDC2docv mentno rconminingaCCDC2capyrightseale timfes infringementofCopyright Oalysignihis contract f she drxumerst co.'er page Erors a CCDC 2 mpynghf seal to demaavtrme thot it u intended by the pwr.to be an aavroreand anamersdedw,,on ofCCDC2- ' 1994 exceyt to the extent that airy olro do o,odd&ri w modifimtiom are setforth in npplememary rorditionr. ' 4.1.3 The Contract Price,and not the cash allowances,includes the Contractor's overhead and profit in connection with such cash allowances. 4.1.4 Where costs under a cash allowance exceed the amount of the allowance,the Contractor shall be compensated ' for any excess incurred and substantiated plus an amount for overhead and profit as set out in the Contract Documents. ' 4.1.5 The Contract Price shall be adjusted by Change Order to provide for any difference between the actual cost and each cash allowance. 4.1.6 The value of the work performed under a cash allowance is eligible to be included in progress payments. 4.1.7 The Contractor and the Consultant shall jointly prepare a schedule that shows when the Consultant and Owner must authorize ordering of items called for under cash allowances to avoid delaying the progress of the Work. GC 4.2 CONTINGENCY ALLOWANCE 4.2.1 The Contract Price includes the contingency allowance, if any,stated in the Contract Documents. t4.2.2 Expenditures under the contingency allowance shall be authorized and valued as provided in GC 6.P - CHANGES,GC 62-CliANGf ORDER,and GC 63 -C1IA\GE DIRECTIVE. ' 4.2.3 The Contract Price shall be adjusted by Change Order to provide for any difference between the expenditures authorized under paragraph 42.2 and the contingency allowance. ' PART 5 PAYMENT ' GC 5.1 FINANCING INFORMATION REQUIRED OF THE OWNER 5.1.1 The Owner shall,at the request of the Contractor,prior to execution of the Agreement, and/or promptly from ' time to time thereafter, furnish to the Contractor reasonable evidence that financial arrangements have been made to fulfill the Owner's obligations under the Contract_ 5.12 The Owner shall notify the Contractor in writing of any material change in the OwnePs financial arrangements ' during the performance of the Contract. GC 5.2 APPLICATIONS FOR PROGRESS PAYMENT ' 5.2.1 Applications for payment on account as provided in Article A-5 of the Agreement- PAYMENT maybe made monthly as the Work progresses. 522 Applications for payment shall be dated the last day of the agreed monthly payment period and the amount claimed shall be for the value, proportionate to the amount of the Contract, of work performed and Products delivered to the Place of the Work at that date. ' 5.23 The Contractor shall submit to the Consultant, at least 14 days before the first application for payment, a schedule of values for the parts of the Work, aggregating the total amount of the Contract Price, so as to ' facilitate evaluation of applications forpayment. tCCDC 2- 1994 File 00712 18 Thu ronerao is pra,,a d by Copyrrghe_ Use ofn CCDC 2 document nw...m ng a CCDC 2 copyright seal consaen./es on r jringemart fCapynght. onlvsgn/his cavnau ifthe document cover page bears a CCDC2 copyright seat to demo ,mare that it iv intended by the parries robe an oawate and unamended version ofCCBC 2- I994 eccepr/o. /iwer,additions or mod f,1w.are sajbnh in eupptememary conditions. I 1 5.2.4 The schedule of values shall be made out in such form and supported by such evidence as the Consultant may reasonably direct and when accepted by the Consultant,shall be used as the basis for applications for payment, unless it is found to be in error. 5.2.5 The Contractor shall include a statement based on the schedule of values with each application for payment. ' 5.16 Claims for Products delivered to the Place of the Work but not yet incorporated into the Work shall be supported by such evidence as the Consultant may reasonably require to establish the value and delivery of the Products. GC 5.3 PROGRESS PAYMENT 5.3.1 The Consultant will issue to the Owner,no later than 10 days after the receipt of an application for payment ' from the Contractor submitted in accordance with GC 52 -APPLICATIONS FOR PROGRESS PAYMENT, a certificate for payment in the amount applied for or in such other amount as the Consultant determines to be , properly due. If the Consultant amends the application,the Consultant will promptly notify the Contractor in wrfine giving reasons for the amendment. 5.3.2 The Owner shall make payment to the Contractor on account as provided in Article A-5 of the Agreement - PAYMHNT no later than 5 days after the date of a certificate for payment issued by the Consultant. GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK ' 5.4.I When the Contractor considers that the Work is substantially performed, or if permitted by the lien legislation applicable to the Place of the Work a designated portion thereof which the Owner agrees to accept separately is substantially performed, the Contractor shall prepare and submit to the Consultant a comprehensive list of ' items to be completed or corrected and apply for a review by the Consultant to establish Substantial Performance of the Work or substantial performance of the designated portion of the Work. Failure to include an item on the list does not alter the responsibility of the Contractor to complete the Contract. ' 5.4.2 No later than 10 days after the receipt of the Contractor's list and application,the Consultant will review the Work to verify the validity of the application, and no later than 7 days after completing the review, will notify the Contractor whether the Work or the designated portion of the Work is substantially performed. ' 5.4.3 The Consultant shall state the date of Substantial Performance of the Work or designated portion of the Work in a certificate. ' 5.4.4 Immediately following the issuance of the certificate of Substantial Performance of the Work,the Contractor, in consultation with the Consultant,will establish a reasonable date for finishing the Work. GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK ' 5.5.1 After the issuance of the certificate of Substantial Performance of the Work,the Contractor shall: ' .1 submit an application for payment of the holdback amount, .2 submit a swum statement that all accounts for labour,subcontracts,Products, construction machinery t and equipment, and other indebtedness which may have been incurred by the Contractor in the Substantial Performance of the Work and for which the Owner might in any way be held responsible have been paid in full, except for amounts properly retained as a holdback or as an identified amount , in dispute. CCDC 2-1994 File 00712 19 This.,nractisprntectedby Copyright Useofa CCDC2documentnorrontaininga CCDC2copyrights edcomttitvreraninfringemenr fCopyrighr. Onlysipihis conrrner it the docvmert carer page bears a CCDC 2 wpyright sod to demonstrate that it u intended by de parties to be an aaurene and unamended eersion a`CCDC 2- ' 1994 except to the extent then arty ahe—fin,odditine,or modificmiaru are set forth in ppleme.n ty,cedid na, 5.5.2 After the receipt of an application for payment from the Contractor and the swum statement as provided in paragraph 5-5.1,the Consultant will issue a certificate for payment of the holdback amount. ' 5.53 Where the holdback amount has not been placed in a separate holdback account,the Owner shall, 10 days prior to the expiry of the holdback period stipulated in the lien legislation applicable to the Place of the Work, place the holdback amount in a bank account in the joint names of the Owner and the Contractor_ ' 5.5.4 The holdback amount authorized by the certificate for payment of the holdback amount is due and payable on the day following the expiration of the holdback period stipulated in the lien legislation applicable to the Place of the Work. Where lien legislation does not exist or apply, the holdback amount shall be due and payable in accordance with other legislation, industry practice, or provisions which may be agreed to between the parties. The Owner may retain out of the holdback amount any sums required by law to satisfy any liens against the ff ork or, if permitted by the lien legislation applicable to the Place of the Work, other third party monetary, claims against the Contractor which are enforceable against the Owner. ' GC 5.6 PROGRESSIVE RELEASE OF HOLDBACK 5.6.1 Where legislation pemvts and where, open application by the Contractor,the Consultant has certified that the work of a Subcontractor or Supplier has been performed prior to Substantial Perfonnance of the Work, the Owner shall pay the Contractor the holdback amount retained for such subcontract work, or the Products supplied by such Supplier, on the day following the expiration of the holdback period for such work stipulated ' in the lien legislation applicable to the Place of the Work. 5.6.2 Notwithstanding the provisions of the preceding paragraph, and notwithstanding the wording of such certificates, the Contractor shall ensure that such subcontract work or Products is protected pending the ' issuance of a final certificate for payment and be responsible for the correction of defects or work not performed regardless of whether or not such was apparent when such certificates were issued. GC 5.7 FINAL PAYMENT 5.7.1 When the Contractor considers that the Workis completed,the Contractor shall submit an application for final ' payment. 5.7.2 The Consultant will, no later than 10 days after the receipt of an application from the Contractor for final payment, review the Work to verify the validity of the application. The Consultant will, no later than 7 days after reviewing the Work,notify the Contractor that the application is valid or give reasons why it is not valid. 5.7.3 When the Consultant finds the Contractor's application for final payment valid, the Consultant will issue a final certificate for payment. 5.7.4 Subject to the provision of paragraph 10.A.1 of GC 10.4 - WORKERS' COMPENSA"i70N. and any Tien legislation applicable to the Place of the Work,the Owner shall,no later than 5 days after the issuance of a final certificate for payment,pay the Contractor as provided in Article A-5 of the Agreement- PAYMENT. GC 5.8 WITHHOLDING OF PAYMENT ' 5.8.1 If because of climatic or other conditions reasonably beyond the control of the Contractor, there are items of work that cannot be performed, payment in full for that portion of the Work which has been performed as certified by the Consultant shall not be withheld or delayed by the Owner on account thereof,but the Owner ' may withhold, until the remaining portion of the Work is finished, only such an amount that the Consultant determines is sufficient and reasonable to cover the cost of performing such remaining work. CCDC 2-1994 File 00712 yp rhu rnno-ocr u r•ro:ec:ed by Copyright ofa CCDC 2 doormen,,+cunt r�re thh g CCDC 7 copyright seal co v+imres on+nfringemenr oJCopyvight Only sign this ' mn+ract J+he Juamenr cover page bears,.a CCDC I capynght seat+v demorutroat i+u imended�,-the parries ry bean ocxvrate and unamended sersion vJCCOC I- l994 esceP+ro the wren+rha+arry a(rerarions,additions or modfica+ivm ore set lorrh in sPPlemenrory cvndiriv.u. 1 GC 5.9 NON-CONFORMING WORK 1 5.9.1 No payment by the Owner under the Contract nor partial or entire use or occupancy of the Work by the Owner shall constitute an acceptance of any portion of the Work or Products which are not in accordance with the requirements of the Contract Documents. 1 PART 6 CHANGES IN THE WORK 1 GC 6.1 CHANGES 6.1.1 The Owner, through the Consultant, without invalidating the Contract, may make changes in the Work 1 consisting of additions, deletions,or other revisions to the Work by Change Order or Change Directive. 6.1.2 The Contractor shall not perform a change in the Work without a Change Order or a Change Directive. 1 GC 6.2 CHANGE ORDER 6.2.1 Wiren a change in the Work is proposed or required, the Consultant shall provide a notice describing the 1 proposed change in the Work to the Contractor-. The Contractor shall present, in a form acceptable to the Consultant, a method of adjustment or an amount of adjustment for the Contract Price, if any, and the 1 adjustment in the Contract Time,if any,for the proposed change in the Work. 6.2.2 When the Owner and Contractor agree to the adjustments in the Contract Price and Contract Time or to the method to be used to determine the adjustments, such agreement shall be effective immediately and shall be 1 recorded in a Change Order,signed by Owner and Contractor. The value of the work performed as the result of a Change Order shall be included in applications for progress payment. GC 6.3 CHANGE DIRECTIVE 1 6.3.1 If the Owner requires the Contractor to proceed with a change in the Work prior to the Owner and the Contractor agreeing upon the adjustment in Contract Price and Contract Time, the Owner, through the 1 Consultant,shall issue a Change Directive. 6.3.2 Upon receipt of a Change Directive, the Contractor shall proceed promptly with the change in the Work. The 1 adjustment in the Contract Price for a change carried out by way of a Change Directive shall be detemuned on the basis of the cost of expenditures and savings to perform the work attributable to the change. If a change in the Work results in a net increase in the Contract Price,an allowance for overhead and profit shall be included. 6.33 If a change in the Work results in a net decrease in the Contract Price,the amount of the credit shall be the net 1 cost, without deduction for overhead or profit. When both additions and deletions covering related work or substitutions are involved in a change in the Work,the allowance for overhead and profit shall be calculated on the basis of the net increase,if any,with respect to that change in the Work. 1 6-3-4 The Contractor shall keep and present,in such form as the Consultant may require,an itemized accounting of the cost of expenditures and savings referred to in paragraph 6.3.2 together with supporting data. The cost of 1 performing the work attributable to the Change Directive shall be limited to the actual cost of all of the following: .1 wages and benefits paid for labour in the direct employ of the Contractor under applicable collective 1 bargaining agreements,or under a salary or wage schedule agreed upon by the Owner and Contractor; 21 1 CCDC 2-1994 File 00712 This COmroc+isprorectedhy Capynght Use if-CCDC 2 document not containing a CCDCZ copyright seat c hw+es an infringement of Copyright. Onlysign+his contract it'the document conerpoge beam a CCDC ropyrighr seal+o demorvtrare+harit ism,,eded byrhepanie..to be en aavrate and unan ended,ersnm if CCDC 2- 1 1994 except m+he extent that mry aGermmes,additions er modifcanmes ore set jorrh in supplementary condidou. ' .2 salaries, wages, and benefits of the Contractor's office personnel engaged in a technical capacity and other personnel at shops or on the road, engaged in expediting the production or transportation of materials or equipment; ' .3 contributions, assessments, or taxes incurred for such items as unemployment insurance,provincial health insurance,workers'compensation,and Canada or Quebec Pension Plan, insofar as such cost is based on wages,salaries, or other remuneration paid to employees of the Contractor and included in the cost of the ' work as provided in paragraphs 6.3.4.1 and 6.3.4.2; .4 travel and subsistence expenses of the Contractors personnel described in paragraphs 6.3.4.1 and 6.3.4.2; ' .5 the cost of all Products including cost of transportation thereof; ' .6 the cost of materials,supplies,equipment, temporary services and facilities,and hand tools not owned by the workers, including transportation and maintenance thereof,which are consumed;and cost less salvage value on such items used but not consumed,which remain the property of the Contractor, ' .7 rental cost of all tools, machinery, and equipment, exclusive of hand tools, whether rented from or provided by the Contractor or others,including installation,minor repairs and replacements, dismantling, removal,transportation and delivery cost thereof, ' .8 deposits lost; .9 the amounts of all subcontracts; ' _10 the cost of quality assurance such as independent inspection and testing services; .11 charges levied by authorities having jurisdiction at the Place ofthe Work; ' .12 royalties,patent license fees,and damages for infringement ofpatents and cost of defending suits therefor s,_ibject always to the Contractor's obligations to indemnify the Owner as provided in paragraph 10.3.I of GC 10.3-PAI LINT FEES; ' .13 any adjustment in premiums for all bonds and insurance which the Contractor is required, by the Contract Documents,to purchase and maintain; .14 any adjustment in taxes and duties for which the Contractor is liable; .15 charges for long distance telephone and facsimile communications, courier services, expressage, and ' petty cash items incurred; .I6 the cost ofremoval and disposal ofwaste products and debris; ' .17 cost incurred due to emergencies affecting the safety of persons or property; 6.3.5 Pending determination of the final amount of a Change Directive,the undisputed value of the work performed ' as the result ofa Change Directive is eligible to be included in progress payments. 6.3.6 If the Owner and Contractor do not agree on the proposed adjustment in the Contract Time or the method of determining it,the adjustment shall be referred to the Consultant for determination. ' 63.7 If at any time after the start of the work directed by a Change Directive, the Owner and the Contractor reach agreement on the adjustment to the Contract Price and to the Contract Time,this agreement shall be recorded Iin a Change Order signed by Owner and Contractor. CCDC 2-1994 File 00712 22 7huconirxeuproteciedby Copynghr. Use ofa CCDC2 dommmtrmrromotn(ngaCCDCl ropyright seal courimres an irsjringement oJCopyrigk. Onlysig lh. ' contract Jrhe document cozy poge bears a CCDCI copyright seal ro demancmate that it is intended Dy rhepanies ro be an amrme arsd unamersdedrersion oJCCIX'1- 1994 except ro the urenr that any altemtiom,additions or morhficmiom are setforrh in,mpplememary coadirioru. 1 GC 6.4 CONCEALED OR UNKNOWN CONDITIONS 1 6.4.1 If the Owner or the Contractor discover conditions at the Place of the Work which are: .l subsurface or otherwise concealed physical conditions which existed before the commencement of the 1 Work which differ materially from those indicated in the Contract Documents;or .2 physical conditions of a nature which differ materially from those ordinarily found to exist and generally 1 recognized as inherent in construction activities of the character provided for in the Contract Documents; then titc observing party shall notify the other party in writing before conditions are disturbed and in no event later than 5 Working Days after first observance of the conditions. 1 6.4.2 The Consultant will promptly investigate such conditions and make a finding. If the finding is that the conditions differ materially and this would cause an increase or decrease in the Contractor's cost or time to 1 perform the Work, the Consultant,with the Owner's approval,shall issue appropriate instructions for a change in the Work as provided in GC 6.2 -CHANGE ORDER or CC 6.3-CHANGE DI R ECTI V F. 6.4.3 If the ConuUnt finds that the conditions at the Place of the Work are not materially different or that no change 1 in the Contract Price or the Contract Time is justified,the Consultant shall report the reasons for this finding to the Owner and the Contractor in writing. GC 6.5 DELAYS 1 6.5.1 If the Contractor is delayed in the performance of the Work by an action or omission of the Owner, Consultant, or anyone employed or engaged by them directly or indirectly, contrary to the provisions of the Contract 1 Documents, then the Contract Time shall be extended for such reasonable time as the Consultant may recommend in consultation with the Contractor. The Contractor shall be reimbursed by the Owner for reasonable costs incurred by the Contractor as the result of such delay. 1 6.5.2 If the Contractor is delayed in the performance of the Work by a stop work order issued by a court or other public authority and providing that such order was not issued as the result of an act or fault of the Contractor or any person employed or engaged by the Contractor directly or indirectly, then the Contract Time shall be 1 extended for such reasonable time as the Consultant may recommend in consultation with the Contractor. The Contractor shall be reimbursed by the Owner for reasonable costs incurred by the Contractor as the result of such delay. 6.5.3 If the Contractor is delayed in the performance of the Work by labour disputes, strikes, lock-outs (including 1 lock-outs decreed or recommended for its members by a recognized contractors' association, of which the Contractor is a member or to which the Contractor is otherwise bound), fire, unusual delay by common 1 carriers or unavoidable casualties,or without limit to any of the foregoing,by a cause beyond the Contracto✓s control,then the Contract Time shall be extended for such reasonable time as the Consultant may recommend in consultation with the Contractor. The extension of time shall not be less than the time lost as the result of the event causing the delay, unless the Contractor agrees to a shorter extension. The Contractor shall not be 1 entitled to payment for costs incurred by such delays unless such delays result from actions by the Owner. 6.5.4 No extension shall be made for delay unless notice in writing of claim is given to the Consultant not later than ' 10 Working Days after the commencement of delay,providing however,that in the case of a continuing cause of delay only one notice of claim shall be necessary. 6.5.5 If no schedule is made under paragraph 2.2 of GC 2.2 - ROLE OF"I I IE CONSUL"I AN 1,no claim for delay ' shall be allowed because of failure of the Consultant to fumish instructions until 10 Working Days after demand for such instructions has been made and not then, unless the claim is reasonable. 23 CCDC 2- 1994 File 00712 CCcontract 11994 File Copyright Use ofa CCDC2 document mtcontainiz�ga CCDC2 copyright sealmnsrirures an infringement oJCopynghi Only sipAis mntrnct ifthe document cove page beorsa CCOClcopyrigly sedwdemoutratel hot il6 intended Dy lheparties to be an aavrare andvnamended version of CCDC2— ' 1994 e<cept to rile vverrr that any alteration. nmv or madfmmiarzs are set forth wsupplementary mdi'b- PART7 DEFAULTNOTICE GC 7.1 OWNER'S RIGHT TO PERFORM THE WORK,STOP THE WORK,OR TERMINATE THE ' CONTRACT 7.1.1 If the Contractor should be adjudged bankrupt, or makes a general assignment for the benefit of creditors because of the Contractor's insolvency,or if a receiver is appointed because of the Contractor's insolvency,the ' Owner may,without prejudice to any other right or remedy the Owner may have, by giving the Contractor or receiver or trustee in bankruptcy notice in writing,terminate the Contract. ' 7.1.2 If the Contractor should neglect to prosecute the Work properly or otherwise fails to comply with the requirements of the Contract to a substantial degree and if the Consultant has given a written statement to the Owner and Contractor that sufficient cause exists to justify such action, the Owner may, without prejudice to any other right or remedy the Owner may have, notify the Contractor in writing that the Contractor is in ' default of the Contractors contractual obligations and instruct the Contractor to correct the default in the 5 Working Days Immediately following the receipt of such notice. 7.13 If the default cannot be corrected in the 5 Working Days specified,the Contractor shall be in compliance with ' the Owne✓s instructions if the Contractor: .I commences the correction of the default within the specified time, and .2 provides the Ownerwith an acceptable schedule for such correction,and ._ corrects the default in accordance with such schedule. ' 7.1.4 If the Contractor fails to correct the default in the time specified or subsequently agreed upon, without prejudice to any other right or remedy the Ownermay have,the Owner may: ' .1 correct such default and deduct the cost thereof from any payment then or thereafter due the Contractor provided the Consultant has certified such cost to the Owner and the Contractor, or ' .2 teminate the Contractors right to continue with the Work in whole or in part or terminate the Contract. 7.15 If the Owner terminates the Contractors right to continue with the Work as provided in paragraphs 7.1.1 and 7.1.4,the Owner shall be entitled to: .1 take possession of the Work and Products: utilize the construction machinery and equipment; subject to the rights of third parties, finish the Work by whatever method the Owner may consider expedient, but twithout undue delay or expense,and 2 withhold further payment to the Contractor until a final certificate for payment is issued,and .3 charge the Contractor the amount by which the full cost of finishing the Work as certified by the Consultant, including compensation to the Consultant for the Consultant's additional services and a reasonable allowance as determined by the Consultant to cover the cost of corrections to work performed by the Contractor that may be required under GC 1 2.3 -WARRANTY,exceeds the unpaid balance of the ' Contract Price;however, if such cost of finishing the Work is less than the unpaid balance of the Contract Price,the Owner shall pay the Contractor the difference,and I .4 on expiry of the warranty period,charge the Contractor the amount by which the cost of corrections to the Contractors work under GC 123- WARRANTY exceeds the allowance provided for such corrections,or if the cost of such corrections is less than the allowance,pay the Contractor the difference. ' CCDC 2- 1994 File 00712 24 rhz.w ctulaotecteddy Copyright Use oJa CCDCl documers+not containing oCCLK'2 copyrightsed constitv+es oni�ingement of Copyright Onlysignthu cono-acr J the domvnenr eaverpage bears a CCDC2 eopynghtseal ro demorsstra+a that it iv Intended by rhepanies t,be an arurate a,dvrmmasded version oJCCDC 2- 1994ur puo the"en,that airy alreratjvu.additions or modifications'ate set forth in supplememary wmPUOm. t 7.1.6 The Contractor's obligation under the Contract as to quality,correction,and warranty of the work performed ' by the Contractor up to the time of termination shall continue in force after such termination. GC 7.2 CONTRACTOR'S RIGHT TO STOP THE WORK OR TERMINATE THE CONTRACT , 72.1 it the Owner should be adjudged bankrupt,or makes a general assignment for the benefit of creditors because of the Owners insolvency,or if a receiver is appointed because of the Owners insolvency,the Contractor may, , without prejudice to any other right or remedy the Contractor may have,by giving the Owner or receiver or trustee in bankruptcy notice in writing,teminate the Contract. 7.12 If the Work should be stopped or otherwise delayed for a period of 30 days or more under an order of a court or ' other public authority and providing that such order was not issued as the result of an act or fault of the Contractor or of anyone directly or indirectly employed or engaged by the Contractor, the Contractor may, without prejudice to any other right or remedy the Contractor may have,by giving the Owner notice in writing, terminate the Contract. , 72.3 The Contractor may notify the Owner in writing,with a copy to the Consultant, that the Owner is in default of the Owners contractual obligations if. ' J the Owner fails to furnish, when so requested by the Contractor, reasonable evidence that financial arrangements have been made to fulfill the Owner's obligations under the Contract,or 2 the Consultant fails to issue a certificate as provided in GC 53 PROGRESS PAYIIENT,or ' 3 the Owner fails to pay the Contractor when due the amounts certified by the Consultant or awarded by ' arbitration or court,or .4 the Owner violates the requirements of the Contract to a substantial degree and the Consultant,except for GC 5.1 -FLNA\CING INFORMATION REQUIRED OF THE OWNFR, confirms by written statement to the Contractor that sufficient cause exists. 72.4 The Contractor's notice in writing to the Owner provided under paragraph 7.2.3 shall advise that if the default is ot corrected within 5 Working Days following the receipt of the notice in writing, the Contractor may, ' withora prejudice to any other right or remedy the Contractor may have, stop the Work or terminate the Contract. 7.25 it the Contractor terminates the Contract under the conditions set out above,the Contractor shall be entitled to , be paid for all work performed including reasonable profit,for loss sustained upon Products and construction machinery and equipment, and such other damages as the Contractor may have sustained as a result of the termination of the Contract. ' PART 8 DISPUTE RESOLUTION ' GC 8.1 AUTHORITY OF THE CONSULTANT 8.1.1 Differences between the parties to the Contract as to the interpretation, application or administration of the ' Contract or any failure to agree where agreement between the parties is called for,herein collectively called dicputes, which are not resolved in the first instance by findings of the Consultant as provided in GC ROLE OF THE CONSULTANT,shall be settled in accordance with the requirements of Part 8 of the General ' Conditions-DISPUTE RESOLUTION. 8.1.2 Contract arises under find Contract in set out in n paragraph 81 Consultant has no tparagraphsa8t2 3 o under 2. tof ' 25 CCDC 2-1994 File 00712 7hv contra,,is o..,,ed by Capvright Use of,CCDC 2 doa+ment no+mnmining o CCDC 1 copyright seal[nies lo an inJiingement oJ.-,r ighr. Only sign+ is I convxr'/the document cover page bears o CCDC 2 copyright seat ro demouvote+har it is intended by the ponies ro be an am=mote amd unamended verzion oJCCDC I- 1994 weep,m the a+im,that airy altermimu",addiriew or modifications areser Jonh in supplementary condi+iom. GC 82-NEGOTIATION,MEDIATION,AND ARBITRATION,and in CC fl l RE I L.A'I I OA°OF R IC,I ITS apply to that dispute with the necessary changes to detail as may be required_ 8.1.3 If a dispute is not resolved promptly, the Consultant shall give such instructions as in the Consultant's opinion ' are necessary for the proper performance of the Work and to prevent delays pending settlement of the dispute. The parties shall act immediately according to such instructions, it being understood that by so doing neither party will jeopardize any claim the party may have. If it is subsequently determined that such instructions were ' in error or at variance with the Contract Documents,the Owner shall pay the Contractor costs incurred by the Contractor in carrying out such instructions which the Contractor was required to do beyond what the Contract Documents correctly understood and interpreted would have required, including costs resulting from interruption of the Work. GC 8.2 NEGOTIATION,MEDIATION,AND ARBITRATION 8.2.1 In accordance with the latest edition of the Rules for Mediation of CCDC 2 Construction Disputes, the parties shall appoint a Project Mediator .1 within 30 days after the Contract was awarded,or ' .2 if the parties neglected to make an appointment within the 30 day period, within 15 days after either party by notice in writing requests that the Project Mediator be appointed. ' 8.2.2 A party shall be conclusively deemed to have accepted a finding of the Consultant under GC?.2 - ROl_F. OF THE CONSULTANT and to have expressly waived and released the other party from any claims in respect of the particular matter dealt with in that finding unless,within 15 Working Days after receipt of that finding,the ' party sends a notice in writing of dispute to the other party and to the Consultant,which contains the particulars of the matter in dispute and the relevant provisions of the Contract Documents. The responding party shall send a notice in writing of reply to the dispute within 10 Working Days after receipt of the notice of dispute ' setting out particulars of this response and any relevant provisions of the Contract Documents. 8.23 The parties shall make all reasonable efforts to resolve their dispute by amicable negotiations and agree to provide,without prejudice,frank,candid and timely disclosure of relevant facts,information,and documents to facilitate these negotiations. 8.2.4 After a period of 10 Working Days following receipt of a responding party's notice in writing of reply under paragraph 822,the parties shall request the Project Mediator to assist the parties to reach agreement on any ' unresolved dispute. The mediated negotiations shall be conducted in accordance with the latest edition of the Rules for Mediation of CCDC 2 Construction Disputes. 8.2.5 If the dispute has not been resolved within 10 Working Days after the Project Mediator was requested under paragraph 8.2.4 or within such further period agreed by the parties, the Project Mediator shall terminate the mediated negotiations by giving notice in writing to both parties. ' 82.6 By giving a notice in writing to the other party,not later than 10 Working Days after the date of termination of the mediated negotiations under paragraph 82.5, either party may refer the dispute to be finally resolved by arbitration under the latest edition of the Rules for Arbitration of CCDC 2 Construction Disputes. The arbitration shall be conducted in the jurisdiction of the Place o'the Work. ' 8.2.7 On expiration of the 10 Working Days, the arbitration agreement under paragraph 8.2.6 is not binding on the parties and,if a notice is not given under paragraph 8.2.6 within the required time, the parties may refer the ' unresolved dispute to the courts or to any other form of dispute resolution, including arbitration, which they have agreed to use. ' CCDC 2-1994 File 00712 26 This mnrracr is protected by Copyright Use ofa CCDC2 document not conmining a CCDC2 copyright sea!rorvtitures an infringement ofCapyrigln Only sign rhu mntrxt jrhe document emrrpoge bears a CCDC2 mpyrighr seal ro demo crate that au Intended by the parties to be on asurare and,,namended version ,,a h. 1- l9A0 except ra the earenr rhos any alremtiorv,addiriom or mod fcatiom aresetforth in sr�I¢menrary rand riorv. 82.8 arbitration in aragraph 826 that a dispute bevarbitrated immediately, all disputes referred ntoua arbitration as ' provided in paragraph 8.2.6 shall be .1 held in abeyance until (1) Substantial Performance of the Work, (2) the Contract has been terminated, or (3) the Contractor has abandoned the Work, ' �3-hicbever is earlier,and .2 consolidated into a single arbitration under the rules goveming the arbitration under paragraph 8.2.6. ' GC 8.3 RETENTION OF RIGHTS 83.1 It is agreed that no act by either party shall be construed as a renunciation or waiver of any rights or recourses, , provided the party has given the notices required under Part 8 of the General Conditions - DISPUTE RESOLUTION and has carried out the instructions as provided in paragraph 8.1.3. 8.12 Nothing in Part 8 of the General Conditions- DISPUTE RESOLUTION shall be construed in any way to limit ' a party from asserting any statutory right to a lien under applicable lien legislation of the jurisdiction of the Place of the Work and the assertion of such right by initiating judicial proceedings is not to be construed as a waiver of any right that party may have under paragraph 8.2.6 to proceed by way of arbitration to adjudicate , the merits ofthe claim upon which such a lien is based. PART 9 PROTECTION OF PERSONS AND PROPERTY , GC 9.1 PROTECTION OF WORK AND PROPERTY 9.1.1 The Contractor shall protect the Work and the Owners property and property adjacent to the Place of the Work from damage which may arise as the result of the Contractor's operations under the Contract, and shall be ' responsible for such damage,except damage which occurs as the result of .t errors in the Contract Documents; .2 acts or omissions by the Owner,the Consultant,other contractors,their agents and employees. ' 9.1.2 Should the Contractor in the performance of the Contract damage the Work,the Owner's property, or property adjacent to the Place of the Work,the Contractor shall be responsible for the making good such damage at the ' Contractor's expense- 9.L3 Should damage occur to the Work or Owner's property for which the Contractor is not responsible, as provided ' in paragraph 9.1.1, the Contractor shall make good such damage to the Work and, if the Owner so directs,to the Owner's property. The Contract Price and Contract Time shall be adjusted as provided in GC 6.1 - 0 tANG:ES.GC 62 -CHANGE ORDER, and GC 63-CIiANGE DIREC]'IVE. GC 9.2 DAMAGES AND MUTUAL RESPONSIBILITY 9.2.1 If either party to the Contract should suffer damage in any manner because of any wrongful act or neglect of ' the other parry or of anyone for whom the other party is responsible in law, then that party shall be ated to the rights of the other parry by the other party for such damage. The reimbursing party a g in respect of such wrongful act or neglect if it be that of a third party. 27 ' CCDC 2-1994 File 00712 , ht sedewutimtes on infringement ofCopynght O'dyslgn thin Thu comraer is prateoed by Copyrighe Use of,ceoC 2 docvmeni rut eontaming a CGDC Z eopyr g contract J the d�cumem c,• page bears a CCDC2 copyright seat to demonstrate thm i(u imended by the parses to bean arum¢and unamended oersion ofCCfM'2- 1994 eccept io the extent that am alleratiom,addition r modtftcatimu ore sef forth in sW#enremary cmditlom. ' 9.22 Claims for damage under paragraph 9.2.1 shall be made in writing to the parry liable within reasonable time after the first observance of such damage and if undisputed shall be confirmed by Change Order. Disputed claims shall be resolved as set out in Part g of the General Conditions- DISPUTF RESOLUTION. ' 9.2.3 If the Contractor has caused damage to the work of another contractor on the Project, the Contractor agrees upon due notice to settle with the other contractor by negotiation or arbitration. If the other contractor makes a claim against the Owner on account of damage alleged to have been so sustained, the Owner shall notify the Contractor and may require the Contractor to defend the action at the Contractor's expense. The Contractor shall aatisfy a final order or judgment against the Owner and pay the costs incurred by the Owner arising from such action. 9.2.4 If the Contractor becomes liable to pay or satisfy a final order,judgment,or award against the Owner, then the Contractor,upon undertaking to indemnify the Owner against any and a]I liability for costs,shall have the right to appeal in the name of the Owner such final order or judgment to any and all courts of competent jurisdiction. GC 9.3 TOXIC AND HAZARDOUS SUBSTANCES AND MATERIALS 9.3.1 For the purposes of applicable environmental legislation, the Owner shall be deemed to have control and management of the Place of the Work with respect to existing conditions. 9.3.2 Prior to the Contractor commencing the Work, the Owner shall ' .1 take all reasonable steps to determine whether any toxic or hazardous substances or materials are present at the Place of the Work, and ' .2 provide the Consultant and the Contractor with a written list of any such substances and materials. 9.3.3 The Owner shall take all reasonable steps to ensure that no person suffers injury,sickness,or death and that no ' property is injured or destroyed as a result of exposure to, or the presence of toxic or hazardous substances or materials which were at the Place of the Work prior to the Contractor commencing the Work. 9.3.4 Unless the Contract expressly provides otherwise, the Owner shall be responsible for taking all necessary steps, in accordance with legal requirements, to dispose of, store or otherwise render harmless toxic or hazardous substances or materials which were present at the Place of the Work prior to the Contractor commencing the Work. ' 93.5 Ifthe Contractor .1 encounters toxic or hazardous substances or materials at the Place ofthe Work, or ' .2 has reasonable grounds to believe that toxic or hazardous substances or materials are present at the Place of the Work, I which were not disclosed by the Owner,as required under paragraph 9.3.2, or which were disclosed but have not been dealt with as required under paragraph 9.3.4,the Contractor shall 3 take all reasonable steps,including stopping the Work, to ensure that no person suffers injury, sickness,or I death and that no property is injured or destroyed as a result of exposure to or the presence of the substances or materials, and I .4 immediately report the circumstances to the Consultant and the Owner in writing. CCDC 2-1994 File 00712 This ronrrx'u prearred by Coyyrighr Us¢ofo CCDC2dvev tnmcomalninga CCDC2copyrrghrseatconstizre senirfringementofC,right Onlysignrhu 28 eonrrort rJ'rh¢dm�in�enr m.¢i page bears o CCOC d wpyrlgM sed m demonstrate'fill it a firended 4lheys ries to he en«curate and unomended Deis]on ofCCDC]— /994 e c,,m the e......ha!ary oUera'iorzs,addi, or modhcaewu are ser forth ins�bnenrary cronduwu. 'he 9.3.6 Contractor is delayed in paragraph 9.353,them Contract Timeosh Il be extended l for such reasonable tmegast the ' mcurs reasonable costs incurred d as at result of he delay and as Contractor and the taking hose steps. or shall be reimbursed for 9.37 t GC 9,1 - AUl paragraphs OF HIE and CONSUti AN l, the OConsultant OF THE may select CONSUTTANT, Or rely pon Paragraph the advice of , an independent expert in a dispute under paragraph 93.6 and,in that case,the expert shall be deemed to have ' been jointly retained by the Owner and the Contractor and shall be jointly paid by them. 9.3.8 The Owner shall indemnify and hold harmless the Contractor, the Consultant, their agents and employees, from and against claims, demands, losses, costs, damages, actions, suits, or proceedings arising out of or ' nce of,toxic or hazardous substances or materials which were at the resulting from exposure to, or the prese Place of the Work prior to the Contractor commencing the Work. This obligation shall not be construed to negate,abridge, or reduce other rights or obligations of indemnity set out in GC 12.1 - INTDF_MNIFIC':AT10N or which otherwise exist respecting a person or party described in this paragraph_ ' 9.3.9 GC 93-TOXIC AND HAZARDOUS SUBSTANCES AND MATERIALS shall govern over the provisions of paragraph 1.3.1 of GC 13 - RIGHTS AND R6R4E.DILS or GC 9.2 - DAMAGES AND MUTUAL RESPONSIBILITY. PART 10 GOVERNING REGULATIONS ' GC 10.1 T/�,XUS AND DUTIES 10.1.1 The Contract Price shall include all taxes and customs duties in effect at the time of the bid closing except for stipulated in Article A-4 of the Agreement Volue Added Taxes payable by the Owner to the Contractor as - , CONTRACT PRICE. 10.12 Any increase or decrease in costs to the Contractor due to changes in such included taxes and duties after the time of the bid closing shall increase or decrease the Contract Price accordingly. GC 10.2 LAWS,NOTICES,PERMITS,AND FEES 10.2.1 The laws of the Place of the Work shall govern the Work. ' 102.2 The Owner shall obtain and pay for the building permit, permanent easements, and rights of servitude. The Contractor shall be responsible for permits,licenses, or certificates necessary for the performance of the Work ' which were in force at the date of bid closing. 10.2.3 The Contractor shall give the required notices and comply with he laws, ordinances, mles, regulations, or ' codes which are or become in force during the performance of the Work and which relate to the Work, to the preservation of the public health,and to construction safety. 102.4 'I he Contractor shall not be responsible for verifying that the Contract Documents are in compliance with the I rules,regulations,or codes elating to the Work. If the Contract Documents are at applicable laws,ordinances, o the date of bid closing, changes are made to the applicable laws, variance therewith, or if, subsequent t ordinances,rules,regulations,or codes which require modification to the Contract Documents,the Contractor I shall notify the Consultant in writing requesting direction immediately upon such variance ro change becoming known. The Consultant will make the changes required to the Contract Documents as provided in GC 6.1 - CHANGES,GC 6.2-CHANGE ORDER,and GC 6.3 CHANGE DIRECTIVE- 29 I CCDC 2- 1994 File 00712 hr seal consrimres as infringement of Copyright only sign this not not contractisprarecredby Copyright Useofa CCK'2docum�l to demomnm rharCDCzcoalEbyiheparaesrobeanaavrarewdvwmendedemersionofCCDC2- nantracr f the d;aim em cover page bears a CCDC 2 eupyr 8 1994 esceps to W?c'71""'tar any afrerariw�s,additions or modfraaaaa,ore set forth in sn iemenrmy evnddwns. ' 102.5 If the Contractor fails to notify the Consultant in writing;and fails to obtain direction as required in paragraph 10.2.4;and performs work knowing it to be contrary to any laws, ordinances, rules, regulations, or codes: the Contractor shall be responsible for and shall correct the violations thereof, and shall bear the costs, expenses, and damages attributable to the failure to comply with the provisions of such laws, ordinances, rules, ' regulations,or codes. ' GC 103 PATENT FEES 10.3.1 The Contractor shall pay the royalties and patent licence fees required for the performance of the Contract. Th- Contractor shall hold the Owner harmless from and against claims, demands, losses, costs, damages, ' actions,suits,or proceedings arising out of the Contractor's performance of the Contract which are attributable to an infringement or an alleged infringement of a patent of invention by the Contractor or anyone for whose acts the Contractor may be liable. 10.3.2 The Owner shall hold the Contractor harmless against claims,demands,losses, costs,damages, actions, suits, or proceedings arising out of the Contractors performance of the Contract which are attributable to an infringement or an alleged infringement of a patent of invention in executing anything for the purpose of the ' Contract, the model, plan, or design of which was supplied to the Contractor as part of the Contract Documents. GC I"A WORKERS'COMPENSATION 10.4.1 Prior to commencing the Work,Substantial Performance ofthe Work, and the issuance of the final certificate for payment, the Contractor shall provide evidence of compliance with workers' compensation legislation at ' the Place ofthe Work,including payments due thereunder. 10.4.2 At any time during the term of the Contract,when requested by the Owner, the Contractor shall provide such evidence of compliance by the Contractor and Subcontractors. PART II INSURANCE—BONDS GC 11.1 INSURANCE ' I ll.1 Without restricting the generality of GC 12.1 -INDFSINI FICA TIOA',the Contractor shall provide,maintain, and pay for the insurance coverages specified in GC 11.1 - INSURANCE. Unless otherwise stipulated, the duration of each insurance policy shall be from the date of commencement of the Work until the date of the final certificate for payment. Prior to commencement of the Work and upon the placement, renewal, amendment, or extension of all or any part of the insurance,the Contractor shall promptly provide the Owner with confirmation of coverage and, if required,a certified true copy of the policies certified by an authorized representative of the insurer together with copies of any amending endorsements. ' .1 General Liability Insurance: General liability insurance shall be in the joint names ofthe Contractor, the Owner, and the Consultant, with limits of not less than $2,000,000 per occurrence and with a property damage deductible not exceeding $2,500. The insurance coverage shall not be less than the insurance required by IBC Form 2100, or its equivalent replacement, provided that IBC Form 2100 shall contain the latest edition of the relevant CCDC endorsement form. To achieve the desired limit, umbrella, or excess liability insurance may be used. All liability coverage shall be maintained for completed operations hazards from the date of Substantial Performance of the Work,as set out in the certificate of Substantial Performance ofthe Work, on an ongoing basis for a period of 6 years following Substantial Performance of the Work. Where the I Contractor maintains a single, blanket policy, the addition of the Owner and the Consultant is limited to liability arising out of the Project and all operations necessary or incidental thereto. The policy shall be CCDC 2- 1994 File 00712 Thu mnrracr is protected by Copyright Use ofo CCDC2docvmentnoiconrainirga CCDC2copyrightsealmmtiN,ms infringememofCopYright Onlysign this 30 cormanfrhe docnmrnt roverpage hears a CCDC 2copyrighlsenlrod orurrae that it.lmena@dby rhepanie to be an accurate andvnomendght. Don ofCCi, 1994exreptm the enmr thatartyalrerab.,odd-dons ormod(fxatloas are setJonh ins lememory rondiriorv_ endorsed to provide the Owner with not less than 30 days notice in writing in advance of any cancellation, ' and of change or amendment restricting coverage. .2 Automobile Liability Insurance'. , Automobile liability insurance in respect of licensed vehicles shall have limits of not less than$2,000,000 inclusive per occurrence for bodily injury, death,and damage e property,covering all licensed vehicles owned or leased by the Contractor, and endorsed to provide the Owner with not less than 1 S days notice ' in writing in advance of any cancellation, change or amendment restricting coverage. Where the policy has been issued pursuant to a government-operated automobile insurance system, the Contractor shall p:ovidc the Owner with confirmation of automobile insurance coverage for all automobiles registered in the name of the Contractor. , 3 Aircraft and Watercraft Liability Insurance: Aircraft and watercraft liability insurance with respect to owned or non-owned aircraft and watercraft if used directly or indirectly in the performance of the Work, including use of additional premises, shall be subject to limits of not less than $2,000,000 inclusive per occurrence for bodily injury, death,and damage to property including loss of use thereof and limits of not less than $2,000,000 for aircraft passenger ' hazard. Such insurance shall be in a form acceptable to the owner. The policies shall be endorsed to provide the Owner with not less than 15 days notice in writing in advance of cancellation, change, or amendment restricting coverage. 4 Property and Boiler and Machinery Insurance: (1) "All risks" property insurance shall be in the joint names of the Contractor, the owner, and the , Consultant, insuring not less than the sum of the amount of the Contract Price and the full value,as stated in the Supplementary Conditions, of Products that are specified to be provided by the Owner for incorporation into the Work, with a deductible not exceeding $2,500. The insurance coverage shall not be less than the insurance required by IBC Form 4042 or its equivalent replacement, , provided that IBC Form 4042 shall contain the latest edition of the relevant CCDC endorsement form. The coverage shall be maintained continuously until 10 days after the date of the final certificate for payment- (2) Bailer and machinery insurance shall be in the joint names of the Contractor, the Owner, and the Consultant for not less than the replacement value of the boilers,pressure vessels, and other insurable objects fomvng part of the Work. The insurance provided shall not be less than the insurance ' provided by the "Comprehensive Boiler and Machinery Form" and shall be maintained continuously from commencement of use or operation of the property insured and until 10 days after the date of the final certificate for payment_ (3) The policies shall allow for partial or total use or occupancy of the Work. If because of such use or occupancy the Contractor is unable to provide coverage, the Contractor shall notify the Owner in writing. Prior to such use or occupancy the Owner shall provide,maintain,and pay for property and ' boiler insurance insuring the full value of the Work, as in sub-paragraphs (1) and (2), including coverage for such use or occupancy and shall provide the Contractor with proof of such insurance. The Contractor shall refund to the Owner the unearned premiums applicable to the Contractors policies upon temtination of coverage. (4) The policies shall provide that,in the case of a loss or damage,payment shall be made to the Owner and the Contractor as their respective interests may appear. The Contractor shall act on behalf of the ent with the insurers. Owner for the purpose of adjusting the amount of such loss or damage paym When the extent of the loss or damage is determined, the Contractor shall proceed to restore the Work. Loss or damage shall not affect the rights and obligations of either party under the Contract except that the Contractor shall be entitled to such reasonable extension of Contract Time relative to I 31 CCDC 2-1994 File 00712 copyright sea,coaa a+rer as i Forge near ofCopvright.. Only sign this n5 contracrupmiectedby Copvright. Useofo CCDC2docament not rnnmininga CCDC 1994 ezcep+h+o e.eat++hats tesatbnrCodditiars ar m+odfcaria setfonh i,supplementary eadi�m, ro be an aa'urateandunamended.ersionofCCDC2- the extent of the loss or damage as the Consultant may recommend in consultation with the Contractor. (5) The Contractor shall be entitled to receive from the Owner, in addition to the amount due under the Contract, the amount at which the Owner's interest in restoration of the Work has been appraised, such amount to be paid as the restoration of the Work proceeds and as provided in GC 5.2 - APPLIC4"IIONS FOR PROGRESS PAYMENT and GC 53 - PROGRESS PAYMENT. In t addition the Contractor shall be entitled to receive from the payments made by the insurer the amount of the Contractors interest in the restoration of the Work. (6) In the case of loss or damage to the Work arising from the work of another contractor,or Owners own forces, the Owner,in accordance with the Owner's obligations under paragraph 3.2,2.4 of GC 312 - CONS"IRUCIION BY OWNER OR OTHER CONTRACT ORS, shall pay the Contractor the cost of restoring the Work as the restoration of the Work proceeds and as provided in GC 5' - APPLICATIONS FOR PROGRESS PAYMENT and GC 5.3 - PROGRESS PAYMENT. .5 Contractors' Equipment Insurance: ' "All risks" contractors'equipment insurance covering construction machinery and equipment used by the Contractor for the performance of the Work, including boiler insurance on temporary boilers and pressure vessels,shall be in a form acceptable to the Owner and shall not allow subrogation claims by the insurer against the Owner. The policies shall be endorsed to provide the Owner with not less than 15 days notice ' in writing in advance of cancellation,change, or amendment restricting coverage. Subject to satisfactory proof of financial capability by the Contractor for self-insurance, the Owner agrees to waive the equipment insurance requirement. 11.1.2 The Contractor shall be responsible for deductible amounts under the policies except where such amounts may be excluded from the Contractor's responsibility by the terms of GC: 9.1 - PROTECTION OF WORK AND PROPERTY and GC 9.2-DAIvt.1GES AND MUTUAL RESPONSIBILITY. 1 1.1.3 Where the full insurable value of the Work is substantially less than the Contract Price,the Owner may reduce the amount of insurance required or waive the course of construction insurance requirement. ' 11.1.4 If the Contractor fails to provide or maintain insurance as required by the Contract Documents, then the Owner shall have the right to provide and maintain such insurance and give evidence to the Contractor and the Consultant. The Contractor shall pay the cost thereof to the Owner on demand or the Owner may deduct the ' amount which is due or may become due to the Contractor. 11.1.5 All required insurance policies shall be with insurers licensed to underwrite insurance in the jurisdiction of the Place ofthe Work. ' GC 11.2 BONDS ' 11.2.1 The Contractor shall,prior to commencement of the Work or within the specified time, provide to the Owner any surety bonds required by the Contract. 11.2.2 Such bonds shall be issued by a duly licensed surety company authorized to transact a business of suretyship in I the province or territory of the Place of the Work and shall be maintained in good standing until the fulfilment of the Contract. The form of such bonds shall be in accordance with the latest edition of the CCDC approved bond forms. CCDC 2-1994 File 00712 32 7Tru conrrxt is protected by Copyright Use ofo CCDC docvmen'ro Cc Iaining a CCDC2 a,,nghrseal wrest w,u an i�'ngemem ofeopyrigl9. Only sign thu I contract fde dacumenr co�erpage bears a CroCl apy,&sealro demansnarethal it u imended by theponies to be an a¢vrale andunamendedv awi ofCCDC2- 1994 ercepT,The extent that any alrermlons,addinom w modificariom are set forth m supplement,,cardtiam. 1 PART 12 INDEMNIFICATION—WAIVER—WARRANTY , GC 12.1 INDEMNIFICATION 12,1.1 The Contractor shall indemnify and hold harmless the owner and the Consultant,their agents and employees from and against claims, demands, losses, costs, damages, actions, suits, or proceedings (hereinafter called "claims"),by third parties that arise out of,or are attributable to,the Contractors performance of the Contract , provided such claims are: .I attributable to bodily injury, sickness,disease, or death, or to injury to or destruction of tangible property, and .2 caused by negligent acts or omissions of the Contractor or any for whose acts the Contractor may be liable,and 3 made in writing within a period of 6 years from the date of Substantial Performance of the Work asset out in the certificate of Substantial Performance of the Work, or within such shorter period as may be prescribed by any limitation statute of the province or territory of the Place of the Work. ' The Owner expressly waives the right to indemnity for claims other than those stated above. 12.1.2 The obligation of the Contractor to indemnify hereunder shall be limited to $2,000,000 per occurrence from t the commencement of the Work until Substantial Performance of the Work and thereafter to an aggregate limit of$2,000,000. 12.13 The Owner shall indemnify and hold harmless the Contractor,the Contractor's agents and employees from and ' aeainst claims, demands, losses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of the Contract which are attributable to a lack of or defect in title or an alleged lack of or defect in title to the Place of the Work. ' 12.1-4 GC 12.1 -INDEMNIFICATION shall govern over the provisions of paragraph 1.3.1 c f GC 1.3 - RIGHT'S AND REMEDIES or GC 92 -DAMAGES AND MUTt1AL RESPONSIBILITY. ' GC 12.2 WAIVER OF CLAIMS 12.2.1 Waiver of Claims by Owner ' As of the date of the final certificate for payment, the owner expressly waives and releases the Contractor from .It claims against the Contractor including without limitation those that might arise from the negligence ' of breach of contract by the Contractor except one or more of the following: A those made in writing prior to the date of the final certificate for payment and still unsettled; .2 those arising from the provisions of GC 12.1 -INDEMNIFICATION or GC 123 -WARRANTY; I 3 those arising from the provisions of pa.agraph 9.3.5 of GC 9.3 - TOXIC AND HAZARDOUS St BSTANCES AND MATERIALS and arising from the Contractor bringing or introducing any toxic or hazardous substances and materials to the Place of the Work after the Contractor commences the Work. In the Common Law provinces GC 12-2.1.4 shall read as follows: I .4 those made in writing within a period of 6 years from the date of Substantial Performance of the Work,as set out in the certificate of Substantial Performance of the Work,or within such shorter period as may be 33R I CCDC 2-1994 File 00712 copyright f 71 not f awn f Pr s Th6 camrad bVrorec+ed by Copyright. L'se ofa CCDC2 docuseal to emonsao-m�+hatp�mended by rhepan a+a be anamrare ndvnamended+veOnion ofCCOC 1— I eonnaar , a dxvmem corer pagr bean a CCDC 1 mpw g 1994 ecepnr+ the rx+em+Fat mry drera+imv,additiom or mod fcarions are set forth in svPPlememary candifimu. ' prescribed by any limitation statute of the province or territory of the Place of the Work and arising from any liability of the Contractor for damages resulting from the Contractor's performance of the Contract with respect to substantial defects or deficiencies in the Work for which the Contractor is proven responsible. As used herein "substantial defects or deficiencies" means those defects or deficiencies in the Work which affect the Work to such an extent or in such a manner that a significant part or the whole of the Work is unfit for the purpose intended by the Contract Documents. In the Province of Quebec GC 12.2.1.4 shall read as follows: .4 those arising under the provisions of Article 2118 of the Civil Code of Quebec. 12.2.2 Waiver of Claims by Contractor As of the date of the final certificate for payment, the Contractor expressly waives and releases the Owner from all claims against the Owner including without limitation those that might arise from the negligence or breach of contract by the Owner except: .1 those made in writing prior to the Contractors application for final payment and still unsettled,and 2 those arising from the provisions of a 93 - TONIC AND HAZARDOUS SUBSTANCES AND `?.`-.TERIALS or GC 10.3-PA IE.A I'FEES, 122.3 GC 122 -WAIVER OF CLAIMS shall govern over the provisions of paragraph 1.3.1 of GC 1.3 -RIGHTS A\D REMEDIES or GC 9.2-DAMAGES AND MUTUAL RESPONSIBILITY. ' GC 12.3 WARRANTY 12.3.1 The warranty period with regard to the Contract is one year from the date of Substantial Performance of the Work or those periods specified in the Contract Documents for certain portions of the Work or Products. ' 12.3.2 The Contractor shall be responsible for the proper performance of the Work to the extent that the design and Contract Documents permit such performance. 12.33 Except for the provisions of paragraph 12.3.6 and subject to paragraph 12.3.2, the Contractor shall correct promptly,at the Contractor's expense, defects or deficiencies in the Work which appear prior to and during the warranty periods specified in the Contract Documents. ' 12.3.4 The Owner, through the Consultant, shall promptly give the Contractor notice in writing of observed defects and deficiencies that occur during the warranty period. ' 12.3.5 The Contractor shall correct or pay for damage resulting from corrections made under the requirements of paragraph 12.3.3. 12.3.6 The Contractor shall be responsible for obtaining Product warranties in excess of one year on behalf of the ' Owner from the manufacturer. These Product warranties shall be issued by the manufacturer to the benefit of the Owner. CCDC 2- 1994 Pile 00712 34R Thu contract uproteciedbyCc,,Yrght Use ofa CCDC 2 abcamen,not containing a CCDC 2 copy i&seal comtttuter an infringement of Copyright_ Onlvrignthis connact ejrhe document cover poge bears a CCDC 2�r'gh!real rod enstrare thin it is inrended�•the punier m be an acwrme and unamended.urion ofCCOC 2- 1994 ecept eo rho extent that any alterations,additions or madifirare nr are serforth in snpptemenrary conditions. Project No. 2009-19 SUPPLEMENTARY CONDITIONS 00800.1 GENERAL The General Conditions of the Contract contained in the Canadian Standard Construction , Document CCDC 2 Stipulated Price Contract, 1994 Edition, together with the requirements ccntained herein, are applicable to all persons engaged in the Work of this Contract. The Contractor will be required to sign the foregoing document and to sign the Contract copy of ' drawings and specifications. The following conditions supplement the General Conditions of the Canadian Standard Construction Document CCDC 2 Stipulated Price Contract, 1994 Edition. Where the General Conditions of the Contract are not in agreement with the Supplementary , Conditions, the Supplementary Conditions shall govern. SCA ARTICLE A-1 THE WORK 1.3 Delete present text and substitute the following: , 1.3 The date for Substantial Performance of the Work shall be the date stated on the Tender Form. , SC.2 ARTICLE A-2 No Change SC.3 ARTICLE A-3 No Change SCA ARTICLE A-4 No Change t SC.5 ARTICLE A-5 PAYMENT 5.1 Delete present text and substitute the following: ' 5.1 Payments equal to 90% of the value of the Work completed shall be made within 15 days following receipt by the Owner of the Consultants Certificate for Payment. 5.3.1 Delete present text and substitute the following: ' Interest does not accrue until the expiry of the 15 day period noted above. Interest payable shall ' be one percentage point more than the Bank Prime rate at Contract date. SC.6 ARTICLE A-6 No Change SC.7 ARTICLE A-7 No Change ' SC.8 ARTICLE A-8 No Change SC.9 DEFINITIONS ' Contract Time 14. Delete present text and substitute the following: 14. The Contract Time is the time period from the commencement of the Work to the date stated on ' the Tender Form for Substantial Performance of the Work. PART 1 GENERAL PROVISIONS ' SC.10GC1 CONTRACT DOCUMENTS 1.1.9 Add after A: .5 "and, in general, where discrepancies occur among various parts of the drawings or specifications, the Contractor shall provide the greatest amount of tabour and/or materials referred to," I I 1 Project No. 2009-19 SUPPLEMENTARY CONDITIONS 00800.2 ' 1.1.10 Delete present text and substitute the following: The Owner shall provide the Contractor, without charge: ' fifteen (15) sets of the drawings and specifications upon which the Contract is based. Sets ssued for permits and the Contractor's Contract signing set are included in this amount. Six (6) copies of detail drawings (drawings issued after the signing of the Contract). All other copies of drawings and specifications will be furnished to the Contractor at the cost of printing. PART 2 ADMINISTRATION OF THE CONTRACT ' SC.11 GC2.2 ROLE OF THE CONSULTANT 2.2.3 Add to the last sentence: ' "....and to the Owner". 2.2.9 Add sentences: ' "A Supplemental Instruction will be issued by the Consultant to cover a change in the work of the Contract which does not affect the Contract Price" "If it is agreed that no change to the Contract Price is involved, the Contractor shall proceed to make the required change". "If, in the opinion of the Contractor,a change to the Contract Price is involved, he shall return the ' Supplemental Instruction within one (1)week of receiving it, together with a written explanation of the credit or extra involved. Failure to return the Supplemental Instruction shall be considered to mean acceptance of its terms." 2.2.11 Add second sentence: "If it is the Contractor's opinion that a Supplemental Instruction, Change Order or Change Directive, as issued by the Consultant, will delay the project, he shall within three(3) days after receipt of such Supplemental Instruction or Change Form notify the Consultant in writing ' accordingly'. SC.12 GC2.3 REVIEW AND INSPECTION OF THE WORK ' 2.3.2 Add in the 2nd line and in the 4th line after"the Consultant": and the Owner". ' 2.3.3 Add second sentence: "Such certificates and reports are to be reviewed by the Consultant and one copy is to be forwarded for the Owner's review and acceptance". ' SC.13 GC3.4 DOCUMENT REVIEW 3.4.1 Delete the words"and in making such review,the Contractor does not assume any responsibility ' to the Owner or Consultant for the accuracy of the review"-in the second sentence, and delete the third sentence which reads:"The Contractor shall not be liable for damages or costs resulting from such errors, inconsistencies or omissions in the Contract Documents which the Contractor did not discover." ' SC.14 GC3.9 LABOUR AND PRODUCTS ' Add: 3.9.4.1 "All personnel employed in the work shall be competent and the Contractor and Subcontractors shall keep in touch with the local Manpower Centre and endeavour to use such local labour as is available". I I Project No. 2009-19 SUPPLEMENTARY CONDITIONS 00800.3 Add: ' 3.9.4.2 "The Foreman of each trade engaged on the work must be able to speak and understand the English language well enough to comprehend and carry out all instructions issued and to work in complete co-ordination with other trades". , Add: 3.9.4.3 'The hours of work, the working conditions and the rates of wages shall be in accordance with , the local conditions and requirements and the Contractor shall not pay less than the minimum wages established by customary standards in the locality of the Site for the same or a similar lass of work". SC.15 GC3.13 CUTTING AND REMEDIAL WORK 3.13.1 Delete present text and substitute the following: , The Contractor shall be responsible for all cutting and remedial work that may be required to make the several parts of the work come together properly except: a) Sawcutting of existing concrete slabs on grade, including those with floor finishes in areas , related to the installation of new sanitary services shall be the responsibility of DIVISION 15. b) Division 15 shall also be responsible for re-establishing the base,sub base and concrete slab ' in the sawcut areas concerned. c) The General Contractor shall be responsible for the resilient tile,ceramic and carpet repairs, , and new cove base finishes related to the work referenced above. d) The General Contractor shall be responsible for repairing the wall finishes at locations where existing division 15 piping ductwork have been scheduled for removal by Division 15. ' e) The General Contractor shall be responsible for cutting the existing wall construction for new mechanical pipe risers and repairing the wall construction and finishes at these locations throughout the work. ' f) The Electrical Contractor shall be responsible for cutting access holes required for retrofit electrical devices and conduit scheduled to occur in existing wall construction. The general ' contractor shall be responsible for repairing the wall construction and finishes at these locations. g) The General Contractor shall be responsible for cutting and patching new openings in ' existing roof structure and roof membrane as required to received scheduled division 15 and 16 items. h) The trade(s) responsible for ill timed work shall be responsible to the general contractor for the cost of any resulting cutting and/or remedial work. i) The General Contractor shall be responsible for the restoration of anydamage tothe existing ' asphalt paving, grass, plant materials, concrete sidewalks, roof membrane, building structure,sanitary drains,wiring and other existing building components resulting from work of this contract. 1 Project No. 2009-19 SUPPLEMENTARY CONDITIONS 00800.4 ' SC.16 GC3.14 CLEAN UP ' 3.14.1 Add the words"snow and ice and"after the word"Of" to read."....free from the accumulation of snow and ice and waste products and...." ' 3.14.2 In the first line,after the word "remove", Add the words "snow and ice and" PART 4 ALLOWANCES SC.17 GC4.2 CONTINGENCY ALLOWANCE ' Delete in its entirety. PART 5 4 AYMENT SC.18 GC5.1 FINANCING INFORMATION Delete in its entirety. ' SC.19 GC5.2 APPLICATIONS FOR PROGRESS PAYMENT 5.2.7 Add: "Four(4) copies of application for monthly payments shall be submitted to the Consultant on the Owner's standard combined Application For Payment and Consultant's Certificate Form. All Change Forms as approved during the preceding months shall be entered on the application ' form and invoiced for portions of work completed and shall be kept up to date month by month. All expenditures against the Cash Allowance shall be similarly claimed for the month that they were invoiced and must be supported by accompanying invoices at that time. No claims for expenses against the Cash Allowance shall be allowed that are not supported by invoice copies'. Add: 5.2.8 "Applications for monthly payments shall be reviewed in rough draft form and approved by the Owner, Consultant and Contractor. Drafts are to be in triplicate with one(1)copy each retained ' by the Owner and Consultant. This is to be done prior to the Contractor issuing his formal application on the Combined Form". ' 5.2.9 The Contractor must provide with each application after the first, a Statutory Declaration on C.C.A. Form No. 913, certifying that all accounts have been paid for which he has received payment. C.C.A. Form No. 9A shall be used for the final application. ' SC.20 GC5.3 PROGRESS PAYMENT 5.3.2 Delete present text and substitute the following: ' The Owner shall within fifteen(15)days of receipt of the Application for Payment 8 Certificate by Consultant, make payment to the Contractor on account in accordance with the provisions of Article A-4 of the agreement. ' Add sentence: In the event of construction lien action affecting the project, the Contractor agrees to indemnify and compensate the Owner for any expenses incurred. The Owner reserves the right to secure the possible cost of construction liens by retaining from the amount of the next payment certificate a sum equal to the amount of any lien claim plus the usual 25% increased amount for future possible claim expenses, plus the sum of $5,000.00 to compensate the Owner for its legal and ' professional consultant expenses,as may be necessary to protect the Owner's interest in having any liens removed from the Owner's project. I Project No. 2009-19 SUPPLEMENTARY CONDITIONS 00800.5 SC.21 GC5.6 PROGRESSIVE RELEASE OF HOLDBACK 5.61 In the 2rd line after"Substantial Performance of the Work" add "and where the Owner has , formally agreed to such separate partial certification for holdback release for a Subcontractor or Supplier, the Owner may ' PP Y - -- PART 6 CHANGES IN THE WORK ' SC.22 GC6.1 CHANGES 6.1.3 Add: ' "Change Orders and Change Directives shall be numbered sequentially as issued and independent of the numbering sequence for Change Notices. A group of Change Notices may be appropriately combined for the issuance of Change Orders or Change Directives. , SC.23 GC6.2 CHANGE ORDER Add: ' 6.2.1 "The method of valuation and the procedure for certification of changes to the work shall be as ouilined in the Contract Documents". SC.24 GC6.5 DELAYS , 6.5.1 In the fourth line - after the words "with the Contractor" ' Add: "and as formally accepted by the Owner'. 6.5.2 In the fifth line after the words "with the Contractor" Add: ' "and as formally accepted by the Owner"- 6.5.3 In the sixth line after the words`with the Contractor' Add: ' "and as formally accepted by the Owner". 6.5.4 In the first line - after the words "to the Consultant' ' Add: "and the Owner" ' PART 7 DEFAULT NOTICE SC.25 GC7.2 CONTRACTOR'S RIGHT TO STOP THE WORK OR TERMINATE THE CONTRACT 724 In the second line, delete " 5 working days"and replace with 10 working days' ' 7.2.5 Delete the words "and such other damages as the Contractor may have sustained as the result of the termination of the Contract". ' ,odd a new paragraph as follows: 7.2.6 "The provisions of this GC7.2 shall not apply to the withholding of certificates and/or payments ' because of the Contractor's failure to pay all just claims promptly, or because of the registration of a lien against the place of the work". Project No. 2009-19 SUPPLEMENTARY CONDITIONS 00800.6 ' PART 8 DISPUTE RESOLUTION SC.26 GC8.2 NEGOTIATION, MEDIATION AND ARBITRATION ' Add the following articles 8.2.9 to 8.2.15 inclusive after article 8.2.8; 8.2.9 Within five days of receipt of the notice of arbitration by the responding party under paragraph ' 8.2.6, the Owner and the Contractor shall give the Consultant a written notice containing: a) a copy of the notice of arbitration b) a copy of paragraphs 8.2.9 to 8.2.15 of this Contract, and; ' c) any claims or issues which the Contractor or the Owner, as the case maybe,wishes to raise in relation to the Consultant arising out of the issues in dispute in the arbitration 8.2.10 The Owner and the Contractor agree that the Consultant may elect,within ten days of receipt of the notice under paragraph 8.2.9 to become a full party to the arbitration under paragraph 8.2.6. if the Consultant: ' a) has a vested or contingent financial interest in the outcome of the arbitration; b) gives the notice of election to the Ownerand the Contractor before the arbitrator is appointed; c) agrees to be a partyto the arbitration within the meaning of the rules referred to in paragraph 8.2.6, and, ' d) agrees to be bound by the arbitral award made in the arbitration 8.2.11 If the Consultant is not given the written notice required under paragraph 8.2.9, both the Owner and the Contractor are stopped from pursuing an action, counterclaim or other proceeding or ' making an application against the Consultant arising out of the issues in dispute in the arbitration between the Owner and the Contractor under paragraph 8.2.6 ' 8.2.12 If an election is made under paragraph 8.2.10,the Consultant may participate in the appointment of the arbitrator and,notwithstanding the rules referred to in paragraph 8.2.6,the time period for reaching agreement on the appointment of the arbitrator shall begin to run from the date the Owner receives a copy of the notice of arbitration 8.2.13 The arbitrator in the arbitration is which the Consultant has elected under paragraph 8.2.10 to become a full party may: ' a) on application of the Owner or the Contractor, determine whether the Consultant has satisfied the requirements of paragraph 8.2.10, and; b) make any procedural order considered necessary to facilitate the addition of the Consultant as a party to the arbitration 8.2.14 The provisions of paragraph 8.2.9 shall apply mutatis mutandis to written notice to be given by the Consultant to any sub-consultant; ' 8.2.15 In the event of notice of arbitration given by a Consultant to a sub-consultant, the sub-consultant is not entitled to any election with respect to the proceeding as outlined in 8.2.10,and is deemed to be bound by the arbitration proceeding. tPART 9 PROTECTION OF PERSONS AND PROPERTY SC.27 No Change I Project No. 2009-19 SUPPLEMENTARY CONDITIONS 00800.7 PART 10 GOVERNING REGULATIONS , SC.28 GC10.2 LAWS, NOTICES, PERMITS AND FEES Add: 10.2.2 "The Owner shall apply and pay for the Building Permit.. The Contractor shall sign for and pick up the Building Permit at the Municipal Office'. ' Note however, that the Contractor shali pay any construction damage deposits directly related to the formula of cost for the Building Permit. The Contractor shall be responsible for removing mud and other debris that accumulates on the public street during construction. If the Contractor ' does not comply with notification from the municipality to clean the affected street within twenty- four (24) hours, then the Municipal Public Works Department shall have the right to clean the affected street at the sole expense of the Contractor. "The "Building Permit Copy' of the drawings and specifications as approved by the Building , Department and issued as part of the Building Permit shall be reviewed by the Consultant for any requirements which could affect the Contract Documents. It shall then be kept on the job and , maintained in good condition from commencement to completion of the Work. On completion of the work, this Building Permit copy shall be delivered in good condition to the Consultant". PART11 INSURANCE- BONDS ' SC.29 GC11.1 INSURANCE Delete present text and substitute the following: The Contractor shall protect himself and indemnify and save the Owner harmless from any and ' all claims which may arise from the Contractor's operations under the Contract where bodily injury, death or property damage is caused and for this purpose shall, without restricting the generality of theforegoing,maintain insurance acceptable to the Owner to the following minimum ' limit: $3,000,000.00 inclusive for bodily injury and property damage. A certificate shall be lodged with the Owner describing the operations insured and the exclusions applicable prior to the start of ' any work on the site. Ail receipts for premium payments shall be forwarded to the Consultant for inspection. In default of payment of any renewal premiums by the Contractor,the Owner shall be at liberty to pay such , premiums and deduct the amounts from any monies due the defaulting Contractor. The Contractor shall furnish evidence of compliance with all requirements of the applicable ' Workers' Compensation Act including payments due thereunder. The Contractor shall maintain comprehensive general liability insurance covering premises and operations liability,elevators (if applicable), Contractor's contingency liability with respect to the ' operations of subcontractors,completed operations liability, contractual liability,and automobile liability insurance (owned, non-owned, or hired units). All liability insurance policies shall be written in such terms as will fully protect the Contractor not ' withstanding his assumption of liability and his indemnity covenants under the Contract. Prior to the commencement of any work hereunder, the Contractor shall file with the Owner a ' copyof each insurance policy and certificate required.All such insurance shall be maintained until issuance of the consultant's final certificate for payment under the Contract and payment by the Owner to the Contractor of the final payment under the Contract including the making good of faultywork or materials; except that coverage of completed operations liability shall in any event ' be maintained for twelve (12) months from date of Total Performance as certified by the Consultant. Project No.2009-19 SUPPLEMENTARY CONDITIONS 00800.8 FIRE INSURANCE The Owner shall maintain Fire Insurance acceptable to the Contractor, with standard Extended ' Coverage Endorsement,in the joint names of the Owner and Contractor for the full amount of the contract, payable to the Owner and Contractor as their respective interests may appear, and protecting each in such terms as will preclude subrogation claims by the Insurer against anyone ' insured thereunder. The insurance coverage shall provide for the standard Fire and Extended Coverage Perils Endorsement K and Malicious Damage Endorsement. The Contractor and Subcontractors shall be responsible for Fire Insurance on their own plant and ' equipment. In the event of a loss,the Contractor shall act on behalf of the Owner and himself for the purpose of adjusting the amount of such loss with the Insurer. On completion of such adjustment the ' Contractor shall repair the damage and complete the work,and shall be entitled to receive from the Owner(in addition to any sum due under the Contract) the amount at which the Owner's interest has been appraised in the adjustment,to be paid as the work of restoration proceeds in ' accordance with the Consultant's certificates. Damage shall not affect the rights and obligations of either party under the contract except as aforesaid, and except that the Contractor shall be entitled to such reasonable extension of time for completion of the work as the Consultant may decide. ' In the event that the Owner occupies the building or any part thereof prior to the date of issuance of the Consultant's final certificates for payment, as noted above, any increase in cost of insurance arising out of such occupancy shall be at the Owner's expense. ' SC.30 GC11.2 BONDS ' 11.2.1 Delete present text. PART 12 INDEMNIFICATION-WAIVER - WARRANTY SC.31 GC12.1 INDEMNIFICATION ' GC12.1.1 Delete paragraph 12.1.1 entirely and replace it with the following: ' The Contractor shall to the full extent permitted by law defend, indemnify and save harmless the Owner and the Consultant or their respective directors,officers,partners,employees and agents, from and against any and all claims, demands, losses, costs, damages, actions, suits or proceedings directly or indirectly arising or alleged to arise out of the performance of or the failure to perform the Work, or out of the condition of the Work, the job site, adjoining land, driveways, streets or alleys used in connection with the performance of the Work. The indemnification, provided for in this paragraph 12.1.1 shall specifically include, but shall not be limited to, all claims, demands, losses, costs, damages, actions, suits or proceedings directly or indirectly arising or alleged to arise as a result of or in connection with any scaffolding, structural work or safe place law or any law with respect to the protection of adjacent landowners, but shall not include any claims arising solely from negligence of the party asking to be defended,indemnified ' or saved harmless. Add sentences: "The Contractor also expressly warrants and guarantees to the owner and the Consultant that the ' Work performed by the Contractor and by all workmen, suppliers and subcontractors of the Contractor shall conform to the requirements of the Contract Documents and shall be performed in a safe and careful manner." ' 'The foregoing shall not deprive the Owner or Consultant of any other action, right or remedy otherwise available to them at common law or otherwise." 1 Project No. 2009-19 SUPPLEMENTARY CONDITIONS 00800.9 12.1.4 Delete this article in its entirety. ' SC.32 GC12.2 WAIVER OF CLAIMS WAIVER OF CLAIMS BY OWNER , Add: "The issuance of the Consultant's Final Certificate for Payment shall constitute a waiver of all claims by the Owner against the Contractor, except one or more of the following: ' a) Those previously made in writing and still unsettled. b) Those arising from the provisions of GC12.1, Indemnification and GC12.3, Warranty , c) Those arising from any liability of the Contractor for damages under any law of the Province of the Place of Work d) Subject to the time limitations of (c) above, those arising from the failure of the Work to ' comply with the requirements of the Contract Documents". SC.33 GC12.3 WARRANTY , 12.3.2 Delete this paragraph in its entirety and replace it with the following: The Contractor before signing the Contract shall carefully examine the drawings and ' specifications to satisfy himself that there is no material or method of application or installation shown or specified to which he has any objection or reservations. The signing of the Contract shall signify his acceptance of materials and methods and that no liability shall subsequently be ' attached to the Owner or the Consultant to relieve the Contractor from this obligation. 12.3.3 Add: second sentence: "Warranty period shall recommence on remedied work". , ADD: Following to Read PART 13 MISCELLANEOUS , SC.34 GC13.1 NO CLAIMS FOR ANTICIPATED PROFIT Add: ' "If any change or deviation in,or omission from the Work is made by which the cost of Work to be done is decreased, or if the whole or any portion of the Work is dispensed with, or if the Contractor should stop work or terminate the Contract in accordance with the provis ions of GC7.2 - CONTRACTOR'S RIGHT TO STOP THE WORK OR TERMINATE CONTRACT, no compensation shall be claimable by the Contractor or Subcontractor for any loss of anticipated profits in respect thereof". SC.35 GC-13.2 USE OF THE WORK BEFORE ACCEPTANCE t Add: "The Owner, its agents, and Other Contractors shall have the right to enter upon,and the Owner ' shall have the right to take possession of the Work in whole or part for the purpose of placing fittings and equipment or for other use before the completion of the Contract, if,in the opinion of the Consultant, such entry and taking of possession does not prevent or interfere with the Contractor's work to complete the Work within the time specified. Such entry and taking of ' possession shall not be considered as acceptance of the Work nor in any way shall it relieve the Contractor of his responsibility to complete the Contract.' I END OF SECTION 00800 1 Proiect No 2009-19 BOUND-IN ARCHITECTURAL SCHEDULES 00860.1 ' 1. LIST OF CONTENTS ' APPENDIX A MUNICIPALITY OF CLARINGTON Application for Certificate of Payment by Consultant CCDC 15A - 77 Contractor's Breakdown of 1977 Application for Payment ' CCDC 15B - 77 Contractor's Breakdown of 1977 Application for Payment CCDC 9A - 2001 Statutory Declaration to be 2001 made by the Contractor when applying for release of hold- ' back, security deposit, second and subsequent progress payment, upon Substantial or Total Performance CCDC 9B-2001 Statutory Declaration to be 2001 made by the Subcontractor to accompany the second and subsequent ' progress claims and when applying for release of holdback 1 ' END OF SECTION 00860 1 Al 1 Ll MUNICIPALITY OF CLARINGTON ' APPLICATION FOR CERTIFICATE OF PAYMENT BY CONSULTANT FROM CONTRACTOR: DATE: , PER: Application No.: , TO OWNER: Municipality of Clarington Project 40 Temperance Street , Bowmanville.Ontario Project No. L I C 3A6 Attention: Contract No. BY CONSULTANT: We hereby certify that in accordance with your Contract dated the Municipality of Clarington the Contractor is entitled to ' $ for the work performed and/or holdback releases for the period to ' Consultant Title Date: The issuance of this Cerificate for Payment shall not be taken as a representation that the Consultant has made any examination to ascertain how and ' for what the Contractor has discharged the obligations imposed by law under the Workplace Safety and Insurance Board,or other appl i cable statues,non- compliance with which may render the Client personally liable for the Contractor's default. ' STATEMENT OF ACCOUNTS AMOUNT(GST NOT INCLUDED) 1. Original Contract Amount $ ' 2. Changes: Summaries of Approved Change Orders and Approved Change Directives attached(See CCDC 15-B-77) $ 3. Current Contract Amount $ ' 4. Total Value of Work Performed to date $ 5. Holdback of $ ' 6. Less Holdback Released $ 7. Holdback Retained $ 8. Total Value of Work Performed(less holdback) $ ' 9. Less Amount previously certified $ 10. Amount of this application $ 11. GST Amount @5%(Value Added Taxes) $ 12. Total $ 13. Balance of Contract to Complete $ IMPORTANT:By law,the amount certified is subject to reduction by the amount of any lien for which the Owner has received notice- This certificate is not negotiable and is payable to the payee named in it;issuance,payment and acceptance are without prejudice to any rightsof the Owner or Contractor under the Contract. DISTRIBUTION: RECOMMENDED Date: ' 2 Copies to Owner for Approval FOR PAYMENT(for) Municipality of Claringtoo RECEIPT OF PAYMENT TO BE ACKNOWLEDGED BY CONTRACTOR Contractor Date Amount ■ Statutory Declaration Standard Construction Document ' of Progress Payment Distribution by Contractor CCDC 9A - 2001 To be made by the Contractor prior to payment when required as a The last application for progress payment for which the condition for either: Declarant has received payment is No. ❑ second and subsequent progress payments;or dated the day of release of holdback. in the year Identification of Contract Name of Contract (Location and description of the Work as it appears in the Contract Documents) ' Date of Contract: Day .Month Year Name of Owner Name of Contractor Identification of Declarant ' Name of Declarant Position or Title(of office held with Convacaor) ' Declaration ' I solemnly declare that, as of the date of this declaration, I am an authorized signing officer, partner or sole proprietor of the Contractor named in the Contract identified above,and as such have authority to bind the Contractor, and have personal knowledge of the fact that all accounts for labour, subcontracts,products,services,and construction machinery and equipment which have been incurred directly by the Contractor in the performance of the work as required by the Contract,and for which the Owner might in any way be held responsible,have ' been paid in full as required by the Contract up to and including the latest progress payment received,as identified above,except for: 1) holdback monies properly retained, 2) payments deferred by agreement,or 3) amounts withheld by reason of legitimate dispute which have been identified to the party or parties, from whom payment has been ' withheld. . I make this solemn declaration conscientiously believing d to be We, and knowing that it is of the same force and effect as if made under oath. Declared before me in this day of ' CjoyTow and Province in the year Signature ofDeclorant (A Commissioner for Oaths,Notary Public,Justice of the Peace,etc) ' The making of a false or fraudulent declaration is a contravention Apply a CCDC 9 of the Criminal Code of Canada, and could carry,upon conviction, penalties including fines or imprisonment. Copyright seal here. Use of this form without a CCDC 9 copyright seal constitutes an infringement of D II (L"I t copyright. Use of this form with a CCDC 9 copyright seal demonstrates that it is intended by the parties to be an accurate and unamended version of CCDC Copyright 2001 9A -2001. Canadian Construction Documents Committee 1 • • _ __ Standard Construction Document ' Statutory Declaration Standard Construction Document ' of Progress Payment Distribution by Subcontractor CCDC 9B - 2001 ' To be made by the Subcontractor prior to payment when required as a The last application for progress payment for which the condition for either: Declarant has received payment is No. Elsecond and subsequent progress payments;or dated the day of ' Elrelease of holdback. in theyear - identification of Subcontract ' Name of Subcontract (Location and description of the Work as it appears in the Subcontract Documents) Date of Contract: Day Month Year Name of Contractor Name of Subcontractor Identification of Declarant Name of Declarant Position or Title(ot olio Held wpm Sotxonnzaor) ' Declaration ' I solemnly declare that,as of the date of this declaration,I am an authorized signing officer, partner or sole proprietor of the Subcontractor ' named in the Subcontract identified above, and as such have authority to bind the Subcontractor,and have personal knowledge of the fact that all accounts for labour, subcontracts,products, services,and construction machinery and equipment which have been incurred directly by the Subcontractor in the performance of the work as required by the Subcontract,and for which the Contractor might in any way be held responsible, have been paid in full as required by the Subcontract up to and including the latest progress payment received, as identified ' above,except for 1) holdback monies properly retained, 2) payments deferred by agreement,or 3) amounts withheld by reason of legitimate dispute which have been identified to the party or parties, from whom payment has been withheld. ' I make this solemn declaration conscientiously believing it to be true,and knowing that it is of the same force and effect as if made under oath. Declared before me in this day of Citc Town and Province ' in the year Signature of Declarant (A Commissioner for Oaths,/rotary Public,Justice of the Peace,etc.) ' The making of a false or fraudulent declaration is a contravention Apply a CCDC 9 ' of the Criminal Code of Canada,and could carry, upon conviction, Copyright Seal here. penalties including fines or imprisonment. Use of this form without a CCDC 9 copyright seal constitutes an infringement of D copyright. Use of this form with a CCDC 9 copyright seal demonstrates that it Copyrggbt 2001 ' is intended by the parties to be on accurate and unamended version of CCDC Canadian Construction Documents Committee 9B-7001. ' Project No. 2009-19 ADDENDUM 00900.1 ' 1. Additions, deletions and additional instructions in all amendments apply to and govern the Contract Documents in accordance with GC1 as amended by the Supplementary Conditions. 2. LIST OF CONTENTS ' ADDENDUM PAGES DATE AMENDMENT DRAWINGS NO. INCLUDED: 1 1 I I I I I IEND OF SECTION 00900 I ■ Tender No. CL2O09-39 ADDENDUM NO. 1 PAGE 1 INTERIOR RENOVATIONS TO ' GARNET B. RICKARD RECREATIONAL COMPLEX Community Care Durham facilities Bowmanville, Ontario ' Tender CL 2009-39 1.1 The following additions, deletions and additional instructions shall apply to and govem the contract ' documents. 9.2 Rotor to 3osclNcetiom Section 10850="Rolkw Blinids" 1.2.1 MechoShade roller shade systems is an acceptable manufacturer. 1.3 Ranae Hood: ' 1.3.1 42"wide range hood. Alternate manufacturer with similar features will be accepted. 1.4 Electrical.• ' 1.4.1 As per electrical addendum No. E.1 attached herein. 1 ' R ved 1 PR J. R. FR ETHY ARCH CT ' END OF ADDENDUM NO. 1 -OCTOBER 26,2009 ' JORDAO AND ASSOCIATES LINIITED [SMANUEL ELECTRICAL ENGINEERING TO: J.R. FREETHY ARCHITECTS DATE: October 26, 2009 ' 5 Silver Street Bowmanville, Ontario PROJECT NO: 2009-114 L1C 3C2 PROJECT: GBRCC Renovations Attn: Mike Hwy No 2 & Martin Rd Bowmanville, Ontario ADDENDUM ADD- NO: E-1 ' ADDENDUMS ARE ISSUED TO PROVIDE DIRECTION TO THE CONTRACTOR TO INCLUDE IN HIS TENDER PRICE FOR A CHANGE TO THE CONTRACT DRAWINGS AND SHALL BE INCLUDED AS PART OF THE CONTRACT DOCUMENTS. THE FOLLOWING REVISIONS, ADDITIONS OR DELETIONS SHALL BE INCLUDED IN THE STIPULATED WHOLE SUM TENDER WHEN SUBMITTED. 1 1.0 Reference ' 1.1 Drawing#E-302, "Lighting Plan New Layout" ' 2.0 Drawing#E-302 (No Sketch or Drawing Issued with Addendum) 2.1 In Conference Room #003 revise type `174' luminaires to type `F5' and quantity ' from two (2) - 8'-0"to three(3) -4'-0". 2.2 Add to "Lighting Fixture Schedule", new type `F5' as follows; ' 'W-0" long 2-lamp direct/indirect fluorescent luminaire suspended by means of aircraft cable c/w extruded aluminum housing(finish to suit architect), parabolic louvre, 2 x 54W T5110 lamps (colour temp 3500K) and 120V electronic ballast. ' Foresight Lighting "Amsterdam". 2.3 Locate in Custodian Room#019 emergency battery unit DC-2, 360W Capacity tc/w one (1) emergency head. Feed from emergency lighting circuit#EL-5. End of Addendum E-1. 556 Edward Ave.,Unit 82,Richmond Hill,Ontario,Canada L4C 9Y5 Phone:(905)780-8590 Fax: (905)780-8591 Email: mjordao @mjaeng.com 1 �I ' Project No. 2009-19 SUMMARY OF WORK 01010.1 ' PART 1 WORK OF THIS CONTRACT ' 1.1 Shall include but not be limited to: 1.2 PROVIDE: 1.2.1 Temporary barriers/protection /utilities/security/controls/services/selective demolition 1.2.2 Site supervision 1.2.3 Maintenance of temporary construction access routes during entire duration of construction including supervision of all delivery and construction vehicles entering and leaving the site. 1.2.4 Temporary protection,shoring,barriers,security,controls,services fencing to isolate active work ' zones and the contractors site occupation limits as required to protect the public. 1.2.5 Complete interior alterations at designated locations. 1.2.6 Selective removal and reinstallation of existing HVAC components as required to fit new construction to existing. ' 1.2.7 Cast-in place concrete/floor slab repairs 1.2.8 Resilient flooring, carpet, cove base, porcelain tile floor finishes, porcelain tile cove base. ' 1.2.9 Acoustic ceilings/gypsum board/gypsum board repairs/metal stud systems 1.2.10 Fire stopping and smoke seals i ' 1.2.11 Joint sealants 1.2.12 Glazing/aluminum windows ' 1.2.13 Wood doors, hollow metal door frames, hollow metal screens 1.2.14 Rough and finish carpentry, architectural millwork 1.2.15 Finish hardware 1.2.16 Painting ' 1.2.17 Fire separation upgrades 1.2.18 Mechanical and electrical systems alterations 1.2.19 Building automation system alterations 1.2.20 Fire alarm and emergency lighting system alterations. ' 1.2.21 Temporary heat, power, lighting, sanitary facilities, telephone and weather protection. 1.2.22 Computer data cabling rough in provisions ' 1.2.23 Security system rough in provisions 1.2.24 All cutting and patching as required to fit new construction to existing ' 1.2.25 Structural modifications to existing roof structure to accommodate new AHU and newmechanical openings in roof deck 1 Project No.2009-19 SUMMARY OF WORK 01010.2 ' 1.2.26 ACT cutting and patching of existing Pad 'B'corridor ceiIingsas required to run new powers upply from main electrical room to new AHU #1. ' 1.2.27 Reinforcement of existing roof structure to support new AHU 41 and resultant snow shadow loading increase ' 1.2.28 Cutting and patching of existing roof membrane, structural deck and reinforcement for new mechanical penetrations of the roof construction. 1.2.29 Cutting and patching of existing Pad'B'corridor ceilings as required to extend existing domestic hot and cold water lines/tempered water supply lines to alteration area. 1.2.30 Modifications to the existing information counter millwork. ' 1.2.31 Dismounting and relocation of 2 existing barrier free power door operators. 1.2.32 Fire protection engineering of the modifications to the existing pre-action sprinkler system zone within the alteration area. 1.2.33 Air balancing and commissioning of the HVAC systems modifications. 1.2.34 Overtime premiums for labour costs in order to maintain schedule including weekend work. 1.2.35 Restoration of existing mulch planting bed, concrete walkway,sanitary man hole#1 as required to install new sanitary drainage. ' 1.2.36 Cutting and patching of existing single ply roof membrane, thermal insulation, vapour barrier thermal barrier as required to fit new construction to existing. 1.2.37 Bracing, structural modifications, cutting and patching of the existing King span S42 microrib ' insulated sandwich panel cladding and building wall construction as required to install new curtain wall framing systems for W.1 and W.2. 1.2.38 Security of the alteration area from commencement of construction until certification of substantial ' completion. 1.2.39 Interior signage 1.2.40 Washroom accessories 1.2.41 Air balancing HVAC systems / ESA permit fees/fire alarm verification ' 1.2.42 Field supervision, engineering 1.2.43 Establishment of a fire safety plan during construction for the construction site occupation limits ' 1.2.44 Ail the above as described on the drawings and as hereinafter specified. 1.3 WORK NOT IN THIS CONTRACT ' 1.3.1 The Owner will apply for and pay for the building permit. 1.3.2 Boardroom furniture,chairs,filing cabinets, workstation system furniture,shelving appliances by Owner. 1.3.3 Computer data cabling, hub rack, by Owner 1.3.4 Security cabling, key pad by Owner 1.3.5 Intercom, phone cabling,phone system by Owner 1.3.6 Waiting area couch by Owner ' 1.3.7 Fridge, dishwasher by Owner Project No. 2009-19 SUMMARY OF WORK 01010.3 PART 2 GENERAL REQUIREMENTS ' 2.1 Timing of the Work of this contract shall be as set forth in the Instructions to Bidders and the ' Tender Form and as itemized herein. 2.1.1 Contractor shall achieve substantial performance of the total contract scope not later than Friday March 12,2010. , 2.1.2 Subject to achievement ofitem2.t above Owner's forces will move furniture and computers into the renovated alteration areas Monday March 15, 2010. 2.1.3 Contractor shall achieve total performance not later than Monday March 29, 2010. ' 2.1.5 Conform to all Divisions and all parts of all Divisions of the Contract Documents commencing with Bidding and Contract Requirements. ' 2.1.6 Notes on the drawings supplement the specifications subject to the General and Supplementary Conditions of the Contract. 2.1.7 Whereverthe words,"approved","satisfactory","directed""permitted","inspected", "instructed", i required","submit","ordered",or similar words or phrases are used in the Contract Documents, it shall be understood,unless the context provides otherwise,that"by(to)the Consultant"follow. 2.1.8 The contractor shall maintain the existing fire alarm system fully operational throughout the ' duration of construction. The contractor shall be responsible for verification of any modifications to the fire alarm by a qualified independent inspection agency. 2.2 ACCESS TO BUILDING ' The Owner, Consultant and authorities having jurisdiction shall have access to the work at all times. ' 2.3 PROVIDE MEANS, SUPPLY AND INSTALL: Specifications or on the Drawings shall not mean b The words "bv others" when used in the Spe g Y ' someone other than the Contractor. The only means by which something shown or specified shall be indicated as not being in the Contract is by the use of the initials"NIC"or the words"not in the Contract", "bv Owner",or"by , Owner's forces". 2.4 THE WORD "ALL" ' Whether used or not, is intended to apply to all products and cases (events) mentioned in the Specifications, unless the context clearly and specifically provides otherwise. Example: it may be specified in one place that blocks shall be free from chips and in another place it may stipulate ' that all blocks shall be clean. It shall be understood from this that all blocks shall be free from chips and clean. 2.5 In all cases where a device or part of the equipment is referred to in the Specifications in the ' singular number, it is intended that such reference shall apply to as many such devices as are required to complete the installation. PART 3 EXECUTION AND COMPLETION OF THE WORK ' 3.1 Commence no work on site until contract is signed or letter of intent is received authorizing construction to proceed pending signing of the formal agreement. ' 3.2 The contractor shall not commence work on site until the building permit has been issued and is posted on site. 3.3 Commence the work within seven days of the signing of the Contract or upon receipt of , authorized letter of intent, subject to item 3.2 above. Project No. 2009-19 SUMMARY OF WORK 01010.4 ' 3.4 If necessary, due to special construction conditions, or if it becomes necessary in order to complete the Work within the contract time, to work overtime, the Contractor shall pay all ' necessary overtime costs and shall provide all necessary permits,co-ordination, etc. for same. 3.5 It shall be understood that the Contract Price includes sufficient funds for the provisions of temporary heating, temporary shoring, temporary shelters and other necessary measures to ' enable all sub trades to proceed without delay regardless of weather or field conditions. 3.6 Access to existing building fire exits must be maintained at all times during construction. ' 3.7 The Contractor may obtain temporary water and power from the existing building at points approved by the Owner. ' 3.8 The Consultant will chair the preconstruction meeting. 3.9 The Contractor shall chair and minute bi-weekly construction meetings throughout the duration of the construction. ' 3.10 The work zone shall be secured by the contractor at all times during execution of work of this contract. ' END OF SECTION 01010 1 Project No. 2009-19 ALLOWANCES 01021.1 1. REQUIREMENTS INCLUDED ' 1.1. Cash Allowances ' 2. CASH ALLOWANCES 2.1 Refer to GC.4.1. ' 2.2 Include in the Contract Price, cash allowances stated herein. The intent of this Specification is that Cash Allowances shall be carried by the General , Contractor, not by individual subcontractors. Contractor shall read entire Specification prior to bidding and shall include in the Stipulated Contract Sum, all Cash Allowances called for in this or any section of the Specifications. If allowances specified herein are repeated in Trade t Sections,or if allowances are specified in Trade Sections but not listed in this section,Contractor is requested to inform Consultant immediately in order that action may be commenced to implement the express intent that all Cash Allowances be carried by General Contractor. , 2.3 Conform to General Instructions, Section 01010. 2.4 Cash Allowances, unless otherwise specified, cover the net cost to the Contractor of services, ' products, construction machinery and equipment, freight, unloading, handling, storage, installation and other authorized expenses incurred in performing the work stipulated under the individual Cash Allowance. 2.5 The Contract Price,and not the Cash Allowances, includes the Contractor's overhead and profit ' in connection with such Cash Allowances. The Cash Allowances include all relevant taxes, but exclude G.S.T. , 2.6 Where authorized expenditures under Cash Allowances exceed the aggregate sum of all of the Cash Allowances the Contractor shall be entitled to compensation for the overrun plus an amount for overhead and profit as specified in the Contract Documents. ' 2.7 The Contract Price shall be adjusted by written order to provide for any increase or decrease to the aggregate of all of the Cash Allowances as a Change Order. 2.8 Disbursements from Cash Allowances shall be authorized by the Consultant in writing as ' a Change Directive. 2.9 Progress payments on account of work authorized under cash allowances shall be included in ' the Contractor's monthly certificate for payment. 2.10 Unexpended amounts of Cash Allowances may be reallocated to other specified Cash , Allowances at the sole discretion of the Owner and or Consultant. 2.11 No refund of mark-up will be expected from the Contractor if actual expenditure against specified purpose Cash Allowances is less than the aggregate total of such allowances. ' 3.1 The following Cash Allowances shall be included in of the contract: Allowance No. 1 Inspection and Testing $2,500.00 ' Allowance No. 2 Miscellaneous Specialties $ 1,500.00 TOTAL CASH ALLOWANCE $4,000.00 ' END OF SECTION 01021 ' 1 Project No. 2009-19 MEASUREMENT AND PAYMENT 01150.1 1. APPLICATIONS FOR PAYMENT ' 1.1 Applications for monthly payments shallbe submittedfor reviewon CCDC Forms 15-77,15-A-77, 15-B-77 (see Section 00860)showing the full schedule of values as per Section 01300, in rough draft form and approved by the Owner,Consultant and Contractor. Draft shall be submitted five ' (5)days before submission of the formal application in triplicate with one(1)copy each retained by the Owner and Consultant. All Change Orders as approved during the preceding month shall be entered on the application ' form and shall be kept up-to-date month by month. All expenditures against Cash Allowances shall be similarly claimed for the month that they were invoiced and must be supported by accompanying invoices. Show each Change Order and Cash Allowance items individually and total of Change Orders and Allowances on each application. 1.2 The Consultantshall review and evaluate the draft application with the Owner and the Contractor- Upon approval of the Consultant, the Contractor shall submit the formal application for payment ' ( 4 copies required ). 1.3 The Contractor must provide at his/her expense with each application after the first,a Statutory Declaration on CCDC 9A-2001 certifying that all accounts have been paid for which he/she has ' received payment as set forth therein. The Statutory Declaration must bear an original CCDC 9 copyright seal. ' 1.4 Majorsubtrades listed onsection 00400 Supplemental Tender Form must providewith the second and subsequent progress draws a statutory declaration on CCDC 9B-2001 at his /her expense certifying that all accounts have been paid for which he/she has received ' payment from the contractor- The statutory declaration must bear an original CCDC9 copyright seal or the draw will not be processed. 1.5 VALUATION OF CHANGES IN THE WORK ' 1.5.1 As set forth in the General and Supplementary Conditions of the Contract and as follows: 1.5.2 Upon receipt of a C.C.N. by the Contractor, all Work affected by the contemplated change shall ' be suspended until a C.O.signed by the Owner is received,or until written notification is received rom the Consultant cancelling the C.C.N. In case of delay in issue of a C.O., or where progress of the Work demands, the Consultant, with the approval of the Owner, may give written ' instruction to the Contractor to proceed with the contemplated change before issue of a C.O. or resolution of any dispute over change to the Contract Price or Time. 1.5.3 If the quotation received is unacceptable as regards price or time,the Consultant will reject same and request a revised quotation from the Contractor. If an acceptable quotation is not received within thirty(30)days of the original issue of a C.C.N., the Consultant will then proceed with a Change Order on the basis of his / her own evaluation as per the general conditions of the ' contract. 1.5.4 The Contractor shall be responsible for providing all subcontractors with the required copies of C.C.N.'s and change orders. 1 tEND OF SECTION 01150 I Proiect No. 2009-19 SUBMITTALS 01300.1 t PART 1 DESCRIPTION ' 1.1 REQUIREMENTS INCLUDED: ' 1.1.1 Schedule of Values, Construction Schedule, Certificates and Transcripts, Shop Drawings and Product Data,Samples, Record Drawings, and Operating Manuals and Reference Data. 1.2 WORK INCLUDED: ' 1.2.1 Make submittals to the Consultant as called for throughout the Contract Documents, in ' conformance with this Section. 1.2.2 Make any changes in submittals which the Consultant may require, consistent with the Contract Documents and resubmit unless otherwise directed by the Consultant. ' PART 2 GENERAL REQUIREMENTS 2.1 CONTRACTOR'S RESPONSIBILITY FOR SUBMITTALS: ' 2.1.1 When making any submittal, the Contractor shall notify the Consultant,in writing,separate from the submittal, of changes made therein from the Consultant's Drawings or Specifications. The Consultant's review of such submittals or of the revised submittals shall not relieve the Contractor ' from responsibility for changes made from the Consultant's Drawings or Specifications not covered by the Contractor's written notification to the Consultant. 2.1.2 The review of submittals by the Consultant is for the sole purpose of ascertaining conformance , with the general design concept. This review shall not mean that the Consultant approves the detail design inherent in the submittals, responsibility for which shall remain with the Contractor submitting same. Such review shall not relieve the Contractor of his responsibility for errors or ' omissions in the submittals, or of his responsibility for meeting all requirements of the Contract Documents.The Contractor is responsible for dimensions to be confirmed and correlated at the Site,for information that pertains solely to fabrication processor or to techniques of construction and installation, and for co-ordination of the work of all Subcontractors. ' 2.1.3 The Contractorshall assume responsibility for any conf licts occurring between the Subcontractors which result from lack of comparison and co-ordination of submittals of the work of the affected trades. ' 2.1.4 The review of submittals does not authorize changes in cost or time. 2.1.5 The Work shall conform with reviewed submittals subject to the above conditions. , 2.1.6 All submittals shall be checked by the Contractor for conformity to Drawing and Specifications and his contractual requirements before submission to the Consultantfor review. All submittals ' must bear the stamp of the Contractor and the signature of an authorized official in the Contractor's organization indicating in writing that such submittals have been checked and co- ordinated by the Contractor and his/her site superintendent . 22 SCHEDULING TIME OF SUBMITTALS: ' 2.2.1 Make submittals with reasonable promptnessandin an orderly sequence so astocause no delay in the Work or in the work of other contractors. Be responsible for delays, makeup time lost and ' pay added costs incurred because of not making submittals in due time to permit proper review by the Consultant and the Owner. Project No. 2009-19 SUBMITTALS 01300.2 ' 2.3 SAMPLES: ' 2.3.1 Samples shall be constructed of the same materials as specified for the sampled element of the Work. Samples of assemblies shall be prepared so as to hold together as a unit. 2.4 TITLE: ' 2.4.1 Each sheet or sample shall bear a title block or label giving the following information: ' a) Name of the Work; b) Descriptive name of subject matter; C) Name, address and telephone number of fabricator; d) Name, address and telephone number of person responsible for preparation of ' submittals; e) Fabricator's project and submittal reference numbers; f) Date prepared, and scale; g) Date approved and initial of authorized person; ' h) Signature and seal of subconsultant where required by the Documents or authorities. PART 3: SCHEDULE OF VALUES ' 3.1 Submit a schedule of values, broken down Section by Section and Subcontractor by Subcontractor on the monthly application for payments CCDC Form 15-A-77. PART 4 CONSTRUCTION SCHEDULE ' 4.1 Submit a construction schedule to the Consultant within ten (10)days of award of Contract. ' 42 The construction schedule shall be in the form of a bar chart showing the commencement date, duration, completion date and any anticipated interruptions of each Section and each Subcontractor, major material and/or equipment delivery dates. 4.3 All Sections shall be made aware of this Schedule, agree that is feasible and acknowledge their commitment to it. 4.4 Show the date of commencement of work and the dates of Substantial Completion and Total ' Performance. 4.5 Post, maintain and enforce the schedule in accordance with Section 01040, Co-ordination. ' PART 5 CERTIFICATES AND TRANSCRIPTS 5.1 Immediately upon award of Contract, submit Workplace Safety & Insurance Board ' Certificate of Clearance, transcript of insurances and copy of Ministry of Labour Notice of Project. PART 6 SHOP DRAWINGS AND PRODUCT DATA ' 6.1 Manufacturer's publications are acceptable for non-custom items of equipment. Where manufacturer's catalogues, excerpts from catalogues, pamphlets or other data sheets are submitted for items of equipment in lieu of, or together with prepared shop drawings, submit same number of copies of such publications and specifically indicate the items involved; submissions showing only general information are not acceptable. Proiect No 2009-19 SUBMITTALS 01300.3 PART 6 SHOP DRAWINGS AND PRODUCT DATA (Continued) ' 6.2 Copies of shop drawings may be required by all or any of the following: Consultant, , Subconsultants,Authority,Owner,Contractor,Subcontractor,Fabricator and Operating Manuals and Reference Data. 6.3 Provide the following number of copies of shop drawings: ' a) All Sections 8 copies: b) One copy of all Shop Drawings shall be submitted directly to the owner's designated ' representative at the Owner's address bythe Contractor when submittals are being made to the Consultant. 6.4 SHOP DRAWINGS AND PRODUCT DATA SHOW ALL: ' Necessary plans, elevations, sections and details to show all applicable information as required herein; dimensions;configurations, types and sizes required: Identify each unit type on drawing ' and on product; placing patterns, spacing, layout, locations, erection diagrams; integral reinforcement, framing, fabrication; anchoring, anchoring devices; control joints, joints and connections between elements;preparation and reinforcement for other products to be attached; welds: For structural welds use AWS symbols and clearly show net weld lengths, sizes and ' sequence; design loads for engineered products such as deck, mechanical and electrical equipment;descriptions of materials; metal,glass, board,panel,etc.thicknesses;finishes,shop and integral including thicknesses,colours,textures;glues,adhesives,joinery;installation details ' and instructions (for products to be installed by other Subcontractors); functions. PART 7 SAMPLES 7.1 Submit 2 identical samples of each item required showing specified or proposed materials, , construction, finish,colour, texture and pattern. 7.2 One of each pair of accepted samples will be returned to the contractor who shall hold it on Site ' until removal of it from the Site is permitted by the Consultant. 7.3 Any materials or assemblies, whether incorporated in the Work or not, which do not match approved samples,shall be removed and replaced at no extra cost to the Owner. 1 PART 8 RECORD DRAWINGS 8.1 The Contractor shall obtain from the Consultant a complete and separate set of white prints to , keep on the Site at all times. 8.2 These prints shall be marked up by responsible personnel of the Contractor and Subcontractors ' to record clearly, neatly,accurately and promptly all locations of buried mechanical and electrical work and deviations from the Contract Documents. 8.3 The accurate location,depth, size and type of each underground utility and service line shall be ' recorded before concealment to ensure accurately directed future access to these concealed services. PART 9 OPERATING MANUALS AND REFERENCE DATA ' 9.1 The Contractor shall forward the following to the Consultant in conformance with the specified take-over procedures: ' 9.2 In triplicate in matching loose leaf binders: 1 Protect No. 2009-19 SUBMITTALS 01300.4 a) Listof all Subcontractors,majorsuppliers,and local equipment service representatives,their addresses and telephone numbers; b) Date of substantial completion (commencement of warranty periods) and termination dates of warranties; ' c) operating manuals including lubricating, repair and other instructions to keep all mechanical and electrical/electronic equipment in good working order. Reviewed shop drawings of mechanical and electrical equipment ' d) final hardware schedule, including lock manufacturer's descriptive and service literature, e) maintenance instructions for all types of floor finish and other special finishes; tf) maintenance and service instructions and manufacturer's literature forallspecial architectural features - window hardware sources, parts lists,joint sealants used on this project ' g) all duly completed and signed extended warranties, etc.; h) One copy of each of the following in one of the binders: Statutory Declarations on CCA Forms 9A and 9C; Workplace Safety and Insurance Board Certificate; Electrical Safety Authority Certificate of Inspection; Fire Alarm Verification, Extended Warranties. 9.3 The three binders shall be 8-1/2"x11" format, hard cover. The cover of each binder shall bear: ' 9.3.1 Name of Project: INTERIOR RENOVATIONS TO GARNET B. RICKARD RECREATIONAL CENTRE - Community Care Durham Facilities Bowmanville, Ontario" 9.3.2 Name of Owner: Municipality of Clarington ' 9.3.3 Name of Consultant: J. R. Freethy Architect 9.3.4 Name of Contractor: 1 ' END OF SECTION 01300 Protect No 2009-19 GENERAL INSTRUCTIONS 016o0.1 ' PART 1 DESCRIPTION ' 1.1 Requirements Included: General Instructions , 1.2 Related Requirements: GC.25, "Contractor's responsibility and control of the Work" PART 2 EXAMINATION/REVISIONS , 2.1 The Contractor affirms that before tenderin the Contractor did examine the Site and ascertain the extent and nature of all conditions affecting the performance of the Work including the location of all underground services which may have to be removed, relocated or protected. ' 2.2 The Contractor affirms that before tendering the Contractor did examine the Specifications Drawings and other Tender documents thoroughly- It shall be assumed that the Contractor thoroughly understands these documents. ' 2.3 Drawings are intended to convey the scope of the Work and indicate general and approximate location, size and configuration of equipment, fixtures, ducts, piping, conduit, outlets. Obtain more accurate information about the location, arrangement, connectors and sizes from co- , ordination of Shop drawings, field conditions, Specifications and the Drawings including architectural, structural, mechanical and electrical discussions. Where field conditions require reasonable changes in indicated location and arrangements/make such changes at no extra cost to the Owner. ' 2.4 Inform the Consultant of all problems encountered. Make no revisions without the Consultant's knowledge and approvals. PART 3 SERVICES AND UTILITIES ' 3.1 Verify the location and/or availability of sewers, gas,water, telephone, electrical, etc. within the building site,adjoining properties,sidewalks,streets,etc. Contractor shall immediately notify the ' Consultant of any variance with the provisions of the Contract Documents. 3.2 Protect, relocate or maintain existing active services whenever they are encountered. 3.3 Cap off inactive services and remove the unwanted sections to the approval of the authorities, ' public utilities and/or the Consultant. 3.4 In the event of damage to active services, notify the Utilities, Authorities and the Consultant , immediately. Make all required repairs under the direction of the appropriate utility. Pay all costs of such repairs including overtime as required to restore service(s). PART FINISHED DIMENSIONS AND ELEVATIONS ' 4.1 Finished work shall be plumb,flush, true to lines, levels and accurate in all respects. Provide all required dimensional co-ordination between the various sections of the Work including field engineering. ' PART 5 DAILY RECORD 5.1 The Contractor shall maintain a daily written record on Site outlining the progress of the Work; , Dailyweather conditions; number of men engaged on the Work daily including Subcontractors; commencement and completion dates of all trades, sections of the Work; conditions such as strikes, manufacturing delays affecting the execution of the Contract. 5.2 This record shall be open to inspection by the Consultant upon request. ' Project No. 2009-19 GENERAL INSTRUCTIONS 01600.2 PART 6 CONSTRUCTION SCHEDULE ' 6.1 Post a copy of the Construction Schedule in the Site office. Update the schedule on a weekly basis. ' PART 7 MODULAR CO-ORDINATION 7.1 The Wcrk incorporates both metric and imperial components. Conform to the modular unit and joint requirements for all components. PART 8 MANUFACTURER'S INSTRUCTIONS ' 8.1 The specifications are not intended as a detailed description of installation methods, but serve to indicate particular requirements in the completed work. 8.2 Where the specifications do not provide all information necessary for complete installation of an ' item, then the manufacturer's instructions for first quality workmanship shall be strictly complied with. 8.3 Notify the Consultant in writing of conflicts between the specifications and manufacturer's instructions,so that the Consultant may establish the course of action. PART 9 FASTENINGS ' 9.1 Supply all fastenings,anchors and accessories and adhesive required forfabrication and erection of the Work. Exposed metal fastenings and accessories shall be of same texture, colour and finish as base metal on which they occur. Keep exposed fastenings to a minimum,evenly spread t and laid out. Exposed means visible by the occupants at Completion of the Work, unless scheduled, indicated or specified otherwise. ' 9.2 Metal fastenings shall be of the same material as the metal component they are anchoring or of a metal which will not set up an electrolytic action which would cause damage to the fastening or metal component under moist conditions. In general, exterior anchors for windows, roofing sheet metal and anchors occurring on or in an exterior wall or slab shall be non-corrosive,hot dip galvanized steel or stainless steel. 9.3 Anchoring and fastening devices or adhesive, shall be of appropriate type and shall be used in sufficient quantity in such a manner as to provide positive permanent anchorage of the unit to be ' anchored in position. Install anchors at spacing to provide for required load carrying capacity. Fastenings which cause spalling or cracking of material to which anchorage is being made are not permitted. ' 9.4 Attach and fasten fittings and fixtures in place in a safe, sturdy and secure manner so that they cannot work loose or fall or shift out of position during the occupancy of building as a result of vibration or other causes during the normal use of building. 9.5 Do not use powder-actuated fastening devices which are stressed in withdrawal on any part of the work without written Consultant's approval. ' 9.6 Properly size expansion shield anchor holes in concrete and drill cleanly to avoid over-sizing. 9.7 Wood plugs in masonry are not permitted. Fastenings shall be of permanent type. Pro ect No. 2009-19 GENERAL INSTRUCTIONS 01600.3 ' PART 10 DISSIMILAR METALS ' 10.1 Insulate metals where necessary to prevent corrosion due to contact between dissimilar metals, , and between metals and masonry,concrete or gypsum board. Use bituminous paint,butyl tape, building paper or other approved means. Use bituminous paint only on aluminum surfaces. PART11 THRESHOLDS , 11.1 Set all thresholds in a bed of sealant. PART 12 EMBEDDED CONDUIT PIPE AND SLEEVES ' 12.1 Fill all unused sleeves and holes not otherwise filled. If unused sleeve is in a fire or sound barrier, it must be filled in such a way as to restore the integrity of the fire or sound barrier. ' 12.2 Sleeves, conduits and pipes which pass through suspended slabs, beams or walls, shall be in approved locations which do not impair the strength of the construction. Space them at not less , than 3 diameter o.c. For conduit greater than one-third slab thickness, depress subgrade to maintain minimum 65 mm concrete above and below conduit, extend coverage 150 mm minimum each side of conduit. Where crossovers occur,one conduit or pipe shall be depressed to pass under the other and the subgrade depressed to increase the slab thickness locally. ' 12.3 Conduits or pipes embedded in concrete slabs on grade shall not be larger in outside diameter than one-third the thickness of the slab, and shall have minimum 50 mm concrete cover to the ' finished surface. 12.4 Where electrical or telephone boxes are back to back,serving each side,locate them at least 200 mm apart laterally. ' PART 13 FLOOR SURFACES 13.1 Adequately protect trowelled concrete floors and finished flooring from damage. Take special ' measures when moving heavy loads or equipment on them. Keep floors free of materials likely to stain or impair bond of applied finishes. PART 14 CONCEALED SERVICES ' 14.1 Install and arrange all ducts, piping, conduit, wiring and equipment and fixtures in such a way as to conserve headroom and space to provide minimum interference. Except as otherwise noted, ' run pipes, ducts, tubing and conduit, vertical, horizontal and square with building grid. Conceal pipes, ducts tubing and conduit above ceilings, behind furring or in walls, except in mechanical rooms, equipment rooms and unfinished spaces, unless indicated or specified otherwise. ' PART 15 DEFLECTION 15.1 Provide allowances at the head of non-bearing partitions for deflection of the structure above. ' Clearance shall be based on span/360(due to live load only)of old members supporting the floor or roof deck except as indicated otherwise on the drawings or specifications. Maintain the integrity of wall or partitions as fire or acoustic barrier. ' I , 1 Project No. 2009-19 GENERAL INSTRUCTIONS 01600.4 ' PART 16 SUSPENDED CEILING SUPPORT ' 16.1 Provide adequate support for electrical fixtures in suspended ceilings. If separate support for such fixtures is not specified and fixtures are to be supported by suspended ceiling ensure that such support is adequate as required by the designated Electrical Inspection Department having ' jurisdiction and the Ontario Building Code. If light fixtures are not supported independent of the ceiling system,then provide certification that adequate support is provided by the suspended ceiling and in particular conformance to the ' specified design. PART 17 TRADEMARKS AND LABELS 17.1 Locate trademarks and labels on concealed or inconspicuous surfaces or remove by grinding if necessary or paint out where surfaces painted. If located conspicuously in exposed location. ' 17.2 All strippable coatings shall be removed prior to occupancy. ' END OF SECTION 01600 f Project No. 2009-19 PRODUCTS 01610.1 PART -I DELIVERY/SCHEDULING 1.1 It is the responsibility of the Contractor to ensure that the supplier and/or distributor of ' the materials specified, which he/she intends to use,are on the Site when required. All field dimensions of the existing field conditions and openings must be fully correlated by the Contractor and related subcontractors and / or suppliers prior to fabrication of the new ' construction components. The Contractor shall obtain written confirmed delivery dates from the suppliers and / or distributors. 12 Notify the Owner and Consultant of any anticipated delays for the supply of product(s) and/or equipment. ' PART 2 STORAGE HANDLING AND PROTECTION 2.1 Store products in original and undamaged conditions with manufacturer's labels intact,protected from weather. The scheduling of the hollow metal door frames/screens including glazing is critical to achieving the stipulated occupancy date. The contractor will provide secure enclosed containers on site within the designated exterior site occupation limits. 2.2 The contractor shall be responsible for the costs of any glazing replacements due to vandalism ' within the alteration areas. 2.3 Store doors,millwork,window assemblies and glazing on flat solid supports in secure area under similar temperature and humidity conditions to finished work. 2.4 Paints shall not be stored in the building. ' 2.5 Damaged products shall be replaced at no cost to Owner. 2.6 Handle products in accordance with WHMIS. ' END OF SECTION 01610 ' t Proiect No. 2009-19 CLEANING 01640.1 ' 1. DESCRIPTION ' 1.1 Requirements Included: 11.1 Cleaning of the Work in progress. ' 2. GENERAL CLEANING 2.1 The Contractor shall clean up the building and Site each day during the construction period. All ' debris and excess material shall be removed from the Site. 2.2 Should the Contractor fail to perform such clean up and /or removal, then the Consultant shall, on behalf of the Owner, notify the Contractor in writing that he /she is in default of his / her ' contractual obligations and instruct the Contractor to undertake said work within 24 hours of receiving the notice. ' 2.3 If the Contractor fails to comply with the direction,then the Owner may undertake such work and may deduct the cost thereof from the payment then or thereafter due the Contractor. 2.4 Remove oily rags and waste and other combustible debris from the active work zone at close of ' each day, or more often if required, and from site construction compound at least once a week. 3. STRIPPABLE COATINGS AND LABELS ' 3.1 Remove from finished surfaces all labels and strippable protective coatings before they thermoset. All glazing shall be cleaned by the contractor prior to substantial performance. ' 4. FINISHED SURFACES 4.1 Clean finished surfaces upon the completion of the work of each Section for inspection by the Consultant. t 1 1 END OF SECTION 01640 Project No. 2009-19 CONTRACT CLOSEOUT 01700.1 ' 1, DESCRIPTION ' 1.1 Requirements Included: ' 1.1.1 Take-Over Procedure; 1.1.2 Finished Areas; , 1.1.3 Final Cleaning; 1.1.4 Systems Demonstrations; ' 1.1.5 Documents; 1.1.6 Project Commissioning. ' 2 TAKE-OVER PROCEDURE 2.1 General: ' 2.1.1 The procedure for completing contracts and acceptance by the Owner is to be in accordance with the method described in the OAA/OGCA Document 100 and any additional requirements , described below. The procedure described in the document consists of the following seven stages: Stage 1 Contractor's Inspection for Substantial Performance , Stage 2 Contractor's Application for Certificate of Substantial Performance Stage 3 Consultant's Certificate of Substantial Performance Stage 4 Consultant's Certificate for Payment of Holdback Monies ' Stage 5 Final Inspection for Total Performance Stage 6 Consultant's Final Payment Certificate Stage 7 Warranty Period(s) 2.1.2 All stages will be reviewed at the pre-construction meeting to ensure that all parties understand ' their responsibilities. 2.2 The Lien Period: The Lien Period commencement, procedure and release of holdback monies will be t in accordance with the Construction Lien Act 1997. 2.3 Certificate of Substantial Performance: ' The Certificate of Substantial Performance is to be prepared in the form required by the Construction Lien Act, 1997. When issued, it is to have attached a normal Progress Certificate showing the statement of account to-date and is to be sub-titled "Substantial Performance". ' 2.4 Publication Copy: Sub,mit promptly one copy of the construction trade newspaper containing publication of copy of the Certificate of Substantial Performance. ' 2.5 Defect and Deficiency: 2.5.1 A defect is an item of the Work required by the Contract which has been installed but requires ' repair and/or replacement at a specific time. 2.5.2 A deficiency is an item of the Work required by the Contract which has not been installed or put ' into operating condition. Project No. 2009-19 CONTRACT CLOSEOUT 01700.2 2.5.3 A warranty item is an item of work, installed under a contract which a manufacturer or installer agrees to maintain in, or restore to perfect condition for a specific period of time, after the ' Owner's acceptance of the Work as being substantially complete. 2.5.4 When, in the Consultant's opinion, the Work under the Contract is substantially complete, and prior to the final inspection by the Owner, a preliminary inspection shall be made at which time ' all defects and deficiencies shall be listed, taking care to distinguish between the two. 2.5.5 Deficiency List: ' Neither the Owner's representatives nor the Consultant will be responsible for the issue of extensive lists of deficiencies. The Contractor shall understand that the prime responsibility for ensuring that all items shown on the Drawings and described in the Specification are complete is his / hers. Any inspections to approve Certificates of Substantial Performance shall be ' imrnediately cancelled if it becomes obvious that extensive deficiencies are outstanding. 2.5.6 During the inspection, decision must be made as to which defects must be rectified before the building can be accepted and which defects are to be treated as warranty items. Deficiencies ' shall be made good before the Contract is considered complete. 3.1 FINISHED AREAS t 3.1.1 Close rooms and areas when Work of finished glazing, and painting is at the final application stage and/or complete. 4.1 FINAL CLEANING 4.1.1 Remove waste materials and debris from the Site at regularly scheduled times or dispose of as directed by the Consultant. Do not burn waste materials on site, unless approved by the Owner, ' Consultant and authorities having jurisdiction. 4.1.2 Make arrangements with and obtain permits from authorities having jurisdiction for disposal of waste and debris. ' 4.1.3 Leave the work room clean before the inspection process commences. 4.1.4 Immediately prior to occupancy by Owner, clean and dust and remove all stains and smudges ' from all finished surfaces, and all exposed fixtures and equipment. 4.1.5 Remove dust and soil form all surfaces by vacuuming, damp mopping,washing and scrubbing, as required. Vacuum behind grilles, louvers and screens. Do not wax terrazzo or resilient tile ' floor finishes. 4.1.6 Glazing surfaces shall be cleaned. ' 4.1.7 Clean all casework, specialties and accessories. 4.1.8 Remove all necessary labels, protective coating, markings and tags,thoroughly clean surfaces ' of adhesives. 4.1.9 Avoid contamination of surrounding surfaces with cleaning fluids. ' 4.1.10 Methods and materials for cleaning shall be in accordance with the manufacturer's recommendations for the finishes involved. 5.1 SYSTEM DEMONSTRATION ' 5.1.1 Prior to final inspection, demonstrate operation of each system to Owner and Consultant. I Protect No 2009-19 CONTRACT CLOSEOUT 01700.3 5.1.2 Instruct personnel in operation, adjustment and maintenance of equipment and systems, using ' provided operation and maintenance data as the basis for instruction. The Contractor and responsible personnel from the Subcontractors whose work is being demonstrated shall be ' present at these demonstrations. 6.1 DOCUMENTS 6.1.1 Within 42 days of commencement of Work,the Contractor shall make the first submittal required , by OAA/OGCA Document 100, Take-Over Procedures. 6.1.2 Submit a final statement of account giving total adjusted Contract Sum,previous payments, and ' !ponies remaining due. 6.1.3 All required documents shall be submitted along with request for certification of Substantial ' Performance. 7.1 PROJECT COMMISSIONING 7.1.1 Expedite and complete deficiencies and defects identified by the Consultant. ' 7.1.2 Review maintenance manual contents (operating, maintenance instructions, record "as-built" drawings, materials)for completeness. ' 7.1.3 Review cash allowances in relation to Contract Price, change orders, holdbacks and other Contract Price adjustments. ' 7.1.4 Submit required documentation such as statutory declarations,Workplace Safety and Insurance Board Certificate, warranties, certificates of approval or acceptance from the authorities. 7.1.5 Review inspection and testing reports to verify conformance to the intent of the documents and ' that changes, repairs or replacements have been completed. 7.1.6 Arrange and co-ordinate instruction of Owner's staff in maintenance and operation of window ' systems and roller blinds by suppliers and Subcontractors. 7.1.7 When partial occupancy of uncompleted project is required by the Owner, co-ordinate Owner's uses, requirements, access, with Contractor's requirements to complete project. ' 7.1.8 Provide on-going review,inspection and attendance to building call-back,maintenance and repair problems during the warranty periods. 7.1.9 Finished areas shall be sequentially turned over to the Owner for custodian's to access the work zone for stripping, sealing and waxing of resilient tile floors and vacuuming of carpet floor finishes. ' '.T iS ANTICIPATED THAT THIS WILL OCCUR THE WEEK OF MARCH 15, 2010. 7.10 Air balancing must be completed by March 12, 2010. ' 1 I END OF SECTION 01700 I Project No. 2009-19 WARRANTIES 01740.1 ' PART DESCRIPTION ' 1.1 Requirements Included Definitions, Submittals; Effective date of warranty period; extended or special warranties. ' 1.2 Related Requirements GC.24, Warranty; Special Conditions section 00800. 1 PART 2 DEFINITIONS 2.1 Defect ' The failure of equipment or systems to operate in the manner in which they were intended or designed to operate shall constitute a defect. The term "defect" shall not be construed as ' embracing such imperfections as would naturally follow misuse,failure to perform recommended maintenance, accident, or the wear and tear of normal use. 2.2 Any manufactured item or material which, when used as directed, must be capable of such use ' for the duration of the specified warranty period. Failure to comply with this requirement shall be considered as being a "defect'. PART 3 SUBMITTALS 3.1 Submit a fully executed and notarized copy of each extended warranty and each warranty with special provisions,worded as per the specifications, along with the application for Certificate of ' Substantial Completion. PART 4 DATE OF COMMENCEMENT OF WARRANTY PERIOD ' 4.1 The Warranty period for each product or installation shall commence on the date of Substantial Performance as certified by the Consultant or the date of acceptance of a product or system, whichever comes later. ' 42 Execute transition of Performance and Labour and Materials Payment Bonds to Warranty period requirements. ' PART 5 EXTENDED OR SPECIAL WARRANTIES 5.1 In accordance with GC 24,Warranty, as amended by Supplementary Conditions, the following ' is a list of extended or special warranties. (IE: Warranties which extend beyond the 12 months required under the General Conditions of the Contract or have special conditions attached to them.) This list is given for convenience only and may be incomplete. Warranties may exist elsewhere in the Contract Documents or warranties may be available for products supplied for ' 'he Work without said warranties being stipulated in the Contract Documents. All such warranties are applicable and in force whether listed in this summary or not. 1 Pro'ect No. 2009-19 WARRANTIES 01740.2 ' PART 6: LIST OF EXTENDED AND SPECIAL WARRANTIES , ITEM SECTION WARRANTY PERIOD t Concrete Floor Finishes 2 years Section 03345 Y ears ' Section 06400 Architectural Woodwork 2 d Sheet Metal 5 years Flashing an Section 07620 5 years Section 07900 Sealants Section 08111 Steel Frames 5 years ' 3 years Wood Doors Section 08200 ears 5& Section 08400 Aluminum Windows 2 Y Section 08800 Glazing 5 years Section 09660 Resilient Tile 2 years ' t END OF SECTION 01740 I 1 Project No. 2009-19 SELECTIVE DEMOLITION 1 02010.1 PART1 GENERAL ' 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction Document CCDC2-1994 and the Supplementary General Conditions included in this 1 Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply to all pertinent sections and articles in Division 1 1 - General Requirements 1.2 Work included: 1 1.21 Work consists of performing selective demolition work on elements of existing building,site work as designated on the drawings and as herein specified and as required by the work. 1.2.2 Remove resultant debris from the site. 1 1.2.3 Comply with the applicable requirements of CSA S350- M1980"Code of Practice for Safety in Demolition of Structures" and authorities having jurisdiction, latest revision. 1 1.3 Existing conditions 1.3.1 Demolition of spray or trowel-applied asbestos can be hazardous to health. Should material 1 resembling spray or trowel applied asbestos be encountered in the course of demolition work in other areas, stop work immediately. Do not proceed until written instructions have been received from the consultant. 1 1.3.2 The existing rental unit is presently unoccupied. 1.4 Protection: 1.4.1 Prevent movement, settlement or damage of adjacent parts of existing building to remain. Provide bracing, shoring as required. Make good, damage caused by demolition. 1.4.2 Take precautions to support affected structures and, if safety of building appears to be ' endangered, cease operations and notify consultant. 1.4.3 Contractor is to ensure full supervision of selective demolition operations to ensure operations do not pose a risk to the building occupants. ' PART 2 EXECUTION ' 2.1 Exterior Sanitary Line Installation 2.1.1 Saw cut existing 1 00m thick concrete walkway slab on grade and remove section of existing unit pavers for full width required to permit division 15 access to install new sanitary line to ' existing sanitary manhole # MH.1 2.1.2 Existing sub base under walkway is 200mm granular 'A'. Note: Slab extends 100mm below unit pavers adjacent to manhole I2.1.3 Cut hole in existing 385mm thick reinforced concrete foundation wall at grid line 'D' at invert to accommodate the new sanitary connection. I2.1.4 Existing concrete benches to remain (do not disturb). 2.1.5 Exercise caution adjacent existing flag pole. I 1 Project No 2009-19 SELECTIVE DEMOLITION 02010.2 2.2 Cutting of New Openings for New Windows WA /W.2 1 2.2.1 Atthe scheduled location of new window type'W.1'the existing interior wall construction consists 1 of one layer of 13mm thick gypsum board, 92mm steel studs @ 400mm o/c. 152mm 20ga steel siuds Q 400mm on centre. At the scheduled location of new window type 'W.2' the existing interior wall construction consists of one layer of 13mm thick gypsum board, 152mm 20ga steel 1 studs @ 400mm o/c. The insulated architectural cladding panels are anchored to the exterior face of the 152mm studs at both conditions at400mm centres. 2.2.2 Remove the existing gypsum board finish/cut back the existing studs to suit the scheduled new 1 lintel and sill structural reinforcement. Brace the insulated sandwich panels to restrain the units for wind load. Co-ordinate with division 5 for installation of new wind cols and lintels. 2.2.3 Co-ordinate with division 7 for panel modifications. Exercise caution not to damage the 1 architectural cladding. 2.3 Existing Hockey Hall of Fame Corridor: 2.3.1 Provide temporary protection on existing corridor carpet to prevent damage from work of the 1 section. Erect temporary hoarding to isolate the active work zones. 2.3.2 Remove existing aluminum storefront framing, aluminum doors, hardware, glazing units, 1 concealed fasteners at the locations indicated on drawing A201 to permit installation of new fire rated entrance screens SCA, SC.2,SC.3 and rated partition at room #015 2.3.3 The existing barrier free power door operator is to be turned over to section 08460 for reuse. 1 2.4 Existing Reception #001: 2.4.1 Remove existing m illwork as identified on drawing A201 and as required to fit new construction 1 to existing. Turn over the removed millwork to the owner on site. Note: Modifications to the reception counter for the new flip up gate are by division 06400. 2.4.2 Remove existing door and frame. 1 2.4.3 Cut back existing gypsum board bulkhead to suit new construction. 2.4.4 Remove sections of existing cove base,carpet floor finish to suit new construction. Prepare floor 1 slab for new construction. 2.5 Existing Total Hockey Interior Area: ' 2.5.1 Dismount all existing gift shop millwork cabinetry, turn over to owner on site at designated location. ' 2.5.3 Remove all existing carpet/the floor finishes including all existing cove base materials. 2.5.4 Remove and dispose of existing workshop millwork/work surfaces. I 2.5.5 Remove existing safe located in the workshop and dispose of it. Co-ordinate with owner to ensure it is emptied prior to disposal. Contents of the safe are the owner's property. 2.5.6 Remove all existing drywall,plywood,steel stud,wood stud partitions in their entirety as set forth I on the drawings and as required to fit new construction to existing. 2.5.7 Remove the existing office hollow metal door and frame, workshop doors and frame / related hardware. Turn over to the owner on site at designated location. 2.5.8 At existing storage room #008, temporarily dismount existing wall mounted shelving, brackets, I cove base as required to install the scheduled new layer of fire rated gypsum board. Project No. 2009-19 SELECTIVE DEMOLITION 020103 ' 2.5.9 Remove all existing wooden flooring, carpet, resilient tile, sheet flooring, display cabinetry, panelling, knee walls, wood trim, frames, blocking furring, strapping, chain link fencing, floor ' mounted displays, built in millwork, shelving, related anchors and dispose of the debris. 2.5.10 Saw cut the existing 125mm thick concrete floor slab as set forth on drawing A201. Slab is reinforced with 152 x 152 x 18.7 w.w.m. ' Note: Co-ordinate with division 16 to de-energize in slab conduit system prior to saw cutting floor. ' 2.511 Remove the inner gift shop aluminum door/frame/glazing/hardware/ salvage thebarnerfree power door operator for reuse. 2.5.12 Remove all existing suspension cables, suspension wires rod hangers (do not damage roof ' deck). 2.5.13 At the former screening room, remove the overhead video projector /turn over to the owner. Remove the ceiling mounted pipe grid assembly in it's entirety. ' 2.5.14 Grind off all protruding fasteners at partition base track equipment base anchor removal locations. ' 2.5.15 Remove existing gypsum board ceiling bulkheads, acoustic tile ceilings, suspension system, concealed furring. 2.6 Dispose of demolished materials except where noted otherwise and in accordance with ' authorities having jurisdiction. 2.7 Install shoring as required to execute the work. ' 2.8 Co-ordinate temporary capping off/disconnection of existing active services or services to be abandoned with division 15 and 16. 2.9 Remove existing ceramic tile floor finishes, resilient tile floor finishes, carpet remnants, cove base, raised wood platforms within entire alteration area. 2.10 Remove existing steel stud and wood framed gypsum board partitions, bulkheads, ceiling ' finishes, suspension systems within entire alteration area. 2.11 Remove all interior graphics, signage at all wall surface locations. ' 2.12 Remove existing ceiling fans, abandoned light fixtures. 2.13 Sand all exterior painted gypsum board wall surfaces with 120 grit sand paper. ' 2.14 Grind excess adhesive, rough concrete aggregate as required to prepare the existing concrete floor slab on grade for scheduled floor finishes. 2.15 Remove existing cove base. ' 2.16 Remove former T.V. support brackets/vintage televisions. Turn over to owner. ' 2.17 Remove existing pair doors, hollow metal frame, hardware at link to main assembly hall. 2.18 Patch and make good all adjacent finishes as required to fit the new construction to existing conditions. ' 2.19 All floor slab removal locations shall be sawcut. 2.20 Remove all abandoned piping/conduit. Relocate conflicting active services to new concealed locations. Project No 2009-19 SELECTIVE DEMOLITION 02010.4 2.21 Cut openings for new doors and frames/new windows ' 2.22 Dispose of demolished materials in accordance with applicable law. All demolition debris must ' be in bins stored within the designated construction compound. 3.1 TEMPORARY SHORING 3.1.1 Contractors shall take all necessary measures to ensure safety to his workers and building ' occupants during demolition operations. Prevent movement, settlement or damage of adjacent parts of existing building to remain. If safety of building appears to be endangered cease ' operations and notify Owner and Consultant immediately. 3.1.2 Remove all resultant debris from the job site and dispose of in accordance with the applicable legislation. ' 32 RESTORATION 3.2.1 Upon completion of work, remove any remaining debris,trim surfaces and leave work site clean. ' r i END OF SECTION 02010 Pro ect No. 2009-19 CONCRETE CURBS AND SIDEWALKS ' 03350.1 PART1 GENERAL ' 1.1 Conditions 1.1.1 Ail General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in ' Division 1 - General Requirements. 1.2 Work Included: ' 1.2.1 This work of this section consists of the supply of all labour, material and equipment to reconstruct the concrete walkway sections removed to permit the installation of the new sanitary line. ' 1.3 Qualifications 1.3.1 Concrete supplier to be a member of the Ready-Mixed Concrete Association of Ontario. ' 1.3.2 Cement finisher to have at least five (5)years of specialized experience. ' PART2 PRODUCTS 2.1 Cement to be in accordance with CSA Standard A23.1. 2.2 Water to be in accordance with CSA Standard A23.1. 2.3 Use only those chemical admixtures and air entraining agents currently approved for use by the ' Ontario M.T.C. in accordance with Form 1303, Material Specifications for Air Entraining Agents and Chemical Admixtures. 2.4 All concrete for walks and curbs shall have "pozzolith" plus M.B.V.R. added, used in strict ' accordance with the manufacturer's instructions. Entrained air content shall not be less than 4% and not more than 6%. 2.5 Concrete for all sidewalks and curbs shall be 30 M.P.A. ' 2.6 Joint filler shall be 13mm Korkpak (as supplied by J.E. Goodman Sales) or equal. ' 2.7 Reinforcement and welded wire mesh are to be free from loose or flaking rust, mud, oil, etc. PART 3 EXECUTION ' 3.1 Lines and Levels 3.1.1 Maintain all required lines and levels to match existing. 3.2 Form Work 3.2.1 Before proceeding with form work verify all lines and Levels and ensure dimensions agree with Idrawings. 3.2.2 Construct forms to produce finished concrete conforming to theshape,dimensions,locations and Levels shown on the drawings. 32.3 The proper time for form removal shall be approved by the Consultant. Pro'ect No. 2009-19 CONCRETE CURBS AND SIDEWALKS 03350.2 3.2.4 Remove forms in accordance with CSA Standard CAN3-A23.1-M77. t 3.3 Placement of Reinforcing ' 3.3.1 Place reinforcing steel to CAN3-A23. 1-M77. 3.3.2 Obtain Consultant's approval of reinforcing steel and placing before placing concrete. ' 3.3.3 Clean reinforcing before placing concrete. 3.4 Placement of Concrete 3.4.1 Place concrete in accordance with CAN3-A23-1-M77. ' 3.4.2 Ensure reinforcement and inserts are not disturbed during concrete placement. 3.43 Obtain Architect's approval of proposed method for protection of concrete during placing and ' curing in adverse weather, prior to placement of concrete. 3.5 Finishing' 3.5.1 Fill and rub all exposed concrete, except sidewalk,with Carborundum. 3.5.2 Rub all exposed sharp edges with Carborundum to produce 3mm (1/8") radiused corners. , 3.5.3 Finish sidewalk surfaces with a fine corn-broom finish. Finish edges all around and atjoints with a tool producing rounded edge. 3.6 Concrete Sidewalks ' 3.6.1 The granular base below the concrete sidewalks shall be well watered and compacted to 98% , Standard Proctor Density. 3.6.2 Place wooden forms at sides, straight and true and securely braced. 3.6.3 Where walks on grade butt up against adjacent construction (curbs) to which they are not ' bonded,provide 13mm premoulded jointfiller for the full depth of the shallower member,less one inch and continuing for the full length of the contact. Seal the space over flush with hard setting mastic. 3.6.4 Place a well tampered bed of 19mm stone 200mm deep full width of walkway. 3.6.5 Pour 127mm of 4000 p.s.i. concrete with 4% to 6%air entrainment sloped slightly to the curb. , 3.6.6 Divide the walks transversely by 13mm wide expansion joints centres to match original pattern ' incorporating full face 13mm thick Korkpak premoulded joint filler of slab depth and width. 3.6.7 Reinforce with 152 x 152 x 18.7 welded wire mesh lapped 150mm on all sides and set 50mm clear of the top. 3.7 Curing of Sidewalks 3.7.1 Curing of sidewalk slabs shall be effected by using well-lapped sheets,tarpaulins or heavy quality building paper laid down on the wetted surface of the slab which shall be continuouslywet for a minimum of ten (10)days. � 1 Project No. 2009-19 CONCRETE CURBS AND SIDEWALKS 03350.3 3.7.2 All concrete sidewalks and curbs to be sprayed with Pete-Cure M.T.C.specified grade or two(2) coats of linseed oil thinned with napha, m ineral spirits, or turpentine applied in accordance with ' the procedures set out in Portland Cement Association brochure "Protection of Concrete Pavements from Salt and Calcium chloride. 3.8 Clean Up 3.8.1 Upon acceptance completion of any and all portions of the concrete work,all debris and excess materials shall be removed from the site and it left in a neat and tidy condition to the satisfaction of the consultants. f END OF SECTION 03350 Protect No. 2009-19 MASONRY PROCEDURES 04050.1 ' 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard ' Construction Document CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. 1.12 The work associated with this section shall complyto all pertinent sections and articles in Division 1 - General Requirements 1.2 References , 12.1 CSA A179-M1994 Mortar and Grout for Unit Masonry. 1.2.2 CAN3-A371-M94 Masonry Construction for Buildings. 1.3 Product Delivery Storage and Handling 1.3.1 Deliver materials to job site in dry condition. 1.3.2 Keep materials dry until use, except where wetting of bricks is specified. , 1.3.3 Store under waterproof cover on pallets or plank platforms held off ground by means of plank or timber skids. 1.4 Protection i 1.4,1 Protect masonry and other work from marking and other damage. Protect completed work from mortar droppings. Use non-staining coverings. ' 1,4.2 Provide temporary bracing of masonry work during and after erection until permanent lateral support is in place. PART PRODUCTS 2.1 Materials ' 2.1.1 Masonry materials are specified in related Sections indicated in 1.1. PART 3 EXECUTION ' 3.1 Workmanship 3.1,1 Do masonry work in accordance with CAN3-A371 except where specified otherwise. 3.1.2 Build masonry plumb, level, and true to line,with vertical joints in alignment. PART 3 EXECUTION 3.1.3 Layout coursing and bond to achieve correct coursing heights,and continuity of bond above and below openings, with minimum of cutting. 3.2 Tolerances 3.2.1 Tolerances in notes to Clause 5.3 of CAN3-A371 apply. Project No. 2009-19 MASONRY PROCEDURES ' 04050.2 3.3 Exposed Masonry 3.3.1 Remove chipped, cracked, and otherwise damaged units in exposed masonry and replace with ' undamaged units. 3.4 Jointing ' 3.4.1 Allow joints to set just enough to remove excess water, then tool with round jointer to provide s-nooth, compressed, uniformly concave joints. Joints shall be 10mm thick. ' 3.4.2 Strike flush all joints concealed in walls and joints in walls to receive plaster, tile, insulation, or other applied material except paint or similar thin finish coating. 3.5 Cutting ' 3.5.1 Cut out neatly for electrical switches, outlet boxes, and other recessed or built-in objects. 3.5.2 Make cuts straight, clean, and free from uneven edges. ' 3.6 Building-In 3.6.1 Build in all items required to be built into masonry. ' 3.6.2 Prevent displacement of built-in items during construction. Check plumb,location and alignment frequently, as work progresses. ' 3.6.3 Brace doorjambs to maintain plumb. Fill spaces between jambs and masonry with mortar. 3.7 Support of Loads ' 3.7.1 Use 20 MPa concrete to Section 03300- Cast-in-Place Concrete, where concrete fill is used in lieu of solid units. ' 3.7.2 Use grout to CSA Al 79 where grout is used in lieu of solid units. 3.7 Support of Loads ' 3.7.3 Install building paper below voids to be filled with concrete; keep paper 25 mm back from faces of units. 3.8 Provision for Movement I3.8.1 Leave 3 mm space below shelf angles. 3.8.2 Leave 12 mm space between top of non-load bearing walls and partitions and structural I elements. Do not use wedges. Pack void between u/s structural element and masonry with mineral fibre firestopping at rated walls, roxul mineral fibre batts at non-rated walls. e3.9 Loose Steel Lintels 3.9.1 Install loose steel lintels. Centre over opening width. Provide 8" bearing at each end. p 3.10 Control Joints 3.10.1 Provide continuous control joints on drawings at junctures between new partitions and existing construction, and max 20'0" centres. 3.11 Existing Work Project No 2009-19 MASONRY PROCEDURES 04050.3 , 3.11.1 Make good existing work. Use materials to match existing. Existing masonry in good condition , may be cleaned and reused to patch new openings in existing construction. 3.112 Make provisions for existing rain water leaders, existing structural elements, light fixtures,hose ' bibbs, receptacles to suit field conditions. 1 1 1 1 I I 1 END OF SECTION 04050 ■ ' Protect No 2009-19 MORTAR AND GROUT FOR MASONRY 04100.1 PART1 GENERAL ' 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this ' Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in ' Division 1 - General Requirements. 1.2 Related Work ' 1.2.1 Masonry procedures: Section 04050 1.3 References ' 1.3.1 CSA A179-M1994 Mortar and Grout for Unit Masonry. 1.4 Samples 1.4.1 Submit manuf. colour chart in accordance with Section 01300 - Submittals for selection of tinted mortar by Consultant. ' PART2 PRODUCTS 2.1 Materials ' 2.1.1 Mortar and grout: CSA A179-94 2.1.2 Use aggregate passing 1.18 mm sieve where 6 mm thick joints are indicated. ' 2.2 Material Source ' 2.2.1 Use same brands of materials and source of aggregate for entire project. Mortar for interior masonry: ' .1 Load-bearing: Type S. .2 Non-Load-bearing:Type N. ' 2.3 Mortar 2.3.1 Propriety cement mortar mixes to produce applicable mortar type. Colour, natural gray. ' 2.3.2 Use natural gray mortar for all interior work including outer structural wythes. 2.4 Acceptable Manuf. ' 2.4.1 Domtar; St.Mary's Cement; St. Lawrence Cement; Canada Cement; Lake Ontario Portland Cement. ' 2.5 Grout i Project No. 2009-19 MORTAR AND GROUT FOR MASONRY 04100.2 ' 2.5.1 Grout: to CSA A179 Table 3. ' PART 3 EXECUTION ' 3.1 Mixing 3.1.1 Do masonry mortar and grout work in accordance with CSA A179 except where specified t otherwise. 3.1.2 Mix grout to semi-fluid consistency. t 3.1.3 Prehydrate pointing mortar by mixing ingredients dry, then mix again adding just enough water to produce damp unworkable mix that will retain its form when pressed into ball. Allow to stand for not less than 1 hour not more than 2 hours then re-mix with sufficient water to t produce mortar of proper consistency for pointing. 3.1.4 Use of calcium chloride accelerators in the mortar mix is prohibited. 1 END OF SECTION 04100 ' Protect No. 2009-19 MASONRY ACCESSORIES 04150.1 PART1 GENERAL ' 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. ' 1.2 Related Work 12.1 Cast-in-place concrete: Section 03300 ' 122 Masonry procedures: Section 04050 1.2.3 Moor ar and grout for masonry: Section 04100 ' 1.2.4 Miscellaneous Metal: Section 05500 1.3 References 1.3.1 CAN3-A371-M94 Masonry Construction for Buildings. PART PRODUCTS ' 2.1 Materials 2.1 Masonry Wall Ties ' 2.1.1 Horizontal masonry Tie type 1 Dur-O-Wall DW200 Ladur Series 4.76 mm dia. longitudinal rods /3.66mm cross rods class 3 for above grade masonry. Below grade installations shall be hot dipped galvanized to 457 g/m2 after fabrication. Provide prefabricated corners and tees at all intersecting wall conditions. 2.2 Control Joint Bond Break: ' No. 15 asphalt felt. 2.3 Supplemental Masonry Tie Type 2(interior locations onlv): Dur-o-wall DA2200 joint stabilization anchor, 8ga. 2.4 Supplemental Masonry Tie Type 3: Dur-o-wall DA 701, 9ga. hot dipped galvanized 2.5 Control Joint Bond Break ' No. 15 asphalt felt. PART 3 EXECUTION 3.1 Masonry Wall Ties/Reinforcement Schedule of Systems Project No. 2009-19 MASONRY ACCESSORIES 04150.2 , 3.1.1 Interior Concrete Unit Masonry Loadbearinq and Non Loadbearinq Walls: ' Provide type 1 masonry ties at 400mm o/c vertically (ie. every second course) for full height of wall section. Provide prefabricated corners and tees at each intersecting new wall location. Lap ' splices minimum 305mm. Supplemental ties type 2 are mandatory at partitions at intersecting with existing walls (corrugated brick ties are not acceptable). Vertical spacing shall not exceed 400mm o/c. , Provide type 2 anchors at 400mm o/c at 140 block rack/locker wall nib locations. Supplemental ties type 3 shall only be used at col. strap anchor locations where insufficient ' masonry depth restricts placement of flat bar anchor scheduled by division 5. 3.2 Provide dowels at intersection with existing wall construction as per structural drawings. END OF SECTION 04150 1 Proiect No. 2009-19 UNIT MASONRY 04220-1 ' PART GENERAL 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this ' Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. ' 1.2 Work Included: 1.2.1 Provide architectural concrete masonry units for all scheduled new concrete block ' partitions,loadbearing walls, infill areas, pipe space enclosures,cutting and patching locations except where structural drawings indicate requirements for normal weight block. 1.2.2 Provide all required cutting and patching masonry repairs at new screen locations and interior ' masonry wall alteration areas. 1.2.3 All of the above at the locations as described on the drawings and as specified herein and as required to fit new construction to existing building. ' 1.3 Related Work: 1.3.1 Masonry procedures: Section 04050 ' 1.3.2 Mortar and grout for masonry: Section 04100 1.3.3 Masonry accessories: Section 04150 1.3.4 Metal Fabrications Section 05500 1.3.5 Thermal Insulation Section 07190 ' 1.4 References 1.4.1 CAN3-A165 Series (CAN3-A165.1)-M94 CSA Standards on Concrete Masonry Units. ' CAN/CSA A82.1 - M87 (R1992) Burned Clay Brick PART PRODUCTS ' 2.1 Materials 2.1.1 Standard concrete masonry units: Conforming to CAN3-A165.1-94 .1 Classification: H/15/A/M. .2 Size: metric modular. .3 Special shapes: provide bull- nosed units for all exposed corners. Provide purpose-made shapes for lintels and bond beams. Provide additional special shapes as indicated. Colour and texture to match existing wall surfaces. Modules to match existing ' PART 3 EXECUTION 3.1 Laving Concrete Masonry Units ' 3.1.1 Bond: running except as noted otherwise. Proiect No 2009-19 UNIT MASONRY 04220.2 3.1.2 Coursing Height ' Concrete Masonry Units: 200 mm for one block and one mortar joint except 100mm for ashlar , courses. 3.1.3 Jointing: concave where exposed. 3.2 Masonry Lintels: t 3.2.1 Install reinforced concrete block lintels over openings in masonry where steel or reinforced concrete lintels are not indicated. ' 3.2.2 End bearing: not less than 200 mm as indicated on drawings. 3.2.3 Refer to Structural drawings for structural reinforcement requirements. , 3.2.4 Completely fill joints with mortar. This is a mandatory requirement. If inspection reveals that this requirement has not been met the complete masonry panel, partition or wall wherein the omission occurs shall(if so instructed bythe Consultant)be pulled down and ' rebuilt in accordance with this Specification at no additional cost to the Owner. 3.2.5 Reinforcing as specified under Section 04200. 3.2.6 Build in miscellaneous metals and/or other items that may be supplied under other sections for ' building into masonry. Refer to structural drawings for reinforcing steel and grout requirements. 3.2.7 Joints within ceiling plenum shall be struck flush. ' 3.2.8 Control joints shall be placed in all masonry walls, in accordance with best masonry praclice. Locate at intersections of bearing and non-bearing walls, at interior corners, over door heads, wherever shown or called for on the drawings, and at a maximum distance of 7.5 metres. Consultant shall be consulted on site. 13 Final Inspection. 3.3.1 On completion of masonry, it shall be minutely inspected throughout and pointed or repointed as ' required,filling all holes, raking out loose mortar and repointing joints to make a complete,neat, weather tight job without defects in jointing, to the Consultants approval. All joints in interior masonry shall be pointed, including behind tackboards,chalkboards,and millwork. ' 3.3.2 Joints between masonry and concrete or metal, where shrinkage may occur, shall be carefully repointed to eliminate all danger of leakage. Where caulking is required, this pointing shall be recessed at least 12mm to leave space for caulking compound. t 3.4 Cleaning: 3.4.1 All exposed walls of masonry shall be thoroughly cleaned on completion, starting at the top of the ' walls and cleaning down uniformly to base. 3.4.2 Clean off all excess mortar and caulking on completion of masonry work. 3.5 Stain Removal: , 3.5.1 Stains shall be removed as follows: 3.5.1.1 Saturate wall with clear water and scrub. , 3.5.1.2 Apply solution of 112c. "Calgon" water conditioner and 1/2c "All" detergent dissolved in 1 gal. water, scrubbing all remaining stains. , 15.1.3 Rinse thoroughly with clear pressurized water. 1 1 Prat No. 2009-19 UNIT MA ONRY 04220 3 ' 3.5.1.4 If any stains remain, remove using "Sure-Kleen 101" masonry cleaner as directed by manufacturer(Marathon Equipment, Weston, Ontario). ' 3.6 Clean Up: 3.6.1 On completion of the work, remove all surplus materials and all equipment from the site. 1 I t 1 END OF SECTION 04220 Protect No 2009-19 METAL FABRICATIONS 05500.1 PART GENERAL , 1.1 Conditions , 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. 1.2 Description 1.3 Work Included , 1.3.1 Provide internal dowels \ miscellaneous steel lintels/bearing plates /all steel sections shown or identified on the drawings. 1.3.2 All of the above as described on the drawings and as herein specified. ' 1.4 Related Work 1.4.1 Installation of anchors Section 03302 Cast-in-Place Concrete, Section 04150 Masonry ' Accessories. 1.4.2 Installation of built-in anchors, steel plates Section 04220 Unit Masonry. , 1.5 Reference Standards 1.5.1 Do welding work in accordance with CSA W59- 1989 unless specified otherwise. ' 1.6 Shop Drawings in accordance with Section 01300 - Submittals. 1.6.1 Submit shop drawings ac P 9 ' 1.6.2 Submit Shop Drawings of each item for approval. Clearly show assembly. Installation details, methods of fastenings. Do not fabricate until Shop Drawings are reviewed. , 1.6.3 Indicate materials,core thicknesses,finishes,connections,joints,method of anchorage,number of anchors, supports, reinforcement, details, and accessories. , PART2 PRODUCTS 2.1 Materials , 2.1.1 Steel sections and plates: to CAN3-G40.21- M87, Grade 300W. 2.1.2 Steel pipe: to ASTM A53-84a standard weight, black finish. ' 2.1.3 Welding materials: to CSA W59-1989. 2.1.4 Bolts and anchor bolts: to ASTM A3O7-84a. ' 2.1.5 Galvanizing: hot dipped galvanizing with zinc coating 6OOg/m2 to CSA G164-M1981. 2.1.6 Shop coat primer:to CISC/CPMA 2-75. ' 2.1.7 Zinc primer: zinc rich, ready mix to CGSB 1- GP-181 M+Arndt-Mar-78. Protect No. 2009-19 METAL FABRICATIONS 05500.2 ' 2.1.8 Grout: non-shrink, non-metallic, flowable, 24h, 15 MPa, pull-out strength 7.9 MPa. ' 2.2 Fabrication 2.2.1 Fabricate work square, true, straight and accurate to required size, with joints closely fitted and properly secured. 2.2.2 Where possible, fit and shop assemble work, ready for erection. 2.2.3 Ensure exposed welds are continuous for length of each joint. File or grind exposed welds smooth and flush. 2.3 Shop Painting ' 2.3.1 Apply one shop coat of primer to metal items, with exception of galvanized or concrete encased items. Primer shall conform to CGSB 1-GP-140C. 2.3.2 Use primer unadulterated, as prepared by manufacturer. Paint on dry surfaces, free from rust, scale, grease. Do not paint when temperature is lower than 7°C. 2.3.3 Clean surfaces to be field welded; do not paint. ' PART 3 EXECUTION 3.1 Erection ' 3.1.1 Erect metalwork square, plumb, straight, and true, accurately fitted, with tight joints and intersections. ' 3.1.2 Provide suitable means of anchorage acceptable to Consultant including anchor clips, bar anchors, expansion bolts, shields, and toggles. ' 3.13 Make field connections with high tensile bolts to CAN3-S16.1-M84, or weld. 3.1.4 Hand items over for casting into concrete or building into masonry to appropriate trades together with setting templates. 3.1.5 Touch-up field welds, bolts and burnt or scratched surfaces after completion of erection with primer. ' 3.1.6 Touch-up galvanized surfaces with zinc rich primer where burned by field welding. 3.1.7 Anchor work as detailed;where not detailed provide concealed hangers, supports and anchors necessary to securely fasten work of this section. ' 3.1.8 Make jointing in built-in sections with hairline joints in the least conspicuous locations and manner. All exposed screws shall be countersunk. All welds shall be ground smooth and filled. 3.1.9 Provide items that are required to be built into the structure. END OF SECTION 05500 1 Project No. 2009-19 FINISH CARPENTRY 06200.1 PART GENERAL ' 1.1 Conditions , 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this , Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 -General Requirements. ' 1.2 Description 1.2.1 Receive and install new wood doors; HM door frames and screens supplied by Div.8 / finish ' hardware supplied by Section 08710; interior door signage, washroom accessories. 1.2.2 Provide miscellaneous wood trim, casings, built in rough bucks for cabinetry / washroom ' accessories. 1263 All of the above as indicated on the drawings and as specified herein. 1.3 Related Work 1.3.1 .1 Architectural Woodwork: Section 06400 , .2 Supply of Finishing Hardware: Section 08710 1.4 Reference Standards 1.4.1 Do finish carpentry to Custom grade millwork standards of the Architectural Woodwork , Manufacturers Association of Canada (AWMAC) latest revision, except where specified otherwise. , 1.5 Product Delivery, Storage and Handling 1.5.1 Protect materials against dampness during and after delivery. ' 1.5.2 Store materials in ventilated areas, protected from extreme changes of temperature or humidity. PART 2 PRODUCTS ' 2.1 Lumber Material 2.1.1 Hardwood Lumber:moisturecontent10%or less in accordance with following standards:Lumber ' identification:by g rade stam p of an agency certified by Canadian Lumber Standards Accreditation Board. .1 National Hardwood Lumber Association(NHLA),January 1982. Select red oak suitable ' for clear finish. 2.2 Fasteners ' 2.2.1 Nails and Staples: to CSA 8111-1974; plain finish. 2.2.2 Wood Screws:to CSA B35.4-1972 electroplated. ' Project No.2009-19 FINISH CARPENTRY 06200.2 PART 3 EXECUTION ' 3.1 Workmanship 3.11 Scribe and cut as required to fit abutting walls,and surfaces, to fit properly into recesses and to accommodate piping, columns, fixtures, outlets, or other projecting, intersecting or penetrating objects. 3.1.2 Form joints to conceal shrinkage. ' 3.2 Fastening 3.2.1 Position items of finished carpentry work accurately, level, plumb, true and fasten or anchor securely. 3.22 Design and select fasteners to suit size and nature of components being joined. Use proprietary devices as recommended by manufacturer. 3.2.3 Set finishing nails to receive filler. Where screws are usedtosecure members countersink screw in round cleanly cut hole and plug with wood plug to match material being secured. 3.2.4 Replace items of finish carpentry with damage to wood surfaces including hammer and other bruises. 3.3 Interior Hollow Metal Door Frames and Screens 3.3.1 Set frames with plumb sides and level heads and sills and secure. 3.4 Wood Doors ' 3.4.1 Install at scheduled locations. Prepare for scheduled doorhardware and existing field conditions. Undercut of doors shall not exceed 12mm. ' 3.5 Finishing Hardware 3.5.1 Install finishing hardware as directed by Section 08710. Adjust for full smooth operation in accordance with the requirements of section 08710. ' 3.6 Receive and install door signs as directed by the consultant. 3.7 Washroom accessories ' 3.7.1 Provide reinforcement within metal stud partitions as required to adequately restrain grab bars /tissue dispensers/mirrors. ' 3.7.2 Mount accessories as per scheduled locations indicated on the drawings. 3.8 Architectural Millwork ' 3.8.1 Providewood blockingwithin metal stud partitions to adequately restrain uppercabinets/vanities base cabinetry. r ' END OF SECTION 06200 Protect No. 2009-19 ARCHITECTURAL WOODWORK 06400.1 PART 1 GENERAL , 1.1 Conditions ' 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. ' 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. 1.2 Description ' 1.2.1 Work Included a) Supply and install the day program kitchen millwork(uppers and lowers) at room 4016,staff kitchenette unit (upper and lowers) room #012 plastic laminate shells at barrier free washrooms #0171018, closet shelf and coat rod in closet #024. b) At existing info counter room #001, modify the existing curved reception counter to incorporate a new lower gate and upper flip top counter top unit. Fabricate new sections to match existing plastic laminate finishes complete with all required hardware. Provide new upright storage units. Refer to drawing A301. Finishes of the upright storage units to match ' the gables of the curved info counter. 1.3 Related Work 1.3.1 Section 06200 finish carpentry. 13.2 Section 09900 painting. 1.3.3 Division 15/ 16. ' 1.4 Reference Standards 1.4.1 Do architectural woodwork to Custom Grade Millwork Standards of the Architectural Woodwork , Manufacturers Association of Canada (AWMAC) latest revision, except where specified otherwise. 1.5 Product Delivery, Storage and Handling ' 1.5.1 Protect millwork against dampness during and after delivery. 1.5.2 Store millwork in ventilated areas,protected from extreme changes of temperature or humidity. , 1.6 Warranty 1.6.1 Warrant work for a period of two years. Warranty shall include all labour and materials required ' to replace warped doors, countertops, delamination, defective hardware or finishes. PART 2 PRODUCTS , 2.1 Material 2.1.1 Softwood lumber: unless specified otherwise,S4S, moisture content 7% or less in accordance ' with following standards: .1 CSA 0141-1991. .2 NLGA Standard Grading Rules for Canadian Lumber, 1991. ' 2.1.2 At program and staff room kitchenettes, machine stress-rated lumber is acceptable for all purposes. ■ Project No. 2009-19 ARCHITECTURAL WOODWORK 064002 2.1.3 Casework Plywood: 0.6 mm thick rotary cut red oak unlaced for plastic laminate;waterproof type for counters and kickplates; hardwood veneer core. ' 2.1.4 Laminated plastic: toCAN3-A172-M79.standard grade 2mm thick,except 1.25mm post form ing grade where required, textured finish. One colour will be selected from standard range Arborite, Forbo, W ilsonart. At info counter laminates shall match the existing room #001 cabinetry. 2.1.5 At the into counter storage units interior shelving shall be solid colour plastic laminate finish on 19mm multi-core. One colour to owner's choice from standard general purpose grade range ' available, Wilsonart, Arborite, Forbo. 2.2 Fasteners 2.2.1 Nails and staples: to CSA 8111-1974. 2.2.2 Wood screws:to CSA B35.4-1972. ' 2.4 Preformed Plastic Counter Tops and Solashbacks 2.4.1 Post formed countertops and splashbacks: veneer core plywood substrate 19mm thick, water ' proof type except as specifically detailed otherwise 38mm radius bullnose edge profile. 2.5 Edge Banding ' 2.5.1 Provide 6 mm thick solid matching oak wood strip on edges, exposed in final assembly. Strips same width as casework substrate. ' 2.6 Glues 2.6.1 Waterproof resin type except for plastic laminate which shall be recommended by the respective manufacturer for best results, all conforming to CSA 0112 Series - M1 97T 2.7 Clearfinish a. All millwork including shelving shall receive solvent based, pigmented stain where scheduled to match existing building millwork colour. b. Pigmented wiping(oil) stain, well wiped to exaggerate grain. c. Filler, sealer, sand. d. Clear catalysed, 2 coats. ' e. Semi-gloss (satin)sheen. 2.8 Cabinet Hardware ' a. Hinges: Blum Compact 30, 135 deg. opening or equal by Hafele Duomatic/Richelieu b. Door Pulls: Richelieu #245-170 satin brushed finish stainless steel or equal by Ferrum /Hafele or Hager. c. Pilasters: KV255 (Knape & Vogt) d. Pilasters:Clips: KV256(Knape&Vogt) e. Solid core door hinges: Hager BB1279 x 114x 101 x 691, 2 pair each door leaf. Drawer Slides: 9 Project No. 2009-19 ARCHITECTURAL WOODWORK 064003 ' Drawers less than 600mm wide Accuride If 3832, full extension 1001b. capacity, zinc plated x 500mm length Drawers greater than 600mm wide Accuride If 4033, progressive heavy duty drawer slide, 100 Ibs capacity, full extension, zinc plated x 700mm length ' h. Door Bumpers: Clear finish polyurethane, self adhesive. Hafele Cat. No. 35621.428 - 2 required per ' cabinet door leaf. 2.8.1 Provide quantities of cabinet hardware as required. , 2.9 Fabrication 2.9.1 Set nails and countersink screws,apply wood fillerto indentations,sand smooth and leave ready ' to receive finish. 2.9.2 Shop install cabinet hardware for doors, shelves and drawers. Recess shelf standards unless noted otherwise. 2.9.3 Shelving to cabinetwork to be adjustable unless otherwise noted. , 2.9.4 Provide cutouts for plumbing fixtures, inserts, appliances, outlet boxes and other fixtures. 2.9.5 Shop assemble work for delivery to site in size easily handled and to ensure passage ' through building openings. 2.10 Schedule of Systems 2.10.1 Casework Doors/Gables , 0.6mm thick rotary cut red oak veneer 19mm thick multi-core with edge banding. 2.10.2 Shelving 0.6mm thick rotary cut red oak veneer on 19mm thick plywood veneer core with edge banding on exposed leading edge only. 2.10.3 Countertops: ' Post formed: Laminated plastic on 19mm veneer core Flatwork: Laminated plastic on 19mm veneer core , 2.11 Finishing 2.11.1 All exposed and semi-exposed woodwork surfaces clear catalysed Apply one coat sanding sealer,two coats lacquer. Rub with fine steel wool between coats plus ' finish coat/satin sheen. 2.11.2 All millwork must be factory finished prior to shipping to job site. Provide protective coverings during shipment to the site. , PART 3 EXECUTION 3.1 Installation ' 3.1.1 Install prefinished millwork at locations shown on drawings. Position accurately, level plumb straight. 3.1.2 Fasten and anchor millwork securely. Provide heavy duty fixture attachments for wall mounted , cabinets. This section is responsible for the cutouts required for Div. 15 and 16 devices. 3.1.3 Use draw bolts in countertops joints. Counter top joints are not permitted in casework less than , 2400mm in length. ■ 1 1 Project No. 2009-19 ARCHITECTURAL WOODWORK 064004 1 3.1.4 Scribe and cut as required to fit abutting walls and to fit properly into recesses and to accommodate piping, columns, fixtures, outlets or other projecting, intersection or penetrating objects. 1 3.1.5 Fit hardware accurately and securely in accordance with manufacturer's directions. 3.1.6 Provide all required scribing pieces and filler panels to suit field conditions and as detailed on the drawings. 3.1.7 3.1.7 Prior to substantial performance, inspect the site/adjust all door hinges, pulls, drawer slides for fit and smooth operations. ' 3.1.8 Countertops shall be neatly coped and scribed to fit field conditions. 1 i 1 1 1 i 1 1 1 1 i 1 1 END OF SECTION 06400 i Project No. 2009-19 FIRE STOPPING AND SMOKE SEALS 07270.1 , PART GENERAL 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. 1.2 Work Included: , 1.2.1 Provide firestopping and smoke seals at the top of new fire rated gypsum board wall construction at juncture with existing roof structure including all structural penetrations at room #001 and existing electrical room #009 perimeter. 1.2.2 At existing storage room #008 firestop and smoke seal the top of the existing gypsum board partition abutting the new CCD tenant suite (19 linear metres). 1.2.3 At the Pad `B' side, hockey hall of fame corridor provide firestopping and smoke seals at the intersection of the existing load bearing masonry wall and the underside of the existing roof deck (within the ceiling plenum) (45.0 linear metres). ' 1.3 Related Work 1.3.1 Fire stopping and smoke seals within mechanical assemblies (i.e inside ducts, dampers) and electrical assemblies (i.e. inside cable trays)are specified in Division 15 and 16 respectively 1.4 Samples 1.4.1 Submit duplicate 300 x 300 mm samples showing actual firestop material proposed for project. 1 1.5 Shop Drawings 1.5.1 Submit product data in accordance with Section 01300- Submittals. ' PART2 PRODUCTS 2.1 Materials , 2.1.1 Fire stopping and smoke seal systems: in accordance with CAN4-S115-M85. .1 Asbestos-free materials and systems capable of maintaining an effective barrier against , flame, smoke and gases in compliance with requirements of CAN4-S115-M85 and not to exceed opening sizes for which they are intended. 2.12 Service penetration assemblies:certified by ULC in accordance with CAN4-S115-M85 and listed in ULC Guide No. 40 U19. 2.1.3 Service penetration firestop components:certified by ULC in accordance with CAN4-S115-M85 ' and listed in ULC Guide No. 40 U19.13 and ULC Guide No.40 U19.15 under the Label Service of ULC. 2.1.4 Fire-resistance rating of installed fire stopping assembly not less than 1.0 hour fire- resistance rating. 2.1.5 Fire stopping and smoke seals at openings intended for ease of re-entry such as cables: elastomeric seal; do not use cementitious or rigid seal at such locations. , Protect No. 2009-19 FIRE STOPPING AND SMOKE SEALS 07270.2 2.1.6 Fire stopping and smoke seals at openings around penetrations for pipes, ductwork and other mechanical items requiring sound and vibration control: elastomeric seal; do not use a cementitious or rigid seal at such locations. 2.1.7 Primers:to manufacturer's recommendation for specific material, substrate, and end use. 2.1.8 Water(if applicable):potable, clean and free from injurious amounts of deleterious substances. 2.1.9 Damming and backup materials, supports and anchoring devices: to manufacturer's recommendations, and in accordance with tested assembly being installed as acceptable to ' authorities having jurisdiction. 2.1.10 Sealants for vertical joints: non-sagging. ' PART 3 EXECUTION 3.1 Preparation ' 3.1 A Examine sizes and conditions of voids to be filled to establish correct thicknesses and installation of materials. Ensure that substrates and surfaces are clean, dry and frost free. 3.1.2 Prepare surfaces in contact with fire stopping materials and smoke seals to manufacturer's ' instructions. 3.1.3 Maintain insulation around pipes and ducts penetrating fire separation without interruption to vapour barrier. ' 3.1.4 Mask where necessary to avoid spillage and over coating onto adjoining surfaces;remove stains on adjacent surfaces. ' 3.2 Installation 3.2.1 Install fire stopping and smoke seal material and components in accordance with ULC certification and manufacturer's instructions. 3.2.2 Seal holes or voids made by through penetrations, poke-through termination devices, and unpenetrated openings or joints to ensure continuity and integrity of fire separation are maintained. t 3.2.3 Provide temporary forming as required and remove forming only after materials have gained sufficient strength and after initial curing. 3.2.4 Tool or trowel exposed surfaces to a neat finish. 1 3.2.5 Remove excess compound promptly as work progresses and upon completion. 3.3 Inspection t3.3.1 Notify Consultant when ready for inspection and prior to concealing or enclosing firestopping materials and service penetration assemblies. ' 3.4 Schedule 3.4.1 Firestop and smoke seal at: .1 Penetrations through fire-resistance rated masonry, concrete, and gypsum board partitions 1 and walls. .2 Top of fire-resistance rated masonry and gypsum board partitions. .3 Intersection of fire-resistance rated masonry and gypsum board partitions. .4 Control and sway joints in fire-resistance rated masonry and gypsum board partitions and ' walls. .5 Penetrations through fire-resistance rated floor slabs, ceilings and roofs. .6 Openings and sleeves installed for future use through fire separations. .7 Around mechanical and electrical assemblies penetrating fire separations. 1 Project No 2009-19 FIRE STOPPING AND SMOKE SEALS 07270.3 .8 Rigid ducts:greater than 129 cm2:fire stopping to consist of bead of fire stopping material between retaining angle and fire separation and between retaining angle and duct, on each side of fire separation. ' 3.5 Clean Up 3.5.1 Remove excess materials and debris and clean adjacent surfaces immediately after application. 3.5.2 Remove temporary dams after initial set of fire stopping and smoke seal materials. END OF SECTION 07270 Project No. 2009-19 SEALANTS 07900.1 ' PART GENERAL 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this ' Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 -General Requirements. ' 1.2 Description ' 12.1 Work Included Provide sealants in the following locations at all new construction elements and/or intersection of new construction with existing building components. a) all non rated control joints in masonry including concealed locations; b) exposed joints between gypsum board and intersecting dissimilar materials; c) control joints in concrete floor slabs; ' d) joints between door and window frames and concrete; concrete block; gypsum board wall finishes; e) joints between countertops and wall finishes; f) intersection of sinks and countertops/wall surfaces. ' 1.2.2 Related Work Specified Elsewhere Bedding of thresholds provided by Section 06200; Glazing sealant beads by Section 08800; sealing of mechanical equipment, fittings by Division 15;sealing around electrical equipment by Division 16; sealing of joists in fire separations by Section 07270. 1.3 Samples 1.3.1 Submit samples of full colour range available of all exposed products for colour selection by Consultant. ' 1.4 Mock-up 1.4.1 Construct mock-up to show location, size, shape and depth of joints complete with back-up material, primer, caulking and sealant. Mock-up may be part of finished work. 1.4.2 Allow 24 hours for inspection of mock-up by Consultant before proceeding with sealant work. 1.5 Delivery. Storage and Handling 1.5.1 Deliver and store materials in original wrappings and containers with manufacturer's seals and labels, intact. Protect from freezing, moisture and water. 1.6 Environmental and Safety Requirements 1.6.1 Comply with requirements of Workplace Hazardous Materials Information System (WHMIS) regarding use, handling, storage, and disposal of hazardous materials; and regarding labelling and provision of material safety data sheets acceptable to Labour Canada. ' 1.6.2 Conform to manufacturer's recommended temperatures, relative humidity, and substrate moisture content for application and curing of sealants including special conditions governing use. i Project No. 2009-19 SEALANTS 07900.2 ' PART 2 PRODUCTS 2.1 Sealant Materials 2.1.1 Sealants acceptable for use on this project must be listed on CGSB Qualified Products List issued by CGSB Qualification Board for Joint Sealants.Where sealants are qualif iedwith primers use only these primers. ' 2.1.2 Control joints in interior masonry walls, interior perimeter of steel door and aluminum window frames, exposed joints at gypsum board and intersecting materials and other non fire rated interior joints: TREMCO Mono, Sonolastic NP.2. ' 2.1.3 Exterior masonry control joints, perimeter of exterior steel door and aluminum window frames: TREMCO Dymeric, or equal by Dow Corning. 2.1.4 interior joints in washroom, handicapped change room areas: TREMCO Proglaze Silicone ' Sealant or equal by Dow Corning. 2.1.5 Control joints in concrete floor slabs:TREMCO THC.900 self levelling. t 2.1.6 Colours shall be selected by Consultant from Manf. standard range available. ' 2.2 Back-up Materials 2.2.1 Circular cross section, Polyethylene, Urethane,Neoprene or Vinyl Foam ' .1 Extruded closed cell foam backer rod. .2 Size:oversize 30 to 50%. 2.2.2 Bond Breaker Tape .1 Polyethylene bond breaker tape which will not bond to sealant. 2.3 Joint Cleaner ' 2.3.1 Non-corrosive and non-staining type, compatible with joint forming materials and sealant recommended by sealant manufacturer. ' 2.3.2 Primer: as recommended by manufacturer. PART 3 EXECUTION 3.1 Preparation of Joint Surfaces 3.1.1 Exam ine joint sizes and conditions to establish correct depth to width relationship for installation of backup materials and sealants. 3.1.2 Clean bonding joint surfaces of harmful matter substances including dust, rust, oil grease, and other matter which may impair work. ' 3.1.3 Do not apply sealants to joint surfaces treated with sealer,curing compound,water repellent,or other coatings unless tests have been performed to ensure compatibility of materials. Remove ' coatings as required. 3.1.4 Ensure joint surfaces are dry and frost free. 3.1.5 Prepare surfaces in accordance with manufacturer's directions. , ' Project No. 2009-19 SEALANTS 07900.3 3.2 Priming 3.2.1 Where necessary to prevent staining, mask adjacent surfaces prior to priming and caulking. 3.2.2 Prime sides of joints in accordancewith sealant manufacturer's instructions immediately priorto caulking. ' 3.3 Backup Material 3.3.1 Apply bond breaker tape where required to manufacturer's instructions. ' 3.3.2 Install joint filler to achieve correct joint depth and shape. 3.4 Mixing 3.4.1 Mix materials in strict accordance with sealant manufacturer's instructions. 3.5 Application 3.5.1 Sealant .1 Apply sealant in accordance with manufacturer's instructions. .2 Apply sealant in continuous beads. .3 Apply sealant using gun with proper size nozzle. .4 Use sufficient pressure to fill voids and joints solid. .5 Form surface of sealant with full bead, smooth, free from ridges, wrinkles, sags, air pockets, embedded impurities. .6 Tool exposed surfaces to give slightly concave shape. .7 Remove excess compound promptly as work progresses and upon completion. 3.5.2 Curing ' .1 Cure sealants in accordance with sealant manufacturer's instructions. .2 Do not cover up sealants until proper curing has taken place. ' 3.53 Cleanup .1 Clean adjacent surfaces immediately and leave work neat and clean. .2 Remove excess and droppings, using recommended cleaners as work progresses. .3 Remove masking tape after initial set of sealant. END OF SECTION 07900 1 Project No 2009-19 STEEL DOORS AND FRAMES 08111.1 PART 1 GENERAL , 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. ' 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. 1.2 Description ' 1.2.1 Work Included 1.2.2 Supply hollow metal steel doors, screens and frames to Section 06200 Finish Carpentry. 1.3 Related Work 1.3.1 Installation of steel doors, Section 06200 , screens and frames Finish Carpentry 1.3.2 Caulking of joints between Section 07900 ' frames and building components Sealants 1.3.3 Supply of finish hardware Section 08710 including weatherstripping Finish Hardware and mounting heights 1.3.4 Glazing Section 08800 1.3.5 Painting Section 09900 t 1.4 Quality Assurance 1.4.1 Conform tothe requirements of the following and additional requirements as specified herein: .1 ASTM A366-85 Specification for Steel, Carbon, Cold-Rolled Sheet, Commercial Quality. ' .2 CAN4 S1 04M-M80 Fire Tests of Door Assemblies. .3 CAN4 S105M-M85 Fire Door Frames. ' .4 Canadian Steel Door and Frame Manufacturers'Association, (CSDFMA)Canadian Manufacturing Specifications for Steel Door and Frames, 1990. .5 NFPA 80-1992 Fire Doors and Windows. 1.5 Requirements of Regulatory Agencies 1.5.1 Steel fire rated doors and frames shall be in conformance with CAN4 S1 04M-80 revised 1985 ' and CAN4 S105M-1985 for ratings specified or indicated. 1.5.2 Install labelled steel fire rated doors and frames to NFPA 80, latest edition. ' 1.6 Shop Drawings 1.6.1 Submit shop drawings in accordance with Section 01300-Submittals. 1.6.2 Indicate each type of door, material, steel core thicknesses, mortises, reinforcements, location of exposed fasteners, openings, arrangement of hardware and fire rating. ' Project No. 2009-19 STEEL DOORS AND FRAMES 08111-2 PART PRODUCTS ' 2.1 Manufacturers: 2.1.1 Artek, Daybar, Fleming /Steelcraft 2.2 Materials: 2.2.1 Steel sheet: cold rolled, commercial quality to ASTM A366, matte finish. Interior Door Locations 2.2.2 Galvanized steel sheet: lock-forming quality to ASTM A527, Coating Designation mill ' phosphatized. Door nos. D01 and D1 1. Fire Rated Door Core Materials shall comply with NFPA 80/CAH4 S104-108 and ULC/Warnock Hersey label requirements. .1 Door face sheets to all doors 16 ga base thickness. ' .2 Door face sheets to butt side of door 16ga base thickness. .3 Door face sheets to non-butt side of door 16 ga base thickness. Frames/Screens: ' .1 Steel frames interior openings door nos D01, D11 - 16ga. .2 Screens SC.1, SC.2, SC.3 16ga. All other locations 18ga. Provide other door and frame components in accordance with CSDFMA requirements. Provide 18ga stiffeners in base on screens SC.1, SC.3, SC.4 tPrimer: 1 For galvanized steel sheet: CGSB 1-GP-181M-77+Arndt -Mar-78 . .2 For cold rolled steel sheet: CGSB 1-GP-40M-79 [CGSB 1-GP-148M-80]. 2.2 Fabrication 2.2.1 Fabricate doors and frames as detailed, to Canadian Steel Door and Frame Manufacturers' 1 Association, (CSDFMA) Canadian Manufacturing Specifications for Steel Doors and Frames, 1990; except where specified otherwise, where these specifications exceed CSDFMA provide additional material work specified. Reinforce door and frames to suit hardware requirements specified Section 08710-Finish Hardware. Provide electric strike mortar guards at D09, D13 and D11. 2.2.2 Blank, reinforce, drill and tap doors and frames for mortised hardware. Reinforce doors and frames for surface mounted hardware. Provide 10 ga. (3.4mm) hinge reinforcement/22ga mortar guard boxes strike locations. 2.2.3 Shop prime cold rolled steel sheet. I 2.2.4 Apply,at factory,touch up primerto doors and frames manufactured from galvanized steel where coating has been removed during fabrication. 2.3 Doors 2.3.1 Make provision for glazing as indicated and provide necessary glazing stops. Minim um 0.9mm (20ga). Protect No.2009-19 STEEL DOORS AND FRAMES 08111.3 2.3.2 Construct rail and stile doors in same manner as flush doors. , 2.3.3 Construct matching panels in same manner as doors. ' 2.3.4 Fabricate all doors with longitudinal edges mechanically interlocked and welded. 2.3.5 =abricate all doors with top and bottom channels flush (and filled solid), extending full width of door and welded to both faces 2.4 Frames 2.4.1 Cut mitres and joints accurately and weld continuously on inside of frame profile. 2.4.2 Grind welded corners and joints to flat plane, fill with metallic paste filler and sand to ' uniform smooth finish. 2.4.3 Provide adjustable jamb anchors for fixing at floor minimum 16 ga. 2.4.4 Install 3 bumpers on strike jamb for each single door and 2 bumpers at head for pairs of doors. ' Set in silicon sealant to retain bumpers. ( Do not install until section 9900 has painted doors). 2.4.5 Make provision for glazing as indicated and provide necessary glazing stops. ' PART 3 EXECUTION 3.1 Installation General 3.1.1 Install rated doors and frames in accordance with National Fire Codes, Volume 4, produced by ' National Fire Protection Association (NFPA)80. 3.2 Frame Installation 3.2.1 Set frames plumb, square, level and at correct elevation. 3.2.2 Secure anchorages and connections to adjacent construction. 3.2.3 Brace frames rigidly in position while building-in. Install temporary horizontal wood spreader at third points of door opening to maintain frame width. Provide vertical support at centre of head for openings over 1200 mm wide. Remove temporary spreaders after frames are built-in. 3.2.4 Make allowances for deflection of structure to ensure structural loads are not transmitted to , frames. 3.3 Door Installation ' 131 Install doors and hardware in accordance with hardware templates and manufacturer's instructions and Section 08710- Finish Hardware. ' 3.3.2 Provide even margins between doors and jambs and doors and finished floor and thresholds as follows. .1 Hinge side: 1.0 mm. t .2 Latch side and head: 1.5 mm. .3 Finished floor, and thresholds: 13 mm. 3.3.3 Adjust operable parts for correct function. 1 Project No. 2009-19 STEEL DOORS AND FRAMES 08111.4 1 3.4 Finish Repairs 3.4.1 Touch up with primer galvanized finish damaged during installation. 3.5 Warranty 3.5.1 Provide written 5 year warranty covering all hollow metal doors, frames and screens against defects of material and workmanship including integrity of galvanized treatments and replacement of defective hinge reinforcement plates. r END OF SECTION 08111 Project No 2009-19 WOOD AND PLASTIC DOORS 08200.1 PART GENERAL ' 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction Document CCDC2-1994 and the SupplementaryGeneral Conditions included in this Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall complyto all pertinent sections and articles in Division 1 -General Requirements. 1.2 Work Included ' 1.2.1 Provide factory prefinished red oak veneer faced solid wood core doors to section 06200 finish carpentry for installation. , 1.3 Related Section 1.3.1 Section 06200 Finished Carpentry ' 1.3.2 Section 08800 Glazing and Mirrors 1.4 References ' 1.4.1 AWMAC - Quality Standards for Architectural Woodwork, latest edition. 1.4.2 CAN/CSA-0132.2 Series-90,Wood Flush Doors. 1.4.3 CAN4-S104-M80, Fire Tests of Door Assemblies. 1.4.4 CAN4-S105-M85, Fire Door Frames. 1.4.5 NFPA-80, Fire Doors and Windows, 1992 edition. 1.5 Samples ' 1.5.1 Submit samples in accordance with Section 01340-Submittals. 1.5.2 Submit one 300 x 300mm corner samples of each type of wood door. 1.5.3 Show door construction, core, glazing detail and faces. 1.6 Shop Drawings ' 1.6.1 Submit shop drawings showing details and dimensions required for the fabrication and erection of work described in this section. 1.7 Guarantee 1.7.1 All doors shall be fully guaranteed for a period of three(3)years against manufacturing defects,core ghosting and warping,delamination of veneerfinish,after acceptance of the project by the Owners. PART 2 MATERIALS 2.1 Doors 1.1.1 Doors shall be of the sizes,thickness and type as shown on the drawings. 2.1.2 Solid core doors shall be equal to Cambridge Doors Series#9300 with solid particle board core ' or Premdor 3100 or equal by Madawaska Door Co.or Baillergeron. Project No. 2009-19 WOOD AND PLASTIC DOORS 08200.2 2.1 Doors-Cont'd 2.1.3 Doors shall be provided with vision panels as called for on the Door Schedules and supplied complete with wood glazing stops for 20 minute rated doors and ULC approved metal glazing stops for 45 minute and 60 minute rated doors. 2.1.4 45 and 60 minute rated doors shall be Series 2100 Fire Door by Cambridge Door or approved above referenced manufacturers. 2.1.5 Doors shall be complete with ULC or Warnock Hersey labels indicating approved fire resistance ' rating as required. 2.1.6 Undercut or rebate bottom rails as required. Undercut shall not exceed 13mm ' 2.1.7 Core-medium density cored wood particle board. Rated assemblies shall conform to requirements of ULC or Warnock Hersey. 2.1.8 Crossband - 3 ply hardwood not less than 1/8" (3mm)thick before sanding. Face veneer to be ' rotary cut red oak. 2.1.9 Vertical and horizontal edges,stops and beads for glass and grilles to be solid red oak to match veneer. Edges shall be minimum 1-1/2"(38mm) wide by thickness of door. ' 2.1.10 Stiles and rails to be low density softwood staved type minimum 3-1/2" (83mm) wide with 3/4" (19mm)thick hardwood edge banding. Moisture content shall not exceed 8%. 2.1.11 Glazing beads to be flush type front edge recessed 1/8" (3mm) at bottom. Mitre cut and fit all Icorners to form tight flush joints. 2.1.12 Stile Edges: to CAN/CSA-0132.2, rotary cut, for stain and varnish finish. 2.2 Louvres 2.2.1 All louvres shown on the drawings shall be supplied and installed by the door supplier. ' 2.2.2 Louvres shall be Crowder CDC or approved equal, 14x12 mill finish aluminum and if located in a rated door shall be steel and suitably dampened for the appropriate fire rating of the door. PART 3 EXECUTION t3.1 Fabrication 11.1 Particle board core or fire rated cores used,frame with 4-1/8"(1 05mm)minimum wood stiles and 2-3/4" (70mm) minimum wood rails; edge stiles with red oak 3/4" 09mm) wide minimum, full length piece. Glue stiles and rails to core and apply face laminate and machine flush with door edges. 3.12 At the door manufacturers plant, apply one coat of sanding sealer,one coat of pigmented wiping stain and two clear coats urethane finish applied at door manufacturer's plant. Stain shall be #W WS0553, Glidden Paints, Valspar, Grainstone Plus, wiping stain "Dark Cherry". 3.1.3 Doors shall be factory prepared for all scheduled hardware. 3.2 Fitting and Hanging Doors 3.2.1 Doors shall be delivered to site, protected in transit from any damage from weather or handling and similarly store in a protected area unit hung in place. 3.2.2 Doors shall be hung by skilled carpenters. (Section 06200). ' 3.2.3 Door hardware will be supplied by Section 08710. Neatly and accurately fit required finishing hardware. 3.2.4 The completed installation requires all doors to fit accurately in their frames, swing easily without ' binding and close snugly without movement when latch is engaged. Project No 2009-19 GLAZED ALUMINUM CURTAIN WALLS 08550.1 ' PART GENERAL 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. ' 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. , 1.2 Scope 1.2.1 Provide aluminum curtain wall framing system, aluminum entrance doors, anchors. , 12.2 Spandrel panels preformed aluminum closures, extruded sills. 1.2.3 Curtain wall glazing; 1.2.4 Curtain wall sealants. 1.3 Related Sections , 1.3.1 Section 07190 Thermal Insulation and Vapour Barriers 1.3.2 Section 07270 Firestopping and Smoke Seals , 1.3.3 Section 07900 Sealants 1.3.4 Section 08800 Glazing , 1.4 References 1.4.1 AA - designation system for Aluminum Finishes, 1980. , 1.4.2 AAMA-CW-1-9, Aluminum Curtain Wall design Guide Manual. 1.4.3 AAMA-CW-10, Curtain Wall Manual #10 Care and Handling of Architectural Aluminum From Shop To Site. 1.4.4 AAMA-GSM-1, Metal Curtain Wall, Window, Store Front and Entrance Guide Specifications ' Manual. 1.4.5 ASTM-A446-A446M-91,specification for Steel Sheet, Zinc-Coated(Galvanized)by the Hot-Dip Process,Structural (Physical) Quality. 1.4.6 ASTM-B209M-92a, Specification for Aluminum and Aluminum-Alloy Sheet and Plate. 1.4.7 ASTM-B221M-92a, Specification for Aluminum-alloy Extruded Bars, Rods, Wire, Shapes and Tubes. 1.4.8 ASTM-E283-84, Test Method for Rate of Air Leakage through Exterior Windows, Curtain Wall , and Doors. 1.4.9 ASTM-E331-86, Test Method for Water Penetration of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference. ' 1.4.10 CAN/CGSB-12.1M90,Tempered or Laminated Safety glass. Project No 2009-19 GLAZED ALUMINUM CURTAIN WALLS 08550.2 1.4 References -Cont'd ' 1.4.11 CAN/CGSB-19.9-M91,Spandrel Glass. 1.412 CAN/CGSB-12.20-M89, Structural Design of Glass for Buildings. 1.4.13 CAN/CGSB-19-13-M87, Sealing Compound, One-component, Elastomeric Chemical Curing. 1.4.14 -AN/CGSB-19.24-M90, Multicomponent, Chemical-Curing Sealing Compound. ' 1.4.15 CAN/CGSB-51.10-92, Mineral Fibre Board Thermal Insulation. 1.4.16 CAN/CSA-G40.21-M92, Structural Quality Steels. ' 1.4.17 CAN/CSA-G164-M92, Hot Dip Galvanizing of Irregularly Shaped Articles. 1.4.18 CSA-S136-94, Cold Formed Steel Structural Members. 1.4.19 CAN/CSA-S157-M83, Strength Design of Aluminum. 1.4.20 CSA-W59.2-M7991, Welded Aluminum Construction. ' 1.5 System Description 1 1.5.1 Vertical glazed aluminum curtain wall system includes thermally broken tubular aluminum sec ions with self supporting framing,shop fabricated,factory prefinished,vision glass, insulated metal panel spandrel infill and related flashings, anchorage and attachment devices. Assembled system to permit reglazing of individual glass(and infill panel) units without requiring removal of structural mullion sections. 1.6 Performance Reouirements ' 1.6.1 Design and size components to withstand dead and live loads caused by pressure and suction of wind, acting normal to plane of system as calculated in accordance with the requirements of authorities having jurisdiction and Part 4, Ontario Building Code - 1997 as amended. r1.6.2 Limit mullion deflection of Ull75 in accordance with CAN/CSA-S757. 1.6.3 Size glass units and glass dimensions to limits established in CAN/CGSB-12.20. ' 1.6.4 Provide system to accommodate, without damage to components or deterioration of seals: 1.6.4.1 Movement within system. 1.6.4.2 Movement between system and perimeter framing components. 1.6.4.3 Dynamic loading and release of loads. 1.6.4.4 Deflection of structural support framing. Ir 1.6.5 Sound attenuation through wall system (exterior to interior): STC 45, measured in accordance with ASTM-E413. 1.6.6 Limit air infiltration through assembly to 0.003 m3/m2 of wall area, measured at a reference differential pressure across the assembly of 300 Pa as measured in accordance with ASTM- E283. Pro ect No. 2009-19 GLAZED ALUMIN M C RTAIN WALLS 08550.3 1 1.6 Performance Requirements- Cont'd , 1-6.7 Vapour seal with interior atmospheric pressure of 25mm sp, 22°C,40% RH: No failure. 1.6.8 Watedeakage:none,when measured in accordance with ASTM-E331 with a pressure differential of 720Pa. 1.6.9 cycling temperature range of 95'C over a 2chour period without causing detrimental effects by system components. , 1.6.10 Drainwaterenteringjointstotheexteriorbyaweepdrainagenetwork,forcondensationoccurring in glazing channels, or migrating moisture occurring within system. 1.6.11 Maintain a continuous air barrier and vapour retarder throughout the assembly, primarily in line ' with inside pane of glass and heel bead of glazing compound. Position thermal insulation on exterior surface of air barrier and vapour retarder. 'caused b thermal movement, thermal 1.6.12 movement t aration harmonics, wind gstelements,sloosen ng y eakeni g, or fracturing or attachments or components of system occur. ' 1.7 Product Data 1.7.1 Provide component dimensions, describe components, within assembly, anchorage and fasteners, glass and infill, internal drainage details. 1.8 Shop Drawinos nce with the requirements of section 01300 submittals. 1.8.1 Submit shop drawings in accorda 1.8.2 anticipated system deflect deflection load, affected related work,iweep drainage netwlork,expansion and contraction joint location and details, and field welding required. 1.8.3 Shhc drawings gs h shall bear he stamp and signature of a Professional Structural engineer licensed ' 1-9 Desi n Data dimensional limitations,special 1.9.1 Provide installation nr and physical characteristics, equ a ents. Structu al aulatons to bear stamp and signat reof Structural Engineer. 1.10 Inspection 1.10,1 Submit inspection company reports in accordance with Section 01450 Quality Control and Material Testing. ' 1.10.2 Submit reports on glazed aluminum curtain wall installation as it progresses. 1.11 Pre-Installation Meeting I 1,11.1 Convene one month before starting work of this section. 1,12 Delivery Storage and Handling 1,12.1 Handle work of this section in accordance with AAMA-CW-10. ■ Protect No. 2009-19 GLAZED ALUMINUM CURTAIN WALLS 08550.4 1.12.2 Protect prefinished aluminum surfaces with strippable coating. Do not use adhesive papers or sprayed coatings which bond when exposed to sunlight or weather. 1.13 Environmental Requirements 1.13.1 Do not install sealants when ambient and surface temperature is less than 5°C. 1.13.2 Maintain this minimum temperature during and after installation until sealants cure. 1.14 Sequencing ' 1.14.1 Co-ordinate the work of this section with installation of firestopping, air barrier placement and flashing placement. ' 1.15 Warranty 1.15.1 r ravide awarrantyfor Glazed Aluminum Curtain Wall in accordance withthe General Conditions ' but for a period of five years. 1.15.2 The Warranty shall cover materials and workmanship and shall include leakage and complete system failure. PART2 PRODUCTS 2.1 Curtain Wall System - Manufacturers 2.1.1 Kawneer Company Canada Limited: 1600 Wall System. Fulton Windows: Fulwall Two or equal by Alum icor. 2.12 Aluminum doors: Kawneer 500 series or equal by above manf. 2.2 Materials ' 2.2.1 Exuded aluminum: Aluminum Association alloy AA6063, anodizing quality. 2.2.2 Sheet aluminum: Aluminum Association alloy AA5005, anodizing quality. ' 22.3 Sheet steel: CSA-S136 galvanized in accordance with ASTM-A446/A446M. 2.2.4 Steel sections: CAN/CSA-G40.21 shaped to suit mullion sections. ' 2.2.5 Fasteners: stainless steel. 2.2.6 Bituminous paint: CAN/CGSB-1.108,without thinner. ' 2.2.7 Glass: 2.2.7.1 Safety glass to CAN/CGSB-12.1, laminated, 6mm minimum thickness. 2.2.8 Insulation glass units to CAN/CGSB-12.8 double glazed units, 25mm minimum overall thickness. ' 2.2.8.1 Glass to CAN/CGSB-12.1. 2.2.8.2 Glass Thickness(minimum): 6mm each lite. 2.2.8.3 Inner Cavity Space: 13mm. 2.2.8.4 Outer Pane: 6mm thickness, laminated safety glass LOF Eclipse Super Grey or equal by Guardian, PPG. ■ Protect No 2009-19 GLAZED ALUMINUM CURTAIN WALLS 08550.5 ' 22.8.5 Inner Pane: 6mm thickness, tempered safety glass low 'E'coating on X'surface,as manuf. by , LOF or equal by Guardian or PPG. 2.2.9 Sealants: 2.2.9.1 Perimeter Sealant. .1 Three part epoxidized polyurethane to CAN/CGSB-19.24 - Dymeric by Tremco Construction Products. Colour as selected by the Architect from the Manufacturer's special colour range. .2 Two part chemically curing polyurethane to CAN/CGSB-19.24-Vulkem 922byMameco , of Canada Ltd. Colour as selected by the Architect from the Manufacturer's special colour range. 2.2.9.2 Air Barrier Foam Sealant: One component polyurethane foam. , .1 Abisko Manufacturing Inc.: ENERFoam. .2 Insta-Foam Products Inc.: Insta-seal. .3 Polycell1 .4 Tremco Monofoam 2.3 Components 2.3.1 Mullion profile: 154 x 50mm nominal dimensions for vertical members and horizontal members; , thermally broken with interior tubular section insulated from exterior pressure plate; matching stops and pressure plate of sufficient size and strength to provide adequate bite on glass and infill panels; drainage holes, deflector plates and internal flashings to accommodate internal weep ' drainage system; internal mullion baffles to eliminate "stack effect" air movement within internal spaces. 2.3.2 Reinforced mullion: 135x 50mm nominal dimension of extruded aluminum claddingwith internal reinforcement of shaped steel structural sections. 2.3.3 Spandrel Panels: 2.3.3.1 Internally reinforced, permitting internal air movement to glazing space,outside air barrier. ' 2.3.3.2 Backpan: 3.Omm anodized aluminum. 2.3.3.3 Insulation: .1 Semi-rigid glass fibre to CAN/CGSB-51.10, Type 1, Class 1, thickness as indicated. .2 Thermal Resistance: RSI value of 0.74 per 25mm thickness. ' .3 Acceptable Manufacturer/Product: Owen Corning Canada Inc.: Commercial Wall Insulation. .4 Spandrel Glass:To CAN/CGSB-12.9,Type 1, Tempered safety glass, style 3-Organic coated. Colour to Consultant's choice from manf. standard range available. , 2.3.3.4 Flashings:0.7mm thick aluminum,to match curtain wall mullion sections where exposed,secured with concealed fastening method. 2.4 Fabrication ' 2.4.1 Site measure to confirm exact dimensions prior to fabrication of curtain wall. 2.4.2 Fabricate system components with minim um clearances and shim spacing around perimeter of assembly, yet enabling installation and dynamic movement of perimeter seal. 2.4.3 Accurately fit and secure joints and corners. Make joints flush, hairline,and weatherproof. ' 2.4.4 Prepare components to receive anchor devices. Install anchors. ' Protect No. 2009-19 GLAZED ALUMINUM CURTAIN WALLS 08550.6 r2.4 Fabrication -Cont'd ' 2.4.5 Arrange fasteners and attachments to ensure concealment from view. 2.4.6 Prepares system components to receive exterior doors, specified in section 08400-Aluminum Doors and Frames. 2.4.7 Reinforce framing members for internal imposed loads. 2.4.8 Visible manufacture's identification labels not permitted. ' 2.5 Finishes 2.5.1 Clear anodized to match Kawneer 1117- Alumite. 2.6 Sourcing Quality Control 2.6.1 Perform work in accordance with AAMA-GSM-1, and AAMA-CW-1-9. 2.6.2 Manufacturer qualifications:company specializing in manufacturing theproducts specified inthis section with a minimum of five years documents experience. ' 2.6.3 Installer qualifications: company specializing in performing the work of this section with a minimum of five years documented experience and approved by the manufacturer. 2.6.4 Design structural support framing components to CAN/CSA-S757 under the direct supervision of a Professional Structural Engineer experienced in the design of this work and licensed in the Province of Ontario. L2.6.5 Perform welding work in accordance with CSA W59.2. 2.6.6 Exterior frames to be prepared for the hardware supplied by the Finishing Hardware Supplier- 1 Section 08710. Hardware for aluminum doors shall be installed by this section. 2.6.7 All exterior doors to be weather sealed all round. Floor sweeps shall be K.N. Crowder Type CT- 52 and weatherstrip must be continuous vinyl insert in aluminum strip. Install aluminum threshold at exterior doors, bedding threshold in caulking. 2.6.8 All door stiles shall be welded to top and bottom rails in a concealed manner. ' 2.6.9 All entrance framing shall be fabricated to the profiles shown and be equal to Kawneer #1600 Series, 114mm x 50.8mm sections, complete with all required internal reinforcement; shims; anchors; glazing stops and accessories as required to render a complete installation. ' 2.6.10 Glazing to be performed by this section in accordance with the requirements of section 08800. 2.6.11 Fasteners: All fasteners shall be anti magnetic,stain and corrosion resistant stainless steel with a chromium content not less than 12%. 2.6.12 Isolation coating shall be black bitumastic enamel conforming to CGSB 1-GP - 108m. 2.6.13 Aluminum Panels/closures: Minimum 3mm thick, forming grade. Brake formed aluminum sheet metal complete with concealed anchoring devices. Finish to match framing sections. 2.6.14 General: All exterior framing shall accommodate a 25mm thick insulating glazing unit. Project No 2009-19 GLAZED ALUMINUM CURTAIN WALLS 08550.7 , 2.2 Sills 2.2.1 Sills areto be extruded aluminum standard Kawneer section#536-008 to dimensions to suite the deiails and job conditions. Sills are to be installed in the longest practical length and with a minimum of joints. Where joints do occur they shall be only on the centre lines of window mullions. Cover plates over joints shall match the sills. Standard Kawneer #526-671 drip deflectors are to be installed at the ends of all sills and junctions of walls. Finishes of sills are to ' match the finishes of the windows. Sills to be complete with end caps and mill finish aluminum sill chairs at maximum 400mm centres. 2.2.2 Break metal flashing will not be accepted for sills. ' PART 3 EXECUTION 3.1 Examination ' 3.1.1 Verify dimensions, tolerances, and method of attachment with other work. 3.1.2 Verify that wall openings and adjoining air barrier and vapour retarder materials are ready to ' receive the work of this section. 3.2 Installation ' 3.2.1 Install curtain wall system in accordance with manufacturer instructions. 3.2.2 Attach to structure to permit sufficient adjustment to accommodate construction tolerances and ' other irregularities. 3.2.3 Provide alignment attachment and shims to permanently fasten the system to the building structure. Clean weld surfaces; apply a protective primer to field welds and adjacent surfaces. 3.2.4 Align assembly plumb and level,free of warp or twist. Maintain assembly dimensional tolerances and align with adjacent work. , 3.2.5 Provide thermal isolation where components penetrate or disrupt building insulation. 3.2.6 Install(lashings. 3.2.7 Co-ordinate installation of fire stop insulation, specified in Section 07270 - Firestopping and Smoke Seals, at each floor slab edge and intersection with vertical construction where indicated. 3.2.8 Co-ordinate attachment and seal of perimeter air barrier and vapour retarder materials. ' 3.2.9 Seal shim spaces at perimeter of assembly with air barrier foam sealant to maintain continuity of air barrier. , 3.2.10 Install glazing using exterior dry(tape and gasket) glazing method specified in Section 08800 - Glazing as required to achieve performance criteria and in accordance with the manufacturer's instructions. ' 3.2.11 Install perimeter sealant to method required to achieve performance criteria and in accordance with Section 07900-Sealants. 3.3 Site Tolerances 1 3.3.1 Maximum variation from plumb: 1.5mm/m non-cumulative or 12mm/30m , whichever is less. 3.3.2 Maximum misalignment of two adjoining members abutting in plane:0.8mm. 3.3.3 Maximum sealant space between curtain wall and adjacent construction: 13mm. ' ' Proiect No 2009-19 GLAZED ALUMINUM CURTAIN WALLS 08550.8 3.4 Manufacturer Field Services ' 3.4.1 Curtain wall and glass product manufacturers shall provide field surveillance of the installation of their products. 3.4.2 Monitor and report installation procedures, unacceptable conditions and deficiencies to the Consultant. 3.5 Cleaning 3.5.1 Remove protective material from prefinished aluminum surfaces and glazing. 3.5.2 Wash down surfaces with a solution of mild detergent in warm water, applied with soft, clean wiping cloths. Take care to remove dirt from corners. Wipe surfaces clean. 3.5.3 Remove excess sealant by moderate use of mineral spirits or othersolvent acceptable to sealant manufacturer. 3.6 Protection 3.6.1 Protect finished work from damage in accordance with Division 01. ' 3.7 Field Quality Control 3.7.1 Inspection: An inspection and testing company selected by the Architect will inspect and report in the installation of the glazed aluminum curtain walls system. 3.7.2 The cost of inspection services will be paid from the cash allowance specified in Section 01020- Allowance. ' END OF SECTION 08550 Proect No. 2009-19 FINISH HARDWARE 08710.1 ' PART 1 GENERAL 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. ' 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. 1.2 Description , 1.2.1 Supply finish hardware as per finish hardware schedule to Section 06200, for installation. 1.2.2 Provide all necessary co-ordination and supervision of field installation. , 1.2.3 Inspect competed installation and verity proper hardware operation. 1.3 Reference Standards ' 1.3.1 Canadian Metric Guide for Steel Doors and Frames (Modular Construction) prepared by ' Canadian Steel Door and Frame Manufacturers'Association. 1.4 Requirements of Regulatory Agencies 1.4.1 Use ULC listed and labelled hardware for doors in fire separations and exit doors. 1.5 Samples 1.5.1 Upon request submit samples of each type hardware specified, in accordance with Section 01300. 1.6 Hardware List ' 1.6.1 Submit hardware schedule and catalogue cuts in accordance with Section 01300. List hardware, including make, model, material, function, finish and door number. 1.7 Maintenance Data 1.7.1 Provide maintenance data, parts list,and manufacturer's instructions for door closers, locksets, ' door holders and fire exit hardware for incorporation into maintenance manual specified in Section 01300. 1.7.2 Brief maintenance staff regarding proper care, cleaning, and general maintenance. 1.8 Maintenance Materials 1.8.1 Store finishing hardware in locked, clean and dry area. 1.8.2 Package each item of hardware including fastenings, separately or in like groups of hardware, label each package as to item definition and location. 1.8.3 Maintain inventory list with hardware schedule. ' 1.8.4 Provide keys in triplicate for every lock in this contract. Deliver all sets to Owner's designated site ' representative. 1.8.5 Provide the following quantity of master keys: Master "A"-2 i ' Project No. 2009-19 FINISH HARDWARE 08710.2 PART 3 EXECUTION ' 3.1 Installation Instructions 3.1.1 Furnish wood doors, metal door and frame manufacturers with complete instructions and templates for preparation of their work to receive hardware. 3.1.2 Where door stop contacts door pulls, mount stop to strike bottom of pull. 3.2 Supplier 3.2.1 Supplier shall be responsible for the administration and servicing of the hardware contract. Personnel administering this Section shall be A.H.C. or equal experience. 3.2.2 The Hardware Specialist shall make periodic inspections of the hardware installations and shall expedite the correction of defective hardware. This specialist shall attend site meetings when so requested. ' 3.3 Shippin 3.3.1 All items of hardware shall be delivered to the job site packaged. Each item shall be clearly marked with proper opening number and item number for proper location. 3.4 Hardware Mounting Heights 3.4.1 rKSI Standard. 3.5 Finishing Hardware Schedule ' 3.5.1 Supply the following finishing hardware as itemized hereinafter. CONSULTANT: JOHN TAMBLYN A.H.C. DATE OCT.2,2009 , JIM FLEMING REV 41 CONTRACT#: , SIR � Rirett ' RIVETT ARCHITECTURAL HARDWARE LTD. ' FINISHING HARDWARE SCHEDULE ' FOR GARNET B. RICKARD COMPLEX ' CCD RENOVATIONS , BOWMANVILLE, ONTARIO ARCHHECT/ENGINEER/CONSULTANT ' J.R. FREETHY ARCHITECT 1 CUSTOMER: SUBMITTED BY: , «COMPANY» RIVETT ARCHITECTURAL HARDWARE LTD. <<STREET» 111 INDUSTRIAL DR., WHITBY, ONTARIO <<CITY»,<(PROV», CANADA LIN 5Z9 <<POSTAL» TEL-905-668-4455 FAX-905-668-4433 OVER THIRTY YEARS OF EXCELLENCE ' 1 1 ■ HARDWARE INFORMATION AND SPECIFICATIONS FINISH: ALL FINISHES SHALL BE AS INDICATED HV THE FINISHING October 2,2009 HARDWARE SCHEDULE BY INTERNATIONAL CODES. KEYING: KEYING SHALL BE AS REQUESTED BY THE ARCHITECT AND/OR OWNER. A KEYING SCHEDULE SHALL BE PROVIDED FOR APPROVAL INSTALLATION: ALL HARDWARE SHALL BE INSTALLED AND ADJUSTED COMPLETE AS PER THE MANUFACTURERS PRINTED INSTRUCTIONS AND TEMPLATES. BY SKILLED CARPENTERS IN THE APPLICATION OF FINISHING HARDWARE-. PRODUCTS: MANUFACTURER'S PRODUCTS SHALL ALL BE AS SPECIFIED. ANY EQUALS MAYBE APPROVED IN WRITING IF THEY ARE EQUAL IN DESIGN,FUNCTION, QUALITY,AND FINISH AS LISTED HEREIN. HINGES BY HAGER TRIM HARDWARE By HAGER LOCKSBYSCHLAGE SEALS By K.N. CROWDER PANICS By VON DUPRIN T/HOLDS BY K.N.CROWDER CLOSERS By LCN SIGNS By BURLINGTON SIGNS HANDLING: WHERE DOORS AND FRAMES ARE TO BE FIELD PAINTED OR FINISHED, ALL HARDWARE SHALL BE REMOVED BY THE GENERAL CONTRACTOR,PRIOR TO SAME.AFTER FINISHING HAS BEEN COMPLETED,THE GENERAL CONTRACTOR SHALL RE-INSTALL ALL THE HARDWARE TO ' MANUFACTURERS RECOMMENDATIONS. PACKING: LABEL ALL FINISHING HARDWARE WITH DOOR NUMBERS AND ITEM NUMBERS.THE GENERAL CONTRACTOR SHALL RECEIVE IN A LOCKED DRY STORAGE AREA AND ADVISE WITHIN 24 HOURS OF ANY SHORTAGES. SUBMITTAL: BEFORE MATERIAL IS ORDERED,SUBMIT(1)ONE COPY OF THE COMPLETED HARDWARE SCHEDULE FOR FINAL APPROVAL. SUPPLY ALL NECESSARY TEMPLATES REQUIRED FOR FABRICATION. WARRANTY: THE WARRANTY PERIOD SHALL BE ONE (1)YEAR GENERALLY AND TEN (10)YEARS FOR DOOR CLOSERS,THIS SHALL BE SENT TO THE GENERAL CONTRACTOR ON COMPLETION. OMISSIONS: ANY ITEMS OF FINISHING HARDWARE REQUIRED FOR THIS PROJECT AND ' NOT INCLUDED IN THIS SPECIFICATION AND/OR SCHEDULE WILL BE ADDED TO THE CONTRACT AFTER AN APPROVED CHANGE NOTICE HAS BEEN ISSUED BY THE ARCHITECT. QUALITY: PERSONNEL WHO WILL BE RESPONSIBLE FOR SCHEDULING, ORDERING AND CO-ORDINATION HARDWARE FOR THIS PROJECT SHALL BE AN EXPERIENCED HARDWARE CONSULTANT AND WITH AN EXPERIENCED HARDWARE DISTRIBUTOR BOTH OF WHICH SHALL HAVE A MINIMUM OF FIVE YEARS EXPERIENCE. THE ARCHITECT MAY REQUEST A QUALIFICATION FORM SUBMITTED. t 2 1 SYMBOLS RIVETT ARCHTFECTURAL HARDWARE LTD. October 2,2009 FINISHES B.H.M.A. CANADIAN U.S.A. DESCRIPTION 600 CP USP PRIMED FOR PAINT 602 C2C US2C CADMIUM PLATED 603 C2G US2G ZINC PLATED 605 C3 US3 BRIGHT BRASS CLEAR COATED 606 C4 US4 SATIN BRASS CLEAR COATED 609 C3 US5 SATIN BRASS BLACKENED CLEAR COAT , 612 CIO USIO SATIN BRONZE CLEAR COATED 613 CIOB USIOB OXIDIZED SATIN BRONZE OIL RUBBED 619 C15 US15 SATIN NICKEL PLATED CLEAR COATED 625 C26 US26 BRIGHT CHROMIUM PLATED 626 C26D US26D SATIN CHROMIUM PLATED 627 C27 US27 SATIN ALUMINUM CLEAR COATED 628 C28 US28 SATIN ALUMINUM CLEAR ANODIZED 629 C32 US32 BRIGHT STAINLESS STEEL 630 C32D US32D SATIN STAINLESS S"FEEL 689 SBL USP28 ALUMINUMPAINT 690 DEL USP20 DARK BRONZE PAINT HANDING LH LEFTHAND LHA LEFTHANDACTIVE ' RH RIGHTHAND RHA RIGHT HAND ACTIVE LHR LEFT HAND REVERSE LHRA LEFT HAND REVERSE ACTIVE RHR RIGHT HAND REVERSE RHRA RIGHT HAND REVERSE ACTIVE WORDS ' ALUM ALUMINUM NRP NON REMOVABLE PIN ASA ASA STRIKE. PR PARR BS BACKSET SEC SECTION CC CANCELED SGLE SINGLE , CYL CYLINDER STD STANDARD DA DOUBLE AC TING TB THRU BOLTS DS DEAD STOP ULA UNDERWRITERS LABELED 3 HOUR RATED EA EACH ULB UNDERWRITERS LABELED I I/2 HOUR RATED ELEV ELEVATION ULC UNDERWRITERS LABELED 314 HOUR RATED HOWE HARDWARE LLD UNDERWRITERS LABELED I/3 HOUR RATED HO HOLDOPEN UL UNDERWRITERS FIRE LABELED MM MILLIMETERS 161 STANDARD CYLINDER LOCK CUTOUT DOORS & FRAMES ' FS FRAME SINGLE"KD" ED FRAME DOUBLE-KD" FSW FRAME SINGLE WELDED FDW FRAME DOUBLE WELDED FSWTH FRAME SIN GLE WELDED THERMO FDWTB FRAME DOUBLE WELDED THERMO FSTB FRAMESWGLE THERMO-KD" FDWDE FRAME WELDED DOUBLE EGRESS , FSDW FRAME SIN GLE DRYWALL FDWCS FRAME WELDED CONTRA SWING FSDWW FRAME SGLE DRYWALL WELDED FDDW FRAME DOUBLE DRYWALL"KD" D DOOR"D"SERIES HONEYCOMB CORE -14 l4 GAUGE STEEL DOOR OR FRAME H DOOR"IT'SERIES STEEL STIFFENED -16 16 GAUGE STEEL DOOR OR FRAME E DOOR"E"SERIES EMBOSSED -18 18 GAUGE STEEL DOOR OR FRAME , Z DOOR"Z"SERIES STEEL STIFFENED -20 20 GAUGE STEEL DOOR OR FRAME M FLUSH FACE DOOR PST PRESSED STEEL FRAME G HALFLFTED DOOR WE WOOD FRAME NL NARROW LITED DOOR HMD HOLLOW METAL DOOR , L LOUVERED DOOR HCWD HOLLOW CORE WOOD DOOR 2G TWO LITED DOOR SCWD SOLID CORE WOOD DOOR V VIEW LTTED DOOR PL PLASTIC LAMINATED DOOR KD KNOCK DOWN FR FRAME TRR TEMPERATI,-RE RISE RATED CIF CHANNEL B20N FRAME ' STC SOUN'D'TRANSMISSION DR DOOR KEYING GGMK GREAT GRAND MASTER KEY KD KEYED DIFFERENT GMK GRAND MASTER KEY KA KEYED ALIKE ' MK MASTER KEY CMK CONSTRUCTION MASTER KEY EMK EMERGENCY MASTER KEY SK SEPARATE KEY NO MASTERS BK BLOCK-0 KEYED CC CONSTRUCTION CORE RM REMOVABLE CORE CK CUT KEYS 3 ' HARDWARE LOCATION DIAGRAM RNETT ARCHITECTURAL HARDWARE LTD. Ooobcr 2,2009 UPTO 9 3/4" / TOP OF DOOR ' 248MM TOP HINGE 60"70 C/L1NE OF DEADLOCK EQUAL 45" OR I]43 mm TO C/I,INE OF PUSH PLATE 45' OR 1143 mm TO CLINE OF PUSH/PULL BAR CENTRE HINGE 4 / 6O2m INOCK 1 EQUAL 1 BOTTOM HINGE I UPTO 10 3/8" 264MM � F FINISHED FLOOR ALL HARDWARE MOUNTING LOCATIONS SHALL BE AS PER LOCATIONS DIAGRAM AND HELD CONSISTENT THROUGHOUT THE PROJECT,UNLESS INDICATED ELSEWHERE IN THE ARCHITECTS DRAWINGS, FINISHING HARDWARE SCHEDULE OR AS DIRECTED BY 4 DI\fCTT ADf`UITCf`TIIDAI UA0f11AfA0C 1 TI1 milnonn4 ' RIVETT ARCHITECTURAL HARDWARE LTD. 02/10/2009 ' KEYING SCHEDULE ' FOR CCD RENOVATIONS @ GARNET B. RICKARD COMPLEX SET # LOCK TYPE MANUFACTURER'S NUMBER DOOR # KEY CODE 1 CLASSROOM LOCK PRIMUS 20-750 X 626 D01 ' 1 CLASSROOM LOCK PRIMUS 20-750 X 626 D71 2 OFFICE LOCK AL53PD X SAT X ASA X 626 D02 2 OFFICE LOCK AL53PD X SAT X ASA X C26 D12 ' 3 OFFICE LOCK AL53PD X SAT X ASA X 626 D03 4 OFFICE LOCK AL53PD X SAT X ASA X 626 D04 4 OFFICE LOCK AL53PD X SAT X ASA X 626 D05 ' 4 OFFICE LOCK AL53PD X SAT X ASA X 626 D06 4 OFFICE LOCK AL53PD X SAT X ASA X 626 D07 4 OFFICE LOCK AL53PD X SAT X ASA X 626 D08 4 OFFICE LOCK AL53PD X SAT X ASA X 626 D17 , 4 OFFICE LOCK AL53PD X SAT X ASA X 626 D18 4 OFFICE LOCK AL53PD X SAT X ASA X 626 D19 5 STOREROOM LOCK AL80PD X SAT XASA X 626 D09 , 6 STOREROOM LOCK AL80PD X SAT XASA X 626 D10 8 STOREROOM LOCK AL80PD X SAT XASA X 626 D15 NOTE: ' THIS IS TO BE A NEW MASTER KEY SYSTEM KNWN AS CCD-RENOVATIONS @ GARNET B. RICKARD COMPLEX BOWMANVILLE,ONTARIO , THE TWO ENTRANCE DOORS WILL BE KEYED TO THE EXISTING PRIMUS MASTER KEY SYSTEM THE BALANCE OF THE LKOCKS WILL BE MASTER KEYED AND KEYED ALIKE OR , KEYED DIFERENTLY TO A NEW MASTER KEY AS PER THIS SCHEDULE. ' Rivett Architectural Hardware Ltd. GARNET B. RICKARD COMPLEX - CCD RENOVATIONS ' Schedule 4409 Date Oct 02109 Door Number Set Number D01 1 D02 2 D03 3 D04 4 DOS 4 D06 4 D07 4 D08 4 ' D09 5 DIO 6 DI1 1 D13 2 Dl3 7 DIS 8 DI6 9 ' D17 4 D18 4 1319 4 D20 10 5 Rivett Architectural Hardware Ltd. ' Rivett Architectural Hardware Ltd. ' GARNET B. RICKARD COMPLEX - CCD RENOVATIONS Schedule 4409 Date Oct 02/09 ' Set# 1 1 SGLE. DR. # D01 EXISTING CORRIDOR TO LOBBY 002 LH ' 1 SGLE. DR. #D11 EXISTING CORRIDOR TO DAY PROGRAM 014 LH 2 -915 x 2150 x 45 x HMDR x PSFR x UL"C" Qty 6 EA HINGE BB1279-114 X 101- 626 2 EA LOCKSET C/W VAN DLGARD ND95JD X RHO X ASA X 626 PRIMUS I/C CORES TO BE KEYED TO GARNET B. RICKARD COMPLEX ' EXISTING SYSTEM. 2 EA D LOCK LEVER PRIMUS CYLINDER PRIMUS 20-750 X 626 2 EA CLOSER 4041 X 689 1 EA ELECTRIC STRIKE 1006 X J X 630 ' MOUNT AT DOOR#D11 TO OPERATE IN CONJUNCTION WITH THE POWER DOOR OPERATOR. 1 EA POWER OPERATOR RE USE EXISTING 2 EA DOORSTOP 232W X 626 ' Set# 2 1 SGLE. DR. # D02 LOBBY 002 TO CONFERENCE 003 LH ' 1 SGLE. DR. # D12 DAY PROGRAM 014 TO ACTIVITY ROOM 015 LH 2 -915 x 2150 x 45 x WDDRxPSFR Qty '6 EA HINGE 661279-114 X 101- 626 2 EA LOCKSET AL53PD X SAT X ASA X 626 2 EA FLOOR STOP 241F X 626 , Set# 3 1 SGLE. DR. # D03 LOBBY 002 TO FOOT CARE RH 1 -915 x 2150 x 45 x W DDR x PSFR , Qty 3 EA HINGE BB1279-114 X 101- 626 , 1 EA LOCKSET AL53PD X SAT X ASA X 626 1 EA FLOOR STOP 241 F X 626 6 ' Rivett Architectural Hardware Ltd. GARNET B. RICKARD COMPLEX - CCD RENOVATIONS Schedule 4409 ' Date Oct 02109 Set# 4 1 SGLE. DR. # D04 HOME SUPPORT 012 TO OFFICE 005 RH 1 SGLE. DR. # D05 HOME SUPPORT 012 TO OFFICE 006 RH 1 SGLE. DR. # D06 HOME SUPPORT 012 TO OFFICE 007 RH 1 SGLE. DR. # D07 HOME SUPPORT 012 TO OFFICE 010 RH 1 SGLE. DR. # D08 HOME SUPPORT 012 TO OFFICE 011 LH 1 SGLE. DR. # D17 DAY PROGRAM 014 TO OFFICE 021 LH 1 SGLE. DR. # D18 DAY PROGRAM 014 TO OFFICE 022 LH 1 SGLE. DR. # D19 DAY PROGRAM 014 TO OFFICE 023 RH 8 -915 x 2150 x 45 x WDDRxPSFR Qty 24 EA HINGE 661279-114 X 101- 626 8 EA LOCKSET AL53PD X SAT X ASA X 626 8 EA FLOOR STOP 241F X 626 Set# 5 1 SGLE. DR. # D09 DAY PROGRAM 014 TO HOME SUPPORT 012 RH 1 -915x2150x45x WDDRxPSFR ' Qty 3 EA HINGE BB1279-114 X 101-626 1 EA LOCKSET AL80PD X SAT X ASA X 626 ' LOCKSET TO BE LOCKED AT ALL TIMES EXCEPT BY KEY OR KEYPAD ON DAY CARE SIDE OF DOOR. THE LOCK WILL ALWAYS BE UNLOCKED ON THE HOME SUPPORT SIDE OF DOOR. 1 EA CLOSER 4041 X 689 1 EA FLOOR STOP 241F X 626 1 EA ELECTRIC STRIKE 1006 X J X 630 ELECTRIC STIKE TO TIED INTO THE FIRE ALARM SYSTEM TO ALLOW INSTANT UNLATCHING IN AN ALARM SITUATION. ELECTRIC STIRK TO ALSO TIE INTO LEYPAD ON DAY PROGRAM SIDE TO ALLOW AUTHORIZE ACCESS TO HOME SUPPORT SIDE. 1 EA KEYPAD PR079+- KEYPAD KEYPAD TO BE MOUNTED ON DAY PROGRAM SIDE OF DOOR TO ALLOW AUTHORIZED ACCESS TO HOME SUPPORT SIDE. i 1 1 i 1 7 i Rivett Architectural Hardware Ltd- ' Rivett Architectural Hardware Ltd. ' GARNET B. RICKARD COMPLEX - CCD RENOVATIONS Schedule 4409 Date Oct 02109 , Set# 6 1 SGLE. DR.#D10 HOME SUPPORT 012 TO STORAGE 013 LH ' 1 -915 x 2150 x 45 x WDDR x PSFR Qty 3 EA HINGE BB1 279-114 X 101-626 , 1 EA LOCKSET AL80PD X SAT X ASA X 626 1 EA FLOOR STOP 241 F X 626 Set# 7 , 1 SGLE. DR.#D12 DAY PROGRAM 014 TO MEN'S B/F WASHROOM 017 LH 1 SGLE. DR.#D13 DAY PROGRAM 014 TO WOMEN'S B/F WASHROOM 018 RH 2 -915 x 2150 x 45 x WDDR x PSFR ' Qty 6 E HINGE BB1 279-114 X 101-626 ' 2 EA PRIVACY SET AL40S X SAT X ASA X 626 2 EA ELECTRIC STRIKE FILLER PLATE AF-261-SL ELTRIC STIR. FILLER NOTE: BOTH DOOR FRAMES TO BE PREPPED FOR 1006-J ELECTRIC STRIKES FOR FUTURE TIE INTO AUTOMATIC DOOR OPERATORS. ' 2 EA FLOOR STOP 241 F X 626 1 EA PICTOGRAM (H/C WASHROOM) BU-QS236 1 EA PICTOGRAM(H/C WASHROOM) BU-QS237 Set# 8 1 SGLE. DR.#D15 DAY CARE 014 FROM CUSTODIAN 019 LHR 1 -762 x 2150 x 45 x WDDR x PSFR ' Qty 3 EA HINGE BB1279-114 X 101-626 , 1 EA LOCKSET AL80PD X SAT X ASA X 626 1 EA SURFACE STOP 454S X 630 MOUNT TO STOP DOOR @ 110 DEGREES. i 1 1 i 1 8 i Rivatt Arrhifarfnral I4nrr4wara 1 frt Rivett Architectural Hardware Ltd. GARNET B. RICKARD COMPLEX - CCD RENOVATIONS Schedule 4409 ' Date Oct 02/09 Set# 9 1 1 SGLE. DR.#D16 DAY CARE 014 TO WASHROOM 020 LH 1 -915 x 2150 x 45 x W DDR x PSFR Qty ! 3 E HINGE BB 1279-114 X 10 1-626 1 EA PRIVACY SET AL40S X SAT X ASA X 626 1 EA FLOOR STOP 241 F X 626 1 EA PICTOGRAM MENS/WOMEN BU-QS239 Set# 10 1 BI-FOLDING# D20 DAY PROGRAM 014 TO CLOSET 024 Bi-Folding 1 -BI FOLD PAIR OF 762 x 2150 x 45 x W DDR x BI-FOLD TRACK Qty 1 EA SET BI-FOLD TRACK CF-115 X 72"X 4DR X 628 6 EA HINGE 1279-114 X 101-605 2 EA PULL 305D X 3.5"X 626 ! 1 i 1 1 1 1 9 i Proiect No 2009-19 GLAZING 08800.1 PART GENERAL 1.1 Conditions , 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. , 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. 1.2 Description ' 1.2.1 Work Included a) Provide glass and glazing as specified herein and as described on the drawings for all new interior hollow metal screens;new wood doors. 1.2.2 Related Work a) Steel doors and frames: Section 08111 c) Wood Doors: Section 08200 b) Aluminum Curtain Walls: Section 08550 1.3 References 1.3.1 ASTM C542-82(1984) Specification for Lock-Strip Gaskets. ' 1.3.2 CGSB 19-GP-5M-76 Sealing Compound,One Component, Acrylic Base, Solvent Curing. 1.3.3 CAN/CGSB-19.6-M87 Caulking Compound, Oil Base. ' 1.3.4 CAN/CGSB-19.13-M87 Sealing Compound,One Component, Elastomeric, Chemical Curing. 1.3.5 CAN/CGSB-19.18-M87 Sealing Compound,One-Component, Silicone Base, Solvent Curing. ' 1.3.6 CAN/CGSB-19.24-M80 Sealing Compound, Multi-Component, Chemical Curing. , 1.3.7 CAN/CGSB-12.1-M79 Glass, Safety, Tempered or Laminated. 1.3.8 CAN/CGSB-1 2.2-M76 Glass, Sheet, Flat, Clear. 1.3.9 CAN/CGSB-12.3-M76 Glass, Polished Plate or Float, Flat, Clear. 1.3.10 CAN/CGSB-12.8-M76 Insulating Glass Units. ' 1.3.11 CAN/CGSB-1 2.11-M76 Glass,Wired, Safety. PART PRODUCTS ' 2.1 Glass Materials 2.1.1 Clear sheet glass:to CAN/CGSB-12.2, glazing quality,6 mm thick. 2.1.2 Polished plate or float glass: to CAN/CGSB-12.3, glazing quality, 6 mm thick. 2.1.3 Wired glass: to CAN/CGSB-12.11, type 1, diamond wire mesh style, 6 mm thick. 2.1.4 Safety glass: to CAN/CGSB-12.1,Type 2,Class B of thickness indicated. 1 ■ ' Proiect No. 2009-19 GLAZING -08800.2 2.2 Glazing and Sealing Compound Materials ' 2.2.1 Only compounds listed on the CGSB Qualified Products List are acceptable for use on this project. 2.2.2 Glazing compound: oil base, to CAN/CGSB-19.6,Type 1. ' 223 Sealant compound: one component, silicone base,solvent curing to CAN/CGSB-19.18. ' 2.2.4 Sealant compound: multi-component,chemical curing to CAN/CGSB-19.24, type 2, class A- 2.2.5 Exterior glazing tape: All exterior glazing shall be installed with Kawneer Vision Stripe 2 component preformed butyl tape, 10-15 durometer hardness. 2.2.6 Setting blocks: neoprene, Shore "A" durometer hardness 70-90. 2.2.7 Spacer shims: neoprene, Shore "A" durometer hardness 40-50. 2.2.8 Glazing splines: neoprene manufacturer's standard dry glazing splines to suit aluminum extrusions, black colour. ' 2.2.9 Lock-strip gaskets: black neoprene to ASTM C542. Injection mould one-piece corner sections and heat-seal to main gasket. 2.2.10 Primer-sealers and cleaners:to glass manufacturer's standard. 2.2.11 Interior glazing tapes: preformed butyl tape 10 - 15 durometer hardness. ' PART 3 EXECUTION 3.1 Workmanship 3.1.1 Remove protective coatings and clean contact surfaces with solvent and wipe dry. ' 3.1.2 Apply primer-sealer to contact surfaces. 3.1.3 Place setting blocks as per manufacturer's instructions. ' 3.1.4 Install glass, rest on setting blocks, ensure full contact and adhesion at perimeter. 3.1.5 Install removable stops, without displacing tape or sealant. 3.1.6 Provide edge clearance of 3 mm minimum. 31.7 Insert spacer shims to centre glass in space. Place shims at 600mm on centre and keep 6 mm below sight line. 3.1.8 Do not cut or abrade tempered, heat treated, or coated glass. ' 3.2 Glazing 3.2.1 Prior to installation,examine openings and frames prepared by other trades into which glass is to be installed. Notify Consultant of conditions which will prevent proper installation of Work of ' This Section. Do not glaze unsatisfactory locations until such conditions have been made good. Commencement of Work implies acceptance of previous Work as satisfactory. Project No. 2009-19 GLAZING 08800.3 ' 3.2 Glazing- cont'd , 3.2.2 Job check dimensions prior to cutting glass. 3.2.3 Where glass thicknesses are not given on Drawings or previously specified, establish thickness ' in accordance with requirements of Tables 9.6.5A and 9.7.4A of OBC. Minimum glazing thickness shall br 6mm (1/4"). 3.2.4 Cut individual lights of glass less than measured opening into which glass will fit, within clearances, cover dimensions and tolerances given under Glazing Details of Glazing Manual - 1980 by Flat Glass Marketing Association. ' 3.2.5 Install using sealing tapes, setting blocks beneath glass and spacer shims between face of glass and stops, at interior and exterior face of glass in accordance with Part IV, Glazing Sealing Systems Manual. 3.2.6 Interior Doors and Screens: Glaze in conformance with FGMA Setting No. 43 (setting blocks, plain glazing tape both sides, one removable stop). 3.2.7 Install wired glass with wires parallel to sides of opening. ' 3.2.8 Label each pane of laminated glass with registered name of product,weight and quality of glass. 3.3 Glazing Schedule: 3.3.1 Interior Non Fire Rated Wood and Hollow Metal Doors ' 6mm clear tempered 3.3.2 Interior Non fire Rated Hollow Metal Screens ' 6mm clear laminated from finish floor to full height of screen/obscure glass at locations indicted (pin dot pattern). 3.3.3 Interior Fire Rated Hollow Metal Screens ' 6mm clear wired, diamond pattern ' 3.3.4 Interior Fire Rated Wood and Hollow Metal Doors 6mm clear wired, diamond pattern t END OF SECTION 08800 Project No. 2009-19 METAL STUD SYSTEMS 09111.1 ' PART1 GENERAL 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard ' Construction Document CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. 1.1.1 The work associated with this section shall comply to all pertinent sections and articles in Division ' 1 - General Requirements 1.2 Work Included ' 12.1 The work shall include the supply and installation of new structural steel exterior wall studs supporting the wind load of the exterior prefinished architectural steel sandwich panels, complete with all required bracing, deflection tracks, lintels and fasteners. 1.2.2 Provide interior non loadbearing partitions,bulkheads/cutting and patching of existing bulkhead framing. ' 12.3 Provide cutting and patching supplemental furring,framing as required to fit new work to existing construction including modifications to existing bulkheads and loadbearing / non loadbearing exterior wall construction at new W.1, W.2 window locations as required to fit new construction to existing. Provide built up sections as described on structural drawings. 1.2.4 All of the above as described on the drawings and as specified herein. ' 1.3 Quality Assurance 1.3.1 Conform to requirements of ULC for fire rated systems. Refer to drawings for specific design requirements. ' PART2 PRODUCTS 2.1 Non Bearing Interior Partitions/Bulkheads/ Pipe Space/ Furring: 2.1.1 Non-load bearing channel stud framing: to ASTM C645-83, roll formed from 0.91 mm thickness galvanized steel sheet,for screw attachment of gypsum board. Knock-out service holes at 460 ' mm centres. Sizes as indicated on the drawings 24 gauge minimum. 2.1.2 Floor and ceiling tracks: to ASTM C645-83, in widths to suit stud sizes, 32 mm flange height. Ceiling tracks at roof deck shall provide 30mm deflection movement. 2.1.3 Metal channel stiffener: 64 x 22 mm size, 1.4 mm thick cold rolled steel, coated with rust inhibitive coating. 2.1.4 Acoustical sealant: to CGSB 19-GP-21 M. ' 2.1.5 Insulating strip: rubberized, moisture resistance 3 mm thick foam strip, 12 mm wide, with self stick adhesive on one face, lengths as required. 2.1.6 Interior Non Loadbearing Partitions-Wall Types W.1 /W.3/W.5/W.7: ' 32mm x 92mm x 25ga.galvanized sheet steel studs as manufactured by Bailey/CGC @ 400mm centres. I Pro ect No. 2009-19 METAL STUD SYSTEMS 09111.2 t 2.1.7 Interior Loadbearing Partitions Wall Types W.2/WA/W.6/W-8: ' 32mm x 152 mm 25 ga.galvanized sheet steel studs as manut.by Bailey/CGC 400 mm centres ' 2.1.8 Tie wire: 161 wg annealed galvanized wire. 2.1.9 Hangers: minimum 9 gauge galvanized. , 2.2 Structural Metal Stud System(ExteriorWall Construction Cutting and Patching Locations) 2.2.1 Structural metal studs shall be minimum 20 gauge, 152mm deep spaced at maximum 400mm ' centres. The studs shall be securely fixed at top and finished floor with 2 rows of continuous horizontal bracing through studs at equally spaced,or as noted on drawings. Double studs shall be provided at door jambs and all window openings. All exterior structural steel wall stud members shall have a minimum hot dip galvanized coating of Z180 (G60) in accordance with ASTM A525M. Floor deflection and ceiling tracks shall be minimum 20 gauge, hot dipped galvanized as above. Acceptable manufacturer by Bailey Metal Products / Mantane / or Canadian Steel Manufacturing Inc. 2.2.2 Fasteners: ' Refer to structural drawings for fastener requirements. 2.2.3 Bridging Channels: , 38 x 12.5 x 1.22mm continuous through the knockout with 32 x 32 x 1.52 x 140mm long clip angles at each stud. Connect bridging channel to clip angles and clip angles to studs with 2-#10 ' S.M.S. 2.2.4 Deflection Tracks: 20ga, galvanized Z180 as per ASTM 525M. Size to accommodate deflection referenced on ' structural drawings. PART 3 EXECUTION ' 3.1 Erection Stud Systems 3.1.1 lign deflection andfloor tracks and secure at 400 mm oc maximum. Install insulating strip under , exteriorfloor tracks around entire perimeter for air exfiltration control. 3.1.2 Place studs vertically at 400mm oc and not more than 50mm from abutting walls, and at each side of openings and corners. Position studs in tracks at floor and ceiling. Cross brace steel ' studs as required to provide rigid installation to manufacturer's instructions. Distance between top of stud and inner track shall not exceed 4mm. 3.1.3 Erect metal studding to tolerance of 1:1000. ' 3.1.4 Co-ordinate erection of studs with installation of door frames and special supports or anchorage for work specified in other Sections. 3.1.5 Install 12GA closures, lintels and as indicated on structural drawings. ' 3.1.6 Install steel studs or furring channel between studs for attaching electrical and other boxes. 3.1.7 Maintain clearance under beams and structural slabs to avoid transmission of structural loads 1e non bearing studs. Use 64 mm leg ceiling tracks. 3.1.8 All of the above as described on the drawings. ' END OF SECTION 09111 ' I ' Protect No. 2009-19 ACOUSTIC CEILINGS 09130.1 ' PART GENERAL ' 1.1 Conditions 1.1.1 :II General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this ' Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. ' 1.2 Work Included ' 12.1 Provide suspension systems,framing, suspension grid,speciality acoustic tile,specialtytrim and related accessories as indicated on the drawings and as specified herein. 1.2.2 At existing Pad 'B' building, provide all required cutting and patching of existing suspended ' acoustic tile ceiling systems as required to permit division 15 to run new domestic water mains to custodian room #118 and division 16 to install the power supply conduit run to existing electrical room for new AHU.1. Co-ordinate with division 15/16 as required. Materials to match existing ceiling construction. ' 1.2.3 All required cutting and patching of acoustic ceiling system as required to fit new construction to existing. 1.2.4 All of the above as described on the drawings and as specified herein. 1.3 References ' 1.3.1 ASTM C635-87 Specifications for Metal Suspension Systems for Acoustical Tile and Lay-in Panel Ceilings. 1.3.2 ASTM C636-86 Practice for Installation of Metal Ceiling Suspension Systems for Acoustical Tile and Lay-in Panels. 1.4 Design Criteria ' 1.4.1 Maximum deflection: 1/360th of span to ASTM C635 deflection test. Design suspension system to safely support the superimposed loads of lighting fixtures;air supply diffusers,return air grilles. ' PART2 PRODUCTS 2.1 Materials ' 2.1.1 Basic materials for suspension system: commercial quality cold rolled steel, zinc coated, aluminum sheet, mill finished. ' 2.1.2 Exposed tee bar grid components as identified on the drawings. 2.1.3 Acoustic tile ceiling system: i) Suspension grid: CGC,DONN DX quick release 15/16"wide face DX24 main tee, D x 24 cross tee double web pretreated prefinished cold rolled steel satin white colour. ' i) Acoustic tile - Type 1: 2'-0"x 4'-0"x 5/8" module CGC "Radar". Colour white. ' Light reflective LRA. i Pro ect No. 2009-19 ACOUSTIC CEILINGS 09130.2 PART 3 EXECUTION 3.1 Installation ' 3.1.1 Install suspension system to manufacturer's instructions. 3.12 Install hangers spaced at maximum 48" centres and within 6"from ends of main tees. Anchor ' to bottom chord of LSSJ above. 3.1.3 Intermediate support channels shall be firmly secured and spaced to the bottom joist chord at 1200mm centres maximum in order to provide the required hanger wire spacing ' and as required to safely support all superimposed loads on the ceiling system(existing OWSJ are on 2000mm centres). 3.1.4 Do not erect ceiling suspension system until work above ceiling plenum has been inspected by ' Consultant. 3.1.5 Install hangers on main tees spaced at maximum 1200mm centres and within 150mm from ends ' of main tees. Provide additional hangers at corners of light fixtures and cross tees and as set forth in ULC designs. Hanger wires shall have minimum 3 wraps at each connection point. 3.1.6 Layout system according to architectural reflected ceiling plan. ' 3.1.7 Ensure suspension system is co-ordinated with location of related division 15 and 16 components. 3.1.8 Install wall mould to provide correct ceiling height. ' 3.1.9 Completed suspension system to support superimposed loads,such as lighting fixtures,diffusers and speakers. ' 3.1.10 Support at light fixtures and diffusers with additional ceiling suspension hangers within 150mm of each corner. Accurately cut ceiling tiles around all recessed light fixtures and related ' components. 3.1.11 Lav out system according to reflected ceiling plan. 3.1.12 Ensure suspension system is co-ordinated with location of related components. ' 3.1.13 Install wall moulding trim to provide correct ceiling heights and pattern. 3.1.14 Completed suspension system to support superimposed loads,such as lighting fixtures,diffusers. ' 3.1.15 Support at light fixtures and diffusers with additional ceiling suspension hangers within 6"of each corner of fixtures. ' 3.1.16 Finished ceiling system to be square with adjoining walls and level within 1:1000. Brace grid to prevent rotation of main tees. 3.2 Cleaning ' 3.2.1 Touch up scratches, abrasions, voids and other defects in painted surfaces. ' 1 END OF SECTION 09130 1 i Proiect No. 2009-19 GYPSUM BOARD 09250.1 PART1 GENERAL ' 1.1 Conditions 11.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this ' Specification shall form part of and govern all Sections of these specifications. 1.1.2 1 he work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. ' 12 Work Included 1.2.1 Provide gypsum wall and ceiling finishes and bulkheads as indicated on the drawings and as ' specified herein including sound attenuation, insulation. 1.2.2 At the interior suite side (south) of the existing aluminum storefront framing in conference room #003 and lobby 002 provide a 1 hour fire rated cavity shaft wall assembly within the existing masonry openings. ' 1.2.3 Provide all required cutting and patching of existing suspended gypsum board ceilings / bulkheads within the existing building as required to fit scheduled new construction to existing. ' 1.2.4 Fill all voids/fasteners removal locations, existing surface defects at all existing gypsum wall surfaces with the alteration area.Prepare the exposed gypsum board finishes for scheduled paint finish. 1 1.2.5 At existing storage room #008, apply 1 layer 16 mm type 'X'gypsum board to both faces of the existing partition from finish floor to within 12 mm of the existing roof deck. 1.2.6 At new window type WA /W.2 locations provide all required cutting and patching of the existing gypsum board finish. Provide a vertical drywall control joint assembly at each new wind col intersection for full height of the wall. 1.3 Reference Standards ' 1.11 Do work in accordance with CSA A82.31-M1980 except where specified otherwise. 1.32 Conform to the requirements of ULC,Warnoc Hersey and OBC supplementary guidelines SGA ' for fire rated systems. Refer to drawings for specific design requirements. PART2 PRODUCTS ' 2.1 Gypsum Board 2.1.1 Fire Separations/Assemblies: - ' 12 mm type'C'and 16 mm type 'X', 1200 mm wide x maximum practical length. Conforming to CSA A82.27,-M1977 as manuf. by Westroc or Canadian Gypsum Company. Referto drawings for ULC designs. 2.1.2 Water Resistant ' Sheetrock Brand W/R Gypsum panels 12mm thick. 1200mm wide x maximum practical length as manuf. by Canadian Gypsum Company or equal by Westroc.. ' 2.1.3 Fire Rated/Water Resistant: Sheetrock W/R fire code 'C' gypsum panels 16mm thick. 1200mm wide x maximum practical length as manuf. by C.G.C. or equal by Westroc. ' 2.1.4 Non Rated Standard board:to CSA A82.27-M1977,1200mm wide x maximum practical length,ends square ' cut, edges bevelled. 12mm thickness as manf. by C.G.C. or Westroc. Pro'ect No. 2009-19 GYPSUM BOARD 09250.2 , 2.2 Metal Furring and Suspension Systems 2.2.1 Metal furring runners, hangers, tie wires, inserts, anchors: to CSA A82.30-M1980, galvanized. ' 2.2.2 Drywall furring channels: 0.5 mm core thickness galvanized steel channels for screw attachment of gypsum board. 2.3 Fastenings and Adhesives ' 2.3.1 Nails, screws and staples: to CSA A82.32-Ml 980. 2.3.2 Stud adhesive: to CGSB 71-GP-25M-77. ' 2.33 Laminating compound: as recommended by manufacturer, asbestos-free. 2.4 Accessories ' 2.4.1 Casing beads,corner beads fill type: 0.5 mm base thickness commercial grade sheet steel with Z275 zinc finish to ASTM A525-86, perforated flanges; one piece length per location. ' 2.42 Joint compound: to CSA A82.32-M1980, asbestos-free. 2.5 Insulation Batts ' 2.5.1 Friction fit glass fibre or mineral wool as manf. by CGC/Owens Corning/Graham or Roxul. 3 /12" and 6" batts x module to fit stud spacing. Conforming to CSA - A101 - M77 Type 'A'. Note: At fire rated partitions provide Roxul mineral wool, 90 mm thickness. ' 2.5.2 Air Barrier TYPAR/Air Guard by Bapco or Tyvek ' 2.5.3 Air/Vapour Barrier Membrane "Super Six" Polyethylene or equal by Duschene. ' 2.6 1 Hour Fire Rated Shaft Wall Partitions: 2.6.1 Non loadbearing CGC cavity shaft wall assembly,64 mm steel`J' runners/CH studs @ 400 mm ' o/c 25.4 CGC shaftwall liner panels, 2 layers CGC type'C'gypsum board-ULC design#W506. PART 3 EXECUTION 3.1 Suspended and Furred Ceilings ' 3.1.1 Erect hangers and runner channels for suspended gypsum board ceilings in accordance with CSA A82.81-Ml 980 except where specified otherwise. ' 3.1.2 Support light fixtures by providing additional ceiling suspension hangers within 150 mm of each corner and at maximum 600 mm around perimeter of fixture. 3.1.3 Install work level to tolerance of 1:1200. t 3.1.4 Frame with furring channels, perimeter of openings for access panels, light fixtures, diffusers, grilles. ' 3.1.5 Install 19 x 64 mm furring channels parallel to, and at exact locations of steel stud partition header track. 3.2 Ceiling/ Bulkheads/ Pipe Spaces ' 3.2.1 rurr for gypsum board faced vertical bulkheads within and at termination of ceilings. I ' Proiect No 2009-19 GYPSUM BOARD 09250.3 3.2.2 Furr for suspended ceilings and form gypsum board fire and sound stops and to form plenum areas as indicated. ' 3.3 Gypsum Board Application 3.3.1 Do not apply gypsum board until electrical and mechanical work are reviewed by Consultant and authorities having jurisdiction ie. Hydro Inspection and pipe insulation, plumbing inspection ' approvals have been obtained. 3.3.2 Non Rated Assemblies: ' Apply gypsum board layers as scheduled on the drawings to metal furring or framing using screw fasteners. Maximum spacing of screws 300 mm o/c. 3.4 Fire Rated Assemblies ' 3.4.1 Construct fire rated assemblies where indicated. .1 1 hour fire rated partition assembly, ULC design #W407. ' .2 1 hour fire rated ceiling assemblies,2 layers 16mm type 'X'gypsum board to achieve scheduled rating. .3 1 hour rated shaft wall ULC #W506 ' 3.5 Accessories 3.5.1 Erect accessories straight, plumb or level,rigid and at proper plane. Use full length pieces where practical. Make joints tight, accurately aligned and rigidly secured. Mitre and fit comers ' accurately, free from rough edges. Secure at 150 mm oc. 3.5.2 Install casing beads around perimeter of suspended ceilings. ' 3.5.3 Install casing beads where gypsum board butts against surfaces having no trim concealing junction and where indicated. 3.6 Control Joints ' 3.6.1 Construct control joints of preformed units set in gypsum board facing and supported independently on both sides of joint. ' 3.6.2 Provide continuous polyethylene dust barrier behind and across control joints. 3.6.3 Locate control joints where indicated and at changes in substrate construction. ' 3.6.4 Install control joints straight and true. 3.7 Access Doors ' 3.71 Receive and install access doors to electrical and mechanical fixtures specified in respective sections. 3.7.2 At the ceiling locations in rooms#017, 018,019, 020 provide 1 NYSTROM 610 x 610 non-rated ' flush access panel (medium security) with drywall bead frame/screwdriver activated cam latch (total 4 required). Consultant will confirm location upon installation of division 15/ 16 services. 3.7.3 Rigidly secure frames to furring or framing systems. ' 3.8 Taping and Filling 3.8.1 Finish face panel joints and internal angles with joint system consisting of joint compound,joint ' tape and taping compound installed according to manufacturer's directions and feathered out onto panel faces. 3.8.2 Finish corner beads,control joints and trim as required with two coats of joint compound and one ' coat of taping compound, feathered out onto panel faces. Proiect No. 2009-19 GYPSUM BOARD 09250.4 3.8.3 Fill screw head depressions with joint and taping compounds to bring flush with adjacent surface , of gypsum board so as to be invisible after surface finish is completed. 3.8.4 Sand lightly to remove burred edges and other imperfections. Avoid sanding adjacent surface , of board. 3.8.5 Completed installation to be smooth, level or plumb,free from waves and other defects and ready for surface finish. ' 3.8.6 Fill all existing holes, cracks, repair uneven surfaces on existing interior face of exterior wall perimeter. 3.9 The interior surfaces of rooms #017, 018, 019 and 020 shall receive water resistant gypsum ' board finishes. Keep the water resistant gypsum board 13 mm above the floor finish. t 1 1 1 1 END OF SECTION 09250 ' Proiect No 2009-19 PORCELAIN TILE 09310.1 PART1 GENERAL ' 1.1 Conditions 1.1.1 A!! General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this ' Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. ' 1.2 Work Included: 12.1 Provide all labour,materials and equipment as required to complete scheduled porcelain the floor finishes as called for on the drawings and as specified herein. 1.2.2 Provide thin set porcelain tile floor finish and porcelain tile cove base in barrier free washrooms ' #017, 018, custodian room 019, staff washroom 020. 1.2.3 All of the above as described on the drawings and as specified herein. ' 1.3 Related Work 1.3.1 Section 03302, Cast-In-Place Concrete ' 1.3.2 Section 09410, Portland Cement Terrazzo 1.4 Reference Standards ' 1.4.1 Do tile work in accordance with Installation Manual 200-1991, "Ceramic Tile", produced by Terrazzo Tile and Marble Association of Canada (TTMAC), except where specified otherwise. 1.4 Samples ' 1.4.1 Submit samples in accordance with Section 01300 - Submittals for colour selection by Consultant. ' 1.5 Environmental Conditions 1.5.1 Maintain air temperature and structural base temperature at ceramic tile installation area above ' 21 Celsius for 48 hours before, during, and 48 hours after, installation. PART2 PRODUCTS ' 2.1 Porcelain Floor Tile: Centura Supergres You series textured IGNE12, 12"x 12" module, complete with matching 4" x 12"square edged cove base. ' 2.2 Mortar and Adhesive Materials 2.2.1 Porcelain Floor Tile Ardex X-3 thin set mortar Tec Accucolour Sanded floor grout colour to consultant's selection. Schulter ditra uncoupling membrane ' 2.2.2 Grout preparation: to manufacturer's instructions. Proiect No. 2009-19 PORCELAIN TILE 093102 ' 2.3 Sealer: t TTMAC Specifications No. 2001 and No. 2003. , PART 3 -EXECUTION 3.1 Workmanship ' 3.1.1 Examine the slabs on which the tile is to be laid and report any defects to the Architect. 3.1.2 All surfaces must be clean and free from dust,oil,grease, paint or other substances which may ' reduce or prevent adhesion. 3.1.3 Apply tile to clean and sound surfaces. 3.1.4 Fit tile around corners, fitments, fixtures, drains and other built-in objects. Maintain uniform joint t appearance. Cut edges smooth and even. 3.1.5 Maximum surface tolerance 1:800. ' 3.1.6 Make joints between tile uniform and approximately 1.5 mm wide for wall tiles, plumb, straight, true,even and flush with adjacent tile. Refer to drawings for patterns. Tiles shall extend from top of cove base to U/S finish ceiling. ' 3.1.7 Lay out tiles so perimeter tiles are minimum 112 size. 3.1.8 Sound tiles after setting and replace hollow-sounding units to obtain full bond. , 3.1.9 Make internal angles square, external angles bullnosed. 3.1.10 Use bullnose edged tiles at termination of wall tile panel, except where panels abuts projecting ' surface or differing plane. 3.1.11 Install divider strips at junction of porcelain tile flooring and dissimilar materials. 3.1.12 Allow minimum 24 hours after installation of tiles, before grouting. ' 3.1.13 Clean installed tile surfaces after installation and grouting cured. 3.2 Porcelain Tile Flooring ' 3.2.1 Before proceeding, see that substrate is well cured and clean. Install schulter membrane in accordance with manf. recommendations. Install setting compound over structural slab, using a 6mm notched trowel and firmly press tile into position, allowing a maximum joint of 6mm +_. ' Tap in firmly to ensure maximum contact with setting compound. Fill all joints with grouting compound and carefully flush up all joints. Remove all excess grout from surface of tile and clean off carefully with clean water. 3.2.2 Prohibit all traffic on tile for at least 72 hours. Protect all surfaces with waterproof paper or polyethylene until final acceptance. 3.2.3 Installation shall be according to Manual 200-15 Thin Set prepared by the Terrazzo Tile and ' Marble Association of Canada. Control joints to be installed as recommended by the Association. 3.3 Grouting 3.3.1 Do not grout the tile sooner than 24 hours after setting of the adhesive. Clean joints of dust, dirt and excessive adhesive. 3.3.2 Before grouting wall tiles, soak joints thoroughly with clean water. ' 3.3.3 Mix grout with clean water to the consistency of thick cream. Grout to be coloured as selected by Architect. I ' Protect No. 2009-19 PORCELAIN TILE 09310.3 3.3.4 Fill joints and allow to set a few minutes. Remove surplus grout and finish flush and true. As soon as grout has reached its initial set,wash tile surface with a sponge and clean water. Polish ' with clean dry cloths. 3.3.5 All floor tile shall be grouted with a waterproof grout. Use only an approved type admixture. ' 3.4 Protection 3.4.1 Protect adjoining work from damage from rough material and water. Make good damage to other work caused by doing this work. ' 3.5 Cove Base Tiles 3.5.1 Install in accordance with TTMAC detail 200-2. Accurately cut all corners. Set plumb and true. ' Grind exposed edges where necessary to avoid exposed sharp edges. 1 1 1 ' END OF SECTION 09310 Protect No 2009-19 RESILIENT TILE FLOORING 09660.1 PART GENERAL , 1.1 Conditions , 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. ' 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. 1.2 Work Included: ' 1.2.1 Provide new resilient the floor finishes and rubber cove base at all new and existing wall construction locations, millwork bases. ' 1.2.2 The section shall provide tiller at all blanked off floor mounted junction box locations(co-ordinate with division 16). 1.2.3 All of the above as described on the drawings and as herein specified. ' 1.3 Samples 1.3.1 Submit samples in accordance with Section 01300 ' 1.4 Maintenance Data 1.4.1 Provide maintenance data for resilient flooring for incorporation into manual specified in Section ' 01300. 1.5 Maintenance Materials , 1.5.1 Provide maintenance materials as follows: .1 Deliver 1 carton (45 pieces) of resilient tile colour, required for this project for maintenance use. 2 Maintenance materials to be same production run as installed materials. 1.6 Environmental Requirements ' 1.6.1 Maintain air temperature and structural base temperature at flooring installation area above 20 degrees Celsius for 72 hours before, during and for 48 hours after installation. 1.62 Carry out moisture and excessive alkalinity tests on concrete substrate. If moisture registers over 3.5% and if ph registers over 10.8 notify Consultant. All oils (particularly those related to pipe cutting and or conduit lubricants) shall be ' removed by the trade responsible for the staining prior to this section commencing work. 1.7 Warranty ' 1.7.1 Contractor hereby warrants work of this section against defects of quality of work in accordance with General Conditions, but for a period of two(2)years. PART2 PRODUCTS 2.1 Materials 2.1.1 Vinyl Composition Tile: asbestos free to CSA A126.1 Type A mottled,3.Omm (1/8")thick, 305 ' x 305mm size, in maximum 2 colours. Armstrong Excelon series or equal by Amtico, Mannington, Flextile, Tarket. ■ Pro'ect No. 2009-19 RESILIENT TILE FLOORING 09660.2 ' 2.2 Rubber Wall Base System: ' Johnsonite 4"standard rubber stock. Colour to owner's choice complete with preformed inside and outside corners or equal by Amtico. 2.3 Adhesive for Resilient Tile Primer: As recommended by adhesive manuf. for concrete substrate. Adhesive: Amtico#AD-42 adhesive for Amtico tile 2.4 Adhesive For Rubber Cove Base Amtico #222 cove base adhesive ' 2.5 Sub-floor filler and leveller: as recommended by flooring manufacturer for use with their product to provide permanent waterproof bond to substrate and tile. 2.6 Thresholds, reducer strips:one piece rubber, colour to match cove base as manf. by Johnsonite or Amtico. PART 3 EXECUTION 3.1. Inspection 3.1.1 Ensure concrete floors are dry free of dusting or other deleterious materials affecting bonding of adhesive,by using test methods recommended by tile manufacturer. Ascertain nature of curing and or sealing compound used on concrete to determine its compatibility with flooring adhesive. ' 32 Sub-floor Treatment 3.2.1 Remove sub-floor ridges and bumps. Fill low spots, cracks,joints, holes and other defects with approved sub-floor filler. Minimum 48 hours before installing tile. ' 3.2 Sub-floor Treatment 3.2.2 Clean floor and apply filler;trowel and float to leave smooth,flat hard surface. Prohibit traffic until filler cured and dry (minimum 48 hours). 3.2.3 Prime concrete to flooring manufacturer's printed instructions. ' 33 Resilient Tile Application 3.3.1 Apply adhesive uniformly using recommended V-notched trowel inaccordancewithadhesiveand flooring manufacturer's instructions. Do not spread more adhesive than can be covered by flooring before initial set takes place. ' 3.3.2 Lay flooring with joints parallel to building lines to produce symmetrical tile pattern. Border tiles minimum half tile width. ' 3.3.3 Install flooring to match existing pattern with continuous joints flowing with direction of mottle. 3.3.4 Cut tile and fit neatly around fixed objects. i3.3.5 Install feature strips and contrast bands where indicated. Fit joints tightly. 3.3.6 As installation progresses, and after installation, roll flooring in 2 directions with 45 kg minimum ' roller to ensure full adhesion. First rolling shall be diagonal to the seams. Second rolling shall be 900 to the first rolling. Reroll the entire area after 1-2 hours. 3.3.7 Terminate flooring at centerline of door in openings where adjacent floor finish or colour is ' dissimilar. Provide thresholds and reducer strips as required. Project No 2009-19 RESILIENT TILE FLOORING 09660.3 3.4 Rubber Base Cove Application ' 3.4.1 Lay out base to keep number of joints at minimum. Base joints at maximum length available or at internal or premoulded corners. , 3.4.2 Set base in specified mastic adhesive tightly by using 3 kg hand roller, against wall and floor surfaces. 3.4.3 Install straight and level to variation of 1:1000. ' 3.4.4 Scribe and fit to door frames and other obstructions. Use premoulded end pieces at flush door frames. ' 3.4.5 Cope internal corners. Use premoulded corner units for right angle external corners. Use formed straight base material for external corners of other angles. 3.4.6 Exercise caution not to stretch rubber cove base during rolling. Roll in one direction towards the last piece installed. Provide temporary restraints to secure cove base in place until adhesive has curred. 3.5 Protection of Finished Work 3.5.1 Prohibit traffic on floor for 48 hours after installation. Remove all excess adhesive. 3.5.2 The Owner's forces shall seal and wax the resilient tile flooring. This section shall ensure that ' the sealerto be used bythe Owner and the method of cleaning the tile is approved bythe flooring manufacturer. No water shall be permitted on the completed flooring installation until a minimum of 72 hours after flooring has been installed and this section shall co-ordinate sequential access to completed floor areas with the general contractor and the Owner's forces as the work of this , section progresses. Owner's forces will require a period of 48 hours per completed floor area to complete the sealing and waxing operations. During this period the Contractor shall prohibit access of all trades to ' these areas. END OF SECTION 09660 ■ ' Protect No. 2009-19 CARPET 09680.1 fPART1 GENERAL 1.1 Conditions ' 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this ' Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. ' 1.2 Work Included 1.2.1 Provide carpet floor finish and rubber cove base at scheduled locations. 1.2.2 At the hockey hall of fame corridor cut and patch existing custom carpet and provide new cove base to match existing atthe new screen and wall infill locations (SC.1,SC.2, SC.3 and 1 hr. infill partition location). 1.2.3 At info counter#001, provide new rubber cove base at base of new storage millwork units/new partition. Cut and patch existing carpet as required. ' 1.2.4 All of the above as described on the drawings and as required to fit new construction to existing. 1.3 Examination of Base Surfaces ' 1.3.1 This contractor shall examine the base surfaces and report any defects to the Consultant before the work of this section commences. Installation of carpet shall be considered an acceptance of the surface to be covered and if repair of those surfaces is required after installation of carpet it shall be the responsibility of this contractor. ' 1.4 Samples 1.4.1 Submit manufacturer's samples in accordance with Section 01300 - Submittals for colour ' selection by Consultant. 1.5 Maintenance Data ' 1.5.1 Provide maintenance data for resilient flooring for incorporation into manual specified in Section 01300. ' 1.6 V`darranty 1.6.1 Provide a ten year written warranty from the manufacturer for wear and lifetime antistatic warranty. Manuf. warranty to include coverage for wear, zippering, colour fading and ' deterioration of backing materials. PART 2 PRODUCTS ' 2.1 Carpet 2.1.1 KRAUS, Dominator 3G series, 30 oz. sq. yd. Ultra indelible solution dyed nylon, 10 year commercial wear,stain away, non zipper, no delamination,colour fast,anti-shock, one colourto ' owners choice from manufacturer range available. 2.2 Seaming Tape ' 2.2.1 Seaming tapes shall be of the hot melt type recommended by carpet manufacturer for purpose intended. Project No. 2009-19 CARPET 09680.2 ' 2.3 Edge Reducer Strips , 2.3.1 Shall be Johnsonite CTA-XX-D rubber carpet/the adapter. One colour to owners choice. , 2.4 Carpet Adhesives 2.4.1 Consult manufacturer of each type of carpet being installed and use only adhesives and seam , sealers as recommended by the manufacturer. 2.4.2 Type of glue to be used to be submitted to Architect prior to installation for review. Glue should be non-allergenic and meet Healthy Building Requirements. Acceptable glues are Eco Tech , 9600 as manufactured by Chembond Limited (416) 799-2663 or Earthbond 7000 as manufactured by Roberts (416) 791-4444. 2.5 Base 2.5.1 Johnsonite standard 4"toe rubber cove base roll stock one colour to owners choice or equal by ^.mtico. Maximum one colour to Consultant's choice from specified manuf. standard range, complete with preformed corner returns. PART 3 EXECUTION 3.1 Moisture in Concrete Subfloors , At least 90-120 days must be allowed for a slab to cure and reach its acceptable dryness. Appearance cannot be relied upon. In order to prevent glue-down and adhesive breakdown , problems due to moisture and alkali, the general contractor shall be responsible for providing written moisture and alkali test results relating to the concrete slab prior to the installation. A pH range of 5-9 is satisfactory; however, 10 or greater requires corrective measures. This can be ' accomplished by applying an acid etch consisting of 10 parts water to 1 part muriatic acid and rinsing twice with clear water. In some cases, a 30% mixture of vinegar(5% acetic acid) and water may be used to reduce alkalinity. 32 Preparatory Work , 3.2.1 -i he floor must be dry and free from contaminants which would prevent good adhesion. Surfaces shall be vacuumed and thoroughly cleaned prior to the application of the adhesive. , 3.2.2 Wherever apowderysurfaceisencountered,asealercompatiblewiththeadhesiveshallbeused to provide a suitable surface for the glue-down installation when specified. Patching of cracks and depressions shall be made with a compatible latex patching compound. Large patched , areas must be sealed. Cracks and holes shall be filled, levelled and the high spots removed. 3.3 Installation - General 3.3.1 All work necessarymust be performed byqualified trades persons fully experienced in all aspects ' of the type of installation specified. 3.3.2 All aspects of the work performed shall be in strict accordance with the requirements of the , National Floor Covering Association Specification Standards Manual and the manufacturers recommendations for the type and condition of work that apply. 3.3.3 install carpeting after all finishing work is completed. , 3.3.4 Finish installation to represent smooth wearing surface free from conspicuous seams,burring or other faults. 3.3.5 Ensure perfect colour, pattern and texture match with any one area. , 3.3.6 After installation is complete, remove any spots with suitable spot remover, remove all cuttings, clean with an industrial vacuum cleaner and protect as specified. I Project No. 2009-19 CARPET 09680.3 ' 3.4 Pile Direction ' 3.4.1 Where two or more pieces of the same carpet are adjacent to each other the pile lay shall be in the same direction as in other areas unless otherwise specified. The pile lay shall be toward the entrance but other factors such as pattern, aesthetics and economic use of material may have to be taken into consideration. ' 3.5 Lay-out 3.5.1 Cut the carpet to the proper length and spread out in the area where it is to be installed. The ' carpet shall be cut eight(8)to ten (10)cm longer than the area measurement. Align all breadths in their proper position and trim the seams. 3.5.2 All carpet must be spread in the room 24 hours prior to actual installation with the room ' temperature between 65 degrees Fahrenheit (18 degrees Celsius) and 95 Fahrenheit (35 degrees Celsius). All seam edges must be trimmed using the appropriate seam cutting tools according to the manufacturer's recommendations before spreading the adhesive. ' 3.6 Installation - Glue Down Method 3.6.1 Cut 2 pieces of carpet to length, plus trim and lay in place, forming seam by method as recommended by the carpet manufacturer of the carpet installer, and snap a chalk line to mark ' seam location. Either the butt seam or the double cut seam will be acceptable. 3.6.2 Turn each piece back approximately 1800mm (6) from seam and spread adhesive uniformly each side of chalk line. ' 3.6.3 Unroll 1 piece of carpet into adhesive. Roll out air bubbles toward seam. Unroll second piece toward seam and work cut edge into adhesive to'butter' seam. Roll out air bubbles in second piece toward seam. 3.6.4 Roll up cemented portion of first piece toward seam, apply adhesive and unroll carpet into adhesive. Rollout air bubbles away from seam. Do likewise with second piece but omit adhesive ' for 600mm (2'-0") from uncemented edge where next seam will occur. Cut off excess carpet. 3.6.5 Cut next length of carpet and lay in place. Repeat installation procedure. ' 3.6.6 Join seams with carpet seaming adhesive. 3.6.7 At columns and other penetrations, cut carpet with maximum possible overage. Position the seams made by these cuts first. ' 3.6.8 End seams are generally not acceptable. However,where seams can be so located that they are hidden from view or are otherwise inconspicuous,the Consultant may permit an exception to the above requirement, provided that written authorization is received. ' 3.6.9 Seams shall be kept to a minimum. The seams shall be positioned so that where possible: a. The seams run the length of the area t b. Main traffic runs along rather than cross the seam c. Incident light does not strike across the seam d. Avoid seams perpendicular to doorway openings 3.6 Installation - Glue Down Method 3.6.10 Carpet edges shall extend under wall or fitment bases. Edges of carpet in door reveals shall occur directly under door bottom. ' 3.6.11 Provide rubber reducer strips at thresholds and at junction with other flooring materials. Protect No 2009-19 CARPET 09680.4 3.7 Seaming ' 3.7.1 Edges are butted together to form seams. A bead of seam adhesive is to be applied to the edges to seal the seams and to prevent fraying and unravelling. Seam adhesive is to be applied along ' the trimmed edge where the face yard enters the backing. 3.8 Rolling 3.8.1 Rclling shall be performed as follows: ' 3.8.2 Jute or Synthetic Secondary Backing-Carpet with jute or synthetic secondary backing should be pressed down into the adhesive bed using a roller weighing 35 to 100lbs. (16 to 45 kilograms). ' Roll in both directions. Do not over-roll. 3.9 Trimming , 3.9.1 The wall trimmer shall be adjusted to neatly trim the excess carpet to the wall. 3.10 Protection of Finished Work ' 3.10.1 Vacuum carpets clean. Protect traffic areas of carpet floors with 4mil polyethylene carpet protection. Tape edges and joints to prevent shifting. 1 END OF SECTION 09680 Project No. 2009-19 PAINTING 099001 ' PART1 GENERAL t11 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this ' Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in ' Division 1 - General Requirements. 1.2 Work Included ' 1.2.1 Work shall generally include but not be limited to: 1.2.2 In areas where painting or finishing is indicated on Drawings, all existing and new interior masonry; hollow metal door frames and screens; gypsum board bulkheads walls,ceilings, pipe ' chases; convector cabinets; force flow heaters; miscellaneous metal; pipes; ducts; diffusers; conduits shall be painted except where specifically indicated or noted otherwise. 1.2.3 In areas scheduled as unfinished on the drawings,this section shall paint the hollow metal doors ' and frames. a) Paint existing hollow metal door and frame @ interior and exterior surfaces. ' b) Paint all new gypsum board, partitions/walls/bulkheads and gypsum board ceilings. c) Paint all new hollow metal door frames and screens/hollow metal doors. ' d) Paint existing open web steel joists, steel deck, lateral bracing, exposed ductwork, conduit, new structural supports,joists reinforcements in rooms#014, 015, 016. Ductwork shall be painted an accent colour. ' e) Paint new fire rated drywall finish at storage room #008. f) Paint existing gypsum board and masonry surfaces within the alteration area CCD suite. ' g) Hollow metal screens shall be spray painted prior to glazing installation. 1.2.4 Do not paint metal ceilings,baked enamel finished metals, plastics, hardware or other surfaces ' obviously not intended to be painted, except as noted otherwise. 1.2.5 At all locations where demolition or cutting and patching has occurred during the execution of the new construction, paint adjacent finishes to match existing colour and finish to suit field ' conditions. 1.2.6 All of the above as indicated on the drawings and as specified herein. ' 1.3 Work Not Included 1.3.1 Do not paint structural steel scheduled for intumescent fire proofing. 1.3.2 Do not paint acoustic ceilings,aluminum, baked enamel finished metals,plastics,toilet partitions, hardware or other surfaces obviously not intended to be painted, except as noted otherwise. 1 Project No. 2009-19 PAINTING 09900.2 ' 1.3 Work Not Included- Cont'd , 1.3.3 Architectural woodwork is factory prefinished by section 06400. ' 1.3.4 Wood doors are prefinished by section 08200. 1.4 Colour Schedule ' 1.4.1 A colour schedule will be issued by the Consultant. A maximum of 4 colours will be used. Hollow metal frames and doors shall generally be a deep tinted colour. Allow maximum of 10%deep tint paints for wall colour selection. Gypsum board ceilings and bulkheads and convector ' cabinets,force flow heaters and exposed duct work shall bean accent colour. Exposed OW SJ / roof deck shall be a light colour to owner's selection. Walls will be one main field colour. 1.5 Samples ' 1.5.1 Submit 2 paint samples of each colour in accordance with Section 01300. Paint samples shall be on an 8 1/2" x 11"format. Submit wood stain finish on specified wood species. ' 1.6 Environmental Requirements 1.6.1 Do not apply paint finish in areas where dust is being generated. Moisture content shall be ' verified prior to commencement of work of this section. Building temperature shall be maintained at minimum 15 degrees Celsius PART PRODUCTS , 2.1 Materials 2.1-1 CUalified products: only paint materials listed on the CGSB Qualified Products List from the , following manufacturers are acceptable for use on this project. Pittsburgh Paints Sico ' Colour Your World Para Pratt &Lambert Glidden Benjamin Moore ICI Sherwin Williams t 2.1.2 Paint materials: to CGSB Standards listed in Finishing Formulae. 2.1.3 Paint materials for each coating formulae to be products of a single manufacturer. ' PART 3 EXECUTION 3.1 Preparation of Surfaces ' 3.1.1 Prepare wood surfaces to CGSB 85-GP-1 M. .1 Use CGSB 1-GP-126M-Amdt-Jul-78 vinyl sealer over knots resinous areas. ' .2 Apply wood paste filler to nail holes and cracks. .3 Prepare galvanized steel and zinc coated surfaces to CGSB 85-GP-16M. .4 Prepare masonry, concrete surfaces to CGSB 85-GP-31M. .5 Prepare concrete floors to CGSB 85-GP-32M. .6 Prepare wallboard surfaces toCGSB85-GP-33M. Fill minor cracks with plaster patching compound. Project No. 2009-19 PAINTING 09900.3 ' 3.2 Application t3.2.1 Sand and dust between each coat to remove defects visible from distance up to 1.0 metres. 3.2.2 Finish bottoms, edges, tops and cutouts of doors after fitting as specified for door surfaces. ' 3.3 Interior Finishes 3.3.1 Formula 1: for new concrete block walls apply: one coat block filler CGSB 1-GP-188M. two coats alkyd semi-gloss enamel CGSB 1-GP-57M. 3.3.2 Formula 2: for new plaster and gypsum board walls apply: ' one coat primer-sealer CGSB 1-GP-119M-Arndt-Sep-80. two coats alkyd enamel, eggshell sheen CGSB 1-GP-57M. 3.3.3 Formula 3: for new primed ferrous metal surfaces apply: one coat spot priming CGSB 1-GP-40M. one coat enamel undercoat CGSB 1-GP-38M. two coats eggshell sheen alkyd enamel CGSB 1-GP-60M. 3.3.4 Formula 4: for new galvanized and zinc coated metal apply: one coat vinyl wash primer CGSB 1-GP-121 M. one coat enamel undercoat CGSB 1-GP-38M. ' two coats alkyd eggshell sheen enamel CGSB 1-GP-57M. 3.3.5 Formula 5: for metal decking/OW SJ /ductwork/conduit /piping: one coat vinyl wash primer CGSB 1-GP-121M. ' one coat enamel undercoat CGSB 1-GP-38M. two coats flat paint CGSB 1-GP-100M. 3.4 Exterior Finishes ' 3.4.1 Formula 6: for ferrous metal surfaces apply: one coat spot priming CGSB 1-GP-40M. one coat steel primer CGSB 1-GP-140M. ' two coats exterior enamel CGSB 1-GP-59M, semi gloss sheen. 3.4.2 Formula 7: for new galvanized and zinc coated metal apply: ' one coat vinyl wash primer CGSB 1-GP-121M. one coat steel primer CGSB t-GP-40M. two coats exterior enamel CGSB 1-GP-59M. ' 3.5 Existing Interior Finishes 3.5.1 Formula 8: for concrete block walls apply: two coats alkyd enamel eggshell sheen CGSB 1-GP-57M ' 3.5.2 Formula 9: gypsum board walls/ceilings apply: two coats alkyd enamel eggshell sheen CGSB 1-GP-57M. ' 3.6 Climatic Conditions 3.6.1 Exterior finish shall not be applied while the surf ace is damp, or during cold,rainy or frosty winter weather or w h en the te m peratu re i s I i ke ly to d rop to f reezin g. Avoid f in i s h in g s u rf aces wh i le t h ey ' are exposed to hot sun. Protect No 2009-19 PAINTING 09900.4 3.7 Unpainted Metals ' 3.7.1 Anodized aluminum, bronze,chromium plate, nickel, stainless steel and monel metal,shall not ' be painted or finished unless specified. Otherwise all exposed piping, conduit, and lintels shall be painted. 3.8 General ' 3.8.1 Paint finish shall be applied by roller except in the case of door frames and similar work of small surface area which shall be painted by brush. Do not use roller for applying finish other than ' paint. 3.8.2 Spray painting will also be allowed in those areas where there is exposed metal deck. Paint must be "Dry Fall' and The work must be completed before the installation of flooring or millwork. ' Areas scheduled to remain natural must be adequately masked and protected. 3.8.3 Permit paint to dry between coats. Touch up suction spots after applying first coat. Tint various coats of multiple coat work in light shades of the final colour selected, to distinguish between coats. Give Consultant due notice and sufficient opportunity(maximum 48 hours)to inspect each coat. Do not proceed with subsequent coat unit preceding coat approved. Consultant reserves ±he right to order complete retreatment if this condition is not observed. 3.8.4 Painting coats are intended to cover surfaces perfectly; if in painter's opinion, formula specified ' is inadequate to provide a first class finished surface, report to the Consultant before commencing work. Surface imperfectly covered shall receive additional coats at no additional ' costs. 3.8.5 Use paint unadulterated. Use same brand of paint for primer, intermediate and finish coats. Factory mix all paints. ' 3.8.6 Carefully hand smooth and sandpaper wood between coats(including priming). 3.8.7 All surfaces finished bythis section shall be uniform in sheen,colour,and texture,freefrom brush ' or roller marks,runs, join marks or other defects. 19 Patching 3.9.1 Repairs made during construction or warranty period shall be refinished in a manner such that ' the repair is not visible at a distance of T-0" (1.0 metres). 3.9.2 If repair is not acceptable, repaint entire wall section, ceiling or bulkhead as applicable. ' 3.10 Maintenance Supplies 3.10.1 Supply one 4L can of each colour to the Owner upon completion of the work. Place where ' directed on site. 3.11 Cleanup ' 3.11.1 Remove all paint rags, used thinners, used rollers, brushes, debris, empty paint cans from the job site on a daily basis. END OF SECTION 09900 ' Project No 2009-19 TACK BOARDS AND MARKER BOARDS 101201 PART GENERAL 1.1 Conditions 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. 1.2 Scope ' 1.2.1 Provide marker boards and tack boards complete with all required mounting hardware, trim components and accessories at the locations as indicated on the Drawings and specified herein. ' Conference Room #003 1 - 4' x 8', tack board 1 -4' x 8', tack board ' 1.3 Related Work ' 1.3.1 Unit Masonry: Section 04220 1.3.2 Finish Carpentry: Section 06200 ' 1.33. Painting: Section 09900 1.4 References 1.4.1 Aluminum Association Designation System for Aluminum Finishes - 1980. 1.42 CAN3-0188.1-M78 Interior Mat-Formed Wood Particleboard. ' 1.4.3 CAN4-S102-M83 Surface Burning Characteristics of Building Materials and Assemblies. 1.5 Requirements of Regulatory Agencies ' 1.5.1 Surface burning characteristics of materials: listed and labelled by an organization accredited by Standards Council of Canada. ' 1.6 Shoo Drawings 1.6.1 Submit shop drawings in accordance with Section 01300 -Submittals. I1.6.2 Indicate location,type, size, panel arrangement,backing, hardware, anchor or mounting details, frame or trim and accessories. ' PART PRODUCTS 2.1 Acceptable Manufacturers I2.1.1 Architectural School Products Ltd. Martack 1 Project No 2009-19 TACK BOARDS AND MARKER BOARDS 10120.2 2.2 Laminating Waterproof Adhesive: to manufacturer's standard , 2.3 Joint Reinforce m ent:concealed mech an ical jointing system to provide straight,rigid,continuously ' supported,tight butt,flush joints at surface. 2.4 Anchor Clips. Brackets and Fasteners: concealed type recommended by manufacturer forfixed mounting to masonry substrate. 2.5 Tackboard Facings 2.5.1 Natural cork tackboards: single layer natural cork fine grain sheet, 6 mm thick, natural colour, ' listed and labelled, in single sheets per panel. .1 Classified as to surface burning characteristics in accordance with CAN4-S102, ' maximum flame spread rating of 150. 2.6 Tackboard /Chalkboard/ Marker Board Core 2.6.1 Particle board: to CAN3-0188.1, Grade R, 6 mm thick. ' 2.7 Marker Boards 2.7.1 White porcelain enamel finish in accordance with Porcelain Enamel Institute Standards P.E.I. ' S104 on 22ga. high quality enamelling steel base on 11mm impregnated fibre board core. Balancing sheet to be 28 gauge stretchen levelled zinc coated steel. Adhesive to manufacturers standard. ' Acceptable Products:Rite On,Wipe Of Y' by Architectural School Products or equal by specified Montack, Cveti. ' Provide one magnetic marker holder for each marker board. 2.8 Perimeter Trim for Tack boards. Marker boards: ' 2.8.1 Extruded aluminum:Aluminum Association alloy AA6063-T5. Minimum 1.5 mm wall thickness. 2.8.2 Finish exposed surfaces of aluminum components in accordance with Aluminum Association t Designation System for Aluminum Finishes. .1 Clear anodic finish: designation AA-M10 C20 AZ1Z 2.8.3 Appearance and properties of anodized finishes designated by the Aluminum Association as ' Architectural Class 1, Architectural Class 2, and Protective and Decorative shall meet requirements of CGSB 63-GP-2M,for coating Classes 1,2 and 3 respectively. ' 2.8.4 Acceptable materials: Series 200 by Architectural School Products or equivalent by Martack or Cveti. 2.9 Factory Installed Trim 2.9.1 Overlap trim 6 mm onto panels. 2.9.2 Factory fit assemblies too large for shipment to site in one piece, disassemble for delivery and ' site assembly. 2.10 Maprails Architectural School Products No. 74 tackable maprail. Provide 1 clip no. 20OMH for every 800mm length of maprail. I ' Proiect No. 2009-19 TACK BOARDS AND MARKER BOARDS 10120.3 PART 3 EXECUTION ' 3.1 Surface Preparation 3.1.1 Finish coat of paint must be applied and have cured minimum 48 hours prior to work of this section proceeding. ' 3.2 Installation 3.2.1 Erection of materials to be carried out by competent craftsman supervised by a foreman with at ' least 2 years experience in this specialized field. 3.2.2 Overhead work such as ceiling grids, plumbing, electrical services, communications system, painting,etc.to be in an advanced stage of completion in order not to impede this sub-contractor. Millwork units forming integral part of the chalkboard/tackboard installation to be located and affixed to the walls before commencing chalkboards/tackboard installation. 3.2.3 Erection of materials shall be carried out to ensure a rigid,straight,square, plumb and horizontal lines level. All aluminum trims to be attached in such a manner that all fastenings shall be concealed. F3steningto be accomplished by the use of#10 x 25.4mm(1)steel wood screws attached to the walls by the use of rawl plugs or approved equal. 3.2.4 Tackboards to be adhered to wall surface by the use of an adhesive as recommended by the ' supplier applied in egg-size blobs at approximately 200mm (8") centres. Tackboards to be pressed firmly into this adhesive to ensure proper adhesion and mechanically secured. 3.3 Cleaning ' 3.3.1 Clean surfaces after installation using manufacturer's recommended cleaning procedures. 3.3.2 Chalk chalkboards as per manuf. recommendations. 1 I END OF SECTION 10120 Project No 2009-19 TOILET AND BATH ACCESSORIES 10800.1 ' PART GENERAL , 1.1 Conditions ' 1.1.1 All General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this Specification shall form part of and govern all Sections of these specifications. ' 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements. ' 1.2 Work Included: Supply toilet and bath accessories as indicated on the drawings to Section 06200, Finish , Carpentry for installation. 1.3 Related Work ' 1.3.1 Unit Masonry: Section 04220 1.3.2 Finish Carpentry: Section 06200 1.3.3 Painting: Section 09900 ' 1.3.4 Metal Toilet Partitions: Section 10160 1.4 Samples ' 1.4.1 Submit one sample of each accessory in accordance with Section 01300,if requested. Samples will be returned to the Contractor. 1.5 Shoo Drawings ' 1.5.1 Submit shop drawings or catalogue illustrations in accordance with Section 01300. 1.5.2 Indicate size and description of components, base material, surface finish inside and out, hardware and locks, attachment devices, description of rough-in-frame, building-in details of anchors for grab bars. 1.6 Templates 1.6.1 Submit templates and instructions where recesses, openings,fastenings or anchors have to be built in by others. 1.7 Co-ordination ' 1.7.1 It is the responsibility of the General Contractor's site superintendent to ensure that all provisions for recessed accessories are built into the masonry and that piping and conduit clearances are cc-ordinated accordingly. ' PART PRODUCTS 2.1 Materials ' 2.1.1 Acceptable materials: Products specified shall be manufactured or supplied by the following companies: ' a) Frost or equal b) Bobrick Washroom Equipment of Canada Ltd. I c) Watrous or Bradley Project No. 2009-19 TOILET AND BATH ACCESSORIES 10800.2 ' 2.1 Materials - Cont'd ' 2.1.2 Sheet steel: commercial quality to ASTM A526-80 with ZF001 designation zinc coating. 2.1.3 Stainless steel sheet metal: to ASTM At 67-82, Type 304, with satin finish. t2.1.4 Stainless steel tubing: Type 304, commercial grade, seamless welded, 1.2 mm wall thickness. 2.1.5 Fasfeners: concealed screws and bolts hot dip galvanized, exposed fasteners to match face of ' unit. Expansion shields fibre, lead or rubber as recommended by accessory manufacturer for component and its intended use. 2.2 Fabrication ' 2.2.1 Weld and grind joints of fabricated components flush and smooth. Use mechanical fasteners only where approved. 2.2.2 Wherever possible form exposed surfaces from one sheet of stock, free of joints. 2.2.3 Brake form sheet metal work with 1.5 mm radius bends. ' 2.3 Fabrication 2.3.4 Form surfaces flat without distortion. Maintain flat surfaces without scratches or dents. t2.3.5 Back paint components where contact is made with building finishes to prevent electrolysis. 2.3.6 Hot dip galvanize concealed ferrous metal anchors and fastening devices to CSA G164-M1981. t2.3.7 Shop assemble components and package complete with anchors and fittings. 2.3.8 Deliver inserts and rough-in frames to job site at appropriate time for building-in. Provide ' templates, details and instructions for building in anchors and inserts. 2.3.9 Provide steel anchor plates and components to suit anchorage substrate. tPART 3 EXECUTION 3.1 Installation ' 3.1.1 Install and secure accessories rigidly in place. 3.1.2 Install grab bars on built-in anchors provided by bar manufacturer. ' 3.1.3 Use tamper proof screws/bolts for all exposed fasteners. 3.2 Mounting Heights: ' 3.2.1 Install toilet and bath accessories in washrooms at heights as indicated on the drawings. i ' END OF SECTION 10800 Pro ect No. 2009-19 ROLLER BLINDS 10850.1 ' PART 1 GENERAL: ' 1.1 Conditions ' 1.1.1 111 General Conditions of the Stipulated Price contract incorporated in the Canadian Standard Construction CCDC2-1994 and the Supplementary General Conditions included in this ' Specification shall form part of and govern all Sections of these specifications. 1.1.2 The work associated with this section shall comply with the pertinent sections and articles in Division 1 - General Requirements , 1.2 Scope 1.2.1 Provide new roller blinds at all existing exterior window and new exterior window locations ' complete with all required operating hardware, anchor brackets,clips and accessories required to accommodate the actual completed site condition. Total of 4 window locations. 1.2.2 Roller blind fabricator shall verify all existing openings on site prior to fabrication units. 1.2.3 All of the above as indicated on the drawings and as specified herein. 2.1 PRODUCTS: 2.1.1 Roller Blinds: ' Shall be"Lite-Lift Chain Mechanism with"Facia"series Roller Blinds as distributed by Sun Project Canada Limited (Tel: 1-905-660-3117)with 10 year warranty on all operating parts and fabric. Sunproject SC1000 fine weave colour to owner's selection or teleshade snap-in mounting by , Solarfective (Tel.: 1-416-421-3800) with equivalent features as scheduled herein. 2.1.2 Operation: ' 2.12.1 Sun Project Lite Mechanism with I.T.I. manual shade chain drive unit shall consist of a tension activated lifting mechanism with m ulti-layer concentric constant tension. The lifting mechanism shall contain a memory tension lock which shall be pre-tensioned and when removed for shade ' cleaning, shall not require retensioning. The mechanism must be internally free-floating and reversible for on site future alterations and maintenance. The mechanism shall be free-floating along a grooved non-corrosive shaft. 2.1.22 Internal tension idler(ITI)limiter shall automatically adjust and control the amount of torque being generated for constant smooth operation of the shade system. The ITI shall automatically release during down-travel and automatically engage during up-travel of the shade system. ' 2.1.2.3 Lifting mechanism must accommodate tension modules- (type D) for maximum shade performance when necessary. The tension modules must also contain a memory lock fortorque retention. ' 2.1.2.4 Noise seals must be used for sound isolation and absorption of the mechanisms. 2.1.2.5 Drive sprocket must contain a planetary gear system for increased performance speed ratio ' smoothness, and balance to the chain and shade system. 2.1.3 Assembly: 2.1.3.1 Shade unit shall be supplied to site fully assembled with a one piece fully extruded clearanodized aluminum facia panel. Project No. 2009-19 ROLLER BLINDS 10850.2 ' iviounting Detail: ' Mount within window opening with lateral side mount brackets. Shade Orientation: Regular-roll shadecloth to roll at window side of roller. Fabricate blind with an additional 12" length of shadecloth beyond window sill (to minimize overstressing chain by improper operation) ' 2.1.4 Shade roller tube: 2.1.4.1 Rigid roller tubes shall be all aluminum extruded available in 32mm, or 50mm with reinforced ' internal ribs to provide maximum span without tube deflection. Tube sizes shall determined by manuf. to accommodate weight and span requirement of window conditions. 2.1.5 Tube end plug: 2.1.5.2 Internal tension idler(ITI)limiter shall automatically adjust and control the amount of torque being generated for constant smooth operation of the shade system. ' The ITI shall automatically release during down-travel,and automatically engage during up-travel of the shade system. ' 2.1.6 Chain drive: 2.1.6.1 Heavy duty commercial grade drive sprocket shall contain a planetarygear system for increased performance speed ratio smoothness, and balance to the chain and shade system. Must be provided for infinite positioning of shade system. 2.1.7 Operating chain: ' 2.1.7.2 Shall be no. 10 qualified heavy duty stainless steel 90 lb. load test. 2.1.8 7/8" Exterior Oval Hembar 2.1.8.1 Shall be tubular extruded aluminum with recess to secure fabric without visible seams. Endplugs shall be screwed securely on ends showing no exposed aluminum. 2.1.9 Chain Hold Down: i2.1.9.1 Operating chain shall be fully secured to SP chain holder mounted to window jamb. 2.1.10 Cassette Side Channels: 2.1.10.1 Shall be 0.60 galvanized steel snap on brackets for ceiling mounting. IPART 3 EXECUTION: 3.1 This section is responsible for all dimensional coordination with the other sections of the work in order to ensure proper fit in both the vertical and horizontal directions. Blinds must be installed prior to substantial performance. Do not install blinds until all painting has dried and work zone has had dust removed. 3.2 Anchor to concrete block and gypsum board substrates and fasten as required to provide permanent rigidity. 3.3 Supply and install all fastenings, anchors,filler,panels,clips and accessories as required for the completion of the work. . Pro ect No. 2009-19 ROLLER BLINDS 10850.3 , 3.4 Marked or torn components shall be replaced not repaired. 3.5 Adjust all operating hardware for smooth operation. , 3.6 Remove all resultant debris from the site. I END OF SECTION 10850 I MUNICIPALITY OF CLAMGTON GARNET B. RICKARD - COMMUNITY CARE DURHAM HWY NO. 2 & MARTIN ROAD, BOWMANVILLE, ON _ REMAYEARMAT DESIGN TEAM: q OR FREEIIII AT I A EFFORT TREAT MI FAT((90516a3Nea'w . ..030, :. 4F++sMAY DEAL AMITE A=- FMARMA STRALRARAL FAR SOUTH ELEVATION = __ HOLTMAN YIELDER TORONTO, ONTARIO AM 1A _ 11, (m6) 3b 0341 u¢µw UL 7181 ROMAINE AVE MILE 229 T A, IT I AM, AM FAX (905) 9NA-MOM ELECTRICAL uARK H LA. FAX OFF FDA) 30 FAX I105I RQ-859' EAST ELEVATION TENDER No.: CL2009-39 J.R. FREE MY ARCHITECT till k' b Wi \_ 176 v a d r r94M r \ I sg V — \ fr � I I C i I \ \ i Y. _ I \ I I I � i II i \ I i I �� m MUNICIPALF7 OF CLARMOTON -Lrt,. _....... ..,. ..._..._ .... _..... ...., .... .. ...J ak - - - I�� � � ma o t :L frtR A, T � J .. [fl X00 I - I GARNET B.RICKARO COMPIEK-0® RENO`/ATIONS i 'I �tiELE II ! Lk:')IJ TI,A FLT SH °Lat ALE 9ELECTNE OEMOLIPN FLOOR PLAN aos,e A201 oar KNICIPAI.ITY EFJ TI,,_ Of CLARINGPON. i .PVT ,.� ..,.. VTOw 1 171 IF c ,o um s; I I I I ns..< ;I aI T .. - d E t , - ...:------ . ,.,. OARNEI&MCRARD C0MPLER-CCD m y re w<a r_, RPNOVATIONS IT .f.. El U TI I E "-LITI, _ E-': T, TI^^ "T L- ILI -- r .r. .. '"` SELECTNE ja DEMOUTpNINEW CONSTRUCTION RO♦♦OF��PLAN F �� 200}79 nG02 40101'1 w Wld8DOlJ on MaN Nil" 20 IMMEMMMEMMAI EgL� SKOUVAONan aj)-xnjwj u0momma . ............ --auto 7-1�,,I . ..VON fa M9 gam a go RES.i W11 9-M k f Qe 1 Tj Wyl Q. INDIDWH"DA0 Iq N MINICIPALM OF CLANINGTON ._ T��..� ..... I IT 71 i i T 1 � -;9 � y CU i - I __ �� �_ _ I L_ °5."°_,." � 1'� I --tea •^w>r LE E v f� g dLF _ iN —TT -' -= �a TR �. .,. 1111 IT ., e _ I .... a..[vim a e•-'%ri� IT"t 1 GI S.NCWD '`.`J Ll " COMPLEX-CCD (C , EIT RENOVA710N3 TE'; .. ..,. I( "ELE_TI\E 'E'!'LI TI l 3FFLF,'TE' 'Ell Vi -i A'. ' J " LE ­E' SELECTIVE DEMOLITION REFLECTED j CEILING PLAN 26.19 173011 3( ( c,.MUNICIPALITY OF CL NOTCN Tl- TIl , U 4 G cl- g �. it♦ — rri .� n — r 4 f D I I Rp ni I I �uAervar e.weKASo L cONOVA IONS /`� / �� �E arNavnnorvs I ^dEW ^ .TF.u"T„ •EFLE;IE, �Eluv, nL4h �- -<1 NEW — ) —�"' CONSTRUCTION REFLECTED PCI CEWNG PLAN 20091 9 7302 o RINOTON �l (1 I I I I I I I I I I I i I i °©•-- u- rl r r r r � w ".ELF_IPI `E"^LITI -"MIOL "TH ELEVATK 1 E ALE I i I E, r I J .. � ...tee OARNkf B RICKARD ` ___ _ ---� coMnx-CCD — — RENOVATIONS aL .. TI MIA.. s SELECTIVE DEMOLITION \ H F USE IE�_,LJTI °Ak TIAI E '�T El£'^Px ' PARTIAL ELEVATIONS _ X00119 A401 ac+MUNICIPALITY Of RINGTON I 0 0 ii I I I "FEY Til!^.TI 41 AL TH ELE"LII"t - I I 3 I rt _- K GARNETB.RICKARD COMMEX CCD - RENOVATIONS \E'8 ��T:U°TIC ',3TIAL E4 T El E AWA NEWCONSTNUCUON PARTIAL ELEVATIONS saos-s A402 Lo ei%ooi SN01133S Maine NOLM81SNOOM 4 NOUON303 3135 SNOLLYAON b 0.) X31ANOD UNtlA0N 9.C3NNY0 ��N _�. i �bO / «u 1 uou „ _ r t �� -- 4 I i NOIDNWYDA0 Ail'ItldIJW114V n� KNICIPALITY OECLAFINOTO.N a a g h.a 3 '11 ^P HE4 ) ^1P1 v °ILL "ET Il 0) 1-N LFTCII J LAN ^,ET411 srz )E If 11 V -L "! ;h.U.IL- L-p! ;ET;IL TE Cam^ Y �3. *y p h p� .,¢�, .R us aa. .n.wrm s_ �ELE ELE:TINE ')E ..LL,,} 11;1. f-tll -E^TI-1 FI.';. JrL4V -ET-IL _ rU�'. ET-1L ET'IL n �^ _ - �� . J Kzz IM&I 0.v ^^ ,..• ,. a, G COMPLEX-CCD B.P O ICI L 1171 WIOVATIONS . ..k HEA ET-II ,AI '>ILL ''ET:II 1 <I r `: IEHF„, FT II 7 WALL SECTIONS,WAll OETAL,,PIA,OETALS Ak2 M',DOVJ 'vCIES «r.. o.. OF�CLARINOTON av .,' ...A.Y...... ee r ... a .a.r.a... IF ITTIF FEE ., IF FL1 T'TT'E'= ETAIh_ d .awl X y P f 'T�\ .LI•. 11'.I• ILE a mv,mvau,mw ra/w 11.EIIE11-1 HM 13 AL,1E,EM ­LL IAI ❑� c 1 z FtE a0 0 E...,,�/. LL�.E, E..2. O O 7 O O E FEET,m .. < <) (F.) ILE nFE ..� «, , T HL VIA ..,�. ....,. IF ».. ..'IT a ,..,. .„..,,,, OARNFTB.RIC LEE C� E9 .""••"• COMPLEX-CCD RENOVA'noNS �- F %.ME Ty?E, T F1 HI FIT WINDOWS DOOR IM IT DETAILS,DOOR FNISH IT SCHEDULE 101 H. Z0" R A601 AIUNICIPAI,ffY OECIARMGTON og LPL -;• HALL .,F Fn-E 1\TEfl F1 I,IAII"\_ — — A a a3 Lin Lin _ i E;E,.f ... ELE.-P:tie< fLr,P�tif ! LI LL iF FSFE 1ATEFL.. ELEIATVI\ ..ALE I . �'VFF .LIE FE,IALE_'( ,H ELE.=Tln?'S *. LE'u'I E�E+cP1Y! f 1 ELE`+:.P'F E ELE -9Ga f FLE'cT0"H ELGPi.v, t.en e.rc ELC:4P:`N L ELE--I(l V. F^EE ;'.S H<L",' ELE: TI :` 'E` ,4d.zIF F EE ,--H (;V ELE',-.TI ` - I ,, GARNET B.RICKARD COMPIPX-CCD RENOVATIONS ENLARGED PLANS& INTERM ELEVATIONS �'R A701 1084 .:...�„�,�F Inas _ =ev `. -�.,,:Ll �',�, •j, �` 3 . 616 1 �. --T ��(B 3,r — ,. mar.°� �=' Sllv1 YNWllIW - t SNOUV SNOlLtlA0N3N �.•. - •- - �u __ _ � _ a. QJJ X3IdiVOJ am)m 613MV9 a ✓..v rva.: .c+r. .. 3n., a ; 7 r My 3113k3H'14 Jj IJJn' a ,G I s, 's r_ , zi n�;o 7t uc;,;H I. � I I y I I kO11MVtlY'L130 - � � - - �' _ i:I {`-��.✓/�„/ I I i i WO W-600Zi 's, ON3aarv.m, 0N3031 _ _--— 'NOLLVOIJID3d5 MIS WdMbn"""'NbNVT31""T U6a WMNM1 FQQ m fd ❑I 000-X37dNOO -. .I_ ....,.,..e OMMJIWO 04W0 I y w.•„ oraxornauvx __ x'„cn'a'r_.Pr„mmm sr- �.� m mom:° i^e •.ss wm.mvm�.v.rvmm °` w...s.>..... �. wmu.°mnwu,-,vmvn.uw.,wmuw,.mw mn wa,-im°v»nw � _( u.. a"nw 3310v �n�"'�'m"u'ami n�i'".eu '�. 'SIIOIt x�w.v,.vv ma.w..swurv.vw.uum wmm .�. RdNSYF"di'AFiP "R'n vera:x: a o°�omnn rypmm.oa....m. 1==4=1 +n ss m m fa.m D w.mmwurum ,m:we, uwwmruu .u¢v-xm¢®u.m°L�`mumvm a �wm m.maam a.m..mas ��i n nvmmswommnmus:..x® .0 aM...ma>wa v.:urtcwrv,azauv. WS mmu '.... ..�amm:rwa®v m a"me.°LiY"mS.w s�mo¢aw,mm.s vmwvmaw • m' am a m a '�. xwaa.m a.vmm.m..wsm .nm vu.m..m.s smxmr4^vw 1i:°Y°. � u°su 'I x was - am.Taw mvmomomwnxm�� wrmmm,ws YYiOn mmwwnr:w.o.s„mn u. -m rc.m.vm.r.m.u°w+-mwea�rr .a wm.�aim � ewu.m.ia�� � .^ ia..mm¢ ru.m.tssx: .mxo °Tilm ® '� unm a.mm1Pg0so.°.'Tiniamm n .a m ura.ww.w+a a.m iu IA 'Z,•m �.s., ,.x,.m.°m..,.m,:m.a.....i• NMONIVID AO ws - we ws zwlvs»ism w saovmvvrznurn u'NUNICWALR OFCLARNOTON r• I % \ j n � y •.� Ty v1 q.m __ I A�^�onvr.,z r q- t: o-... Oil /J a r I {� __ G: wncumvaw : I l ! �WNETB.RICRARD COMPLEX-CM U v �� RENOVATIONS `J 6 ![L.T!VE NEMOLJ TON POWFR Fl(jOR PLAN 4— POWER W! 2009-114 1 E201 MIMICIPAI.ITY OFCLARIHGT04 1 - ! /3\ e p �l i ©a ( wV t N � _• r r�1 eve fjJ N � a oxmw awe 4�O�n nm s � �GM2NET B.NICKMO /�\ /o\ COM1�LEC.CC-0 U U U RENOVA7fON5 LIGHTING vs DEMO"RAN 2009-114 E202 MUNICIPALITY OF CLARINGTON L 0 a. a. — C4)- - _�_ vop- � ! _ SAS,` T ' _ n im I I GARNET B.RMXARO COMREX-CM \J 6C `E RENOVATIONS NEW_CCN`"TR TION HTIN� F 0 R P AN S IIGHTINGPW! . NEW LAYOUT _ ;2009-114 E302 c. MUNICIPALITY OF CLARINGTON I I C a ® rr s mr: C6)- - - - ,ry 5 I I Ir GARNET B.RICXARO COMPLEX-CCD n %� /� RENOVATIONS �""`P0riER85YSTEM PLAN NV/IAYCUi - i I F- 77 ICI t t I i �.° � %!I ✓a eRrrrmnerrm-ccr i6 m iu r tl a9neraercBABU �veTM m RU.6W(i PIN! AOHY M1 -- m s. µ 0 0 1\ 00) �x / 1 r r 1. JR PRCCIM'APGpTLGT 'drnwn[r GABNB[E�ARp WWIE(OID �QAVA'1i8�9 x M i� ✓MA1gFnBRN1 A041A m _ l ti' a � 4 a� � s av� �1p°pll MU- 90pYAlH%l9 MBMA A iN,1CF111011PLW M3 m , _w d fr oz p. -. ... d r t x.fxeerm.�imccr �l j ff pp�1�00 - --- _� --- awUae� s@lDYA s WAC Pa0f qpl mig �M4 1� li�i tiiiliijf fil' ► '=ii"It . 3' lii I i !I M ; 1 f` I..I!...3....11 1..... . ill i ...:1.1:FffFl 31 €I�.tmF tall Ili 13 11..1...1......................11 ':, nl If 1 i1r1 if I R fry L( y.__ if V Qt ftl ( !! Iii i £ sd g �a� i I 1F1. i ' i t` �it .I Iil :Ffif I� (f fi ee F1 ft iFilr �� ii. gltc+ y 13 F(1 cc 1i1 e !e! If� 1 i M P4 ' la ;� Ill i��u i k hs-( �1 1 ;El y595 l i e � t � a i c 1 IR p1 i I a»-xamwro ......._.....,.......--- wr oo w. « _ a mO+...m rw ® . • _ te a « . «r.. � nushugswas Ez WE - - - ••Y.•Yr•:.„^._°'�w W w .w. .. °.mom���.. « '..'°0'14�°� �.e...,,,:.... ,... .. ...«. ._, .a..............m.....�„'%;�.�' ,.,.,...mss.. .....a..w...m..,..�,...:... .v r «..v.m.._.. .... ....a.+.._.._........ ..«... =w.m.wMm:: .I..��^Y°' .._......i.....e,,,«..r...e..................«..i. wu .e....«._m,..�..u._a..�m..,.e r....v.m... .....v ........... ...r........ AITIYR]QUW ,..., _...W..w........°.,:...,.. w.....A..„� .._..+r..r....,......,....e,_..«...,._....w...._�:. °.. _ iBLLP5WMNMf�MA� moo eiee afV 93lON TM3N30 3 r'"w ma `• _ - JOE-2 w INOI1Vn0.ti3U QA�-1(3'I w.wwmma w mimes.m,® .. QdtlNJitl'8IT NlltlJ �+mrww..m.m m mmmm.m®wm mn 8fELgP�ID RipVYN9 ® wm ' xn ' ^ I, S9NIMYfA'I NtlILL'JIlb19 1 ewma�w ra.mmwm. n°w ���n�u wv.�xv'mwa.umm �°O°m nnm cu uw x w � or..wemam uwm rmw J cvremn w�wim�me ��� mw.vms.cen ..mm. w°araewansamc mso .� mawenim vwnr`m u'w arvaeV mmw mmm r.wcauei.un nwueummw+.muovn.waax e.. `\/ mmv�u.vamvnuwen our . a me weawxms.w wms.n e. e.�mpak/aamxum �'� ____ vrvnanm-axe.m;onmwoae m,mw -- wrcrmua-w®n'.nounm.n u...iwwx am®svvmmWrm w.ovam rti ^�n°�x°��r �'�wa�vr v ®� umwvw xwswwmuvv. vmv,®w'm amm m.ommu.wv °r r°.• mw nmwsa.v .mmm e. - __ we smmmwnmva mriw° wewrvevmm.aew�vvxry '.rm 'a' mvunmew.www.wm�m °� v R • �: � `urmm mv��mauvso u.m m vamme xr.vmwm�—m re�°u .� mmmm�n - w _=W, ®®•emu_ m m.xw. rC L ®� � ��" aw.w mo.•. .a...: � °�mwrrxw w weTS: �. � ®�: ° mm.m.m:wmaa ww r" uvn�wn°m�mw»°wtl0r':wnm NntoNia�v ao `bsm i3 ,�.. wmm.wmm«,®. ,w�„mm,..,.wmmmm.,wm unwilMi 9310NRT. I I'i j II i i i - - - - - - ----------- - - - - r-T - - - - - - - - I \\A`' Q` Fa aa,I � a ese a all ggpp } Iz �'�rsi;.a;�77' �aa gf(�'gQy�9,a• ��„ji QQS ;�ePgt s € I OF OF CURNG / WRMGTON -�+- ;x¢wa a.w•� L _ *^-.yes• _,... �, IF _ � ,.,. I/ ..��.v.• - } �i��—�s.'d'u�.a m I $t HakrowYoNes rZl;x MA HE I - s I I jl m � Fwrr�o�r,�.�r®.,r,rr�,� RE\OVATIfwS PWRWF FRAAWIG r A0918 k02 OF CLIRINGtt)F Ha/pnwYaNis _ ` ✓` � o®..,..,.,..,.....®� l �� no.ren / ._ � WR.\Yffl RIIXAPD:•. �� CWNLE% L(D MOVAMNS l - FLEVDET 0 7 am oEruLs 1�19 S401