Loading...
HomeMy WebLinkAbout2010-099THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2010-099 Being a By-law to authorize a contract between the Corporation of the Municipality of Clarington and Forest Ridge Landscaping Inc., Newmarket, Ontario, to enter into an agreement for the Squire Fletcher Parkette Development. 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, Forest Ridge Landscaping Inc., Newmarket, 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 12~h day of July, 2010. By-law read a third time and finally passed this 12~h day of July, 2010. _ ..~ Ji - _ ayor= - _ - P tti arri unicipal Clerk Char' n Leading the WaJ~ Municipality of Clarington CORPORATION QF EXECUTED CONTRACT THE MUNICIPALITY OF CLARINGTON CONSTRUCTION OF SQUIRE FLETCHER PARKETTE CONTRACT CL2010-22 JULY 2010 Clar~n Leading the Way 1 I~ II !~v-~uw ,'"~1~ ~' ~ 4 AGREEMENT THIS AGREEMENT made in quadruplicate BETWEEN: FOREST RIDGE LANDSCAPING INC. of the City of Newmarket and Province of Ontario Hereinafter called the "Contractor'' THE PARTY OF THE FIRST PART -and- the CORPORATION OF THE MUNICIPALITY OF CLARINGTON hereinafter called the "Purchaser" THE PARTY OF THE SECOND PART WITNESSETH, that the party of the first part, for and in consideration of the payment or payments specified in the tender for this work hereby agrees to furnish all necessary machinery, tools, equipment, supplies, labour, and other means of construction and, to the satisfaction of the Engineer, to do all the work as described hereafter, furnish all the materials except as herein otherwise specified, and to complete such works in strict accordance with the plans, specifications and tender therefore, all of which are to be read herewith and form part of this present agreement ' as fully and completely to all intents and purposes as though all the stipulations thereof have been embodied herein. ll Il I1 Page 1 of 3 Pages DESCRIPTION OF THE WORK AND LIST OF DOCUMENTS Municipality of Clarington Contract No. CL2010-22 Construction of Squire Fletcher Parkette ' AGREEMENT INDEX SCHEDULE (A) SCHEDULE (B) ' SCHEDULE (C) SCHEDULE (D) 1 t GENERAL TERMS AND CONDITIONS STANDARD TERMS AND CONDITIONS CONTRACTOR SAFETY TENDER FORMS AND PRICING SCHEDULE AGREEMENT TO BOND REFERENCE FORM .NOTICE OF NO BID QUESTIONS FOR CLARIFICATION ADDRESS LABEL SPECIFICATIONS: Section 01220 -General Instructions Section 01221 -Site Administration Section 01300 -Submittals Section 01310 -Construction Schedule Section 01340 -Shop Drawings, Product Section 01400 -Quality Control Section 01600 -Product & Workmanship Section 01700 -Project Closeout Section 01710 -Cleaning Section 02200 -Earthwork Section 02215 -Armour Stone ' Section 02511 -Limestone Paving Section 02612 -Asphalt Paving Section 02614 -Concrete ' Section 02712 -P.V.C. Subdrain Section 02750 -Timber & Woodwork L Section 02822 -Sodding Section 02823 -Planting Section 02870 -Site Furnishings Section 02878 -Playground Section 03300 -Cast in Place Concrete Data, Samples & Mockups Section 16010 -Electrical -General Requirements Section 16020 -Basic Materials and Methods Section 16030 -Electrical -Lighting Systems All Plans and Documents. referred to in the Specifications. Page 2 of 3 Pages r The Contractor further agrees that he will deliver the whole of the works completed in accordance with this agreement on or before September 10, 2010. IN CONSIDERATION WHEREOF said party of the second part agrees to pay to the Contractor for all work done, the lump sum prices on the Tender. This agreement shall ensure to the benefit of and be binding upon the heirs, executors, administrators and assigns of the Contractor and on the heirs and successors of the Purchaser. IN WITNESS WHEREOF, the Contractor and the Purchaser have hereunto signed their names and set their seals on the day first above written. SIGNED and sealed by the Contractor: Forest Ridge Landscaping Inc. _ _- - _ ~. _ _ _ .-_ Q have the authority to bind the Corpora ~~Y~ V isca ~ t~(~SiC~fl'1~" -- ,,Gx. I b w Zo 10 -` ~tior~j ' in the presence of II 1 SIGNED and sealed by the Purchaser: CORPORATION OF THE MUNICIPALITY OF CLARINGTON Jim Aber , Ma r ~ - _ - ~ ~-_ ~~ ~fa~ a~,~tQ- ~ - = _ Date ~~ __ = - _- in the presence of Patti L. Date a ~, X410 Page 3 of 3 Pages CORPORATION OF ~ THE MUNICIPALITY OF CLARINGTON CONSTRUCTION OF ~ SQUIRE FLETCHER PARKETTE '~~ CONTRACT CL2010-22 II ~ C~al"1~1~~0I1 Leading the Way I1 • ~~~~~J~I, Wli Leading the R'ay THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE TENDER CL2010-22 SQUIRE FLETCHER PARKETTE TABLE OF CONTENTS: SCHEDULE (A) GENERAL TERMS AND CONDITIONS SCHEDULE (B) STANDARD TERMS AND CONDITIONS SCHEDULE (C) CONTRACTOR'S SAFETY -POLICY PROCEDURES, HEALTH 8 SAFETY PRACTICE FORM SCHEDULE (D) TENDER FORM AND PRICING SCHEDULE INFORMATION SHEETS AGREEMENT TO BOND QUESTIONS FOR CLARIFICATION ADDRESS LABEL SPECIFICATIONS ~' Section 01220 -General hrshuctions Section 01221- Site Administration Section 01300 -Submittals Section 01310 -Construction Schedule Section 01340 -Shop Drawings, Product Data, Samples & Mockups Section 01400 -Quality Control Section 01600 -Product & Workmanship Section 01700 -Project Closeout Section 01710 -Cleaning Section 02200 -Earthwork Section 02215 -Armour Stone Section 02511- Limestone Paving Section 02612 -Asphalt Paving Section 02614 -Concrete Section 02712 -P.V.C. Subdtain Section 02750 -Timber and Woodwork Section 02822 -Sodding Section 02823 -Planting Section 02870 -Site Furniture Section 02878 -Playground Section 03300 -Cast in Place Concrete Section 16010 -Electrical -General Requirements Section 16020 -Electrical -Basic Materials and Methods Section 16030 -Electrical -Lighting Systems PAGE 3 PAGE 12 PAGE 22 PAGE 31 PAGE 37 PAGE 38 PAGE 41 PAGE 42 PAGE 43 i~ 0 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page z aaz CLOSING TIME 8~ DATE: NOTICE TO BIDDERS ADDENDUM INFORMATON 2:00:00 P.M. TIME (LOCAL TIME) TUESDAY, JUNE 22, 2010 ALTHOUGH WE WILL ATTEMPT TO FAX ANY ADDENDUM TO THE REGISTERED BIDDERS FOR A PARTICULAR BID, ALL BIDDERS ARE TO NOTE THAT ANY ADDENDUM(S) TO ANY TENDERlFORMAL QUOTATION WILL BE POSTED ON THIS WEB SITE. IT IS THE BIDDER'S RESPONSIBILITY TO CHECK THIS WEB SffE OFTEN FOR ANY ADDENDUM. TO FIND THE ADDENDUM(S) FOR ANY PARTICULAR BID, PLEASE CLICK ON REGISTER TO BID AND ENTER USERNAME AND PASSWORD. ONCE YOU CONFIRM YOUR VENDOR INFORMATION, YOU WILL BE FORWARDED TO THE PAGE WITH THE ORIGINAL BID DOCUMENTS AND ANY ADDENDUM(S). 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 INITUUIED BY THE BIDDER BIDDERS MUST NOT INCLUDE RESTRICTIVE OR CONDITIONAL STATEMENTS TO ALTER THE FORMAT OR INTENT OF THE TENDER - THE LOWEST OR ANY TENDER NOT NECESSARILY ACCEPTED TENDER OPENING MEETING IS SCHEDULED TO TAKE PLACE AT 2:15:00 PM AFTER THE CLOSING TIME AND DATE, IN MEETING ROOM #1 A, MAIN FLOOR, 40 TEMPERANCE STREET, BOWMANVILLE, ONTARIO, AND INTERESTED BIDDERS ARE INVITED TO ATTEND. ~' THE 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. SANDRA MCKEE, C.P.P. PURCHASING MANAGER SENIOR BUYER TELEPHONE: 90511233379, EXT. 402 EXT 401 J THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 3 of 42 CL2010-22 SCHEDULE (A) GENERAL TERMS AND CONDITIONS 1.0 SCOPE The work includes the grading, topsoil spreading, sodding, asphalt and limestone walkways, tree planting, installation of play structures, construction of a wood pergola as indicated on the plans and details or as required to complete the work. The project is expected Eo commence in July 2010 and is to be completed no later than September 10, 2010. Please provide your best competitive price to supply all necessary labour, materials and equipment to complete the work requirements outlined in the tender The award for this project will be based on pricing submitted, satisfactory check of references supplied, past performance, if applicable, and the vendor's ability to satisfy. the Municipality of its understanding of the scope of the work. 2. TENDER DELIVERY & OPENING Tenders made on the forms provided must be submitted in the envelope provided or in an envelope with the down- loaded 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 Temperence Street Bowmanville, Ontario until the specified closing time and date of: 2:00:00 P.M. Local Time Tuesday, June 22, 2010 Any Tender received after the deadline for submission will be considered as non-compliant and will be returned unopened. The use of the 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 to the 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, d 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, Clerics 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. O i THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 4 0(42 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. COMMUNICATION 3.1 All inquiries and other communications with the Municipality of Clarington about this Tender throughout the bid period are to be directed ONLY to Sandra McKee, Senior Buyer. If Sandra McKee is unavailable, please contact Brigitte Hams, Buyer. a. Non-compliance with this condition during the bid period may (for that reason alone) result in disqualification of the bidder's offer. b. Contractors are expected to complete their own inspection of the site in order to determine the bid price. 4. 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 ail 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 (G). Bidders are requested to make all inquiries prior to Thursday, June 17, 2010. Person to contact: ~~ ~, I' PRIMARY CONTACT SANDRA MCKEE, SENIOR BUYER T: (905) 623-3379, ext 401 Consultant: JVF CONSULTANTS INC. 1895 CLEMENTS ROAD UNIT 166, PICKERING, ONTARIO SECONDARY CONTACT BRIGITTA HARRIS BUYER T: (905) 623-3379, ext. 250 ~' ~J c r.~ THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 5 of 42 4.1 BID/QUOTE DEPOSIT All quote 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 bebw: DOTAL AfdIOUNT OF~tD . E ~lINtMUM.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 vour Tender. All Tender bid deposits will be returned to the respective bidders upon award of the contract 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. 5. PERFORMANCE SURETY Prior to the commencement of the work, the Contractor is required to provide a Performance Bond, and a Labour and Materials Payment Bond, each in an amount equal to 50°h of the tender sum as accepted, to guarantee his faithful performance of this Contract and his fulfillment of all obligations in respect of payment for labour and materials used on this work. Bonds shall be issued by a Guarantee Surety Company, licensed to issue such instruments in the Province of Ontario, having been properly executed and in other respects acceptable to-the Municipality. The expiration period of the bond shall be consistent with the specified maintenance period. Where the tender. is extended for a subsequent year(s) additional bonding in accordance with the above shall be provided for the extension. Bidders must provide, with their submission, a signed Agreement to Bond; from their Surety company. 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 or the warranty has expired, whichever is the longer. The surety may be returned before the 60 days has elapsed providing satisfactory evidence is provided that all liabilities incurred by the Contractor in carrying out the work have been satisfied and that all liens have expired or have been satisfied, discharged or provided for and that a Clearance Certificate from the Workplace Safety Insurance Board (WSIB) is provided. O O ~, THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ~' SQUIRE FLETCHER PARKETTE Page 8 of 42 CL2010-22 ' SCHEDULE (A) GENERAL TERMS AND CONDITIONS (continued) ~ 6. 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 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 dut of the performance of the Contractor's obligations under this Contract. ~~ 7. 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 pertormed 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 Tess than $2,000,000:00 inclusive per occurrence covering all licensed vehicles owned or leased by the Company. 8. 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 Cert'rficate 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 Cond'Rions, Section 22 for details. 9. PREPARATION OF BIDS All Bids must be submitted on the supplied Tender Form. 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, acknowledged that the Bidder has read, understands and accepts the terms and conditions and instructions of this Tender in full 10. 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. 11. SUB-CONTRACTING Sub-contractors will be permitted. The contractor must provide a list of the subcontractors for the project requirements. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 7 of 42 atom-z2 SCHEDULE (A) GENERAL TERMS AND CONDITIONS (continued) 12. 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 wip 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 may be exercised from time to time to cancel an uncompleted or unperformed portion of the work or part thereof. 13. TAXES It is a requirement of the Tender that the Goods and Services Tax and Provincial Sales Tax (PST) be shown as a separate item in the Tender Bidders shall factor into their stipulated sum price and any. other prices submitted as a part of the bid, the transition to the Harmonized Sales Tax on July 1, 2010 including the removal of the Provincial Sales Tax (PST) on those line items of cost for which PST will cease to be payable after June 30, 2010. The contractor in submitting this bid understands and agrees the contract is already based on the HST coming into effect on July 1, 2010 and that the introduction of HST will not be considered a change in taxes for the purposes of calculating an extra or a credit of construction costs. The contractor shall quote his GST number on the tender form where indicated. 14. CHARACTER OF WORKERS 15.1 The reference to "workers" refers to workers of the Contractor and includes Corporate Officers. 15:2 The ConUactor 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. 15. CONTRACTOR INFORMATION Please include with your submission the following: material, expected crew size, equipment to be used, . estimated time on site. Any change to start time requires a minimum 48 hours advance notice. 16. 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. 17. WORKMANSHIP In the event of a disagreement between the Director of Operations and the contractor as to required work or level of work to be performed, the Director of Operations decision is final THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 8 of 42 CL2010-22 SCHEDULE (A) GENERAL TERMS AND CONDITIONS (continued) 18. 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. t9. SITE MEETING r All bidders are instructed to visit the site to take measurements, inspect all existing conditions and ascertain the amount of work involved. Anon-mandatory site meeting is scheduled for 2:00 p. m., Monday, June 14, 2010. Bidders are encouraged to attend. No claim far 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. The work required under this contract is for a parkette development. It is the bidder's responsibility to examine the location prior to submitting a Tender for this work, in order to thoroughly acquaint themselves with all existing conditions at the site which may affect the proper completion of the work specified. No extra claim for payment will be allowed for' work or difficulties due to conditions of the site which were visible or reasonably inferred. 20. 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. 21. BUDGET APPROVAL Award of this Tender is subject to Council approval and funds being available within the Capital and/or Operating budgets. ~, 22. CONTRACTOR EXPERIENCE Bidders are requested to complete and include with their bid submission, the Bidders Experience Form (listing I~ .current references). The Municipality of Clarington reserves the right to contact any / or all references. 23. LEGAL REQUIREMENTS I, 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. L~ ~~ ~, t~ SCHEDULE (A) 2a. DECLARATIONS THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page s rnaz azo~o-zz GENERAL TERMS AND CONDRIONS (continued) a) IIWe decare that no person, Finn or corporation other than the one who's signature oi• the signature of whose proper officers is or are attached to this Request for Tender (RFT), has any interest in this Tender or in the Contract. b) INUe 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) IlWe further declare that the statements contained in the Tender are in all respects true. e) INSIe 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 behaff of the Municipality of Clarington and are hereby acknowledged to be an integral part of the Contract. INVe hereby propose and offer to enter into the Contract on the terms and cond'Rions 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. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 10 of 42 CL2010-22 SCHEDULE (A) SUPPLEMENTARY GENERAL TERMS AND CONDITIONS OMtSSiONS OR DISCREPANCIES: Should the tenderer find discrepancies in, or omissions from, the drawings, specifications or other tender documents, or should he be in doubt as to their meaning, he shall notify the Consultant, who may send a written instruction to all tenderers. Verbal interpretations of such omissions or discrepancies will not be given. AWARD OF CONTRACT The award of this contract is subject to the approval of the Owner. In the event that all bids received exceed the Owner's budget for this project, the Owner shall have the right to make changes additions/deletions in the scope of work using unit prices submitted as part of the tender and as described by the drawings and specifications. If the aforementioned changes fail to produce a Contract Price within the Owners budget, or if, in the first instance, the changes contemplated result in a value in excess of 25°~ and the Owner wishes competitive prices thereon, the Bid Documents will be amended and invitations to re-bid will be issued to the Bidders who submitted the three (3) lowest Bids on the original Bid call. We further understand and agree that the subcontractors invited to re-bid shall likewise be .restricted to those who submitted the three (3) lowest acceptable prices in each Contractor's original Bid. UNACCEPTABLE TENDERS Each item in the Tender Form shall include a reasonable price for such item. Under no circumstances will an unbalanced tender be considered. The Municipality and the Contract Administrator will be the sole judge of such matters, and should any tender be censidered to be unbalanced, then it will be rejected bythe Municipality. INTERPRETATIONS AND ADDENDA: No oral interpretations shall be made to a tenderer as to the meaning of any of the contract documents, or be effective to modify any of the provisions of the contract documents. Every request for an interpretation shall be made in writing, addressed and forwarded to the Consultant. The Consultant shall issue written Addenda to all bidders it any interpretation is required. QUANTITIES ARE ESTIMATED: The quantities shown for unit price and lump sum items in this Tender Form are estimated only and are for the sole purpose of indicating to tenderers the general magnitude of the work. For any work done or material supplied on a unit price basis, the Contractor will be paid for the actual measured quantities at the respective unit prices tendered. Measurements shall be taken in the field and transferred to as-built drawings and area and volume calculations will be generated this way. The Consultant has the right to increase or to reduce the quantities required or to suspend or omit any item or portion of the work at any time, provided the total contract value is not increased or decreased by more than twenty-five percent (25%). The Contractor shall not be entitled to any compensation for loss of anticipated profit as a result of the deletion of any item or part of an item from the Tender Form. O THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE _ Page 11 of 42 CL2010-22 SCHEDULE (A) SUPPLEMENTARY GENERAL TERMS AND CONDITIONS (continued) PAYMENT AND QUANTRIES: Payments shall be made subject to the following. (i) PROGRESS PAYMENT: Progress Payment for 90% of value of the constructed works shall be made to the contractor within 30 days after receipt of the Contractor's claim for payment. s Payment made hereunder, including final payment, shall not relieve the company from its obligations or liabilities under the contract. Acceptance 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 the time. (i) HOLDBACK: The 10% Holdback shall be released as follows: The Construction Lien Holdback (i.e. 10°k of the value of work substantially completed less all approved claims) shall become payable without interest after 45 days from the Date of Substantial Performance Acceptance of the works. (iii) THE CONSTRUCTION LIEN ACT: Payments to the Contractor, holdbacks, and their release, and certificate of substantial performance and completion under this contract shall be in full compliance with the provisions of The Construction Lien Act, R.S.O., 1983. The contractor shall be deemed to have made due allowance for executing the requirements of the Act in his tender price. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 12 of a2 CL2oio-22 SCHEDULE (B) STANDARD TERMS AND CONDITIONS M 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 pertorm the work in accordance wRh 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 pertormed by the company, which are subject to the Contract. N 2. SUBMISSION OF 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 wverings. The bid must be signed by a designated signing officer of the Bidder. ' If a joint bid is submitted, it must be signed on behalf of each of the Bidders. 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. r Failure to return the document or invitation may result in the removal of the Bidder from the Municipality's. bidder's 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. 'THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION M SQUIRE FLETCHER PARKETTE Page 13 of 42 CL2D10-22 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 3. CONTRACT The contract consists of the documents aforementioned as defined in Section 1, Definitions, Contract. 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 and 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. 4. CLARIFICATION OF THE DOCUMENT Any darkcation of the document required by the Bidder prior to submission of Rs bid shall be requested through the Municipality's contact identified in the document. Any such Garification so given shall not in any way alter the document and in no ease 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 OF ABILITY The 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 pertorm 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 Munidpality. 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 SQUIRE FLETCHER PARKETTE 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.. Pege 14 Of 42 CL2010-22 Prices. shall be firm for the duration of the contract 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. Harmonized Sales Tax (HST) shall be extra and not shown, unless otherwise specfied 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 speafied 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 i 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 Acceptance 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 othewise payable to the company such amount as may be sufficient to remedy any defect or deficiency in the work, pending correction of R. Payment may be made 30 days after delivery pursuant to the Bidder submitting an invoice, contract requirements being completed and work being deemed satisfactory. 9. PATENTS AND COPYRIGHTS The company shall, at its expense, defend all claims, actions or proceedings against the Municipality based on any 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. r G u SCHEDULE (B) THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON .PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 15 of 42 CL2D1D-22 STANDARD TERMS AND CONDITIONS (continued) 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. 11. 12. 13. 14. ~~ ALTERNATES Any opinion with regard to the use of a proposed alternate determined by the Municipality shall be final. Any bid proposing an altemate will not be considered unless otherwise specified herein. EQUIVALENCY Any opinion determined by the Municipality with respect to equivalency shall be final. ASSIGNMENT AND SUBCONTRACTING The company shall not assign or subcontract the contractor any portion thereof without the prior written consent of the Municipality. FINANCING INFORMATION REQUIRED OF THE COMPANY The Municipality is entitled to request of the Company to furnish reasonable evidence that finanaal arrangements have been made to full the Company's obligations under the Contract. 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 cempany 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.. 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. 15. 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, ff 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 CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 16 of 42 c~euf u-zz SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 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. SUPPLIER PERFORMANCE EVALUATION Prior to the Contract renewal dates or upon expiry of the Contract, the Municipality of Clarington will complete a Pertormance Evaluation Form, providing feedback related to the Company's performance of the Contract. Suppliers/Contractors will be evaluated based on, but not limited to the following: • quality of goods/services provided; • compliance with Contract spec cations, terms 8 conditions; • communication (responsiveness); • billing accuracy. The results of the Performance Evaluation shall be used to determine whether or not the Company is: • considered for renewal of a Contract with the Municipality; • considered for award of any subsequent Contract opportunfties. Throughout the life of the Contract, the Municipality shall communicate any performance issues/concems, to the Company. Persistent pertomiance issues may result in an immediate Contract Pertormance Evaluation by all participating departments to determine if Contract suspension or termination is necessary. Companies whose prevjous Contracts were terminated due to poor performance shall be considered for subsequent Contract Awards, only if they can show proof, through a minimum of three references. for similar work, that they have overcome their Performance issues of the past Contract. The Municipality's decision in this regard shall be final. The results of any Performance Evaluation may be disclosed to other Municipalities or government bodies upon request, where it can be demonstrated that the Company has listed the Municipality as a Work reference. 18. 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 benefd of its creditors; then, in any such case, the Municipality may, without notice: terminate the contrecL ~' THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 17 of 42 CL2010.22 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) b. if the Company fails to compy 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; ii) 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). 19. 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. 20. QUANTITIES Unless otherwise specfied 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. 21. 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 bidders 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 submitted must be accompanied by current Material Safety Data Sheets (MSDS) where applicable. I~ THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 18 of 42 CL2010 22 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 22. SURETY The successful tenderer shall, if 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 Cert~cate of Clearance from the WSIB -Workplace Safety Insurance Board has been received. The company shall, it 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. 23. 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 Operator". 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 8 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. 24. 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. !' ~' ~, SCHEDULE (B) THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 19 of 42 c~zo~azz STANDARD TERMS AND CONDITIONS (continued) ~~ The policy shall include the Municipality as ah 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 munidpality prior to s commencement of the work. Further certified copies shall be provided upon request. t The Policies shall be endorsed to provide that the Munidpality is to receive not less than 30 days notice in writing in f advance of anycancellation, material amendment, or change restricting coverage. Written notice shall be personally delivered to or sent by registered mail to the Agency. a' The Company will ensure that any and all Subcontractors also have valid Insurance coverage. 25. LIABILITY The company agrees to defend, fully indemn'rfy 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. ' The Company agrees to defend, fully indemnity and save harmless the Municipality from any and all charges, fines, I penalties and costs that may be incured or paid by the Municipality if the Municipality or any of its employees shall be made a-party to any charge under the Occupational Heath and Safety Act in relation to any violation of the Act arising out of this contract. ~~ 26. 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 dear and comprehensive knowledge of the existing conditions. No claim for extra payment will Lie 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 eror or neglect on their part in this respect. 27. 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 imposetl 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 pertormance 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 pf such regulations. ' The Company shall provide Material Safety Data Sheets (MSDS) to the Municipality for any supplied Hazardous M Materials. 1~ ~' THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 2D of 42 CL2010-22 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) 28. 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. 29. 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. 30. CHANGES tN 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. 31. 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. 32. MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT (MFIPPAI All corespondence, 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 speafic scientific, technical, commercial, proprietary, or similar confidential information, the disGosure of which could cause them injury. Complete proposals are not to be identfied as confidential. 33. CRIMINAL BACKGROUND CHECKS "The successful service provider covenants and agrees to provide the Municipality of Clarington, or such other entity as the Municipality may designate, with written consent to pertorn 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 CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 21 0(42 CL2010-22 SCHEDULE (B) STANDARD TERMS AND CONDITIONS (continued) The Municipal issued identification card must be wom 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.° THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE SCHEDULE (C) CONTRACTOR SAFETY POLICY AND PROCEDURE POLICY: Page 22 of 42 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 t are carried out on the proiect; • every employer and every worker pertorming work on the. ro'ect 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 I~ 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 Manager- means the municipal management representative who. has responsibility for a contract. LL.J ~~ SCHEDULE (C) THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE CONTRACTOR SAFETY (continued) Page 23 of 42 CL201D-22 POLICY AND PROCEDURE: PROCEDURE:. The following 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 Heath 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 wdrkers, 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 wamings 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 wamings 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. ~I ~' SCHEDULE (C- THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 24 of 42 CONTRACTOR SAFETY (continued) POLICY AND PROCEDURE: PROCEDURE: ~„ ~. The Purchasing Department will maintain current certificates of clearance until all monies owing have been paid to the contractor .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. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE SCHEDULE (C) CONTRACTOR SAFETY {continued) POLICY AND PROCEDURE: Section "A" HEALTH AND SAFETY PRACTICE FORM Page 25 of 42 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 accidenUincidentend/or Workplace Safety Insurance Board (WSIB) information noted below, where applicable. • The New Experimental Experience Rating (NEER) - - The WSIB experience rating system for nonconstruction rate groups. • The Council Amended Draft #7 (CAD-7) Rating The WSIB experience rating system for construction rate groups. • Injury 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 WSfB with their bid submission). IA THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 26 of 42 CL2010-22 SCHEDULE (C) CONTRACTOR SAFETY (continued) POLICY AND PROCEDURE: CONTRACTOR'S STATEMENT OF RESPONSIBILITY As a contractor working for the Municipality of Clarington, 1lwe 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. I/we 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 contracNtender safely and in compliance with the Act. 2. In the performance of all matters required pursuant to this contracUfender, the contractor/successful tender shall a) act safely and comply in all respects to the Aci, 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 noncompliance 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 contracUtender. 0 2 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 contractorlsuccessful tenderer or any of its employees, its subcontractors or their employees matters ance of an rf i th y orm e pe n failing to act safely or to comply in all respects with the Acf required pursuant to this contractltender, 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 contracUtender; 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 contracUtender. 1~ THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ~, SQUIRE FLETCHER PARKETTE SCHEDULE (C) CONTRACTOR SAFETY (continued) POLICY AND PROCEDURE: CONTRACTOR ACCEPTANCE Page 27 of 42 Schedule "C" Contractor Safety -Policy Procedures, Health & Safety Practice, Pages 19 - 26 have been reviewed and accepted byYhe contractor Na eofPersnri-Signin~foFContractor ~~~ I~~- zo~~ ~"__ Date THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 28 0(42 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 pracfices, if 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 I CONTRACTOR/P.O. # DESCRIPTION: NAME OF FIRM: SCHEDULE (C) THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Pege 29 of 42 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. `J TENDER FORM .PROJECT: ' AUTHORITY: CONSTRUCTION OF SQUIRE FLETCHER PARKETTE CONTRACfiOR ADMINISTRATOR: IJ TENDERER: r J TENDERS RECEIVED BY: THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION TENDER FOR CONTRACT NO. CL2010-22 CONSTRUCTION OF SQUIRE FLETCHER PARKETTE CORPORATION OF THE MUNICIPALITY OF CLARINGTON CORPORATION OF THE MUNICIPALITY OF CLARINGTON ENGINEERING DEPARTMENT 40 TEMPERANCE STREET BOWMANVILLE, ON L1C 3A6 Telephone: 905-623-3379 Fax: 905-623-3330 Forest Ridae Landscaoing Inc. Name 171 Main Street Address (include Postal Code) Newmarket, Ontario L3Y 3Y9 (9051953-8311 (9051953-8304 Telephone and Fax Numbers Gem Visco Name of Person Signing President Position of Person Signing Mrs. Patti Barrie, Clerk Corporation of the Municipality of Clarington Municipal Administration Centre 40 Temperance Street BOWMANVILLE, Ontario L1C 3A6 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Pegs 30 of 42 CL2010-22 To: The Mayor and Members of Council Corporation of the Municipality of Clarington Re: Contract No. CL 2010-22 Construction of Squire Fletcher Parkette Dear Mayor and Members of Council The Contractor has carefully examined the Plans, Provisions, Specifications, and Conditions described herein as part of the work to be done under this Contract. The Contractor understands and accepts the said Plans, Provisions, Specifications, and Conditions, and, for the prices set forth in this Tender, hereby offer to furnish all machinery, tools, apparatus, and other means of construction, furnish all materials, except as othennrise spec'rfied in this Contract, and to complete the work in strict accordance with the said Plans, Provisions, Specifications. and Conditions. The Contractor understands and accepts that the quantities shown are approximate only, and are subject to increase, decrease, or deletion entirely if found not to be required, Attached to this tender is a bid deposit in the amount and form specified in Schedule A of Instructions to Bidders/General Conditions (Bid/Tender Deposit), make payable to the Owner. This cheque shall constitute a deposit which shall be forfeited to the Ownerrf the successful Contractor fails to file with the Owner a 50% Performance Bond, a 50°~ Labour and Material Payment Bond, satisfactory to the Owner within ten (10) calendar days from the date of receipt of Notice of Acceptance of the Tender, and an agreement to bond from company authorized to conduct business, inform. acceptable to Municipality's Director of Finance. Notification of acceptance may be given and delivery of the Form of Agreement made by prepaid post, addressed to the Contractor at the address contained in this Tender. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION CONSTRUCTION OF SQUIRE FLETCHER PARKETTE SCHEDULE(D) TENDER FORM ' Closing Time and Date (Local Time): 2;00;OO,P .M;,(LOCAL TIME),, TUESDAY, JUNE.22, 2010 Reference/Purchasing Manager: Jerry_D.. Barber _______._ Date: June 2, 2010 - ------------------------------------------------------- ' Phone (905) 623-3379 Tenders are invited for the following goods/services and/or projects specified herein and associated documents, plans and specifications. Complete in full, all blanks where provided and return one copy and/or set in the envelope provided. Bid deposits ' and/or agreement to bond, 'rf required, must accompany the Tender submission under same cover and envelope. Bids must be received at the office of the Purchasing Manager, Corporation of the Municipality of Clarington, 40' Temperance Street, Bowmanville, Ontario L1 C 3A6, by the closing date and time. Late bids will not be accepted. Any or all Tenders may be accepted in whole or in part and the lowest or any Tender not necessarily accepted. 1 ITEM NUMBER DESCRIPTION EST. UNIT UNIT EXTENDED QTY. PRICE PRICES Prices tendered shall be payable in Canadian Funds, F.O.B. destination, unless otherwise indicated. Ontario Retail Sales tax and the Federal Goods and Services Tax, if applicable, shall be quoted as a separate item. INVe hereby agree to supply all necessary labour, materials, equipment, preparation and supervision to complete this wntrad, as per ' all terms, cond Rions and spec cations setforth herein for the prices bid. INVe acknowledge receipt of Addenda numbered to issued during the bidding period. It is understood; by signing and submitting this Tender, the undersigned is/are fully aware of the requirements outlined herein. Furthermore, it is certified that the undersigned is/are authorized and empowered to sign and submit this Tender. 1' Site works, removal of weeds/debris, excavation and Fixed removal of material from limestone path and playground Fee 10,000.00 10.000.00 construction, rou h rade. 2: Supply and install 150 mm depth imported topsoil, 2157 finegrade and sod.. SO M 11.50 24,805.50 3. Fine grade, supply and install annual rye seed for the restoration of disturbed areas due to limestone path Fixed construction. Fee 1,500.00 1,500.00 4. Supply and install asphalt walkways as per drawing 279 L-1, and detail L1/5 and L5/5, L5/9. SO M 43.00 11,997.00 5. Supply and install patterned asphalt surface as per 123 drawing L-1, detail L4/5 and L5/9. SO M 43.00 5,289.00 Supply and install limestone screening walkwayas 6. per drawing L-1, L-2 and detail drawing L-5/5. 187 SO M 35.00 6,545.00 7. Supply and install poured concrete planter curb as per 22 L.M. 090.00 2 drawin L-1, detail L8/8 and L5/9. 95.00 , THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ' CONSTRUCTION OF SQUIRE FLETCHER PARKETTE ITEM DESCRIPTION EST. UNIT EXTENDED 1 NO. { Qn.. UNIT PRICE PRICES I Armcur stone sitting wall as per detail L7/8. 8. 20 I' L.M. 350.00 7,000.00 I ~ 9. Armour stone chunks as per detail L6/5. 2 - 800 x 600 x 500; 2 - 1000 x 800 x 700; LUMP 2 - 1200 x 900 x 900 SUM 4,587.50 4,587.50 10. Supply and install bench Dumor Model 131-60PL as 1 per detail L3/5. EACH 1,757.74 1,757.74 1 L Supply and install bench by Dumor Model 132-60PL 2 as per detail L2/5. EACH 1,758.96 .3;517.92 12. Supply and install concrete pads for benches as per 3 detail L2/6. EACH 400.00 1,200.00 13. Supply and install waste receptacle B4 Henderson 2 Model No. TR22 as per detail L1/6. EACH 722.00 1,444.00 14. Supply and install concrete pads for waste receptacle 2 as per detail L2/6. EACH 200.00 400.00 15. Supply and install rigid 100 o Big 'O' drainage file as 38 per detail L4/6 and L6/6. L.M.. 55.00 2,090.00 16. Supply and install weeping file in play areas as per 76 detail L3/6. L.M. 35.00 2;660.00 17. Supply and install play structures as per Playpower as per quote no. RW050601. LUMP SUM 46,664.06 46,664.06 18. Supply and install Hutcheson play sand as per detail 293 L5/5. SQ M 59.80 .17,521.40 19. Supply and install wood pergola as per detail drawing L-7 and detail L1/8. Complete LUMP 12,000.00 12 000 00 SUM , . Supply and install wood/mesh fence as per drawing 20. L-1 and detail L6/9. 50 L.M. 110.00 5,500.00 ' THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION ,~ [~ CONSTRUCTION OF SQUIRE FLETCHER PARKETTE ITEM DESCRIPTION EST. .UNIT EXTENDED NO. QTY. UNIT PRICE PRICES ' 21. Supply and install precast slab as per detail L1/9, I L2/9, L3/9, L4/9. Complete with abutments, galvanized handrail, and rip rap. LUMP 20,000.00 20,000.00 SUM 22. INTERPRETATIVE TRELLIS 22a. Supply and install wood trellis as per detail L5/8, L6/8. DeLereD DELETED LUMP SUM 22b. Supply and install asphalt pad as per detail L1/5. bELETE~ DELETED SO M 22c. Supply and install armour stone chunks at trellis as oe~ereq per detail L6/5. 2- 800 x 600 x 500; 2 - 1000 x 800 x LUMP DELETED 700; 2 - 1200 x 900 x 900. SUM 23. ELECTRICAL 23a Supply and install lighting fixture and pole complete with all hook up to electrical code as per drawing E1. LUMP 13,225.00 13,225.00 ' SUM Veridian Connections (servicing and connection 23b. charges) CASH ALLOWANCE LUMP SUM 1,000.00 1,000.00 24. PLANTING Planting complete with planting soil and mulch. 24a. AcerXfreemanii Embers -50 MM CAL. 5 EACH 405.00 2,025.00 24b.. Aesculus Carnea Briotii - 50 MM CAL. 3 EACH 480.00 1,440.00 24c. Acer Saccharum Green Mountain - 50 MM CAL. 3 EACH 465.00 1,395.00 ' THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION CONSTRUCTION OF SQUIRE FLETCHER PARKETTE ITEM DESCRIPTION EST. UNIT EXTENDED NO. UNIT Q.~ PRICE .PRICES 24d. Amelanchier Canadensis Ballerina - 50 MM CAL. 3 EACH 480.00 1,440.00 ' 24e. Lirodendron Tulipifera - 50 MM CAL. 4 EACH 465.00 1,860.00 24f. Pyrus Calleryana Bradford - 50 MM CAL 10 EACH 465.00 4,650.00 24g. Picea Pungens White Spruce -2000 MM HGT. 3 EACH 330.00 990.00 24h. Thuja Occidentalis White Cedar- 1800 MM HGT 8 EACH 198.00 1,584:00 24i. Amelanchier Canadensis - 2000 MM HGT 2 EACH 345.00 690.00 Spiraea Bumalda Goldmound - 600 MM HGT 24I. 24 EACH 28.50 684.00 24k. Echinacea Purpurea - 1 GAL. P4 EACH 17.25 414.00 241. Hemerocallis Hyperion - 1 GAL. Delete EACH Delete Delete 24m. , Hemerocallis Stella D'Oro - 1 GAL. B5 EACH 15.00 975.00 24n. , Hemerocallis Black Eyed Stella - 1 GAL. 40 EACH 17.25 690.00 240. Hemerocallis Summer Wine - 1 GAL. 58 I EACH 15.00 870.00 24p. Rudbeckia Hirta - 1 GAL. P4 EACH 17.25 414.00 24q. Miscanthus Sinensis Purpurascens - 2 GAL. 4 EACH 29.40 ' 117.60 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION L_1 J IJ CONSTRUCTION OF SQUIRE FLETCHER PARKETTE ITEM DESCRIPTION EST. UNIT EXTENDED NO. OTY UNIT PRICE PRICES 25. MISCELLANEOUS: PLEASE SPECIFY: LUMP SUM 3,000.00 3,000.00 SUB TOTAL $226,032.72 HST. $2s,38a.2s GRAND TOTAL 5255,416.97 GUARANTEED DELIVERY OR COMPLETION CASH DISCOUNT DATE UPON RECEIPT OF OFFICIAL ORDER: Sept 10. 2010 AND TERMS N/A ORIGIN OF GOODS: GOODS TO BE SHIPPED CITY & COUNTRY: Ontario, Canada FROM CITY & COUNTRY: Ontario, Canada GST Registration No. 86377 2299 RT0001 1 ' PROVISIONAL ITEMS: THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION CONSTRUCTION OF SQUIRE FLETCHER PARKETTE ' NAME OF BIDDER: FOREST RIDGE LANDSCAPING INC. I/WE the Undersigned have inserted below all separate, itemized and provisional prices requested. The prices of provisional items may be taken into consideration in the award of the tender. Provisional items may or may not be included in the contract award, whichever is in the best interest of the Municipality. Such Provisional Works and amounts are NOT included in our total bid price. ^ ' ITEM NO. DESCRIPTION EST. QTY. UNIT UNIT PRICE EXTENDED PRICES 1 Provisional supply and install unit paving as per detail L7/S in lieu of patterned asphalt. 123 SQ M n/a ' 2' Provisional supply and install Everplay paving surface as per detail L7/6 in the junior/senior play area in lieu 145 SO M n/a of Hutcheson sand. ' Date: r ~ ~ ~( D - `/~ 1 / d\ 'Signature: ~' " ~ ~__--- Name and Title: GERRY VISCO -PRESIDENT t THE,CO~„-ORATION OF THE MUNICIPALITY OF Cu,RINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 37 of 42 t 1 1 1 Insurance Coverage Information: Comprehensive General Liability: ~ S~nO~r ~ O h aPr OCCUVQnr GAG{ QPI1PIQl a~rYq~ / J `-(J ~ Automobile Insurance Cov erage: 3f Op(~I bC~O ` ~ eI Insurance Company: if~"I"aC -1• ~ "ltY'fn~~ Insurance Policy Number. -] 3p ~S b-7 L"X'? (x'75 -] WSIB Number: ~'gOgS~ 'SUBCCiN'[RACf"fll4f~ ~ ° ` t E~'.. , ~:, , .sa. _3e t ~ Name Address Trade or Tender Item ~ ~- vin $to`l TQPscai{- Goad 2 "Toron o,,U ~ , f~avrn of att~x-r ~ P y s an ~~ ~ ~l M-eQ~+1S C'.r~-lan~t~zaz"~41 i/IPCkriC(~ 1 ~ n \I L C41V ` Co~eslab re QI kir .and NS psi- + ,~ ~q t`onCre42 -~rC c?~- s1a.~ ~ 1~ h 8 ~es~ sl-rce~~ P ~-h ' Pl4 d ~ ' ~ ~ ra.~r, c s t n ~a ~ w r:5o y y n ~ r"~1 shtio~ ' ~ N s Q nd C ~~ m -4- ' The undersigned, bidder agrees to supply and deliver all goods and/or services fo r price(s) bid, to the Corporation of the Municipality of Clarington conforming to all terms and conditions sefforth herein. A successful bidder must conform to all terms & conditions sefforth on the official purchase order subsequently issued upon awa n ess otherwise indicated by the Corporatiomof the Municipality of Cla rington. ' gq I nC 1~` I..Q~C~~'~`~ FIRM NA ~~ ~~ d ~ ME:(Bidder) AUTHORIZED SIGNATURE: ~ ADDRESS: 11\ MG1r\ gl"S Uni~~7 PRINT NAME: U}'SC ( f lv e~a mqr re {- POSTAL CODE: ~3~I 3~I ' TELEPHONE: q05 qS3- g~f ~ TITLE: -t'~~j~ ~e(~~ FAX NUMBER: ~~s 9S3-g3O~ DATED: lUl'~ '~ )~ a~~ ~~ t T~ORPORATION OF THE MUNICIPALITY ~WGTON PURCHASING DIVISION 5QUIRE FLETCHER PARKETTE ' aag~semna c~z°~azz SCHEDULE (D} AGREEMENT TO BOND (to be Completed by Bonding Company) ' Bond No. sasszs~a-~ ' WE, the Undersigned,. HEREBY AGREE to become bound as Surely for FOREST RIDGE LANDSCAPING INC. in a Performance Bond totalling FIFTY PERCENT {50%) of the Total Tender amount, and a Labour in a Performance Bond totalling FIFTY (50%) of the Total Tender amount, and conforming to the I Instruments of Contract attached hereto, for the full end due performance of the works shown or described herein, if the Tender for Contrail Na. CL2010-22 is accepted. by the Authority. ' IT IS A CONDITION of this Agreement that if the abov® mentioned Tender is accepted, application for a Performance Bond. and a Labour and Material Payment Bond must be made to the ' Undersigned within TEN (10) DAYS of Notice of Contract Award, othervrise the Agreement shall be null and void. ' DATED AT TORONTO thlS 21ST day of .IUNE 2010. CONTINENTAL CASUALTY COMPANY Name of Bonding Company ~.~ ._ ~_ ' (BONDI G COMPANY SEAL) Signature of Authorized Person Signing for Bonding Company ' OLGA SAVO, ATTORNEY-IN•FACT ' Posifivn (This Form shalt be completed and attached to the Tender submitted). t THE CO~RATION OF THE MUNICIPALITY OF C~INGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 39 of 42 SCHEDULE(D) REFERENCE FORM ' Bidder's Company Name: iT~YP ~ ~1~Q' / !'L-')(,~~('~Y~rnC( ~ nC Bidders are to complete this Reference Form and atf h same to their bid subfniss' .Any quotation received that does not include the Reference Form may be considered as "informal" and may be rejected by the Municipality. Please state the name of the company, address, phone number and contact person where similar work, service or delivery of products or materials have been performed within the past five (5) years. The Municipality of Clarington reserves the rieht to contact anv nr all of a ('mm~~m/~ rofa.e.,~a~ Reference #1 Company ~- {'~ -~- Y' 1 fl Address (Street and #) r~ rJS ~ ~~ ( (1 ~ City, Province, Postal Code ~ /v Ly ~ 3 Contact Person Phone# gYpC.~ F-tc~,pr~)p4 QOS -7 -zi O e Description of Contrail/Project Q ~ rr 1 ~ `OYl U +i Date of Completion of Contract/Project '~~ t~ 2b Value of Contract/Project a ~ ~ Reference #Zr . Company /+ , ~GIS+ GWl pt.Jfl O Address (Street and #) ) Ct 0 p I City, Province, Postal Code P t'1 ©N ~~>- V . Contail Person Phone # ~ry JhrO`USh~f°a~, 90S "~ ~ a P><-} 3g Description of Contract/Project ~~ ~,~ Date of Completion of Contract/Project f OO Value of Contract/Project Reference fi3 Company - y (~ m f\1 N U .~ Address (Street and #) ~ ~ ~ City, Province, Postal Code ~ f r1 O N ~ (.l~ ~, Contact Person Phone# ~~~ ~pel~~ ~ S ac~J~ Description of Contract/Project I ~C Date of Completion of Contract/Project n ~ n Value of Contrail/Project ~ `7 0 t7~ '' ® • 1 ~~ CONTINENTAL CASUALTY COMPANY BID BOND Bond No.:58662678-35 KNOW ALL MEN BY THESE PRESENTS THAT FOREST RIDGE LANDSCAPING INC. as Principal, hereinafter called the Principal, and CONTINENTAL CASUALTY COMPANY a corporation created and existing under the laws of Canada and duly authorized to transact the business of Suretyship in all Provinces and Territories in Canada as Surety, hereinafter called the Surety, are held and firmly bound unto THE CORPORATION OF THE MUNICIPALfTY OF CLARINGTON as Obligee, hereinafter called the Obligee, in the amount of FIFTY THOUSAND ...DOLLARS (550,000.00) lawful money of Canada, for the payment of which sum, well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a written tender to the Obligee dated JUNE 22, 2010 for CONTRACT NO. CL2010- 22 -CONSTRUCTION OF SQUIRE FLETCHER PARKETTE NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the aforesaid Principal shall have the tender ' accepted within NINETY (90) days from the closing date of tender and the said Principal will, within the time required, enter into a formal contract and give the specified security to secure the performance of the terms and condRions of the Contract, then this obligation shall be null and void; otherwise the Principal and the Surety will pay unto the Obligee the difference. in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work 'rf the latter amount be in excess of the former. ' The Principal and the Surety shall not be liable for a greater sum than the specified penalty of this Bond. Any suit under this Bond must be instituted before the expiration of six months from the date of this Bond. ' IN WITNESS WHEREOF, the Principal and the Surety have Signed and Sealed this bond this June 21, 2010. 1 ' ~L7 D L7 CoPyriSht 2002 Canadian Construction Documents Committee FO ID LANDSCAPING INC. ~,~~ ,~ . . Principal CONTINENTAL CASUALTY COMPANX. OLGA SAVO, Attorney- -Fact (CCIx 220 - 2002 has been approved by the Surety Aavociation of Canada) SIGNED AND SEALED in the presence of: May ZO 10 15196264678 Forest Ridge wsle 16ee2eeent 100 STONE RCiAD A1RST, GUELPH. ONTARIO rasa sL3 (s191 LJ CONTRACTOR L` 23NR'RBPRSNBOQt Pt7RBST RIDGE LANDSCAPING nrr. 22 MORTOIII Airs SHAROdt OIi LOG 2170 905-478-8301 03:25:•m. OS-20-2010 p.t 1 /1 2fF, CeR~'icato of Clearance Clrtir9cafie de d~chargs 826-1650 T'Iro Workplsu Safely and Inoteanca Board (WSIB) herebywaives its rights ur~r Seellon 747 aithe Worko>xe Salety and Inalaanoe Ad to hold tha Prinoipsi, tut Is in a contrachml agrastnanl wtYh the Contractor named, IiabN for any Seedon 741 Iiabillty of Ure Contracbr for pram iume and Isviae of the W SIB awing now or within 80 daw tmm itfe dale of H1ie Ca48eate, _ Per k PrBeenl0. h Conerrasion de le sietaf8 pro(ssaicrxaW d de fiaaursn4e contra fee aocJdevis dv travaY (CSPM7J tenonoe aux dross Q0+lui aord conrdrde en terAr da farfieM J41 ds d toi our la a4cunis Professioraleps d fsasrranes contra ka acciderd's du travai d qui rauWrfssrX d tern fer4rapsnsrr P+na'PaE awt a siprlf uns anderte aonbaofaeYe avse fantreprerrsly dmt k nom Azure sw N prtasrf oerfrYled, resporuabb du primerrt de :Dote wino «, d. loofa aortarn aue radrwe,,,eur eat tsnu ds varsar O to CSPAATvmrbdistemed ou dana Asa fm joura auMsnt h date iMio~Me our ye aevareai THIS CSRTIFIQiTB IS VALID FOR ALL CONTRACOB OF TSB NAtil~ CONTRACTOR DTIRING THB RFPFCTI'V8 Pl;9tIOD LS PRESENT CBRTIFICAT BST VALIDS POUR TOtTS Li6S G10N'TRATS PASSB3 PAR LBDIT RNTRBPRBNBUR PBtW1IDAN~T LA PB;f1.IODB D•APPLICATION DU CBRPIPICAT 8808597 538123 Vrid a04rxhan alp~W byan authariatl OflbrattM WSt& Mon vwaa, sane a alya4ee dFn saerM sutadae ae i CSPMT. LANDSCAPING/IMTBRL cada~t n,.wsrelrw+aua~mnmewlmvdwlaae,.,,a„t Verlez canruatiqueraree b CSPMTr van darfe¢ b b reYdflf da petwM da44nanL meoc ro7roel HIC>~iVAy/STR88'P MAI CaN6a4eNarMde asalfcat 2aaoalc69 F905478830I HF'k l;.i ~Iply y(;5y rk pl~+t VtNl lUN 4Ib :144 :34y;! I~lilym5y5;l y:3b4 N. bG .~ ~ ~~ wS& EM1tefprise lnfemwdon Warehoufa lrmunmrr & Asor: F•a 28, 2010 CommLvsial de b ALald IO ' aaadeib trava0 ' Workplace Injury Summary Report 8y. FIRM FOREST RIDGE LANDSCAPING ING FORlSTRIDGELANDSCAPING ' 22 MORTON AVE Firm Numtler. 636123 SFUIRON ON LOG 1 V0. A[[OUM Number: 6806597 _ Finn EarOast Start Datt~ Apr 24, 2000 ' 190 -LANDSCAPING & RELATED SERVICES Earliest Coverage Start Date: 04/24!2000 Latest Cavera~e End DatE: .'_ _ _ ..' _ _. _-._ -_ _ ...-- .... ~_ . ~....__ ~ . .r...- "i~ • MD •Acc.Yr NEER - - I Fml -Fatal # # LTI •NL11 Dsys Dar • FTE ",rererlq~Pen Rate Woup Rate Group . Year I piseaw TialmaYrs LTI NL71 Ereq Freq Lost Last Worloers_ .Rafe Mdor LTI Freq NLTi Freq YTD 2010 ..... . 0 0 0 D ... _ , . - _ _ _ _ ... -_.2009. _ I 0 i .. .. 0 1 0 7.84 OA0,1 0.0 ~ ~D.01 12.8 0.00 I N/A 336 ~~ 443 . . ,., 2008 .^ ~ 0 I 0 I 0 I 0 0.04 oA0 I 0.0 ~ 0.0' 4.7 _~ ~ ~ 0.00 I ~NlA 3]9 4.72 j _ _. , ~ - - ., i ~. zoo? o o ~ o 0 o.ao 4.00 ~ 0.4 0.0 ! B.2 I o.oo N/A ' 570-GENERAL TRUCKING Earliest Cawage Start Date: O1/O1R007 • •YID •Aa.Yr NEVI Fatal Faml # # LYI •NLTI Days Dar • FrE •SererlQr Fen Rate Group ~ Rata r*a1P Ymr Disease Traumatics LTI NLTI Freq Fred , Lost~_lost Yaorken Rote Irrelelt LP F-a9 NLTI Freq _ ~.. YTD 2010 01 0~ 0 0~ ~ _ ~ I -'~ ~ _. .._ _.__ .. .'~ ... .-I __ .. -__ ..- _. __ 2009 ~ 0 ~ 0 ~ 0 0 10.00 I 0.00 ~ 0.0 I 0.0 i 9.3 0.00 + WA 2.96 3.69 r 2008 I 0 ~ 0 I 0 0 ~ 0.00 0.00 I OA I OA ! 7.D 0.40 ! N/A 3.58 432 I _ .F.. i 2007 _ 0 '~ 0 ~ 0 0 0.00 ~ - 0.00 i 0.0 0.0 I 3.1 f 0.00 ~ WA ~ I 3.64 ~ 4.39 .. ' FIRM T'D'1'AL ~-----r -..... _. ~,r_~ 'YID •AcGYr I I GD7 I FaW Fab! i # ~ # ~ LTI i •NLTI i Days i Dads • FTE •Serefily i PerF ' ~ Y®r _ Dheaes ~ rnumatla Lll N_LTI Freq Freq ,Lost • LoR yypaluurs~jlate I ydac YTD 2010 0 1 __ 01 Ot 0 I I 1- 2009 0 i 01 1 I 0 4.54 0.00 7 OA OA I 221 0,00' WA 2006 ~ - 0! 0' 0 D O.DOI 0.00 OA OA _ 11.7. OA01 N/A 2007 ~ j 0 0 0 0 O.Oa 0.00 a4 _ 0.0~ 93 _ OAO N/A rnnndan.oan3nolo.orse,w waNOtnopuaele Page 1 of 2 • WrKMYNr Irryury frequdvJes.Oaas LmL Af, Seve[ay, and Pel'f•rmanra tndeawill6e wailaWe at Ver &id 1 .' 1 1 1 ~. _. ' ""~ caanntTaslortdelaaA psbFesrAOnraslleetdel nrP ocatre lea acddeda du [tavail Workplace. Injury Summary Report By: FIRM Firm Number. 638123 Account Number; 8808597 GLOSSARY Column Heading Lang Name Definition Fatal Diseases Number of occupational disease An occupational disease tlut results in the death of the worker fatalties for the accdent year Fatal Traumatic Number of traumatic fatalities for the A woilc-related aciident that results in the death of the worker accident ~ LTI - Number of allowed non-fatal lost time A "lost time" claim is created when a worker suffers awork-related injuries for the acddent year injury that results in bekrg oTl work past ehe day of accident, a loss of wa eami , or a mtanmt disabili Am irmerrt ;e NLTI plumber of allowed no lost time A "no lost time" dalm results from awork-related injury where no injuries for the xcitlentyear time islost from work, other than on the day of the xcitlern, but where health pre is re fired L71 Freq. Lost time injuryfrequency Calculators on tfie number of allowed hql and non-htal LTI claims divided the derived hours worked multi ied 200,000 NL71 freq. No lost time frequenq Calculation on the number of allowed No Lost Time claims divided b the derived hours worked multi 'ed 200,000 Yl'D Days Lost Year-to-Date days lost for aA claims in The number of equivalent full working days lost authorzed for all the cak:ndar year claims (regardless o} xddents data) where temporary benefits have been awarded in the calendar ar Aa. Year YfD Days Lost Li}e-to-Date days lost for claims with The rrmher of equivalent full working days lost authorized far all accidents occurred in the calendar claims witlt accidents acurced within the calendar year, where ar to bmefds have been awarded FTE Workers Full time equivalent workers An estimated numbs of fu0 time equivalent workers based on the .average hourly wage.4or the rata grasp and the firm's insurable earnings for the calendar year, assuming a person wotlra an aver of 2,000 hours er ar Severiq~ Rate Severity Rate Year-To-Date Days lost regardless of the aciident dates tlivxkd try the full [ime uivalent worker multiplied 700 NEER Pert. Index NEER Performance index (available Cakvlated at the fim-rote laud. A romparison between thefrm- only R firm meets criteria for NFER rote's accident cos[ record and the expected costs. fi die[osts are program) higher (kw+er) than average, a surcharge (refund) is alculated 0.00 to 0.99 =refund 1.00. = no refund or surcharge 1.01 to 3.00 =surcharge •Effettive 2D06, NEER costa are capped at 4 times the expected costs at the Rate level CA0.7 Pert. indez CA0.7 performance index (available calculated K the firm IeveL Indicates~the firm's overea only if firm meets criteria for CAD-7 performance hazed an its Mw-year cost and frequency records. It ro am/ ran es from the Den erformance d 7.00 to tbe worst at-200 2 ** TOTAL PRGE.03 *»< II ,. ~.B ~ Gueiph~ Bureau de Guelph Insur ancel3oa oivrnew 100 Stone Road Went 700, chemin Stone Ouest Commission de )a sEcurib~ Guelph ON Guel ON ' WB rAB m~nteel~ ~>tda~ifsdutraassu~ N765L3 N1G5L3 Telephone: T~phone 1-519-828.7459 1 888 2 1.51 &828.7459 t - - 59-4228 1-888.259-4228 June 8, 2010 TTY: nTS: 7-eoo-~-ooso 7-soo-ae~-0oso FAX: 1 519 TBIBcopleur Forest Ridge Lanscaping Inc. . .828.4878 1-578.828.4878 Attention: Tracey Pye ' 22 Morton Ave. Sharon, ON LOG 1 V0 Account: 8808597 ' Firm: 638123 When writing the Board Ind'puez le num8rode dossier please quote the above dana touts oorrespondance ' file number. aver la Commission. Dear Ms. Pye, ' Thank you for your fax of June 6, 2010, inquiring about Cad? and NEER. These are two of the incentives programs of the Workplace Safety & Insurance Board (WSIB). The CAD-7 plan is an incentive program for the construction industry. Employers who have an active construction rate and an average annual premium greater than $25,000 are automatically included in the plan. New Experimental Experience Rating (NEER) is for non-construction employers who have an average annual premium greater than $25,000. You would not be eligible for Cad-7 as you do not have a construction rate. Also, your firm does ' not have an average premium of $25,000 over a three year period, so your firm is not enrolled in the NEER incentive program. If you have any questions, please contact me at 888-259-4228, ext. 7459. Sincerely, ~/,J,,. ' Elaine Browne Account Specialist AgricuRure Sector THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 40 of 42 CL2010-22 SCHEDULE (D) NOTICE OF "NO BID" IMPORTANT -PLEASE READ THIS CLOSING DATE It is important to the Municipality to receive a reply from all invited bidders. There is no obligation to submit a quotationRender, 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 necessary to return any other quotationftender documents. Just return this completed form in the enclosed quotation/tenderevvelope prior to the official closing time and date. M Yes/No 1. We do not manufacturelsupply 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. Ouantityfjob too 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: IJ wish For Municipality Use Only Do Not Write In This Space in the future? YesMo Company Name: Address: Telephone: Position: THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE SCHEDULE (D) FAX COVER PAGE QUESTIONS FOR CLARIFICATION To: Sandra McKee, C.P.P., Senior Buyer The Municipality Of Clarington Purchasing Office 40 Temperance Street Bowmanville, Ontario L1C 3A6 DATE: TIME: FAX NUMBER: (905) 623-3330 From: Company Name: Contact Name: Telephone: Fax: Page 41 of a2 Reference to Section on Page Number of this Tender. Question: I~ Total Number of Pages including cover ^ J THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING DIVISION SQUIRE FLETCHER PARKETTE Page 42 of 42 SCHEDULE (D) PLEASE FIRMLY AFFIX THIS ADDRESS LABEL TO THE ENVELOPE CONTAINING YOUR SUBMISSION FOR SUBMITTING BY MAIL OR COURIER. I ~ ---------_-__-.__--_.-----_------------cut here-._--------------_------------------------ it I ~ RETURN NAME OF TENDERER: NAME ................................................ ADDRESS .......................................... TELEPHONE ...................................... TENDER ENVELOPE CORPORATION OF THE MUNICIPALITY OF CLARINGTON OFFICE OF THE CLERK 40 TEMPERANCE ST. BOWMANVILLE, ONTARIO L1 C 3A6 CLOSING TIME B DATE: 2:00:00 p.m. LOCAL TIME TENDER NUMBER: CL2010-22 SPECIFICATION: SQUIRES FLETCHER PARKETTE TUESDAY, JUNE 22, 2010 SEALED BID I ~ --_--__--_---------------------------cut here---------------------------------------- M Note: Should you decide to use your own return envelope in lieu of the label provided above, the front of your envelope must indicate ALL of the information shown on the above label. 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. SPECIFICATIONS FOR SQUIRE FLETCHER PARKETTE ~~~ ~~ ~I i~ i~ i~ GENERAL INSTRUCTIONS Section 01220 PARTI-GENERAL 1.1 Scope of Work ,1 Complete all work as described in the general conditions, specifications, drawings and details. See Instruction to Bidders. 1.2 Definitions .1 Owner: See Instruction to Bidders. .2 The contract administrator on this contract is as outlined in ~, Schedule A. Do not take instructions from any other person than the identified contract administrator. 1.3 Work Schedule .1 All work must be carried out in a continuous time period and be completed within the time stipulated in the Schedule A. .2 When requested by the Owner or Consultant, submit a written work schedule showing the timing of all phases of the work. 1.4 Co-operation and Co-ordination .1 Contractor and Subcontractor shall be familiaz with each other's work, wherein it affects their own. .2 Co-operate with all parties doing work on this project to pemut proper execution of the work. .3 Co-ordinate work with other parties and give timely instructions and information, in writing, relating to the requirements for surfaces, materials, and insets which affect the work of other trades. 1.5 Submittals .1 Be prepazed to submit samples of any or all specified materials if requested by the Owner, prior to starring construction. 1.6 Job Conditions .1 Report in writing to the Owner, prior to commencing work, any conditions or defects encountered on the site upon which the work depends and which may adversely affect the performance of the work. .2 Do not commence work until such conditions or GENERAL INSTRUCTIONS Section 01220 defects have been investigated and corrected. .3 Commencement of work implies acceptance of surfaces and conditions. No claim for damages or resulting extra work will be accepted except where such conditions cannot be determined prior to construction. .4 Before starting work on neighbouring properties, where shown on drawings, obtain permission from owners and install hoazding and snow fencing. Maintain during construction period and remove upon completion of work. .5 Be responsible for restoration of existing conditions of adjacent properties. In all cases, blend with existing conditions. .6 Any item not specifically mentioned in the following descriptions or shown on the drawings but implied or any item required to complete the work, will be considered to be included in the total price. ~~ 1.7 Utilities .1 Before commencing work establish location and extent of all utility lines, including site lighting, in the azea of any ~' excavations. .2 The contractor is responsible for the repair fo all damage to E~ underground utilities resulting from his operations where such utilities are able to be located by the appropriate l~ authorities. .3 Record locations of existing re-routed and abandoned utility lines and provide the Owner with drawings showing ~~ these locations at the completion of the work. ~~ I' ~' ~I 0 GENERAL INSTRUCTIONS Section 01220 1.8 Permits, Inspection Approval Certificates .1 Be responsible for all permits, tests and certificates, as required by the local Mnnicipality. Pav all costs. .2 Copies of inspection/approval certificates must accompany any invoices. 1.9 Site Access .3 Where required by the Ministry of the Environment or the local Municipality, have all fill, which is being removed from the site, tested for contaminants by a testing company acceptable to the Owner. Pav all costs. .4 Extra costs for removal of contaminated fill will be paid in accordance with the contract unit prices. 1 The Contractor shall understand and agree that the utmost co-operation with other Contractors must be provided. The Contractors shall not obstruct roadways, driveways and pazking azeas, thereby delaying or curtailing the work of others or the use by the Owner or Consultant or the right of access by the public. .2 Only those vehicles required for the carrying out of work shall have access to the site. 1.10 Temporary Roads and Walks .1 Where required, provide, construct and maintain temporary surfaces to allow pedestrian and vehicular access to walkways, all adjacent roads, local residences and ` school buildings. .2 Provide temporary culverts, if required. 3 Provide and erect directional and warnin si . g gns, barriers and the like, where required. .4 Upon completion of work, remove same and make good existing surfaces and structures. 7 I~ GENERAL INSTRUCTIONS Section 07220 .5 Do not use roads, walkways, or road or walkway beds i for the storing of topsoil or equipment. 1.11 Temporary Sanitary Facilities .1 Provide sanitary facilities for the use of all engaged on the job site in accordance with the requirements of any Provincial and Municipal regulations controlling such installations. 1.12 Temporary Utilities .1 Be fully responsible for the installation, maintenance and removal after completion, of all temporary utilities required for the execution of the work. .2 Obtain permits and pay all costs relating to such services. 1.13 Compound, Site Office and Storage Shed .2 If requested by the Owner or Consultant, provide fenced-in Contractor's compound for an office and the storage of necessary materials for construction, in an azea so designated by the Owner or Consultant. The Contractor and Subcontractors shall provide their own work shops and storage shed fo the entire length 1.14 Construction Equipment .1 -~ C of construction. Assume complete responsibility for the construction, strength, placing and operation of any mechanical contrivance used for the work of this contract, to ensure that any Load supported therein can be carried out safely and be free from accidents to all persons. The Contractor shall save harmless the Owner, his agent and the Consultant. .2 Submit to the local authorities, information concerning ® the sequence of erections, details and the timing of permanent connections, shoring, temporary bracing and location of lifting equipment. Be responsible for all costs ® incurred. 1.15 Lines. and Levels 1.16 Dimensions GENERAL INSTRUCTIONS Section 01220 .1 Existing grades and other known conditions fo the site have been shown on the drawings. .2 Be fully responsible for the complete layout of all lines and levels required for the execution of the work. .3 Benchmarks and survey monuments established by an accredited surveyor shall be maintained. Replace any such monuments which have been disturbed or destroyed. .4 Verify elevations, lines, levels and dimensions as indicated and report errors, any conflicts, or inconsistencies to the Consultant before commencing work or as soon as discovered. .5 Accurately lay out work and establish lines and levels in accord with requirements of Contract Documents. .6 Set up, maintain and protect permanent reference point stakes set 5 m O.C. and provide general dimension and elevations for all Sections of Work as per Grading Plans. 7 All layout work by the Contractor will be subject to checking and the approval of the Owner or Consultant. The approval of layout work by the Owner or Consultant shall not relieve the contractor of his responsibility for the correctness of the work. Check and verify dimensions wherever referring to work. Dimensions, when pertaining to work of another Section, shall be verified with section concerned. Details and measurements of work which is to fit or conform to work installed shall be taken at site. 1.17 Protection 1.18 r GENERAL INSTRUCTIONS Section 07220 Grade azound excavations to prevent surface water runoff into excavated area. .2 Protect excavations and excavated material from freezing. .3 Provide and operate as many pumps as required to keep excavations free of standing water at all times. .4 Should bottoms. of excavations be damaged by weather or should softening occur, remove softened material and replace with approved granular fill material at no extra cost. .5 Protect all trees and planting azeas that aze to remain in accordance with the General Conditions. .6 Erect suitable safety barriers as required around all excavations to make the site safe for pedestrians. Handling and Storage of Materials Store packaged materials in original undamaged condition with manufacturer's labels and seals intact. .2 Store packaged materials, sand and manufactured items off the ground on approved supports. Cover each pile with weatherproof covering. .3 Stack units to permit circulation of air and to prevent damage to units. .4 Prevent damage to materials during handling, storage and erection. Damaged materials will be rejected for use. The Contractor will remove rejected materials from the site at his expense. .5 Ensure that all Subcontractors have included their tenders for the supply and payment of costs for all equipment, handling and cartage required for the complete installation of the work of their particular trade. r 1.19 Substitutions ~I 1.20 Contract Documents GENERAL INSTRUCTIONS Section 01220 .6 Equipment shall include all hand and power tools and other items necessary for installation of work. Handling shall include all methods of moving the materials and equipment to and from the point of fabrication or supply and the job site. .S Cartage shall include all methods of conveyance required to deliver the materials and equipment to and from the point of fabrication or supply and the job site. .9 If the Contractor permits the use of his facilities by Subcontractors, he shall establish his terms of use directly with them. .1 All substitutions of any material or manufactured items called for on the drawings, details or specifications must be approved in writing by the Owner or Consultant before use. See Instructions to Bidders. .2 Requests for substitutions of a manufactured item must be accompanied by sufficient technical data and testing information to substantiate the claim that the item is equal to that specified. Consider the specifications for this project as an integral part of the plans which accompany them and neither the plans nor the specifications shall be considered alone. Consider any item, which, if omitted iri the other, as properly and sufficiently specified. If the specifications and the plans should conflict, the Owner or Consultant is to determine whether the specifications or the plans apply for the point of conflict before work proceeds. .2 Maintain on the site, at all times, during construction, one (1) complete set of drawings, specifications and approved shop drawings as well as approved change orders and any approved sketches and instructions issued during the construction period. IJ i~ 1.22 Maintenance .3 Clearly mazk on drawings all changes in red, revisions, and site conditions which affect the work and in such a manner that, upon completion of work, one complete set of "as built" drawings is available. This includes the accurate position of concealed. and underground services. .4 Keep "as built" set in good order and submit a complete set of "as built" drawings in Autocad format to the Consultant upon completion of work. .1 Give timely notice when any phase of the work is ready for inspection and notice in writing when the work is completed and ready for fmal inspection. :2 All materials aze subject to inspection by the Owner or Consultant upon arrival on the site. Any materials not meeting the specifications will be rejected and must be removed from the site immediately. .2 1.23 Guarantee/Warranty ~~ ~~ GENERAL INSTRUCTIONS Section 01220 1.21 Inspection Maintain all parts of the work form the time of installation until final acceptance. Report immediately, in writing to the Owner, all incidents of damage to the installation by vandals, prior to acceptance. Guazantee/Warranty all work, Plant material, etc. for a period of one (1) yeaz, for the date of substantial completion acceptance. During the guazanty/warranty period, repair, replace or otherwise remedy all defects due to faulty materials or workmanship. u ' GENERAL INSTRUCTIONS Section 01220. .2 Each guazanty shall show the following: a. Name and address of owner b. Name of project and project number c. Name and address of Contractor, Subcontractor d. Dates of commencement and temunation of guazanty period e. A cleaz definition of what is being guaranteed and. what remedial actions will be undertaken during the guaranty £ The signature and seal of the company issuing the guaranty. When the guaranty affects a subcontractor and/or supplier, the guazanty shall be signed and sealed by the Contractor, the Subcontractor and/or supplier. 1.24 Failure to Achieve a Satisfactory Standard .1 If the Contractor fails to achieve an acceptable rate of progress and/or standazd of workmanship, the Consultant reserves the right to have the work completed by other persons and to deduct the cost incurred from the agreed upon contract price. 1.25 Safety .1 Keep the site clean and useable by the residents at all times. .2 Where required, provide temporary walkways, stoops, steps, and handrails to maintain safe access to the buildings. 1.26 Clean up .1 At the completion of the work each day, remove all debris, gazbage and surplus material. .2 Power sweep paved surfaces to remove earth contamination resulting from construction activities prior to final acceptance. .3 Clean out all catch basins and manholes within the GENERAL INSTRUCTIONS Section 07220 construction area immediately before final acceptance. Remove all debris. 1.27 Make Good 1 Make good all damage resulting from work carried out under this contract. Restore and blend to match surrounding existing conditions. 1.28 Inspection/Takeover Procedures " .1 Prior to application for certificate of Substantial Performance Acceptance, carefully inspect the Work and ensure it is complete, that major and minor construction deficiencies are complete and/or corrected and the site is clean and in condition for use. Notify the consultant, in writing, or satisfactory completion of Work and request an inspection. ' .2 During the Consultant s inspection, a list of deficiencies and defects will be tabulated. Correct same. .3 When the Consultant considers deficiencies and defects have been corrected and it appears requirements of the Contract have been performed, make application for certificate of Substantial Performance. End of Section LJ SITE ADMINISTRATION Section 01221 1.1 Preconstruction Meeting 1 Immediately prior to construction, upon notification .attend at location of Owner's choice, pre-construction meeting, along with authoritative representatives of certain key subcontractors as specifically indicated in the conference notice. .2 Purpose of meeting is as follows: 1. Review project communications procedures. 2. Review contract administration requirements including submittals, payment and change order procedures. 3. Identify all critical points on Construction Schedule for positive action. 4. Identify any product availability problems and substitution request. 5. Establish site arrangements and temporary facilities. 6. Revise any points which, in Owner's, and Contractor's opinion, require clarification. 1.2 Site Meetings 1.3 Supervision .1 Prior to the commencement of the Work, the Contractor together with the Owner shall mutually agree to a sequence for holding regulaz "on site meetings." .2 Organize all necessary site meetings. Ensure that persons, whose presence is required, are present and that relative information is available to allow meetings to be conducted efficiently. .3 Record minutes of each meeting and promptly distribute copies to all participants not later than six days after meeting has been held. ~r L SITE ADMINISTRATION Section 01221 1 Employ an experienced and qualified superintendent who shall devote his time exclusively to the work of this Contract and who shall be in complete change of the work from commencement to completion. A working foreman will not be acceptable. The superintendent shall not be changed after commencement of work without the Owner's approval. .2 Supervise, direct, manage and control the work of all forces carrying out the work, including subcontractors and suppliers. -Carry out daily inspections to ensure compliance with the Contract Documents and the maintenance of quality standards: Ensure that the inspection staff includes personnel competent in supervising the mechanical and electrical trades. 1.4 Progress Record NOT APPLICABLE 1.5 Record Drawings .1 Obtain and keep on site at all times a complete and sepazate set of black line white prints. .2 Note cleazly, neatly, accurately and promptly as the work progresses all architectural, structural changes, revisions and additions to the work and deviations from the Contract Documents. .3 Accurate location, depth, position, size and type of concealed and underground services, both inside and outside shall be included as part of these record drawings. .4 Record drawings shall be available for review at each site meeting.. 1.6 Documents on Site 1 Contractor's shall at all.. times contain a complete set of Contract Documents (Drawings and Specifications) will all addenda, site instructions, change. orders, reviewed shop drawings and samples, colour schedule, paint materials schedules, hardware list, progress reports, and meeting minutes. End of Section SUBMITTALS Section 01300 Ll General 1 Unless. specified otherwise, make all submissions to the Owner at his office. .2 Make all submissions required by the Contract Documents with reasonable promptness and in orderly sequence so as to cause no delay in the work. 1.2 Related Work 1 Submission of maintenance and record documents: Section 01700. .2 Submission of maintenance materials: Section 01700: 1.3 Construction Schedule 1 .Within 7 days after award of Contract, submit, in form approved by Owner, construction schedule for work of entire Contract. ® .2 Show in schedule, start and completion times of each item of work, including erection and dismantling of temporary services. 1.4 Shop Drawings .1 Submit shop drawings required by Contract Documents. .2 Prepare shop drawings in metric measurements only. -Shop drawings containing imperial measurements will be rejected. .3 Unless otherwise directed by the Consultant, submit one reproducible. transparency plus the following number of prints for each shop drawing required: 1. Landscape Architectural shop drawings: 2 Prints. 2. No work requiring a shop drawing submission shall be commenced until the submission has received Consultant's fmal review. 3. The Consultant's review 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 which inherent in the shop drawings, responsibility for which shall remain with the Contractor submitting same, r 1.5 Samples SUBMITTALS Section 01300 and this review shall not relieve the Contractor submitting same, and this review shall not relieve the Contractor of his responsibility for meeting the requirements of the Contract Documents. The Contractor is responsible for dimensions to be confirmed and correlated at the job site for information that pertains solely to fabrication processes or to techniques of construction and iristallation and for coordination of the work of all subtrades. 1 Submit samples required by Contract Documents and as directed by the Consultant or Municipality. .2 Unless indicated otherwise submit samples in duplicate. .3 .Submit samples with identifying labels bearing material r"a or component description, manufacturer's name and brand name, Contractor's "~ name,. project name, location in which material or component is to be used and dated. ® .4 Prepay any shipping charges involved for delivering ` samples to destination point and returning to point of origin if required. '~ .5 No work requiring a sample submission shall be commenced until the submission has received Consultant's or Municipal final review. 1.6 Submittals Prior to Start of Work .1 Submit the following documents within time stipulated, or if not, stipulated, prior to first application for payment. 1. Notice of Project 2. Signed Agreement - "- 3. Contact Information of Key Personnel 4. Insurance Certificate 5. Bonds 6. Workplace Safety & Insurance Boazd Certificate 7. Construction and Planting Schedule 8. Cash Flow Schedule End of Section CONSTRUCTION SCHEDULE Section 01310 PARTI-GENERAL 1.1 Schedule 1 Within 10 days of Contract Award, submit, in format acceptable to Consultant, four copies of construction schedule. .2 Set up format to permit plotting of actual progress against scheduled progress. .3 Schedule shall show: .1 Commencement and completion dates of Contract. .2 Commencement and completion dates of stipulated stages if any. .3 Commencement and completion dates of each trade. .4 Order and delivery times for hard and soft materials and other equipment where possible. .5 Any other information relating to the orderly progress of Contract, considered by Contractor to be pertinent. 2.0 Updating and Monitoring 1 Consultant together with Contractor shall review construction progress once a month during regular site meeting or more often as directed by Consultant. .2 Update construction schedule, whenever changes occur, in manner and at times acceptable to Consultant. .3 Plot actual progress on construction schedule at least once a week. .4 Submit copy of updated schedule to Consultant/Municipality once a month concurrently with application for payment. End of Section SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND MOCKUPS Section 01340 PARTI-GENERAL .I This section specifies general requirements and procedures for contractor's submissions of shop drawings, product data, samples and mock-ups to Landscape Architect for review.. Additional specific requirements for submissions aze specified in individual sections of Divisions. .2 Do not proceed with work until relevant submissions are reviewed by Landscape Architect. .3 Present shop drawings, product data, samples and mock-ups in SI Metric units. - .4 Where items or information is not produced in SI, Metric units converted values aze acceptable. .5 Contractor's responsibility for errors and omissions in submission if not relieved by Landscape Architect's review of submissions. .6 Notify Landscape Architect, in writing at times of submission, identifying deviations from requirements of Contract Documents stating reasons for deviations. 7 Contractor's responsibility for deviations in submission from requirements of Contract Documents if not relieved by Landscape Architect's review of submissions, unless Landscape Architect gives written acceptance of specific deviations. .8 Make any changes in submissions which Landscape Architect may require consistent with Contract Documents and resubmit as directed by Landscape Architect. .9 Notify Landscape Architect, in writing, when resubmitting, of any revisions other than those requested by Landscape Architect. PART II -SUBMISSION REQUIREMENTS I Coordinate each submission with requirements of work and Contract IJ SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND MOCKUPS Section 01340 Documents. Individual submissions will not be reviewed until all related information is available. .2 Allow three (3) days for Landscape Architect's review of each submission. .3 Accompany submissions with transmittal letter, in duplicate, containing: ~J ~~ r r .1 Date. .2 Project title and number. .3 Contractor's name and address. .4 Identification and quantity of each shop drawing, product data and sample. .5 Other pertinent data. .4 Submissions shall include: .1 Date and revision dates. .2 Project title and number. .3 Name and address o£ .1 Subcontractor. .2 Supplier. .3 Manufacturer. .4 Contractor's stamp, signed by Contractors. authorized representative certifying approval ofsubmissions, verification of field measurements and compliance with Contract Documents. .5 Details of appropriate portions of Work as applicable: .1 Fabrication .2 Layout, showing dimensions, including identified field dimensions, and cleazances. :3 Setting or erection details. .4 Capacities. .5 Performance chazacteristics. .6 Standards. .7 Operating weight. . .8 Wiring diagrams. .9 Single line and schematic diagrams. .10 .Relationship to adjacent work. .5 After Landscape Architect's review, distribute copies. SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND MOCKUPS Section 01340 PART III -SHOP DRAWINGS .1 Shop drawings, original drawings, or modified standard drawings provided by Contractor, to illustrate details of portions of Work, which aze specific to project requirements. .2 Maximum sheet size: 600 x 900 mm. .3 Submit shop drawings as follows: .1 600 x 900 mm one reproducible transpazency on plastic film And one opaque diazo print. .2 279 x 203 mm and smaller photocopy paper. .4 Cross-reference shop drawing information to applicable portions of Contract Document. ® PART IV -PRODUCT DATA .1 Product data: manufacturers catalogue sheets, brochures, literature,. performance charts and diagrams, used to illustrate standazd manufactured products. .2 Submit two (2) copies of product data.. .3 Sheet size: 215 x 280 mm, maximum of 3 modules. .4 Delete information not applicable to project. .5 Supplement standard information to provide details applicable to project. .6 Cross-reference product data information to applicable portions of Contract Documents. PART V -SAMPLES .1 Samples: examples of materials, equipment, quality, finishes, workmanship. .2 Where velour, pattern or texture is criterion, submit full range of samples. SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND MOCKUPS Section 01340 .3 Reviewed and accepted samples will become standazd of workmanship and material against which installed work will be verified. PART VI -MOCK-UPS .1 Mock-ups: field-erected example of work complete with specified materials and workmanship. .2 Erect mock-ups at locations acceptable to Landscape Architect. .3 Reviewed and accepted mock-ups will become standards of workmanship and material against which installed work will be verified. 1.1 General .I Unless specified otherwise, make all submissions to the Owner at his office. .2 Make all submissions required by the Contract Documents with reasonable promptness and in orderly sequence so as to cause no delay in the work. 1.2 Related Work .1 Submission of maintenance and record documents: Section 01700. .2 Submission of maintenance materials: Section 01700. 1.3 Construction Schedule .1 Within 7 days after awazd of Contract, submit, in form approved by Owner, construction schedule for work of entire Contract. .2 Show in schedule, start and completion times of each item of work, including erection and dismantling of temporary services. 1.4 Shop Drawings .1 Submit. shop drawings required by Contract Documents, in accord with requirements. .2 Prepaze shop drawings in metric measurements only. Shop drawings containing imperial measurements will be rejected. r r SHOP DRAWINGS, PRODUCT DATA, SAMPLES AND MOCKUPS Section 01340 r .3 Unless otherwise directed by the Consultant, submit one reproducible transparency plus the following number of prints for each shop drawing required: 1. Landscape Architectural shop drawings: 2 Prints. ' 2. No work requiring a shop drawing submission shall be commenced until the submission has received Consultant's final review. 3. The Consultant's review 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 which inherent in the shop drawings, responsibility for which shall remain with the Contractor submitting same, and this review shall not relieve the Contractor submitting same, and this review shall not relieve the Contractor of his responsibility for meeting the requirements of the Contract Documents. The Contractor is responsible for dimensions to be confirmed and correlated at the job site for information that pertains solely to fabrication processes or to techniques of construction and installation and for coordination of the work of all subtrades. r 1.5 Samples .1 Submit samples required by Contract Documents and as directed by the Consultant. .2 Unless indicated otherwise submit samples in duplicate. .3 Submit samples with identifying labels bearing material or component description, manufacturer's name and brand name Contractor's , name, project name, location in which material or component is to be used and dated. .4 Prepay any shipping charges involved for delivering samples to destination point and returning to point of origin if required. .5 No work requiring a sample submission shall be commenced until the submission has received Consultant's final review. End of Section r lJ QUALITY CONTROL Section 01400 1.1 GENERAL .1 Requirements specified in this Section apply to independent inspection and testing specified under technical Specification Sections. .2 Requirements specified in this Section do not apply to the following: .1 Inspection and testing required by laws, ordinances, rules, regulations and orders of public authorities. .2 Inspection and testing performed exclusively for Contractor's convenience. .3 Failure by independent testing agency to detect defective work or materials shall not in any way prevent later rejection, when such defect is discovered, nor shall it obligate Consultant for final acceptance. 1.2 RELATED INSTRUCTIONS ' .1 Specific inspection and testing requirements: Division 2 to 16 inclusive. 1.3 DUTIES & AUTHORITY OF TESTING AGENCY ' .1 Testing agency is expected to do the following: .1 Act on a professional and unprejudiced basis and carry out inspection and testing functions to establish compliance with requirements of Contract Documents. 2 Ch k . ec work as it progresses and prepare reports stating results of tests and condifions of work and state in each report ' whether specimens tested conform to requirements of Contract Documents, specifically noting deviations. ' .3 Distribute reports as follows: ' 1. Consultant 3 copies. 2. Contractor 2 copies. r L~ L~ r r r r QUALITY CONTROL Section 01400 .2 Testing agency is not authorized to amend or release any requirements of Contract Documents, nor approve or accept any portion of work. .3 Contractor shall do the following: 1 Notify testing agency minimum 48 hours in advance of operations to allow for assignment of personnel and scheduling of tests without causing delay in work. .2 Provide testing agency with access to work at all times. .3 Supply material samples for testing. .4 Supply casual labour and other incidental services requiredby testing agency. .5 Provide facilities for site storage of samples. 4. When initial inspection and testing indicates non-comp]iance with Contract Documents, .any subsequent re-inspection and retesting occasioned by non- compliance shall be performed by same testing agency and cost thereof borne by.Contractor. End of Section it 7 ® PRODUCTS AND WORKMANSHIP 1.1 PRODUCT QUALITY SECTION 01600 .1 Products supplied for work shall be new and as faz as possible and unless otherwise specified, of Canadian manufacture. .2 Materials used for temporary facilities are not required to be new, provided they aze structurally sound and in suitable and safe operating condition. ~' n 1.2 STANDARDS AND TERMINOLOGY ~^ .1 Where a standard has been adopted by these Specifications, incorporate minimum requirements of such standazd into the work. Where requirements of Specifications aze more stringent than those of the standazd, follow more stringent requirements. ~' .2 Reference to standards, specifications, handbooks, and manufacturer's catalogues refer to latest edition thereof and all amendments or revisions ~' applicable at Tender Closing Date, unless date suffix is included with document number. I' 3 Wherever words "acceptable", "approved", "satisfactory", "selected", "directed", "designated", "pernutted", "inspected", "instructed", "required", "submit", or similar words or phrases are used in standazds or elsewhere in '' Contract Documents, it shall be understood that "by (to) the Consultant" follow, unless context provides otherwise. ~' .4 Where the word "provide" is used in these Contract Documents, it shall be taken to mean "supply and install" unless specifically noted otherwise. I' 1.3 AVAILABILITY AND SUBSTITUTIONS .1 Products which are specified by their proprietary names. or ' by part of catalogue number form the basis for Contract. No substitutes for these may be used without Owner's approval in writing. .2 Where it is found that specified materials have become unavailable for incorporating into work, notify Owner immediately of proposed substitution. I, 0 PRODUCTS AND WORKMANSHIP SECTION 01600 .3 .Proposed substitution shall be any top quality product considered by Owner to be suitable for purpose intended. .4 Products proposed as substitutions, and which aze considered by Owner to be suitable for purpose intended, but which are in this opinion of lesser value and quality than those specified shall only be accepted as substitution if reasonable credits are allowed for their use. .5 In order to substantiate equivalency of proposed materials, products or processes, submit samples, printed product descriptions, test data, installation instructions, standazds, certification, samples, guarantee/warranty forms, list of successful projects incorporating such proposals, and similaz nformation requested by Owner. .6 Whenever a substitute is proposed, any change to contract price as a result of acceptance of proposed product shall include any adjustments to adjacent structure or space in order to accept minor differences in size or weight between proposed items and corresponding specified time. .7 Prevent any substitution or request for substitution from delaying construction progress in any way. .8 Requests for substitution resulting from failure to place orders in time will not be entertained. Be responsible for ordering products in time to ensure their required delivery; beaz all costs for failure to comply with these requirements. .9 Upon Owner's request submit copies of material and equipment purchase orders. 1.4 PRODUCT DELIVERY, HANDLING AND STORAGE .1 Suitably pack, crate and protect products during transportation to site to preserve their quality and fitness for purpose intended. N .2 Store products in original, undamaged condition with manufacturer's labels and seals intact until they are being incorporated into completed work. .3 Handie and store materials in accordance with manufacturer's and supplier's recommendations so as to ensure preservation of their quality, appearance and fitness for work. i~ r r PRODUCTS AND WORKMANSHIP SECTION 01600 .4 Arrange materials so as to facilitate prompt inspection, and remove faulty, damaged or rejected materials immediately from site. 1.5 PRODUCT DELIVERY SCHEDULE 1 It is the responsibility of the Contractor to ensure that the supplier or distributor of materials specified or alternatives accepted, which he intends to use, has materials on the site when required. The Contractor shall obtain confirmed delivery dates form the supplier: .2 The Contractor shall contact the Owner immediately upon receipt of information indicating that any material item, will not be available on time, in accordance with the original schedule, and similazly it shall be the responsibility of all subcontractors and suppliers to so inform the Contractor. .3 The Owner reserves the right to receive from the Contractor at any time, upon request, copies of actual purchase or work orders of any material or products to be supplied for the work. 1.6 WORKMANSHIP 1 All work shall be carried out in accordance with the best trade practice, by mechanics skilled in the type of work concerned. .2 Products, materials, systems, and- equipment shall be applied, installed, connected, erected, .used cleaned and conditioned in accordance with the applicable manufacturer's printed directions. .3 Where specified requirements aze in conflict with the manufacturer's written directions, follow manufacturer's directions. Where specified requirements aze more stringent than manufacturer's directions, comply with specified requirements. End of Section ~I, r PROJECT CLOSEOUT Section 01700 1.1 OPERATING AND MAINTENANCE MANUALS .1 Provide operating and maintenance data, prepared on an $ 1/2 x 1 I" sheets imprinted or typewritten form, contained in D-ring binders with soft vinyl covers. r .2 -Manual contents shall be assembled in systematic order, generally following the specification format. Provide labeled cellusafe operating condition. .3 Binders shall have cleaz plastic pocket at back of spine for identification. Insert label containing title "Operating and Maintenance Data",project name and volume number if applicable. .4 Include the following material in each manual: s .1 Title sheet labelled "Operating and Maintenance Data" and listing project name, date, volume number, if applicable and names and addresses of ® Contractor, mechanical subconhactors, Consultant and sub-consultants. .2 List of Contents. If more than one volume is required, provide a cross-reference contents pa e at front of e h l g ac vo ume. .3 Complete list of subcontractors and suppliers. .4 Copy of finish hazdwaze list, complete with all amendments and revisions. .5 Schedule of paints and coatings. Include sufficient explanation to fully identify each surface with the applicable paint or coating used. Enclose copy of colour schedule. .6 Maintenance instructions for all finished surfaces. 7 B h . roc ures, cuts of all equipment and fixtures. .8 Operating and maintenance instructions for all equipment. .9 Extended warranties. .10 Maintenance contracts. PROJECT CLOSEOUT Section 01700 ® .11 Other data required elsewhere in Contract Documents or deemed necessary by Owner. ® 1.2 RECORD DRAWINGS NOT APPLICABLE 1.3 OPERATING INSTRUCTIONS NOT APPLICABLE 1.4 SUBSTANTIAL PERFORMANCE .1 Prior to requesting a Substantial Performance deficiency inspection submit the following: .1 Three copies of operating and maintenance manuals. .2 Two copies of inspection and acceptance certificate required from regulatory agencies. .2 Advise the Owner in writing, when the project has been substantially completed: If Owner agrees that this stage has been reached, prepaze a complete list of deficiencies and submit one copy of this list to Owner. .3 On receipt. of the above deficiency list in a satisfactory form, the Owner, the Contractor and his project superintendent, will carry out an inspection of the project. .4 Add to the deficiency list, any additional deficiencies which are identified during inspection and reissue updated deficiency list to all concerned. I 1.5 TOTAL PERFORMANCE e' .1 Prior to requesting a final inspection do the following: I~ .1 Submit a fmal request for payment incorporating all approved `` changes to the contract price, including adjustments to the cash allowances listed in Section 01020. '~ .2 Upon completion of all items noted on the deficiency list, clean I~ all azeas, surfaces, and components affected by corrections and completion of deficient items, as directed by the Owner. I' .3 Ensure that all services, equipment, appazatus are properly tested and adjusted. ~' PROJECT CLOSEOUT Section 01700 .2 After all deficiencies have been corrected, submit a written request to the Owner for a final inspection. This inspection shall be carried out bythe same parties involved in the Substantial Performance deficiency inspection. .3 If all deficiencies have not been corrected, in the opinion of the Owner, a final deficiency list will be prepared in the same manner as specified herein for the Substantial Performance Deficiency Inspection and the inspection procedure repeated.until all items have been completed to the satisfaction of the Owner. End of Section M 1.1 GENERAL L~~ I, CLEANING .1 Be responsible for cleanliness of site and structures to satisfaction of Owner. Maintain Work in neat and orderly condition at all times. Section 01710 .2 Periodically, or when directed by the Owner, remove from site and legally dispose of rubbish and waste materials. .3 Burning or burying of rubbish and waste materials on site is not permitted. .4 Use only cleaning materials recommended by manufacturer of surface to be cleaned. .5 Use cleaning material only on surfaces recommended by cleaning material manufacturer. 1.2 CLEANING DURING CONSTRUCTION 1 Remove debris, packaging, and waste materials frequently. .2 Keep dust and dirt to an acceptable level, as directed. .3 Remove oily rags, waste and other hazardous substances from premises at close of each day, or more often if required. 1.3 FINAL CLEANING .1 Prior to Substantial Performance, thomughly,clean all surfaces and components. Provide professional cleaning of all areas and surfaces to allow Owner to occupy without further cleaning. .2 Remove stains, dirt and smudges from finished surfaces. End of Section i~ f~ EARTHWORK Section 02200 IJ C r r r PART1-GENERAL 1.1 Description .1 This section specifies site clearing, rough grading,. excavation and backfilling, including all demolition and removal of work shown on the drawings. .2 Comply with all requirements of General Conditions. .3 Related work elsewhere: Section 02612 -Asphalt Paving Section 02614 -Concrete Section 02750 -Timber and Woodwork Section 02822 -Sodding 1.2 Quality Assurance .1 Carry out compaction tests on compacted fill to ASTM D698-70 for Standazd Proctor Dry Density on the basis of 1 test for every 50 m2 in general fill areas and 1 test in every Sm in trenches. Pay all testing costs incurred. .2 Carry out grain size analysis on samples of each of granulaz fill to ensure that proper material is being placed. .3 Determine the quantity of water to be added to or removed from each type of fill to attain correct moisture content for compaction and maximum density. .4 Determine the in-situ density and moisture content of compacted fills. 1.3 Product Delivery, Storage & Handling 1. Stockpile existing topsoil or fill materials in locations designated by the Owner. 1.4 Shoring & Bracing .1 Shore and brace all excavations sufficiently to prevent caving in and to support existing structures, road or services. .2 Ensure shoring is in accordance with local municipal and provincial regulations. Obtain all necessary pemuts. .3 Erect warning signs and protective barriers in accordance EARTHWORK Section 02200 PART2-PRODUCTS r 2.1 Materials PART3-EXECUTION 3.1 Demolition, Site Cleaning & Removals L__J LJ ~J LJ LJ with local municipal and provincial regulations. .4 Make good any damage and be liable for any injury resulting from inadequate shoring or bracing. General fill material: Clean, free from debris, organic matter and other deleterious material. .2 Granulaz fill material: As called for on the drawings and conforming in all respects with OPSS 1000 and 1010, latest edition. Clear the site of all rubbish, rocks, boulders, tree stumps, and all other debris. Remove and dispose of debris'off site. .2 Cut down dead trees and trees to be removed and remove stumps to a depth of 600 mm below proposed finished grade. Remove and dispose of all wood and chips off site, fill hole with compacted topsoil and place new sod. .3 Excavate to remove all existing paving, where shown on the drawings and dispose of material off the site. .4 Removal includes granulaz base course material to existing sub-grade unless approved by the Owner for reuse on the site. .5 Remove material without damaging adjacent pavements which are to remain. Make clean, sharp sawcuts before starting removal work. Be responsible for making good damaged surfaces. EARTHWORK Section 02200 .6 Remove other materials and surfaces as indicated on the drawings. .7 Temporarily remove existing fences, as required, to facilitate new construction work. Reinstall at the completion of construction to as-new condition. .8 Where instructed by the Owner, transplant exisfing plant materials as specified in Section 02823. 3.2 Rough Grading .1 Where necessary, strip topsoil and stockpile as directed. .2 Cut back areas that are to be lowered to the grades shown on the drawings, allowing for the placement of topsoil. Obtain the written approval of the-Owner before using excavated material as fill. Prior to placing fill material, scarify the existin rade to a mi i d th f 75 g g n mum ep o mm. ® .3 Where existing grade is to be raised, supply and place fill material, approved by the Owner, in progressive 225 mm lifts (loose material depth). Compact each lift at 95% Standazd Proctor Dry Density before placing subsequent layers. .4 Provide finished rough grade parallel to finished grade, allowing for the placing of the specified surface material and base and to a tolerance of plus or minus 12mm, and compacted to 95% Standard Proctor Dry Density under areas to be paved and 85% Standazd Proctor Dry Density ® under azeas to be sodded or planted. ® 3.3 General Excavation .1 Stake out the locations of all items requiring excavation and obtain the approval of the Owner before commencing work. ® .2 Dispose of excavated material off site unless it is approved for use as fill material and backfilling material by the ® Owner. r_ EARTHWORK Section 02200 .3 Excavate to the elevations and dimensions indicated or required for construction work. All depths detailed are shown as depth after compaction. .4 Obtain the approval of the Owner of all excavations before proceeding with construction activities. .5 Where bearing capacity of the subsoil appears to be insufficient, obtain the written approval of the Owner to have soil investigations carried out. Costs for such testing, if required, will be paid by the Contractor at cost. .6 Excavation exceeding that shown on the drawings, if authorized in writing by the Owner, will be paid as extra to the contract price in accordance with the General Conditions. Quantities will be calculated in place. Truck load measurement is not acceptable. .7 Fill extra excavations with concrete or as directed. .8 Correct unauthorized excavation to no extra cost. .9 Do not disturb soil within the branch spread of trees or shrubs that aze to remain. If excavating through roots, excavate by hand and cut all roots with a sharp hand saw or chain saw. Seal cuts with approved tree wound dressing. Where excavation results in the loss of more than 20% of the root system of any tree, have the plant material top pruned by a qualified azboriculturalist to compensate for root loss. Pay all costs incurred. .10 Adjust all window wells in the contract area, to a minimum of 50 mm above the new patio level. Secure to unit wall. .11 Excavate post holes with a power auger or hand auger as required, to the depth and diameter indicated. Ensure adequate allowance is provided in the bid for hand digging of holes as no extra to the contract will be allow d . e .12 Shape the bottom of excavations for areas that include r 3.4 _i ' 3.5 Excavation - Planting Pits & Beds Backfilling EARTHWORK Section 02200 subsurface drainage to drain to the pipe at 1 % minimum slope. 1 Excavate planting pits and beds to the following depths unless specified otherwise on the drawings: Deciduous & Coniferous shrubs - As per planting detail. Deciduous & Coniferous trees - As per planting detail. .2 For shrub beds, excavate to the depth noted in 3.4.1. and excavate the entire bed to provide-150 mm topsoil azound the perimeter when all shrubs are installed at the correct spacing. 1 Do not commence backfilling until work has been approved by the Owner. .2 Ensure areas to be backfilled are free of debris, snow, ice water or frozen ground. .3 Place specified fill materials in continuous horizontal layers not exceeding 225 mm loose depth and compact to 95% Standazd Proctor Dry Density. Take care not to damage damp proofing during backfilling operations. .4 Backfill simultaneously on both sides of walls equalize soil pressure. .5 Make good any settlement or subsequent damage to adjacent structures or to other work under this contact caused by improper or inadequate compaction. End of Section ARMOUR STONE PART I -GENERAL 1.1 General Requirements 1.2 Related Work 1 Comply with the requirements of Division 1. 1 Earthworks Section 02200 PART II -PRODUCTS .1 All stonework shall be Armour Stone. Section 02275 .2 The intent of the project is to have exposed, the weathered rock face. There is a tolerance acceptable to adjust adjacent grades and rock elevations to avoid excessive splitting. .3 The stone shall be armour stone material, that is, having a complete weathered top surface. Colour to be buff or brown. .4 All tooled splitting shall be chiseled to represent a natural edge. .5 The stones shall be of thickness, As specified on drawings. .6 Sizes shall be as follows: Specimen Stones A - 4 - 800 x 600 x 500 B - 4 - 1000 x 800. x 700 C - 4 - 1200 x 900 x 900 7 Circular sitting wa1120 LM of Armour Stone 600 - 800 x 600 x 600 - 700 1 1 Position stones per layout plan. ARMOUR STONE Section 02215 PART III -EXECUTION 3.1 EXECUTION .1 Have stone lowered into place by crane or alternate approved method. .2 Any damage to side of stone from unloading shall b repaired by chiseling. .3 The boulder must butt together sufficiently. .4 The plans do not intend to show exact boulder size, but do specify elevations to be met. .5 Have the granular base compacted and inspected by the consultant prior to laying. End of Section ~_J r LIMESTONE PAVING Section 02511 PARTI -GENERAL 1.1 GENERAL INSTRUCTIONS 1. Comply with the requirements of Division 1. 1.2 RELATED WORK 1. Earthworks SECTION 02200 PART II -PRODUCTS ~ 2.11VIATERIALS I . Screening shall be cleaz, crushed limestone material free of all deleterious materials. PART III - EXECUTION 3.1 INSPECTIONS 1. During construction, the density and thickness each course shall be cazefully controlled and shall be in full accordance with the drawings and specifications. r 2. The average thickness shall at no point vary more than 6mm from the specified thickness. r 3. The course shall be inspected for thickness to the approval of the Ministry. r 4 Pa i h ll . v ng s a receive final inspection by the Municipality 5 upon completion of all work. Th . e surface of the finished paving shall be true to grade as shown on drawings and shall be free of irregularities exceeding 3mm as measured with 300mm straight-edge parallel to the centre line of the paving. 6. Any part of the completed paving not meeting the requirements of the drawings and the specifications LIMESTONE PAVING Section 02511 shall be removed and replaced prior to acceptance and at the Contractor's expense. 3.2 STI'E PREPARATION 1. All rough grading, filling where required, excavating and preparation of sub-grade under all paving,. shall be as described under Section 02200 Earthworks. 2. The final sub-grade under pacing shall have the approval of the Municipality prior to placing limestone fines. 3. Upon approval of sub-grade, the Contractor shall spread the approved specified course materials in accordance with the drawings. 4. Immediately following spreading, the layer shall be compacted to 95% S.P.M.D.D. Areas adjacent to walls, fences, and other areas not accessible to rollers, shall be properly compacted with approved mechanical or hand tamping devices. 5. Depth indicated on drawings shall be the minimum depth after proper compaction. 6. All irregularities or depressions resulting from rolling, shall be corrected and compacted until the surface is smooth and uniform and true to line and level. 7. Final grade of paving shall be subject to the approval of the Municipality. End of Section PART1-GENERAL 1.1_ Description ASPHALT PAVING Section 02612 This section specifies asphalt paving and asphalt resurfacing. .2 Related work: Section 02200 -Earthwork Section 02614 -Concrete Section 02822 -Sodding i.2 Quality Assurance .1 The contractor must have a minimum of 5 years experience in asphalt paving work. .2 Plants providing asphalt paving mixture under this contract must conform to OPSS 310-04-02 to 04 inclusive. .3 Spreading equipment must meet the requirements of OPSS 310-04-05 to 07 inclusive. .4 All asphalt paving work must be carried out to the OPSS 310-OS-OI to 07 inclusive. .5 Provide a copy of all subsections, listed above, on site at all time. .6 Testing of asphalt cement, when required by the Owner, will be carried out, at no extra cost to the contract and will be executed in accordance with ASTM D-140, latest edition. 7 Testing of asphalt emulsion, when required by the Owner, will be carried out, at no extra cost to the contract and will be carried out in accordance with ASTM-D244. Sampling procedures will follow ASTM-D 140. .8 Engage an independent, approved testing fine to carry out compaction tests on the completed granulaz base, one test per 50 m2 of area. Submit 2 copies of the test results to the Owner and obtain his approval prior to commencing asphalting operations. Pay all testing costs. r r r i i r ASPHALT PAVING Section 02612 .9 Ensure that asphalt cement, asphalt primer and asphalt emulsion conform to the standards set out in the drawings and specifications. 1.3 Product Delivery, Storage & Handling .1 .2 1.4 Job Conditions .1 .2 .3 .4 Store granular materials in azeas designated by the Owner. Minimum temperature of asphalt is to be 130°C immediately after spreading and prior to rolling. Do not commence paving operations unless the surface temperature is steady at, or rising above 2°C. Proceed with paving operations only during favourable weather conditions and on a dry base. Suspend all paving operations if the temperature drops below 2°C. Spread subsequent paving courses within 12 hours after spreading and compaction of the previous course. .5 Where existing asphalt paving is to receive resurfacing, ensure that all areas of cracked or broken asphalt are removed and patched satisfactorily with new asphalt prior to proceeding with resurfacing operations. .6 Protect all adjacent azeas and structures, particularly planted areas, from contamination by asphalt materials. Make good all damage. ASPHALT PAVING Section 02612 L PART2-PRODUCTS ' 2.1 Materials .I Granular A: Granular material conforming in ail respects with OPSS 1010. .2 Granular B: Granulaz material conforming in all respects with OPSS 1010. ' .3 Coarse aggregates: A crushed rock, slag or gravel or combination thereof, free of clay, silt and other deleterious materials. - .4 Fine aggregates: Composed of clean, hard durable ' particles of natural sand, manufactured sand or screenings resulting from the crushing of rocks, stone or gravel and free of clay, slit or other deleterious materials. Fine ' aggregate for HL3 and fiL4 must contain a minimum of 10% passing the I 0 mm screen and retained on the #4 sieve. r .5 Mineral filler: Finely ground particles of limestone , hydrated lime or other mineral dust approved by the owner, free of clay, silt and other deleterious material. .6 Asphalt cement: Conforming in all respects with OPSS 310-1150. .7 Joint painting material: Slow setting asphalt emulsion , type SS-1 conforming to OPSS 306. 2.2 Mixes. .1 Paving mixture: A hot mix, hot. laid asphaltic concrete, of the type specified, and installed to the minimum compacted thickness shown on the drawings and composed of coarse and find aggregates, mineral filler, and asphalt cement uniformly mixed. J ASPAALT PAVING SeMion 02612 PART 3 -EXECUTION ' 3.1 Preparation .1 Fine grade subgrade eliminating uneven areas and filling low spots: Remove all debris. Excavate all soft and ' unstable areas in subgrade and backfill with Granulaz A. .2 Compact fuushed subgrade to 95% Standazd Proctor Dry Density. ' .3 Where existing asphalt is to be resurfaced, clean all surfaces of soil, dust, leaves or other debris prior to paving. Ensure surface is free of standing water. ' 3.2 Installation .1 Spread the specified granulaz materials in horizontal layers not exceeding 100 mm loose depth and compact to 95% Standazd Proctor Dry Density. In areas where compaction by roller is not possible, compact with approved mechanical or hand tamping devices to the specified density. .2 Ensure that granulaz does not become contaminated by deleterious material. .3 Build up thickness of each material to the minimum compacted thickness as specified on the drawings. .4 Correct all irregularities or depressions resulfing from rolling and compact until the granulaz surface is smooth , uniform and true to line and grade. - i 5 P i ll rb ^ . a nt a cu s, gutters walls, vertical faces of existing pavement, and all structures in actual contact with the new asphalt with a sealing coat of SS-1 emulsion. Provide a closely bonded, water tight joint. .6 Lay and spread all paving courses by means of approved equipment. ASPHALT PAVING Section 02612 ~J .7 Immediately after spreading and screening, check the surface and correct all irregularities before compacting. .8 Ensure all joints are straight, clean, vertical and free of broken or loose materials. Cut back existing asphalt to provide a clean vertical surface. Paint the vertical surfaces of all joints with a thin, continuous coating of type SS-I emulsion. .9 Compact each paving course, with approved rolling equipment, to 97% Standazd Proctor Dry Density, or greater. Begin compaction operations as soon as possible after placement when asphalt will haze the weight without checking or undue displacement. Keep roller wheel moist so as not to pick up material. Keep all equipment clean and in good condition. _ 10 Carry out compaction in 3 operations inclose sequence: 1 "Breakdown" rolling with two wheeled rollers as soon as possible after spreading. y a y 4 h .2 Rolling with pneumatic tired or tandem milers immediately after the first rolling to achieve the minimum specified density. .3 Final rolling with two or three axle tandem rollers to remove roller marks. 11 Hand tamp with hot tampers in areas not accessible to rolling equipment. .12 Hand tamp all edges adjacent to grass or planting beds to a 45° angle. Establish straight edge by the use of a string line. Where edge is not straight, lay in a smooth curve to the radii indicated. Where fmished edge is not satisfactory, at the option of the Owner, the edge may be repaired by saw cutting to a 45° edge to the required line. Cut edge must be painted with liquid asphalt. ASPHALT PAVING Section 02612 .13 After final rolling, surfaces shall be smooth and true to the specified grade and crown with the thickness of the courses varying no more than 6 mm from that shown on the drawing. At the option of the Owner, unsatisfactory surface ® roughness on the asphalt may be corrected by the application of a coat of hot liquid sealer, at the contractor's expense. ® 14 E . nsure a minimum surface slope of 1.5% or as specified, away from edges and curbs and towazds catch basins on all ® asphalt re-surfacing operations. .15 Ensure the surface is free from depressions greater than 6 mm under a 3000 mm straight edge. 3.3 Clean-up .1 At the completion of asphalt operations and prior to final inspection, clean all curbs, catch basins, manhole covers, walls, and other structures to remove contamination by asphaltic or other materials resulting from the work. End of Section L1 CONCRETE Section 02614 PART1-GENERAL 1.1_ Description .1 This section specifies the supply and installation of concrete for paving, slabs and curbs. .2 Related work: Section 02200 - Earthwork Section 02822 - Sodding 1.2 Quality Assurance .1 The contractor must have a m;n;mum of 5 years experience in concrete work. .2 All materials must conform to CSA CAN 3-A.23-1-M77, latest edition (metric). A copy must be kept on site at all times during construction. .3 Furnish the Owner with a certificate prepared by the Ready- Mix concrete suppliers stating that all requirements regazding strength, slump, air entrainment, mix materials, and ratio have been met and maintained. .4 Prior to pouring concrete, obtain the approval of the Owner of all form work, placement of reinforcing steel, consolidation of subgrade and placement and consolidation of granulaz base. .5 When required by the Owner, have core tests taken at not less than 30 m intervals, to determine the actual thickness fo the slab. Pay all costs incurred. Patch slab to the satisfaction of the Owner at no extra cost.. '~ .6 When required by the Owner, have all concrete tested for compressive strength, slump and air contact, in accordance with CSA CAN 3-A23.2-M77. Submit test reports in duplicate and pay all costs incurred. 7 7 ' CONCRETE Section 02614 ' .7 Ensure work complies with the Ontario Building Code and all pertinent local bylaws and regulations. These shall govern in case of conflict with the specification. Obtain and pay for all necessary permits before starting work. 1.3 Product Delivery, ' Storage & Handling .1 Store all materials in accordance with CSA CAN 3-A.23.1- M77, latest edition. .2 Store reinforcing steel on racks or skids. Protect from contamination by dirt or other materials. 1 .3 Store fom~s off the ground and sufficiently supported to prevent warping or distortion. Protect from contamination by oil, grease, water, earth, etc. - .4 All concrete is to be ready mixed at plant and transported to the site by truck in accordance with CSA CAN 3-A.23.1- M77. .5 Convey concrete from the mixer to the place of final deposit as rapidly as possible, with as little rehandling as is practical. Avoid segregation and/or loss of material. .6 Place concrete in final position and at such a rate that it remains plastic at all times and flows readily between reinforcement, into all comers and crevices and azound all embedded fixtures. Pour in a continuous operation between expansion joints. 7 Th l . orough y clean all equipment, used for mixing or transporting of concrete, of all hazdened concrete and foreign material prior to placing concrete. .8 Do not allow concrete to be contaminated by foreign materials. Do not use retempered concrete unless approved in writing, by the Owner. .9 Obtain the approval of the Owner of the type, number and method of use of mechanical vibrators. Do not operate a vibrator for longer than 10 seconds in any one location. r 0 ' CONCRETE Section 02614 .10 Maintain constant control to ensure that finished concrete is dense, uniform, free of air holes or honeycombs and that no segregation of aggregates and cement paste occurs. 1.4 Job Conditions .1 Protect all concrete surfaces form damage or harmful effects of weather, water, mechanical shock or trespassers until concrete is properly cured. LJ 1.5 Inspection PART2-PRODUCTS 2.1 Materials r L~ r .2 If temperature is expected to drop below 5°C, place and protect concrete in accordance with AC 1.605. 1 Obtain the approval of the Owner of the layout, compacted sub-grade, compacted granulaz base, formwork and reinforcing before proceeding with-subsequent work. 1 Granulaz A and Granulaz B: Granular material conforming in all respects with OPSS 1010, latest edition. .2 Portland cement: Standard grey Portland cement, conforming to CSA CAN3-AS-M83, type to normal. .3 Aggregates: Nominal size as specified and confornng to CSA CAN 3-A.23.1-M771atest edition.. .4 Water: Cleaz and free of deleterious substances or efflorescing salts. .5 Air entraining admixtures: Conforming to CSA CAN 3- A266.1-78 and of approved manufacturer. .6 Reinforcing Steel: Conforming to CSA G-30.12-M77 for bars, CAS G30.5-M82 for welded steel wire mesh and OPSS 1440. 7 Expansion joint: Premoulded bituminous impregnated fibre boazd conforming to ASTM D1751-73 of thickness and depth specified. 7 CONCRETE Section 02614 .8 Curing. Compounds: Cleaz liquid chlorinated rubber to ASTM C309 and OPSS 1315. .9 Damp Proofmg: As specified and conforming to CGSB 38-GP-2M and 37-GP-3M. .10 Formwork: Confomung to CSA CAN 3-A23.1-M77 and AC1-347 and of sound wood, in good condition and equal or better than No. 2 grade construction spruce and/or 19 mm Douglas fir plywood, with the surface treated to produce a smooth concrete finish. 2.2 Mixes .1 Mix concrete materials in accordance with CSA CAN 3- A23.1M-77, in the proper proportions and ratios to provide a finished product as specified. Concrete mix shall meet the following requirements: Compressive strength 32 Mpa at 28 days; l OOmm slump at point of deposit; air .entrainment 6% (+ or - 1 %). Unless noted otherwise on the drawings or details, all concrete is to be 32 Mpa strength. .2 With the exception of air entraining agents, other admixtures may only be used with the written approval of the Owner. The use of agents to lower the freezing point of the mix will not be permitted. PART 3 -EXECUTION 3.1 Preparation .1 Fine grade subgrade eliminating uneven areas and filling low spots. Remove all debris. .2 Compact finished subgrade to 95% Standard Proctor Dry Density. 3.2 Granular Base .1 Spread the specified granular materials in horizontal layers not exceeding 100 mm loose depth and compact to 95% Standazd Proctor Dry Density. In azeas where compaction by roller is not possible, compact with approved mechanical or hand tamping devices to the specified density. r D CONCRETE Section 02614 .2 Ensure that granulaz does not become contaminated by deleterious material. .3 -Build up thickness of each material to the minimum compacted thickness as specified on the drawings. 4 C . orrect all irregularities or depressions resulting from rolling and compact until the granulaz surface is smooth , uniform and true to line and grade. .5 When required by the Owner, have the compaction of the granular materials tested by an approved, independent testing firm. Submit 2 copies of the test results to the -owner and obtain his approval prior to pouring concrete. Pay testing costs incurred. 3.3 Form Work .1 Erect fomvs in such a manner as to facilitate dismantling and removal without dama i g ng concrete. .2 Erect fomvs true to line and level in accordance with the drawings 'and sufficientl b d i , y race to ma ntain their form and alignment when concrete is placed. h .3 Prior to each pouring operation, coat affected form surfaces with an approved form sepazating material. (, 4 Pro id f ll . v e or a openings, sleeves, hangers, anchors and ties to be cast into the concrete. I' S D . o not use treated plywood for exposed surfaces more than ~' 6 5 times. Do not use plywood if surface is damaged, . Obtain the approval of the Owner of all form work before 3 4 R proceeding. . einforcement .1 .Before placing reinforcement, clean all loose scale, dirt and ~ any other coating that would destroy or reduce bonding to ~ concrete. ' .2 Place all reinforcement accurately in accordance with the 1 1 CONCRETE Secfion 02614 1 drawings and/or appmved shop drawings. Use approved chairs, spacers, hangers or ties to secure the reinforcing in position. .3 Unless directed otherwise, provide the following minimum concrete cover over reinforcing: .I 50 mm where concrete is deposited against soil.. .2 50 mm for bazs lazger than 10 m and 40 mm for bars smaller than 10 m where concrete is exposed to weather. 4 . Stop reinforcing on each side of expansion joints. Where dowels are indicated, cast one half into one side of the joints. The exposed half shall be machined smooth and heavily greased before placing adjoining sections. .5 Locate control joints as shown on the drawings. Ensure joints are to a minimum depth of 1/4 the thickness of the concrete. Make joints by one of the following methods: .1 Sawed joints. .2 Hand formed and hand tooled. .3 Insetjoints placed in plastic concrete. .6 No offsets will be allowed between adjacent sections of joint fillers and no plugs of concrete will be permitted anywhere within an expansion joint. r .7 Apply joint sealant in accordance with the manufacturer's directions. Ensure joints are clean and free of any foreign substances before sealing. Clean any sealant spilled on concrete surface immediately. .8 Install water stops as detailed. Join adjacent pieces of water stop materials in accordance with the manufacturer's specifications and using recommended adhesives. 3.6 Placing of Concrete .1 Place concrete by approved means and using approved equipment. CONCRETE Section 02614 .2 Do not place concrete until formwork and grades have been inspected by the Owner. .3 Transport concrete from mixer to point of deposit, and place in final position as quickly as possible to prevent separation and loss of materials. .4 While placing concrete, compact thoroughly and uniformly by approved means to ensure a dense homogeneous structure free of air pockets, and honeycombs and closely bonded with reinforcement. 3.7 Finishing .1 Treat and finish all surfaces as directed or specified and in accordance with CSA CAN 3-A23-1-M77. .2 Strike off and float all exposed paving surfaces as soon as possible after consolidation and in accordance with recommendations of the Portland Cement Association. Execute final finishing as specified on the drawings or as directed by the Owner. .3 Ensure finished surface is true to line and level as shown on the drawings. Walks adjacent to curbs will have a pitch of t 200 mm per meter towazds the curb. Other walks will be pitched as shown on the drawings. ' .4 All irregularities greater than 6 mm under a 3000 mm straight edge, operated pazallel to the centre line, must be ' repaired. .S Obtain approval of the Owner of finished surfaces before starting curing operations. .6 Immediately after stripping form work, obtain the approval of the Owner before commencing patching, finishing or curing operations. i~ i~ i~ 3.8 Curing ~~ 11 it .3 Moist Curing: Use burlap or approved equal. Ensure it is thoroughly wet when applied and kept continuously wet and in full contact with the surface during the curing period. .4 Waterproof paper or white polyethylene sheeting: Ensure sheet is large enough to cover entire concrete surface. Secure to prevent displacement during curing period. Immediately repair any teazs or holes.. CONCRETE Section 02614 7 The extent, method and type of mix for patching shall have the approval of the Owner before commencing work. Ensure patching mix contains an approved bonding and waterproofing agent and that it is installed in accordance with the manufacturer's specifications. Keep concrete moist for at least 3 days after placement, in accordance with CSA CAN-A231-M77. .2 Method of curing shall be as specified or by one of the following approved methods if not specified: .1 Moist curing. .2 Waterproofing paper or white polyethylene sheeting. .3 White liquid membrane compound. .4 Combination of above methods. 3.9 P .5 White liquid membrane compound: Apply at the rate of 1 litre per 5 squaze meters after final fmishing and all free water has disappeazed. Keep membrane compound agitated to prevent settling of compound. Apply membrane compound to edges immediately after formwork is removed. Ensure a continuous and unbroken membrane cover is applied. Clean-up .1 Clean and remove all concrete spills from the site. End of Section f~ P.V.C. SUB-DRAIN i~ r Section 02712 PART I -GENERAL i.l General Instructions 1 Comply with the requirements of Division 1. 1.2 Related Work 1 Earthworks PART II -PRODUCTS 2.1 Pipe Section 02200 1 Pipe to be perforated Big "O".manufactured by the Big "O" Company, Exeter, Ontario or equal. It shall be polyvinyl chloride, CSA approved. 2.2 Filter 1 Filter sock to be continuous Knitted polyester. 2.3 .Miscellaneous .1 All couplings, tees, end caps, reducers, elbows, etc. to be PVC, securely fastened. PART III -EXECUTION 3.1 Inspection .1 Obtain the Owner's approval prior to backfilling trenches. 3.2 Excavation 1 All azeas for drainage shall be excavated to the specified depths as shown on drawings and details. .2 Excavate trenches in straight lines and if deviation from plans occur, approval by Owner is required. li P.V.C. SUB-DRAIN ' .3 Dewater trenches if required during rain periods. Section 02712 3.3 Backfdling ' .1 Backfilling with materials as indicated on the drawings, to 90% S.P.M.D.D. azound the pipe. Backfill in 225mm lifts and consolidate each layer of fill. .2 Fill materials above the drainage pipe shall be mechanically compacted, up to the fmished grade, to 95% S.P.M.D.D. Be responsible for making good any subsequent settlement of fill and/or work placed on top of i1• 3.4 Installation .1 Place pipe with holes facing downwazd. .2 At all ends, install insert end caps. .3 Ensure a continuous fall of minimum 1.5% is achieved. .4 For outfall refer to Landscape Drawings. End of Section TIMBER AND WOODWORK Section 02750 PART1-GENERAL 1.1 Description .1 This section specifies the supply and installation of timber and wood elements for the park structure and signage and other elements as identified in the drawings. .2 Comply with all requirements of the General Conditions. .3 Related work: Section 02200 -Earthwork Section 02612 -Asphalt Paving 1.2 Quality Assurance .1 All work must be executed by skilled tradesmen having at least 5 years experience in this type of work. .2 All pressure treated wood must be done in accordance with CSA 080-M1983 wood preservation. All material to be inspected and stamped by the Canadian Wood Preservers Bureau (CWPB). .3 All wood must comply with the grade specified. 1.3 Product Delivery, Storage & Handling .1 Protect all materials from harmful exposure during transportation to the site. .2 On delivery, store all materials off the ground and protect from adverse conditions to prevent deterioration, damage, or impairment of structural or other essential properties. .3 All damaged or deteriorated materials will be rejected and must be removed from the site immediately. 1.4 Job Conditions .1 Check and verify all site dimensions governing the fabrication of shop made items and report any discrepancies immediately to the Owner. 1.5. Sample Panel .1 When instructed by-the Owner, erect a sample section, minimum 2400mm long. Have sample approved before proceeding. Ensure all other work conforms to sample panel. TIMBER AND WOODWORK Section 02750 1.6 L~ L~ Inspection PART2-PRODUCTS 2.1 Materials ~' All timber, wood and plywood which has been pressure treated, must beaz on inspection label of the CWPB. .2 Make all pressure treated items available for inspection by the Owner at the place of treatment, before shipment to the jobsite. .3 Obtain the approval of the Owner of the complete installation before applying fmish. .1 Western Red Cedar used fox pergola and trellis. Wood fencing shall be pressure treated timber and lumber: grade and type specified on the drawings, confirming to CSA 0141 for nominal size, fully incised before pressure treatment, with minimum penetration of 13mm on ail faces and pressure treated to the densities as stated in CSA 080- M1983. All timber and lumber must be straight, sound and free of splits, warps, checks, lazge knots or other defects. Preservative must be water based material. .2 Nails, spikes, bolts, lag screws, etc. are to be hot dipped galvanized.. All galvanizing shall be hot dipped galvanizing after fabrication with 60mg minimum weight of zinc coating in accordance with CSA G164-1964(81972). .3 Finishes: metal primer conforming to CGSB 1GP40M, galvanized metal primer conforming to CGSB 1 GP16, exterior enamel conforming to CGSB 1 G_P59M, stain conforming to CGSB 1GP145D. {' 3.4 f~ .4 When a substitution results in a change in cost, submit cost details when applying for substitution. Be prepazed to submit complete cost breakdown when requested by the Owner or Consultant. Finishing .1 Finish all non pressure -treated timber installations with 2 coats of stain, colour to the approval of the Municipality, unless, otherwise, directed in the drawings. .2 Finish all exposed metal work with 1 coat of galvanized metal primer and 2 coats of enamel, colour to be specified at time of installation. - I~ I' 3.5 i' ,, 1 TIMBER AND WOODWORK Section 02750 .3 All exposed and cut edges or faces of pressure treated timbers shall be painted with two coats of Copper naphthenate or pentachlorephenal solution to meet specified requirements of C.S.A. Standazd 080. The first coating shall be completely dry prior to the application of the second coat. Clean-up .1 After completion of wood work, remove all debris and excess materials off the site and maintain are neat and tidy. .2 Clean all contaminated surfaces resulting from painting and finishing work. .3 Make good all damage to other work resulting from carpentry work. End of Section r r r L SODDING Section 02822 PART 1-GENERAL 1.1. Description .1 This section specifies the supply and placing of cultivated sod. .2 Related work: Section 02200 -Earthwork 1.2 Quality Assurance .1 The contractor must have 5 yeazs experience in sodding work. 13 Product Delivery Storage & Handling 1 Deliver sod to site within 24 hours of being harvested and lay sod within 48 hours thereafter, depending on suitable weather conditions and in accordance with good horticultural practice. .2 Small irregulaz or broken pieces of sod will not be accepted. 1.4 Sample .1 Complete the installation of one sample panel of sod of a minimum 25 m2 (one side minimum 2.0 m) and have inspected and approved by the Owner prior to proceeding with the balance of sodding operations. All other work shall conform to this approved sample. 1.5 Inspection .1 Obtain the approval of the Owner of the finished topsoil surface before proceeding with sodding. 1.6 Acceptance .1 Maintain sod in good condition until acceptance. I JI C PART 2 -PRODUCTS 2.1 Materials .1 r SODDING Section 02822 .2 At the time to acceptance, the grass must not be more than 65 mm high. Minimum acceptable cutting height is 45 mm. .3 Acceptance will be given when the sod is properly rooted, free of bare and dead spots and reasonably free of weeds in the opinion of the Owner. .4 Replace any deteriorated sod with new sod at the direction of the Owner. Grass sod: Certified No. 1 grade cultivated turf grass sod with a composition of 50% Kentucky Blue Grass and 50% Blue Cultivar either "Fylking" or "Baron" or as specified on the drawings, grown and sold in accordance with NSGA classifications. At the time of sale it must have a strong, fibrous root system and be free of stones and burned or bare spots. .2 Sod pegs: 25 mm x 25 mm x 230 mm (minimum length). Ensure pegs are long enough to securely anchor sod. .3 Topsoil: A fertile, friable, natural loam; containing not less than 4% organic matter for clay loams and not less than 2% organic matter for sandy loams to a maximum of 15% ,and capable of sustaining vigorous plant growth, free of subsoil contamination, roots and stones over 5 mm diameter, reasonably free of weeds (as determined by the Owner), and having a pH ranging from 6.0 to 7.5. SODDING Section 02822 PART 3 -EXECUTION LJ 3.1 Preparation 3.2 Spreading of Topsoil 1 Rototill all areas that aze to receive new sod. Cultivate to a minimum depth of 100 mm. Remove all rocks, roots and grass or weed clumps from the surface. .2 Compact surface to 85% Standard Proctor Dry Density. .3 Scarify to depth of 25 mm before placing additional. topsoil or sod. 1 Spread dry topsoil during dry weather over approved, dry, unfrozen subgrade where sod is to be installed, .2 Keep topsoi140 mm below finished grade for sodded azeas. .3 Fine grade topsoil eliminating rough and low areas and to ensure positive drainage. .4 Roll topsoil with a 50 kg roller to compact and retain surface. Finished depth of prepazed topsoil to be minimum 150 mm. .5 Provide a fuvshed topsoil surface that is smooth and firm against footprints with a fine, loose texture before sod is placed. 3.3 Installation 1 Lay sod with tight butt joints. Do not leave any open joints or overlap adjacent pieces of sod. Alternate joints on each row of sod. ~~ SODDING Section 02822 .2 Ensure finished sod surface is flush with adjoining grass azeas, pavement or-top surface of curbs. .3 On slopes steeper than 4:1, lay sod perpendiculaz to the slope and peg each row at intervals of not more than 600 mm on each side of the sod strip. Drive pegs flush with surface of sod. .4 Immediately after installation,water the sod with sufficient quantity of water to penetrate the sod and the top 50 mm of the underlying topsoil. .5 Apply 50.20.20 slow release commercial fertilizer at the rate of 10 kg per 100 squaze metres. .6 When sod has dried sufficiently to prevent damage, roll all sodded areas to ensure a good bond between sod and topsoil 7 Protect all newly sodded azeas with warning signs or barricades. End of Section u r r PLANTING Section 02823 PART 1 -GENERAL 1.1 Description .1 1.2 Quality Assurance .1 1.3 Product Delivery, Storage & Handling .l This section specifies the supply and planting of trees, shrubs and ground covers. Related work: Section 02200 -Earthwork. Supply manufactured items such as super phosphate, mulch, etc., in standazd containers, clearly indicating contents, weight, component analysis, and the name of the manufacturer. .2 Store all manufactured materials, subject to deterioration, in a weatherproof place on site and in such a manner that their effectiveness. is not impaired. .3 Supply plant material as specified on the plant list. .4 Dig material, specified "B.R." (bare root) on the plant list, while in a dormant state and with the majority of the root system intact. Immediately after digging, wrap the mots in wet burlap and keep burlap wet during transport and storage. .5 Provide al material, specified "B. & B." (Balled and burlapped) on the plant list, with a solid, earth rootball, wrapped in burlap. .6 Do not plant material on which the rootball has been cracked or broken prepazatory to or during the planting process. PLANTING Section 02823 '~ 0 7 Provide rootballs of the following minimum sizes to meet the corresponding tree size. Ensure the rootball is lazge enough to accommodate at least 75% of the fibrous root system. Deciduous Trees Caliper 60 mm 80 mm 90 mm Root Ball Diameter 80 cm 90 cm 1.00 cm r Y Y Y Y Y Y Y Y Coniferous Tree Heieht 1.50 m 2.00 m 2.50 m 3.00 m Root Ball Diameter 60 cm 70 cm 80 cm 90 cm .8 Cut all roots cleanly when digging plants. Split roots are not acceptable. Cut roots even with the edges of the rootball. Paint all cut roots over 13 mm diameter with approved tree wound dressing. .9 Protect all plant material from damage and breakage. Protect all parts of the plant material from drying out from the time of digging until they are installed. 10 Do not transport plant material in an open truck unless it is adequately protected from sun and wind. 11 Cazefully tie in all branches before transporting. .12 Pad all points of contact between plant material and equipment. PLANTING Section 02823 LJ 13 Heel in any plant material that cannot be planted during the current day's operations. .14 Keep all roots and motballs moist prior to planting. 1.4 Job Conditions .1 Proceed with planting operations during suitable weather conditions: - 1.5 Substitutions .1 Make plant material available for inspection at source by the Owner. .2 Approval of plant material at source will not impair the right of the Owner to inspect plants upon arrival on the site or during the course of construction and to reject plants which have been damaged, or which, in any way, do not conform to the specifications. .3 If partial acceptance is desired, give notice to the Owner in writing. .4 Partial acceptance will be given when planting work has been delayed due to circumstagces beyond the control of the contractor or where planting would be in conflict with good horticultural practices and would jeopardize the performance. .5 Final inspection of all plant material will be made at the end to the specified guaranty period. All plants must be in a healthy growing condition at the time of this inspection. r PLANTING Section 02823 1.7 Maintenance .1 Maintenance shall include all measures necessary to establish and maintain all plants in a vigorous and healthy growing condition, including but not limited to: .1 Cultivating and weeding of planting beds and tree pits. Use herbicides in accordance with the manufacturer's directions. Make good any damage, resulting from herbicide use at no extra cost. .2 Watering when required and in sufficient quantities to saturate the root system. .3 Pruning, including the removal of dead or broken branches, and treatment of pruning wounds with approved dressing. .4 Disease and insect control when required. Use chemical methods in accordance with the manufacturer's directions. Make good any damage at no extra cost. .5 Keep all accessories in good condition and properly adjusted. Repair or replace accessories when required at no extra cost. .2 At the time of acceptance, all material must be in a healthy vigorous growing condition. Beds and tree pits must be ^ freshly cultivated and free of weeds, rubbish or debris. 1.8 Guaranty .1 During the guazanty period, replace all material that is dead or not in a satisfactory, healthy growing state or which does not meet the requirements of the specifications, at no extra cost to the contract. PLANTING Section 02823 .2 All replacements must be plants of the same size and species as shown on the plant list, supplied and planted in accordance with the drawings and specifications. PART2-PRODUCTS 2.1 r Y 4 Y Y r r r Plant Materials .1 All plant material must be nursery grown and meet the specifications set out in the latest Guide Specifications for Nursery Stock prepazed by the Canadian Nursery Trade , Association (CNTA) for size, height, spread, grading, quality and method of cultivation. .2 Nomenclature of specified plants shall conform to the International Code of Nomenclature for Cultivated Plants and the latest edition of Standazdized Plant Names. .3 Any plant materials not conforming to 2.1.1 above will be .designated as collected plants. .4 Collected plants may only be used when approved in writing by the Owner. .5 Plant Material: True to name and type, structurally sound, well branched; healthy and vigorous and free from disease, insect infestations, rodent damage, sun scale, frost cracks, and other abrasions to the bazk and densely foliated with a healthy, well developed root system. Pruning wounds must show vigorous bark on all edges and all parts must show live and green cambium tissue when cut. .6 All material must conform to the sizes shown on the plant list, except that lazger material may be used when approved r PLANTING Section 02823 by the Owner. Use of lazger plants will not increase the contract price. 7 Plant material sizes must conform to the following standards: .1 Caliper - diameter of the tnmk measured 150 mm above the normal grade azound the plant. .2 Height - Measured from the normal grade around the plant to the top of the main foliage mass. 2.2 Other Material .3 Spread - The diameter of the main foliage-mass, at its widest point. .1 Topsoil: A fertile, friable, natural loam; containing not less than 4% organic matter for lay loams and' not less than 2% organic matter for sandy loams to a maximum of 15% and capable of sustaining vigorous plant growth, free of subsoil contamination, roots and stones over 50 mm diameter, reasonably free of weeds (as determined by the Owner). and having a pH ranging from 6.0 to 7.5 .2 Mulch: Mulch to be a minimum of 100 mm depth of shredded pine mulch over the planting area. PLANTING #10 gauge - 50 x 50 mm electro weld wire mesh, 1500 mm high. 2.2 Mixes .1 Provide standard planting soil mix as follows: 5 part topsoil to 1 part peat moss. .3 .4 Tree Wrap: Section 02823 225 g burlap supplied in strips 150 mm minimum to 250 mm maximum width or heavy, waterproof crepe paper 100 mm to 150 mm wide. Anchor Stakes: Metal `T' bars 38 x 38 x 5 mm - 2500 mm long. .5 Wire: #9 gauge galvanized wire for trees 75 mm caliper or larger and # 11 gauge galvanized wire for smaller trees. .6 Hose: Two ply, reinforced, 13 mm diameter, new, black rubber garden hose. 7 Mulch: Mulch as outlined in 2.2.2 above. .8 Tree Guard: .2 Add superphosphate at the rate of .75 kg per cubic metre and mix thoroughly for each tree or planting bed. PLANTING Section 02823 .3 Be prepared to adjust the above rate in response to the soil analysis report. PART3-EXECUTION i 3 1 P 1 Ob i h reparat on . . ta n t e approval of the Owner of all planting excavations as outlined in Section 02200. .2 Apply topsoil to a depth of 600 mm for shrub and ground cover beds. 3.2 Installafion of Plant Material .1 Ensure width of all planting excavations is 150 mm greater on all sides than the width of the rootball. .2 Place plant plumb in the centre of the planting pit with a minimum of 150 mm of compacted planting soil mixture under the rootball. Face the plant to give the best appearance or relationship to adjacent structures. Cut away any ropes which might girdle the tree. Remove any part of the wire basket which is on top of the rootball. .3 Place bare root plants so that the roots lie in a natural position. .4 Backfill with planting soil in 150 mm layers and firmly tamp each layer to ensure the plant remains plumb. Ensure no air pockets remain azound the roots. .5 Water thoroughly when hole is % full of tamped soil mixture and again when the operation is complete. .6 Except for plants in planting beds, construct an earth saucer azound each plant equal to the diameter of the rootball and 50 nun minimum depth to retain water azound the roots. i i r i r PLANTING Section 02823 3.3 Installation of Plant Accessories .I Wrap all trees over 50 mm caliper. Apply wrapping in a spiral manner from grade to above the second branch. Secure wrapping with suitable cord. .2 Stake or guy all trees as outlined in the drawings and detail. 3.4 Pruning .1 Prune plants after planting to compensate for root loss and in such a manner that the natural shape and chazacter aze retained. Do not cut a leader. Use only clean and sharp tools. Treat all wounds and cuts over 13 mm diameter with approved tree. wound dressing. 3.5 Mulching .1 Where a mulch is called for, place a minimum 100 mm depth of shredded pine mulch over the planting area. No other type of mulch is acceptable unless approved in writing by the Owner. 3.6 Transplanting Existing Trees .1 Size of rootball: 12 times the tree caliper measured 300 mm above grade and deep enough to enclose 75% of the existing root system. .2 Double burlap and drum lace rootball before moving. .3 Size of new planting pit is to be in accordance with 3.2.1 and 150 mm deeper than the depth of the rootball. .4 Plant, guy or stake and prune as outlined in 3.2, 3.3 and 3.4. r r r PLANTING Section 02823 3.7 Clean-up .1 At the completion of planting operations, remove all surplus material from the site at no extra cost. .2 Make good all damage resulting from planting operations at no extra cost. End of Section SITE FURNITURE PART I -GENERAL 1.1 General Instructions .1 Comply with the requirements of Division 1. 1.2 Related Work .1 Earthworks .2 Concrete Section 02210 Section 02614 PART II -PRODUCTS .1 Supply and install the following products: Section 02870 ?,. 2 -Bench Type 6' recycled plastic benches with back rest Model # 131-60PL B. 2 -Bench Type 6' backless recycled plastic benches Modei # 132-60PL As supplied by ABC Recreation 1-800-267-5753 or approved equal. C. 2 -Waste Receptacles Model number to be Webcoat TR22 complete with dome 22 and liner 22. As supplied by Henderson Recreaction Equipment 1-800-265-5462 or approved equal. PART III -EXECUTION 1 Install all products in locations shown in accordance with manufacturer's instructions. .2 Ensure grades below furniture are horizontally level. End of Section 11 it it PLAYGROUND Section 02878 i~ it PART I -GENERAL 1.1 General Instructions 1 Comply with the requirements of Division 1. 1.2 Related Work .1 Earthworks Section 02200 .2 P.V.C. Sub-Drain Section 02712 .3 Asphalt Secfion 02612 1.3 Base Bid 1 Tendered price is based upon model specification, and not unauthorized alternatives. PART II -PRODUCTS 2.1 Sand .1 Sand to be Hutcheson CSA compliant playground sand 1-800-461-5521. 2.2 Equipment 1 Equipment to be as detailed on plans. 2.3 Miscellaneous .1 Concrete and sub-drainage work shall meet requirements of each related section. PART III -EXECUTION 3.1 Installation 1 Place drainage pipe in accordance with plans and connect as illustrated on drawing: Connection methods must meet local municipal standards. PLAYGROUND Section 02878 I I .2 Stake out playground and obtain approval. .3 Coordinate with playground installers the location of the appazatus. Dispose of any footing excavation. .4 Place and make level clean concrete and to a minimum as specified on drawings. .5 All structures to be set plumb and true to line unless detailed otherwise. End of Section I 1 t CAST IN PLACE CONCRETE Section 03300 .9 All materials for poured in place concrete shall be proportioned and mixed so as to produce a mix meeting the following requirements, and in accordance with CSA-A23.9. 1. Strength, at 28 days as detailed. 2. Aggregate 3/4" maximum 3. Slump, at point of deposit 3" maximum 4. Air Entrainment 6% (+/-%) 2.2. Forms 1 The curbs shall be set in wood or metal forms. ~'~ PART III -EXECUTION 3.1 Placement and Preparation .1 Remove soft and unstable areas in subgrade and backfill and compact with approved granular material. .2 Compact subgrade uniformly to minimum 95% Standazd Proctor Modified Dry Density. .3 Place granulaz base course materials to the specified minimum depths as detailed. .4 Keep granulaz materials clean and free of deleterious materials at all times. .5 Maintain fmal grade of granulaz base course pazallel to finished grade and obtain approval of base before proceeding with work. .6 Submit all written test reports. .7 Comply with CSA-A23.1 with respect to conveying and placing of concrete. .8 Transport concrete from mixer to point of deposit and deposit in its final position as quickly as possihle to prevent sepazation and loss of materials. .9 Do not use re-tempered concrete which has been contaminated by foreign substances. O L1 ~I 11 Consolidate concrete, by approved means, while it is being placed. Thoroughly work. concrete azound reinforcement and embedded fixtures and into corners of forms. .12 Maintain constant quality control to ensure that finished concrete is dense, uniform and free ofhoney-combing and that no sepazation of materials can occu .13 Place expansion joints where shown on drawings and as detailed. .14 Do not continue reinforcing bazs through. expansion joints, but stop on either side of joint. .15 Install joint filler as detailed and to the specified depth. Expansion joint shall be true to line and plumb. .16 Seal expansion joints as soon as curing of concrete has been completed. Apply sealant in strict accordance with manufacturer's recommendations. Clean joints.thoroughly before sealing and remove all latency. 3.2 Weather Protection .1 During cold weather protect concrete and concreting operations in accordance with CSA-A23.1.19. .2 During hot weather comply with the requirements AC10-605. 3.3 Curing .1 After concrete has sufficiently set, keep exposed surfaces continuously moist for at least seven (7) days. .2 Concrete shall be moist-cured with the use of burlap, or CAST IN PLACE CONCRETE Section 03300 .10 Place concrete in a continuous operation until section is completed or between joints. When required place construction joints in accordance with CSA-A23.1.24. tJ i~ ~~ CAST IN PLACE CONCRETE Section 03300 approved equal, which shall be thoroughly wetted when applied and kept moist continuously during the curing period. 4 .3 The use of curing compounds must be approved by the Consultant and shall then meet the requirements of ASTM-C309. .4 Curing compounds shall be approved and shall be applied in or as directed. strict accordance with the manufacturer's recommendations , 3.4 Admixtures .1 It is the contractors full responsibility to adjust the proportioning and/or admixtures in order to prevent cracking, spalling, etc. due to weather or any other reason. Submit written report from supplier when doing so. - 3.5 Repair 1. Curb cracking may be repaired by sawcut only if done in a vertical position otherwise breakout and repou new concrete. 2. Repair all concrete curbs before final course of asphalt is laid. End of Section a y Section 16010 Page 1 of 7 May, 2010 ELECTRICAL -GENERAL REQUIREMENTS 1.0 General Conditions .1 Information for tenderers, general conditions, supplementary conditions and the tender form, form an integral part of this Division of the specification. .2 Conform to General Instructions. .3 Unless specified otherwise, the following instructions will apply to all sections of Division 16. .4 Read in conjunction with all details and plans. 4 2.0lntent .1 Mention herein or indication on drawings of articles, materials, operations or methods requires: supply of each item mentioned or indicated, of quality, or subject to quaycations noted; installation according to conditions stated and; performance of each operation prescribed with fumishing of necessary labour, equipment and incidentals for Electrical Trades, Division 16. .2 Supplementary to definitions established are: .1 "Supply" will mean furnishing to site in location required or directed complete with accessory parts. .2 "Install" will mean set in place and secured or affixed to building structure as noted or directed. .3 "Provide" will mean supply ahd install as each is described above. .3 Where used, wordings such as "approved, to approval, as directed, permitted, permission, accepted, acceptance ,will mean: approved, directed, permitted, accepted, by authorized representative of the owner. 3.0 Standards and References .1 Equipment provided under this Division will conform to applicable standards and regulations of the following organizations: Canadian Standards Association Underwriters' Laboratories of Canada Canadian Electrical Code Electrical Safety Authority Ontario Electrical Safety Code Canadian Undenxriters Association Veridian Connections Distribution Inc. Ontario Building Code 4.0 Materials .1 Materials will be new, of Canadian manufacture where available, first quality and uniform throughout. Submit tender based on the use of materials and equipment specified or on the listed acceptable alternate equipment as further detailed. y Section 16010 Page 2 of 7 May, 2010 ELECTRICAL -GENERAL REQUIREMENTS .2 Electrical materials will be CSA approved or equal and be so labeled. Materials not CSA approved will receive acceptance for installation by the Electrical Safety Authority Special Inspections Branch before delivery, and modifications and changes required for such acceptance will be included ih work of this Section. Material will not be installed or connected to the source of electrical. power until approval is obtained. .3 Confirm capacity, ratings and characteristics of equipment items being provided to supply power to equipment provided under other Divisions of the work. Resolve discrepancies before such items are purchased. 5:0 Material Acceotance .1 Acceptance of materials installed presumes that materials have not been damaged or exposed to conditions that would be considered to adversely affect performance and life expectancy. .2 If, in the opinion of the owner's representative materials have sustained damage, or have been exposed to abnormal conditions, it will be the responsibility of the contractor to have such tests performed as deemed necessary by the owner's representative to establish condition and therefore, acceptability of installed materials. .3 Tests will be conducted by independent testing specialists acceptable to the owner's representative who will provide written report of tests directly to the owner's representative. 6.0 Examination of Site & Conditions .1 Examine the site, local conditions and the complete set of landscaped drawings affecting the work of this project. Examine carefully all Tender Documents and ensure the work can be satisfactorily carried out as shown. Before commencing work, examine the work of other sections and report at once any defect or interference affecting the work of this Section. No allowance will be made later for any expense incurred through failure to make this examination or to report any discrepancies in writing. The complete set of drawings and specifications are available at the owners office. Any item affecting the price is to be in writing with the Tender submission. 7.0 Workmanshia .1 Workmanship and method of installation will conform to best standards and practice and will be performed to approval. Licensed electricians holding valid Ontario Ministry of Trades Certificates of Qualification (ICI Sector) will perform all work and they will be employed by an electrical contractor holding a valid ECRA license. Only sub-contractors listed on the tender form will be employed on this project. k__7 Section 16010 Page 3 of 7 May, 2010 ELECTRICAL -GENERAL REQUIREMENTS 8.0 Co-operation and Resaonsibility .1 Work of this division will include full responsibility for laying out of work; and for any damage caused to other section of work by reason of improper location or installation;. prompt installation of work in advance of concrete pouring or similar work; and responsibility for condition of all material and equipment supplied under this Section and responsibility for protection and maintenance of work completed and accepted until termination of contract. .2 Co-operate with the landscape contractor engaged on the work to ensure that items installed under this Section are located in proper relation to other materials.. Co-operate fully with the preparation and maintenance of an accurate construction co-ordination schedule. 9.0 Temporary and Trial Usaae .1 Temporary or trial usage of materials, will not be construed as evidence of acceptance of same. .2 Permanent electrical services and equipment may not be used for construction purposes except as otherwise directed in writing by the owner's representative. 10.0 Protection .1 Protect work from damage that would impair its efficiency or mar its appearance. .2 Securely plug or cap open ends of raceways to prevent obstruction using approved manufactured devices. .3 Protect factory-finished equipment from damage. Damaged finishes will be restored to original condition. .4 Retum equipment to manufacturer for refinishing, if so directed. 11.0 Bylaws and Regulations .1 Work will conform with latest rules, regulations and definitions of Canadian Electrical Code and applicable Municipal and Provincial Codes and Regulations, and with requirements of other authorities having jurisdiction in the area where work is to be performed. Minor changes required by an authority having jurisdiction will be carried out without change to the contract amount. Standards established by drawings and specifications will not be reduced by applicable codes or regulations. 12.0 Permits and Fees .1 File contract drawings with proper authorities and obtain their approval of installation and permits for same before•proceeding with work. Prepare and submit necessary detailed shop drawings as required by Authorities. Section 16010 Page 4 of 7 May, 2010 ELECTRICAL -GENERAL REQUIREMENTS y .2 Pay all fees in connection with examination of drawings, permits, inspections and final certificate of approval. 13.0 Cert~cates .1 Furnish necessary certificates as evidence that work installed conforms to laws and regulations of authorities having jurisdiction. 14.0 Warranty .1 Warranty materials and workmanship for period of one year (except as otherwise noted) from date of final acceptance by the owner, and defects will be corrected and made good, except in case of defects occurring from misuse by occupants. 15.0 Contract Drawings .1 Drawings are intended to serve as a guide showing quantities, and general arrangements, and are not necessarily working drawings from which measurements can be taken, except where dimension figures are specifically shown. Information involving accurate measurements will be taken from the site drawings as prepared by the Landscape Architect. 16.0 Shop Drawing Material and Lists .1 Prepare and submit (a minimum of six) shop drawings and lists of materials for review. (Refer to the General Conditions of the contract). Make submittals of more than two pages in booklet form. .2 Prior to equipment fabrication, delivery or installation, .submit complete lists of materials proposed, indicating manufacturer, catalogue numbers and complete performance data .3 Review of shop drawings by the owner's representative is for the sole purpose of ascertaining conformance with general design concept. This review will not mean that the owner approves detail design inherent in shop drawings, responsibility for which will remain with contractor and such review will not relieve contractor of his responsibility for meeting all requirements of contract documents. Contractor is responsible for dimensions to be confirmed and correlated at site, for information that pertains solely to fabrication processes or to techniques of construction and installation and for co-ordination of work with all trades. 17.0 Record Drawings and Specification .1 Maintain record n:visions and furnish. record drawings for work of this Division. Obtain for this purpose at least two sets of white prints. .2 Show on record drawings, all deviations in the work; exact locations for all electrical services buried below pavement and soft surfaces; concealed junction or pull boxes; access panels. Locate exterior buried work by dimension from lighting poles and other fixed objects. a Ih i~ N h h 4 h h h ~` ~I Section 16010 Page 5 of 7 May, 2010 ELECTRICAL -GENERAL REQUIREMENTS .3 Obtain. approvals for all provisions for future extension,' and establish verification before these are concealed. .4 Provide "As Built" Record Drawings together with other documents required upon completion of the work. 18 0 Interference Drawings .i Prepare and submit composite interference drawings to avoid and/or resolve conflict of trades and to ,co-ordinate work of Electrical Division with all other trades. .2 Interference drawings will indicate exact arrangements, of all areas and equipment to scale with dimensions. .3 Co-operate with work of Mechanical Division and provide data requested and as required in the preparation of interference drawings for the work of Mechanical Division. .4 Make interference drawings in conjunction with all parties and trades concerned showing sleeves and openings and passage of electrical work through the site. Drawings will also show inserts, special ~ hangers and other features to indicate routing through confined spaces, installation of equipment in such areas. .5 Provide detail drawings of pulling pits, equipment bases, anchors, etc. pertaining to electrical work. 19.0 Instructions to Operator .1 Instruct owners' representative in care, maintenance and operation of Electrical Systems and associated equipment: .2 Supply full Operating and Maintenance Instructions in triplicate, each in stiff cover, three-ring binder suitably separated and labeled. Operate each item of equipment in presence of owners to ensure understanding of working parts and function of each item of equipment. Supply one complete set of "Approved" Shop Drawings in separate hard cover binder suitably separated and labeled for owner's use. 20.0 Maintenance Data .1 Compile information and prepare two Maintenance Data manuals which will include: .1 Manufacturer's installation, operation and maintenance instructions, replacement parts and names and addresses of suppliers, for all movable apparatus and mechanically and electrically operated items, appliances and equipment. .2 Chart showing any necessary seasonal adjustments to electrical apparatus and recommended minimum and maximum time intervals for inspection of all items. .3 Lists of lamps used throughout the project indicating: wattage, voltage, ordering abbreviation and/or catalogue number. y y i~ L n b Section 16010 Page 6 of 7 May, 2010 ELECTRICAL -GENERAL REQUIREMENTS .4 List of fuses, overcurrent, overload, protective relays, etc. Indicating type; size; quantity; and name of machine, motor, feeder, or device protected. 21.0 Cleaning, Lubrication and Adjustment .1 Immediately prior to completion of work: .1 Remove all dust, dirt, and other foreign matter from internal surfaces of enclosed electrical apparatus and equipment. .2 Remove all temporary protective coverings and coatings, temporary labels. .3 Clean, repair, lubricate and adjust all mechanism and movable parts of apparatus and equipment leaving it in new condition and operating properly. .4 Balance demand loads for service and distribution feeders within 5 percent upon completion of work and after the facility is in full operation. 22.0 Inspection and Testing .1 Systems, equipment, and all major items of material will be tested to the satisfaction of the owner's representative, MJS Consultants Inc., and as required to establish compliance with plans and spec cations, and with the requirements for the Supply and Inspection Authorities. .2 Faulty and defective equipment will be replaced with new materials. Conductors which are found to be shorted or grounded, or have less than proper insulation resistance, will be replaced with new conductors. .3 Tests will include, but are not limited to, the following: .1 Test of secondary voltage cables will include megger tests to establish proper insulation resistance, and phase-to-ground resistance of cables. .2 Test of all adjustable overload and overcument protective devices of secondary switchgear to establish calibration and operation in accordance with specifications and approved co-ordination curves. .3 Visual examination of switchgear to determine adherence to allowable manufacturing tolerance - -and compliance with manufacturer's recommended installation requirements. .4 Proper functioning of all systems. .5 Polarity tests - to establish proper polarity connections to all sockets and receptacles. .6 Test of system neutral to establish proper insulation resistance and isolation of neutral from ground except for required ground connection a Service. 23.0 Certification of Tests .1 When work is complete submit-three copies of test results and a signed statement listing all tests that have been pertormed as required by specifications and manufacturers instructions. Section 16010 Page 7 of 7 May, 2010 ELECTRICAL -GENERAL REQUIREMENTS 24.0 Completion .1 Provide receipts from designated representative of owner for portable and loose materials (e.g. spare fuses, keys, etc.) .2 Provide copy of final inspection certificate from Electrical Inspection Authority. .3 Perform tests and provide documentation as further described herein. ' .4 Provide Record Drawings to approval .5 Provide manufacturers corrected "as built" shop drawings for all major electrical items and systems, including all shop drawings returned for modifications. 25.0 Coffins and Patching .1 Provide openings and sleeves in pavements, as required for work of this Section. .2 Pay for cutting and patching and making good as required for work of this Division by reason of faulty or late work.' Employ appropriate trades already engaged on the site to perform such cutting, etc. Before commencing, obtain the owner's approval for extent and nature of cutting. Make good disturbed surfaces to the owner's approval r 26.0 Schedule of Work .1 Electrical services and auxiliary services will be maintained continuously without interruption. Interruptions to services will be confined to periods of time to be designated the owner's representative. Include in tender for temporary connections, overtime labour charges, and such related allowances in order to conform with these conditions. 27.0 Hvdro Charges .1 The General Landscape Contractor will .pay the Veridian Connections connection charges related to this project, directly to Veridian Connections from the cash allowance as directed by the Landscape Architect . .2 The electrical sub-contractor will provide the scheduling and co- ordination with Veridian Connections, to ensure prompt service connection. END OF SECTION r Section 16020 Page 1 of 5 May, 2010 ELECTRICAL -BASIC MATERIALS AND METHODS 1.0 General .1 Conform to Section 16010: Electrical -General Requirements. 2.0 Branch Circuit Wiring and Feeder cables .1 Provide branch circuit wiring, conduits and feeders as required for Lighting, Power and auxiliary Systems. Separate conduit systems will be provided for feeder, lighting and power systems. 3.0 Painting .1 In general, equipment will be galvanized or painted in the factory before being shipped to site. Where painting is required, the material will be sanded and cleaned. The metal will have an approved prime rust resistant coat and will be finished in two coats of an approved exterior gloss enamel paint. .2 After installation, touch up all scratches, chips, other damage and defects in paint, using zinc chromate primer or paint or special enamels as necessary to match the finish and resistance of the original. _ .3 Finish and colour of all equipment will be co-ordinated to provide uniform appearance. .4 Painting of conduits and supports and other exposed surface work will be done under Painting Section except as noted. .5 Install materials in time to be painted together with mounting surfaces. .6 Do not paint over nameplates. 7 Refer to other Sections for special paint finishes of equipment. 4.0 Nameplates and Schedules .1 Identify electrical equipment supplied under this Division with 3 mm thick black laminated plastic. nameplate to indicate equipment controlled to provide instruction or warning. Lettering will be 6 mm high for small devices such as control stations and at least 13 mm high for all other equipment. Submit a list of proposed nameplates for approval before manufacture. .2 Provide panelboards with typewritten schedules identifying outlets and equipment controlled by each branch circuit. Protect schedules with non-inflammable clear plastic. .3 Identify junction boxes, pull boxes, cover plates, conduits and the like, provided for future extension, indicating their function. 5.0 Excavation and Backfill .1 Provide necessary excavating and backfilling required for work of this Division, performed as specified under another Division of the work, except as modified below. It i~ i~ I __J Section 16020 Page 2 of 5 May, 2010 ELECTRICAL -BASIC MATERIALS AND METHODS 6.0 Support for Underoround Services .2 Keep excavations free of water and pump as necessary. Provide and maintain adequate heat, shoring and other necessary temporary protection. .3 The trench excavation will be carried out in strict conformity with the Trench Excavator Protection Act. .4 The excavation for underground services will be to required depths and dimension and will be prepared as required, so that no portion of any conduit or duct bank, bears directly against any rock or other hard surface. .5 Remove and dispose of all surplus excavated material.. .6 Backfill promptly after the approval of the work. Prevent damage to or displacement of walls, piping, conduits, waterproofing and other work. .7 For direct buried conduit and cable in all soil conditions excavate to 150 mm below and a minimum of 100 mm either side of the cable run. Back fill with a bedding of granular "A" gravel or sand to subgrade elevation and compact to 98°k SPD. .8 Refer to details on drawings and to utility company requirements for concrete encased duct installations. .9 Where excavation is necessary in proximity to and below the level of any footings, provide a sleeve at the proximity line and back fill with 20 mPa concrete to the level of the highest adjacent footing. Proximity is determined by the angle of repose as established by the owner's representative. 10 Provide sleeves under all roads and paved areas. 11 Before backfilling, obtain approval. Remove all shoring during backfilling. 12 Make good existing paving, curbs, lawns and other work where damaged by excavation and filling work of this Division. Repair any subsequent settlement of fill placed under this and pay all costs in replacement of other work damaged by such settlement and restoration. Provide suitable solid support to comply with requirements of authorities having jurisdiction, where solid, undisturbed earth stratum is not available for support of underground services. Minimum requirements when=. services pass through backfill or exterior foundation walls will be 32 mPa concrete fill, full depth to undisturbed earth. ® Section 16020 Page 3 of 5 May, 2010 ELECTRICAL -BASIC MATERIALS AND METHODS 7.0 Conduits, Raceways. 1 Wire and cable will be installed in conduit (or tubing) as follows: and Wirewavs . .1 Rigid aluminum conduit with threaded IPS fittings to be used: -Where noted and required by regulations -Surface mounted within 1200 mm of floor and where subject to mechanical damage -Where embedded in poured-in-place concrete -Where installed in concrete which is in contact with earth or grade .2 Conduit installed below grade and below concrete grade slabs will ® be rigid heavywall PVC type, with solvent weld joints and Electrical .Safety Authority approved for use above grade. (CSA SPEC C22.2- No. 211.2). Rigid TYPE 2 PVC underground conduit, EBII, DBII and poly pipe are not acceptable. .3 Provide a separate code gauge supplementary grounding conductor run in each conduit or duct, terminating at ground block at panelboards. .4 Where conduit is installed in concrete slabs, obtain general i mum approval, prior to commencing the work, on both max dimension and crossovers which may be used therein. Comply with requirements of CSA Standard No.A23.3 paragraph 5.17. .5 Install conduits with a 150 mm wide plastic warning tape located 300 mm below finished grade for the full length of the conduit. Obtain approval for routing of conduits. Keep conduits at least 150 mm (6") clear of mechanical pipes, drains. 8 0 Wiring and Cable .1 Wire and cable will comprise copper conductors, sized as noted, rated 90 deg. C., 1000 volt- minimum and CSA approved for applications. .2 Wire and cable unless noted, will be rubber insulated Type RWU which cable will not be installed at temperatures below 20 deg. F. .3 Use X-Link insulated cables for circuits protected by ground fault circuit interrupters. 4 Include in each conduit, tubing and raceway, a code gauge green . supplementary grounding conductor which will be connected to suitable ground bus in equipment. .5 Minimum wire size for power wiring will be No. 6 AWG gauge unless specked otherwise. Control wiring will be #10 AWG RWU insulation. Maximum voltage drop between furthest outlet of any circuit, when fully energized, and panel to which it is connected will not exceed two percent except for electric heating circuits which will not exceed one percent. r r r r r r r r r r Y Y Y r r r r r Section 16020 Page 4 of 5 May, 2010 ELECTRICAL -BASIC MATERIALS AND METHODS .6 Number of wires indicated for lighting and power systems is intended to show general scheme only: The required number and types of wires will be installed in accordance with equipment manufacturer's diagrams and requirements, and with requirements of the installation, except that spec'rfication standards will not be reduced. Solderless connectors nylon jacketed "Vibration-Proof' screw-on wire connectors "Ideal-Wing Nuts" rated 600 volts will be used for joints in Branch Wiring. .8 Wires or cables in feeders, sub-feeders and branch circuits will be colour-coded in accordance with Ontario Electrical. Safety Code. Each end of feeder terminations (e.g. in Switchboard, Panelboards, switches, splitters and the like) Code Phase A-Red, Phase B-Black, Phase C-Blue, Neutral-White. 9.0 Switches .1 Provide fusible and non-fusible switches of one manufacture NEMA Type "HC" with quick-make, quick-break contacts, horsepower-rated where required to match the motor protected. Provide holders to accept specked fuses. Switches to include mechanical cover interlocks and line side barriers. .2 Where applicable and available, switches will be CSA "Approved for High Service Factor" .3 Provide safety disconnect switches adjacent to motors and other equipment when required by regulations. Use switches of one manufacture throughout. ACCEPTABLE MANUFACTURERS ARE: .1 Cutler-Hammer .2 Federal Pioneer Electric .3 Siemens 10.0 Fuses .1 Fuse holders in fusible equipment generally will be provided with a complete set of proper size Form 1, HRC Nema J or L current limiting fuses, except as noted. Fusible equipment so provided will be adapted to reject CSA Standard C22.2 No. 59 fuses. Fuses will be of one manufacturer throughout. .2 Fuses for motor circuits will be class J Time Delay, HRC, (e.g.: Gould Type AJT). 3 Select fuses for motor protection as recommended by manufacturer .4 Provide one complete set of spare fuses for each rating and type used, unless otherwise scheduled. .5 Apply Thomas and Betts "KoprlShield" conductive anti-seize compound to all fuse ferrules and holders. Section 16020 Page 5 of 5 May, 2010 ELECTRICAL -BASIC MATERIALS AND METHODS 11.0 Electrical Service .6 Acceptable manufacturers are: .1 Sussman Limitron .2 Cefco .1 Provide complete electrical service as shown on the drawings and as further described here. .2 Grounding service, equipment, feeders, and the like will be performed in accordance with OESC regulations and the Veridian Connection's requirements. 3 The neutral connector of the wiring system together with the conduit system and service equipment will be bonded to the ground system as near as practical to the service entrance. END OF SECTION Section 16030 Page 1 of 3 May, 2010 ELECTRICAL -LIGHTING SYSTEMS 1.0 General .1 Conform to Section 16010: Electrical -General Requirements. .2 Provide luminaires complete with lamps, ballasts and necessary accessories required for their installation and performance. 2.0 Materials .1 Catalogue reference numbers given for individual luminaire types are to be supplied as specified. .2 H.I.D. lamp ballasts (Metal Hatide, High Pressure Sodium, etc.) will comply with CSA Spec. C22-2 No. 66 including amendments for outdoor operation where applicable, and will be compatible with fixture and lamp assembly which they serve. Ballasts will be of the two winding type having an isolated secondary. Shells of all H.I.D. lamp holders will be grounded. .3 Acceptable ballast manufacturers are: .1 Universal .2 MagneTek .3 Balastronix 3.0 Shop Drawings .1 Conform to the requirements of Section 16010. .2 Submit for review a bound brochure containing illustrations of each fixture. Illustrations to be complete showing dimensions, light distribution and mounting requirements. Illustrations are to note all special features and finishes. A copy is to be retained by the contractor on the site, to ensure co-ordination of installation requirements. 4.0 Lamas .1 Provide luminaires with a full complement of clear lamps, unless otherwise specified. .2 H.I.D. lamps will be of the type recommended by the manufacturer of the fixture in which they are to be installed, and compatible with ballasts installed. .3 Acceptable lamp manufacturers are: .1 Canadian General Electric .2 Osram/Sylvania .3 Phillips 5.0 Alternates .1 The listing hereinafter of any article, material operation or method requires that the contractor will provide each item listed of the quality and subject to the qual'rfications noted. Section 16030 Page 2 of 3 May, 2010 ELECTRICAL -LIGHTING SYSTEMS .2 All materials, apparatus or equipment which are called for on the drawings or in the specifications by trade name or the name of a particular maker, or by catalogue references, are the material, apparatus or equipment which are to be estimated upon by the contractor. .3 Names are mentioned in the specifications to furnish a definite basis for the original bid and to more clearly describe the quality in the tender price. .4 Any similar products may be offered as anon-specified altemate. For a particular luminaire. to be considered for review, the proposed altemate product will operate with generic, consumable replacement components (i.e. lamps and ballasts). The IESNA formatted performance data for the proposed alternate luminaire will be provided as produced by an independent testing laboratory, for each of the luminaires proposed and will be included with the tender submission. .5 The base tendered amount must include the specified products. .6 The consultant will review the alternates with the tender review prior to the award of the contract. Failure to include the technical data with the tender submission will result in the alternative product not being considered. 6.0 Type APole / luminaire Assembly .1 A complete lighting assembly consisting of a StressCrete direct buried, octagonal, concrete pole and a Cooper Lighting "Tribute" luminaire. .2 The concrete pole will be StressCrete #E220-APO-G-E11c/w140- 25/45 pre-stressed °Decor Series" tapered octagonal 22 foot long finished in #E11 Eclipse (Black), etched aggregate. .3 Each pole will have a cast tamper proof, black, metal hand hole cover, a pole top tenon (2.5" dia. O.D. X 4.5" long), and acast-in ground wire. .4 The luminaire will be Cooper Lighting "Tribute" HPTR-3F-100-120V- PC-TRNS-MA1017-BK (Black) 100 watt 120 volt high pressure sodium with a CWA high reactance ballast and an Intermatic #K4021 C 1000 watt rated integral button photocell. .5 The luminaire will have NEMA Type III hydro-formed distribution reflector, a polycarbonate vandal shield and a #MA1017-BK round mounting arm fora 2.5° O. D: pole top tenon. .6 Each luminaire is to be finished in black, powder coat thermoset acrylic enamel Section 16030 Page 3 of 3 May, 2010 ELECTRICAL -LIGHTING SYSTEMS .7 . The overall pole length is to be 22 feet, for a finished 17 foot mounting height. .8 The luminaires are to be wired with #10 RWU from the pole hand holes. .9 Refer to detail sketch #SKE-1. END OF SECTION