Loading...
HomeMy WebLinkAbout2005-160 THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON BY-LAW 2005-160 Being a by-law to authorize a contract between the Corporation of the Municipality of Clarington and Kraco Carpentry Services, Bowmanville, Ontario, to enter into agreement for the Newcastle Memorial Arena Canteen Renovations 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 Kraco Carpentry Services, Bowmanville, Ontario and said Corporaiton; and 2. THAT the contract attached hereto as Schedule "A" forms part of this by-law. By-law read a first and second time this 15th day of July 2005. By-law read a third time and finally passed this 15th day of July 2005. (~jz/ i~'-y John Mutton, Mayor . ~ ..~ .f?' )-//:/:::', ' . /:"'1, /..t:.d':~ I ,..,., _ : I~ ../ ~-k c ' - _ -' C. Anne Greentree, DeplJ.t1 Clerk I I I I I I I I I I I I I I I I I I I CORPORATION OF THE MUNICIPALITY OF CLARINGTON NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CONTRACT NO. CL2005-18 MAY 2005 I I I I I I I I I I I I I I I I I I I [s[sD[s Canadian construction documents committee Reprint 1998 , Standard construction document eeDe Stipulated price contract Project: The Municipality of Clarington NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS Contract No. CL2005-18 TSH Project No. 22-14304 This agreement is protected by A~ c~l:artfH~ii br <he partietcCtlle p" lh~ CCD<l2 _ 1:9!4 ex nt uru '; i,___...; ;;' 'M tn,.!>",., , In i 11i'dC1ftU!"6nS"a - fof1!hi-m~ supplementary conditions. I I I I [s[sD[s Canadian construction documents committee I I The Canadian Construction Documents Committee is a joint committee composed of owners and representatives appointed by: I The Association of Consulting Engineers of Canada The Canadian Construction Association Construction Specifications Canada The Royal Architectural Institute of Canada I Committee policy and procedures are directed and approved by the constituent organizations. I This document has been endorsed by each of the above organizations. Enquiries should be directed to: I The Secretary Canadian Construction Documents Committee 75 Albert Street Suite 400 Ottawa, Ontario KIP 5E7 Tel: (613) 236-9455 Fax: (613) 236-9526 www.ccdc.org I I I I I I I I I I Standard Construction Document CeDe 2 -1994 I TABLE OF CONTENTS AGREEMENT BET\"EEN OW~ER AND CO:\"TRACTOR A-I The Work A-2 Agreements and Amendments A-3 Contract Documents A-4 Contract Price A-5 Payment A-6 Receipt of and Addresses for Notices A-7 Language of the Contract A-S Succession DEFINITIONS 1. Contract 2. Contract Documents 3. Owner 4 Contractor 5. Subcontractor 6. Supplier 7. Consultant 8. Project 9. Work 10. Place of The Work II. Product ] 2. Provide 13. Contract Price 14. Contract Time 15. Working Day 16. Supplemental [nstruction 17. Change Order 18. Change Directive 19. Substantial Performance of the Work 20. Value Added Taxes PART 4 GC4.1 OC4.2 PART 5 GC5,1 GC5.2 GC 5.3 GC5A GC5.5 GC 5,6 GC5.7 GC5.8 GC5.9 PART 6 GC6.1 OC6.2 GC6,3 GC 6.4 OC6.5 PART 7 GC7.1 OC7.2 PART 8 GC8,I OC8.2 Oe8.3 GE~ERAL CONDITIONS OF THE STIPULATED PRICE CONTRACT PARTl GCl.I GC 1.2 GC1.3 GC 1.4 PART 2 GC2.] GC2.2 Ge2.3 GC2.4 PART 3 GC3.1 GC3.2 GC 3.3 GC3.4 GC35 GC3,6 GO,7 GC3,8 GC3,9 GC3,10 GC3.11 GC3.12 GC3.t3 GC3.]4 PART 10 GO\'ERNING REGULATlO,"S GC 10.1 Taxes and Duties GC 10.2 Laws, Notices, Permits. and Fees GC 10.3 Patent Fees GC 10.4 Workers' Compensation GENERAL PROVISIONS Contract Documents Law of The Contract Rights and Remedies Assignment PART 9 GC 9.] GC 9.2 GC 9.3 ADMINISTR.\ TlOili OF THE CONTRACT Authority of The Consultant Role of The Consultant Review and Inspection of The Work Defective Work ALLOWA!'iCES Cash Allowances Contingency Allowance I PAYMENT Financing Infonnation Required of the Owner Applications for Progress Payment Progress Payment Substantial Performance of the Wark Payment of Holdback upon Substantial Perfonnance of the Wark Progressive Release of Holdback Final Payment Withholding of Payment Non~conforming Work I I I CHANGES IN THE WORK Changes Change Order Change Directive Concealed or Unknown Conditions Delays I I DEF AlJL T ,"OnCE Owner's Right to Perfonn The Work. Stop The Work. or Tenninate The Contract Contractor's Right to Stop the Work or Terminate The Contract I DISPUTE RESOLl'TlO:"li Authority of The Consultant Negotiation, Mediation, and Arbitration Retention of Rights I PROTECTlO;\i OF PERSONS A:\"O PROPERTY Protection of Work and Property Damages and Mutual Responsibility Toxic and Hazardous Substances and Materials I I I PART 11 r'\"SURA:\"CE BO:"liOS GC 11.1 Insurance GC 1].2 Bonds EXECUTION Of' THE WORK Control of the Work Construction by Owner or Other Contractors Temporary Supports, Structures, and Facilities Document Review Construction Schedule Construction Safety Supervisor Subconrractors and Suppliers Labour and Products Docwnents at The Site Shop Drawings "L'se of the Work Cutting and Remedial Work Cleanup PART 12 GC ]2.1 GC 12.2 GC 12,3 I INDEMNIIFlCATlO~ - WAIVER- \VARRA::"'o-TY Indemnification Waiver of Claims Warranty I I CCDe Copyright 1994 Must not be copied in whole or in part without the \vritten permission ofrhe CCDe. I I I I I Standard Construction Document CeDe 2 - 1994 AGREEMENT BETWEEN OWNER AND CONTRACTOR For use when a stipulated price is the basis of payment I This Agreement made on the 5th day of July in the year 2005 I by and between The Municipality of Clarington I hereinafter called the "Owner" and I KRACO CARPENTRY SERVICE LTD. hereinafter called the "Contractor" I The Oll/lIer and the Contractor agree as follows: I ARTICLE A-I THE WORK I The Contractor shall: I 1.1 perform the Work required by the Contract Documents for NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS I located at Place of the Work I I which have been signed by the parties. and for which Totten Sims Hubicki Associates (1997) Limited I is acting as and is hereinafter ca1led the "Consultant" and 1.2 do and fulfill everything indicated by this Agreement, and I 1.3 commence tbe Work by the 6th day of July in the year 2005 and, subject to I adjustment in Contract Time as provided for in the Contract Documents, attain Substantial Pelfol1llaflCe of the Work, by the 2nd day of September in the year 2005 . I I CCDC 2 - t 994 File 00502 I This con/rod is pro/ccled by Copyright. Use ola CCDe 2 document nOI cO!1/uining a CCDC 2 copyright seal cons/iltltes an injiingemenr ofCopJTight. Dilly sign this contract il (he document cover page bears a CeDe:: copyright s('olto demonstrale lhat il is intended by the par/ies /0 be an ace/Irate and unamended wrsion of ceDC:: --1994 e;>;eept 10 the exlent that any alterations. additions or modificotiorls are selforlh in supplementury condilions. I ARTICLE A.2 2. t The Contract supersedes all prior negotiations, representations, or agreements, either written or oral. relating in any manner to the Work, including the bidding documents that are not expressly listed in Article A-3 of the Agreement - CONTRACT DOCUMENTS. I I 2.2 The Contract may be amended only as provided in the Contract Documents. ARTICLE A-3 I 3.1 The following are the Contract Documents referred to in Article A-I of the Agreement - THE WORK: I . Agreement Between Owner and Contractor . Definitions . The General Conditions of the Stipulated Price Contract I . SCHEDULE (AI . SCHEDULE (B) . SCHEDULE (C I . SCHEDULE (DI SAFETY PRACTICE FORM OF TENDER GENERAL REQUIREMENTS & INFORMATION TO BIDDERS STANDARD TERMS AND CONDITIONS CONTRACTOR'S SAFETY - POLICY, PROCEDURES, HEALTH & FORM I . SCHEDULE (EI SPECIFICATIONS - Engineered drawings o Drawing AOl o Drawing A02 o Drawing AD3 o Drawing A04 o Drawing MOl o Drawing M02 o Drawing M03 o Drawing EOl o Drawing E02 o Drawing E03 o Drawing E04 ( I I I I . SCHEDULE (F) . Section 01000 . Section 06400 . Section 09660 NOTICE OF NO BID - General Requirements - Architectural Woodwork - Resilient Flooring I I I I I * (Insert here, attaching additional pages if required, a list identifying all other Contract Documents e,g. Supplementary Conditiolls; Specifications, giving a list of contents with section numbers and titles, 1lllmber of pages, and date; Drawings, giving drawing number, title, date, revision date or mark; Addenda, giving title, number, date) I CCDC 2 ' 1994 File 00502 This con/racl is protecled by Cop.rrighl Use of a ceDe .2 dOCl/men! nnt containing a CeDC 2 copyright sea! con.~fif11{e~' an infringemenl of Copyright. OIl~V sign (his conlrue! if {he document cover page bears (J CeDC 2 copyrighl seal 10 demons/rale that if i.~ intended by the parties /0 be an an"lIrale and unamendl.-d version of eeDe 2- 1994 excepl (o/he ex/ent thai any a/feraliorl.\, addilions or modificulions art.' set forlh in supplemen/ary conditions. 2 I I I I ARTICLE A-4 I 4.1 The Contract Price, which excludes Value Added Ta:r:es. is: Fifty-Four Thosand I dollars I and zero cents. $ 54,000.00 I 4.2 Vallie Added Taxes (of 7 %) payable by the O""er to the Contractor are: Three Thousand Seven Hundred Eighty I dollars I and zero cents. $ 3,780.00 4.3 Total amount payable by the Owner to the Contractor for the construction of the Work is: Fifty-Seven Thousand Seven Hundred Eighty I I dollars and zero cents. $ 57,780.00 I I 4.4 All amounts are in Canadian funds. 4.5 These amounts shall be subject to adjustments as provided in the Contract Documents. I I I I I I ceDe 2 - 1994 File 00502 3 I Thi,\ con/racl i, prolec/ed by Copyright Use of a ceDe :1 docMlenl nol con/aining a CeDe 2 copyright set:J! conslilUles an infringement oj COPYright. Only sign lhis con/rael if/he doeumen! cOI'erpage hears a CeDe:! copyrighl sel1l/o demons/rate /ho/ i/ is inlended by fhe purlies /0 be an oc("urale and unamended wrsion of CCDC 2 -1994 except 10 Ihe eXlenllhal OIlY ol/eralions, additions or modif/ceJ/ians ore selfar/h in sllf/plemen/ary condi/ions I ARTICLEA-5 PAYMENT I 5.1 Subject to the provisions of the Comract Documents, and in accordance with legislation and statutory regulations respecting holdback percentages and, where such legislation or regulations do not exist or apply, subject to a holdback of ten percent (10 %) the Owner shall in Canadian funds: I .1 make progress payments to the Contractor on account of the Contract Price when due in the amount certified by the Consultallt together with such Value Added Taxes as may be applicable to such payment. and .' .2 upon Substantial Pe1formance of the Work, pay to the Contractor the unpaid balance of the holdback amount when due together with such Value Added Taxes as may be applicable to such payment, and I .3 upon the issuance of the final certificate for payment, pay to the COlltractor the unpaid balance of the Contract Price when due together with such Value Added Taxes as may be applicable to such payment. I 5.2 In the event of loss or damage occurring where payment becomes due under the property and boiler insurance policies, payments shall be made to the Collfractor in accordance with the provisions of GC 11 1 INSURANCE, I 5.3 Interest .1 Should either party fail to make payments as they become due under the terms of the Contract or in an award by arbitration or court, interest at zero percent ( 0 %) per annum above the bank rate on such unpaid amounts shall also become due and payable until payment. Such interest shall be compounded on a monthly basis. The bank rate shall be the rate established by the Bank of Canada as the minimum rate at which the Bank of Canada makes short term advances to the chartered banks. I I .2 Interest shall apply at the rate and in the manner prescribed by paragraph 5.3.1 of this Article on the amount of any claim settled pursuant to Part 8 of the General Conditions - DISPUTE RESOLUTION from the date the amount would have been due and payable under the Contract, had it not been in dispute, until the date it is paid. I I I I I I I I CCDC 2 ' ] 994 File 00502 This con/rad is protected b.... Copyright. Use of a CeDC 2 document no/ conlaining a CeDC 2 copyright seul constitates on in/ringemenl of Copyrighl. On(~' sign lhis conlriJcl iflhe document cOI'('r page bears" CCDC 2 copyright seal/a demollst,.a/e thiJt il is inlended by the par/it's /0 be on accurate and unamended wrsion of ceDe 2 - 1994 exceplto Jhe e.~/enllh{Jt UlW afteru/ions, additions or modifications are sel forth ill supplementary conditions 4 I I I I ARTICLE A-6 RECEIPT OF AND ADDRESSES FOR NOTICES 6.1 Notices in writing between the parties or between them and the Consultant shall be considered to have been received by ,the addres~ee_9n the date of delivery if delivered to the individual, or to a member of the firm, or to an office"r of the GQrporatiem for whom they are intended by hand or by registered post; or if sent by regular post, ,to h~ve be~Q l40liverecr within 5 Working Days of the date of mailing when addressed as follows: I I I The OWlurr a1- 40'j'emperanc-e- }'~tre:et BO~?Ryil1e, _Ontar~c L1C :"'6." ' - - n . ~ . - I The Contraci6r-a~ - P.O. Box 14, Bowmanville, Ontario I The Consultant at I 300 Water Street Whitby, Ontario L1N 9J2 I I ARTICLE A-7 LANGUAGE OF THE CONTRACT I 7.1 When the Contract Documents are prepared in both the English and French languages, it is _ agreed that in the event of any apparent discrepancy between the English and French versions, the English language shall prevail. I . Complete this statement by striking out inapplicable term. I 7.2 This Agreement is drawn in English at the request of the parties hereto. La preseote convention est n~digee en anglais a 1a demande des parties. I ARTICLE A-8 SUCCESSION I 8.1 The Contract Documents are to be read into and form part of this Agreement and the whole shall constitute the Contract between the parties. and subject to the law and the provisions of the Contract DoclIInents shall enure to the benefit of and be binding upon the parties hereto, their respective heirs, legal representatives, successors, and assigns. I I I eeDe 2" 1994 File 00502 5 I This canlmc/ is prolee/ed by Copyright. {he ala CCDe 2 dnc/lmenl nol containing a CeDC] copyright seul constit/lte.1 an infringemem OfC()pyright. Only sign this cantracl if the documenl corer page bears a C("DC 1 copyright seal/a demons/rate thai it is intended 1'-'" the parlies 10 be an accurale and unamended I'ersion of ceDC 2- 1994 exceptIO the exrem tlml GIn all!'rrltirms. addirirms or modifimriollJ are sel fOrlh i/1 .m{Jplemel1lury ("(mdiriol/s I In witness whereof the parties hereto and by the hands of their duly authorized representatives. I SIGNED AND DELIVERED in the presence of: I ipality of Clarington I OWNER I WITNESS I I signature I name and title afperson signing name and mle of person signing I CONTRACfOR KRACO CARPENTRY SERVICE LTD. I j/) / sig1J1l'fUrt! ~ ~~6fL- I name an.'d litle of person signing '. n,.V1Y1 K(?AA'1v A~ ''i,,:4L 1 Pf'-CSt")""", I signature signature I name and title afperson signing name and title of person signing I N.B. Where legal jurisdiction, local practice, or Owner or Contractor requirement calls for: (a) proof of authority to execute this document, attach such proof of authority in the form of a certified copy of a resolution naming the representative(s) authorized to sign the Agreement for and on behalf of the corporation or partnership; or (b) the affixing ofa corporate seal, this Agreement should be properly sealed. I I ceDe 2 - 1994 File 00502 6 I This con/racl is protected by Copyright. Use of Q cene 2 document nol containing a CeDe 2 copyright seal consJilules an infringement of Copyright. Only sign this COr//roCI iflhe document cover page bears a CeDe 2 copyright seal/o demonstrate that i/ is intended by the parties 10 be an accurate and unamended version of CCDC 2 - 1994 except to the extenllhat any alterations. additions or modifications are setforlh in supplementary conditions. I I I Standard Construction Document CCDC 2 - 1994 DEFINITIONS I The following Definitions shall apply to all Contract Documents. 1. I I 2. I 3. I I I I I I I I I I I I I Contract The Contract is the undertaking by the parties to perform their respective duties, responsibilities, and obligations as prescribed in the Contract Documents and represents the entire agreement between the parties. Contract Documents The Contract Documents consist of those documents listed in Article A-3 of the Agreement - CONTRACT DOCUMENTS and amendments agreed upon hetween the parties. Owner The Owner is the person or entity identified as such in the Agreement. The term Owner means the Owner or the Owners authorized agent or representative as designated to the Contractor in writing, but does not include the Consultant. 4. Contractor The Contractor is the person or entity identified as such in the Agreement. The term Contractor means the Contractor or the Contractor's authorized representative as designated to the Owner in writing. 5. Subcontractor A Subcontractor is a person or entity having a direct contract with the Contractor ta perform a part or parts of the Work, or to supply Products worked to a special design for the Work. 6. Supplier A Supplier is a person or entity having a direct contract with the Contractor to supply Products not worked to a special design for the Work. 7. Consultant The Consultant is the person or entity identified as such in the Agreement. The Consultant is the Architect, the Engineer, or entity licensed ta practice in the province or tenitory of the Place of the Work. The term Consultant means the Consultant or the Consultant's authorized representative. 8. Project The Project means the total construction contemplated of which the Work may be the whole or a part. 9. Work The Work means the total construction and related services required by the Contract Documents. 10. , Place ofthe Work The Place of the Work is the designated site or location of the Work identified in Article A-I of the Agreement - THE WORK. 11. Product Product or Products means material, machinery, equipment, and fixtures forming the Work, but does nat include machinery and equipment used to prepare, fabricate, convey, or erect the Work, which are referred to as construction machinery and equipment. 12. Provide Provide means to supply and install. CCDC 2 - 1994 File 00602 7 This contract is protected by Capyrighl. Use of 0 CCDe 2 document not conlaining a CCDe 2 copyrighl seal constitutes all infringement of Copyrighl. Only sign Ihis conlract iflhe document cover page bears cJ CCDC 2 copyright seal to demOnstrate that it is illtended by lhe parties to be an acr:urate and unamended version ofCCDe 2 - 1994 except to the extent lhat any alterations, addiriollS or modifications are set/on" in supplementary conditions. I 13. I Contract Price The Contract Price is the amount stipulated in Article A4 of the Agreement. CONTRACT PRICE. 14. Contract Time The Contract Time is the time stipulated in paragraph 1.3 of Article A-I of the Agreement - THE WORK from commencement of the Work to Substantial Performance of the Work. I 15. Working Day Working Day means a day other than a Saturday, Sunday, or a holiday which is observed by the construction industry in the area of the Place of the Work. I 16. Supplemental Instruction A Supplemental Instruction is an instruction, not involving adjustment in the Contract Price or Contract Time, in the form of specifications, drawings, schedules, samples, models or written instructions, consistent with the intent of the Contract Documents. It is to be issued by the Consultant to supplement the Contract Documents as required for the performance of the Work. I I 17. Change Order A Change Order is a written amendment to the Contract prepared by the Consultant and signed by the Owner and the Contractor stating their agreement upon: a change in the Work; the method of adjustment or the amount of the adjustment in the Contract Price, if any; and the extent of the adjustment in the Contract Time, if any. I I 18. Change Directive A Change Directive is a written instruction prepared by the Consultant and signed by the Owner directing a change in the Work within the general scope of the Contract Documents. I 19. Substantial Performance of the Work Substantial Performance of the Work is as defined in the lien legislation applicable to the Place of the Work. If such legislation is not in force or does not contain such definition, Substantial Performance of the Work shall have been reached when the Work is ready for use or is being used for the purpose intended and is so certified by the Consultant. I I 20. Value Added Taxes Value Added Taxes means such sum as shall be levied upon the Contract Price by the Federal or any Provincial Government and is computed as a percentage of the Contract Price and includes the Goods and Services Tax, the Quebec Sales Tax and any similar tax, the payment or collection of which is by the legislation imposing such tax an obligation of the Contractor. I I I I I I ceDC 2 - 1994 File 00602 8 I This contract is protected by Copyright. Use of a CCDC 2 document not containing a eeDe 2 cop)'Tight seal constillltes an infringement of Copyright. Only sign this contract if the document cover page bears a ceDe 2 copyright seal to demonstrate that it is intended by the parties to be on aC/:urale and unamended versi()fl a/CeDC 2- 1994 except to the e.xtellt thai owy (J[tenlti(ln~, additiolls or modifications are setforth ill supplementary COfJditiofls I I I I GENERAL CONDmONS OF THE STIPULATED PRICE CONTRACT Standard Construction Document CCDC 2 - 1994 I PART I GENERAL PROVISIONS I GC I.l CONTRACT DOCUMENTS I 1.1.1 The intent of the Contract Documents is to include the labour, Products, and services necessary for the performance of the Work by the Contractor in accordance with these documents. It is not intended, however, that the Contractor shall supply products or perform work not consistent with, not covered by, or not properly inferable from the Contract Documents. I 1.1.2 I I 1.1.3 I 1.1.4 1.1.5 I 1.1.6 I 1.1.7 I I 1.1.8 Nothing contained in the Contract Documents shall create any contractual relationship between: .1 the Owner and a Subcontractor, a Supplier, or their agent, employee, or other person performing any of the Work. .2 the Consultant and the Contractor, a Subcontractor, a Supplier, or their agent. employee. or other person performing any of the Work. The Contract Documents are complementary, and what is required by anyone shall be as binding as if required by all. Words and abbreviations which have well known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings. References in the Contract Documents to the singular shall be considered to include the plural as the context requires. The specifications are that portion of the Contract Documents. wherever located and whenever issued, consisting of the written requirements and standards for Products, systems, workmanship, and the services necessary for the performance of the Work. The drawings are the graphic and pictorial portions of the Contract Documents, wherever located and whenever issued, showing the design, location, and dimensions of the Work, generally including plans, elevations, sections, details, schedules, and diagrams. Neither the organization of the specifications into divisions, sections. and parts nor the arrangement of drawings shall control the Contractor in dividing the work among Subcontractors and Suppliers or in establishing the extent of the work to be performed by a trade. I 1.1.9 If there is a conflict within Contract Documents: I I I .1 the order of priority of documents, from highest to lowest, shall be . the Agreement between the Owner and the Contractor, . the Definitions, . Supplementary Conditions, . the General Conditions, . Division 1 of the specifications, . Divisions 2 throngh 16 of the specifications, . material and finishing schedules, . drawings. I CCDC2-1994FileOO712 9 This contract is protected by Copyright. Use of 0 CeDC 2 document not containing a CeDe 2 copyright seal constitutes an infringement of Copyright. Only sigrl/his contract if the document cover page bears a ceDe 2 copyright seal to demonstrate that it is intended by the parties to be an accurate and unamended version ofCCDe 2- 1994 excepr to the extent that any alterariOlls. additions or modificariollS are ser forth in supplementary conditions. I I .2 drawings of larger scale shall govern over those of smaller scale of the same date. .3 dimensions shown on drawings shall govern over dimensions scaled from drawings. I .4 later dated documents shall govern over earlier documents of the same type. 1.1.10 The Owner shall provide the Contractor, without charge, sufficient copies of the Contract Documents to perform the Work. I 1.1.11 Specifications, drawings, models, and copies thereof furnished by the Consultant are and shall remain the Consultant's property, with the exception of the signed Contract sets, which shall belong to each party to the Contract. All specifications, drawings, and models furnished by the Consultant are to be used only with respect to the Work and are not to be used on other work. These specifications, drawings, and models are not to be copied or altered in any manner without the written authorization of the Consultant. I I 1.1.12 Models furnished by the Contra<:tor at the Owner's expense are the property of the Owner. I GC 1.2 LAW OF THE CONTRACT 1.2.1 The law of the Pla<:e of the Work shall govern the interpretation of the Contra<:t. I GC 1.3 RIGHTS AND REMEDIES 1.3.1 Except as expressly provided in the Contract Documents, the duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights, and remedies otherwise imposed or available by law. I J .3.2 No action or failure to act by the Owner. Consultant. or Contractor shall constitute a waiver of any right or duty afforded any of them under the Conrract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach thereunder. except as may be specifically agreed in writing. I I GC 1.4 ASSIGNMENT 1.4.1 Neither party to the Contract shall assign the Contract or a portion thereof without the written consent of the other, which consent shall not be unreasonably withheld. I PART 2 ADMiNISTRATiON OF THE CONTRACT I GC 2.1 AUTHORITY OF THE CONSULTANT I 2.1.1 The Consultant will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents, unless otherwise modified by written agreement as provided in paragraph 2.1.2. I 2.1.2 The duties, responsibilities, and limitations of authority of the Consultant as set forth in the Contract Documents shall be modified or extended only with the written consent of the Owner, the Contractor. and the Consultant. I 2.1.3 If the Consultant's employment is tenninated, the Owner shall immediately appoint or reappoint a Consultant against whom the Contractor makes no reasonable objection and whose status under the Contract Documents shall be that of the former Consultant. I CCDC 2 - 1994 File 00712 10 I This contract is protected by Copyright. Use of a CCDC 1 document not containing a CCDC 2 copyright seal constitutes an infringement of Copyright. Only .sign this contract if the document cover page bear.s a CeDC 1 copyright seal to demonstrote that it is intended by the parties to be an accurate and unamended version of ceDe 2- 1994 exapt to the extent that any alteratiom. additions or modifications are setjort/r in supplementary conditions. I I I GC 2,2 ROLE OF THE CONSULTANT I 2.2.1 The Consultant will provide administration of the Contract as described in the Contract Documents during construction until issuance of the final certificate for payment, and subject to GC 2.1 - AUTHORITY OF THE CONSULT ANT and with the Owners concurrence, from time to time until the completion of any correction of defects as provided in paragraph 12.3.3 ofGC 12.3, W ARR"NTY I I 2.2.2 The Consultant will visit the Place of the Work at intervals appropriate to the progress of construction to become familiar with the progress and quality of the work and to determine if the Work is proceeding in general conformity with the Contract Documents. I 2.2.3 If the Owner and the Consultant agree, the Consultant will provide at the Place of the Work, one or more project representatives to assist in carrying out the Consultant's responsibilities. The duties, responsibilities, and limitations of authority of such project representatives shall be as set forth in writing to the Contractor. I 2.2.4 Based on the Consultant's observations and evaluation of the Contractor's applications for payment, the Consultant will detennine the amounts owing to the Contractor under the Contract and will issue certificates for payment as provided in Article A-5 of the Agreement - PAYMENT, GC 5,3 ' PROGRESS PAYMENT, and GC 5.7, FINAL PA YMENT. I I 2.2.5 The Consultant will not be responsible for and will not have control, charge, or supervision of construction means, methods, techniques, sequences, or procedures, or for safety precautions and programs required in connection with the Work in accordance with the applicable construction safety legislation, other regulations, or general construction practice. The Consultant will not be responsible for the Contractor's failure to carry out the Work in accordance with the Contract Documents. The Consultant will not have control over, charge of, or be responsible for the acts or omissions of the Contractor, Subcontractors, Suppliers, or their agents, employees, or any other persons performing portions of the Work. I I 2.2.6 The Consultant will be, in the first instance, the interpreter of the requirements of the Contract Documents and shall make findings as to the performance thereunder by both parties to the Contract, except with respect to GC 5,1 ' FINANCING INFORMATION REQUIRED OF THE OWNER. Interpretations and findings of the Consultant shall be consistent with the intent of the Contract Documents. When making such interpretations and findings the Consultant will not show partiality to either the Owner or the Contractor. I 2.2.7 Claims, disputes, and other matters in question relating to the performance of the Work or the interpretation of the Comract Documents, except for GC 5,1 ' FINANCING INFORMATION REQUIRED OF THE OWNER, shall be referred initially to the Consulta11t by notice in writing given to the Consultant and to the other party for the Consultant's i_'lterpretation and finding which will be given by notice in writing to the parties within a reasonable time. I I 2.2.8 The Consultant will have authority to reject work which in the Consultant's opinion does not conform to the requirements of the Comract Documents. Whenever the Consultant considers it necessary or advisable, the Consultant will have authority to require inspection or testing of work, whether or not such work is fabricated, installed, or completed. However, neither the authority of the Consultant to act nor any decision either to exercise or not to exercise such authority shall give rise to any duty or responsibility of the Consultant to the Contractor, Subcontractors, Suppliers, or their agents, employees, or other persons performing any of the Work, I I 2.2.9 During the progress of the Work the COl/sultant will furnish SuppJementallnstructiolls to the Contractor with reasonable promptness or in accordance with a schedule for such instructions agreed to by the Consultant and the Contractor. I 2.2. t 0 The Consultant will review and take appropriate action upon such Contractor's submittals as shop drawings, Product data, and samples, as provided in the Contract Documents. I I ceDC 2 - 1994 File 00712 1 I This cOn/rae( is pro1ecred by COfJ)righ/. Use ala ceDC ] dOClm1l.'1II no1 conraininga CCDe ] copyrighr seal cons/ilHles an infringemcn/ of Co pI rig 111. Only sign lhis contract if/he dOClllnellr cOl'erpage bears a CCDC 1 copyrighr seal to demonsrrale rhut it is inlended by rhe pm1ies ro be an acc/ware and IInamendedl'e!:~ion alCeDC.2- 1994 exceptIo the I:'Xlem Ihat any alterations, wldirinlls or II!l!dljrcminll!i are .1"1.'1 jiJrrh ill SII/!plem/!/lwry uJ/ldilio/IJ I I 2.2.11 The Consultant will ptepare Change Orders and Change Directives as provided in GC 6,2 CHAi\iGE ORDER and GC 6,1 - CHANGE DIRECTIVE, I 2.2.12 The Consultant will conduct reviews of the Work to determine the date of Substantial Peifonnance of the Work as provided in GC 504 - SUBSTANTIAL PERFORMANCE OF THE WORK, I 2.2. U All certificates issued by the Consultant shall be to the best nf the Consultant's knowledge, information, and belief. By issuing any certificate, the Consultant does not guarantee the Work is correct or complete. I 2.2.14 The Consultant will receive and review written warranties and related documents required by the Contract and provided by the Contractor and will forward such warranties and documents to the Owner for the Owner's acceptance. I 2.3.1 GC 2.3 REVIEW AND INSPECTION OF THE WORK 2.3.2 2.13 2.3.4 2.3,5 The Owner and the Consultant shall have access to the Work at all times. The Contractor shall provide sufficient, safe, and proper facilities at all times for the review of the Work by the Consultant and the inspection of the Work by authorized agencies. If parts of the Work are in preparation at locations other than the Place of the Work, the Owner and the Consultant shall be given access to such work whenever it is in progress. I I If work is designated for tests, inspections, or approvals in the Contract Donlments, or by the Consultant's instructions. or the laws or ordinances of the Place of the Work, the Contractor shall give the Consultant reasonable notice of when the work will be ready for review and inspection. The Contractor shall arrange for and shall give the Consultant reasonable notice of the date and time of inspections by other authorities. I The Contractor shall furnish promptly to the Consultant two copies of certificates and inspection reports relating to the Work. I If the Contractor covers, or permits to be covered, work that has been designated for special tests, inspections, or approvals before such special tests, inspections, or approvals are made. given or completed. the Contractor shall, if so directed, uncover such work, have the inspections or tests satisfactorily completed, and make good covering work at the Contractor's expense. I I The Consultant may order any portion or portions ofthe Work to be examined to confinn that such work is in accordance with the requirements of the Contract Documents. If the work is not in accordance with the requirements of the Contract Documents, the Contractor shall correct the work and pay the cost of examination and correction. If the work is in accordance with the requirements of the Contract Documents, the Owner shall pay the cost of examination and restoration. I 2.4.1 GC 2.4 DEFECTIVE WORK I 2.4.2 The Contractor shall promptly remove from the Place of the Work and replace or re-execute defective work that has been rejected by the Consultant as failing to conform to the Contract Documents whether or not the defective work has been incorporated in the Work and whether or not the defect is the result of poor workmanship. use of defective products, or damage through carelessness or other act or omission of the Contractor. I I The Contractor shall make good promptly other contractors' work destroyed or damaged by s.uch removals or replacements at the Contractor's expense. 2.4.3 If in the opinion of the Consultant it is not expedient to correct defective work or work not performed as provided in the Contract Documents, the Owner may deduct from the amount otherwise due to the Cofltractor the difference in value between the work as performed and that called for by the Contract Documents. If the I CCDC2,I994FileOO7l2 12 I This eonmJCI is protected by Copyright. Useofa ceDe:! dowment noteon/aining a CeDC :! copyrighl seal constilll/es UIl i'!fNngemcnt of Copyright. Gnly sign this con/met itthe documem eo\'t'r puge bears a CCDe 2 copy/"ighl seal to demonstrate thar it is intended br the parries 10 be an accurate uoo unamended l'ersion oreeDC :!- 1994 ..xeep' /0 the ..xtellf thar any alraU/ioIlS. addirilm.\. or !/li!<./ijkatio!l.\ art' wr forth ill slIppft'!/lt'ntary ((mdi/iofls. I I I I Owner and the Contractor do not agree on the difference in value, they shall refer the matter to the Consultant for a determination. I PART 3 EXECUTION OF THE WORK GC 3.1 CONTROL OF THE WORK I 3.1.1 The Contractor shall have total control of the Work and shall effectively direct and supervise the Work so as to ensure conformity with the Contract Documents. I 3.1.2 The Contractor shall be solely responsible for construction means, methods, techniques, sequences, and procedures and for co-ordinating the various parts of the Work under the Contract. I GC 3.2 CONSTRUCTION BY OWNER OR OTHER CONTRACTORS I 3.2.1 The Owner reserves the right to award separate contracts in connection with other parts of the Project to other contractors and to perform work with own forces. 3.2.2 When separate contracts are awarded for other parts of the Project, or when work is performed by the Owner's own forces, the Owner shall: I .1 provide for the co-ordination of the activities and work of other contractors and Owner's own forces with the Work of the Contract, I .2 assume overall responsibility for compliance with the applicable health and construction safety legislation at the Place of the Work; I .3 enter into separate contracts with other contractors under conditions of contract which are compatible with the conditions of the Contract; I .4 ensure that insurance coverage is provided to the same requirements as are called for in GC 11.1 - INSUR.L\.NCE and co-ordinate such insurance with the insurance coverage of the Contractor as it affects the Work; and I .5 take all reasonable precautions to avoid labour disputes or other disputes on the Project arising from the work of other contractors or the Owner's own forces. 3.2.3 When separate contracts are awarded for other parts of the Project, or when work is performed by the Owner's own forces, the Contractor shall: I .1 afford the Owner and other contractors reasonable opportunity to introduce and store their products and use their construction machinery and equipment to execute their work~ I .2 co-ordinate and schedule the Work with the work of other contractors and Owner's own forces and connect as specified or shown in the Contract Documents; I .3 participate with other contractors and the Owner in reviewing their construction schedules when directed to do so; and I .4 where part of the Work is affected by or depends upon for its proper execution the work of other contractors or Owner's own forces, promptly report to the Consultant in writing and prior to proceeding with that part of the Work, any apparent deficiencies in such work. I I CCDC 2 - 1994 File 00712 13 This contract is protected by Copyright. Use of a CCDC 2 docllment not containing a CCDe 2 copyright seol constitutes an infringement of Copyright. Only sign this contract if the document cover page bears a ceDe 2 copyright seal to demonstrate that it is intended by Ihe panies to be an accurate and unamended version ofCCDe 2- /994 except to the extent that any alterations, additiOflS or modificatiOtlS are serjonh ill supplemellfcJI!-' coodilions. 3.2.4 3.2.5 I I Failure by the Contractor to so feIXJrt shall invalidate any claims against the Owner by reason of the deficiencies in the work of other contractors or Owner's own forces except those deficiencies not then reasonably discoverable. I Where a change in the Work is required as a result of the co-ordination and connection of the work of other contractors or Olvner's own forces with the Work, the changes shall be authorized and valued as provided in GC 6,] ,CHANGES, GC 6.2 ' CHANGE ORDER, and GC 6.3 ,CHANGE DIRECTIVE. I Claims, disputes, and other matters in question between the Contractor and other contractors shall be dealt with as provided in Pan 8 of the General Conditions - DISPUTE RESOLUTION provided the other contractors have reciprocal obligations. The Contractor shall be deemed to have consented to arbitration of any dispute with any other contractor whose contract with the Owners contains a similar agreement to arbitrate. I I 3.3.1 GC 3.3 TEMPORARY SUPPORTS, STRUCTURES, AND FACILITIES 3.3.2 3.3.3 The Contractor shall have the sole responsibility for the design, erection, operation, maintenance, and removal of temporary supports, structures, and facilities and the design and execution of construction methods required in their use. I The Contractor shall engage and pay for registered professional engineering personnel skilled in the appropriate disciplines to perform those functions referred to in paragraph 3.3.1 where required by law or by the Contract Documents and in all cases where such temporary supports, structures, and facilities and their method of construction are of such a nature that professional engineering skill is required to produce safe and satisfactory results. I I Nntwithstanding the provisions nf GC 3.1 - CONTROL OF THE WORK, paragraph 3.3.1. and paragraph 3.3.2 or provisions to the contrary elsewhere in the Contract Documents where such Contract Documents include designs for temporary supports, structures, and facilities or specify a method of construction in whole or in part, such facilities and methods shall be considered to be part of the design of the Work and the Contractor shall not be held responsible for that part of the design or the specified method of construction. The Contractor shall, however, be responsible for the execution of such design or specified method of construction in the same manner as for the execution of the Work. I I 3.4.1 GC 3.4 DOCUMENT REVIEW I The Contractor shall review the Contract Documents and shall report promptly to the Consultant any error, inconsistency, or omission the Contractor may discover. Such review by the Contractor shall be to the best of the Contractor's knowledge, information, and belief and in making such review the Co1Jtractor does not assume any responsibility to the Owner or the Consultant for the accuracy of the review. The Contractor shall not be liable for damage or costs resulting from such errors, inconsistencies, or omissions in the Contract Documents, which the Contractor did not discover. If the Contractor does discover any error, inconsistency, or omission in the Contract Documents, the Contractor shall not proceed with the work affected until the Contractor has received corrected or missing information from the COllsulta1lt. I I I 3.5.1 GC 3,5 CONSTRUCTION SCHEDULE The Contractor shall: I .1 prepare and submit to the Owner and the Consuftallt prior to the first application for payment, a construction schedule that indicates the timing of the major activities of the Work and provides suft'icient detail of the critical events and their inter-relationship to demonstrate the Work will be performed in conformity with the Co1ltract Time: I I CCDC 2,1994 File 007]2 14 This contrc,lct is protected by Coprright. V:~e of Q CCDC 2 document not conraining a CCDC 2 copyrighl seal eonstitlltes an infringement o/Copyright. On~l" sign Ihis con/raer if rhe doel/ment cover page bears" CCDe 2 copyright seu/to demonstrate thot it is in/ended by the parth's 10 be an aCC/lrate and una!llcm:k"Ci ~'ersion ofCCDC 2- 1994 except rothe extefll rhat UI/yalreratir!lls, additioll.\ O( /IlodijicUlioll.\' afe Ie/ji/nh ill slIpplemelllan' co//(/itiof/S I I I I I .2 monitor the progress of the Work relative to the construction schedule and update the schedule on a monthly basis or as stipulated by the Contract Documents~ and .3 advise the Consultant of any revisions required to the schedule as the result of extensions of the Contract Time as provided in Part 6 of the General Conditions, CHANGES \:-i THE WORK. I 3.6.1 GC 3.6 CONSTRUCTION SAFETY I Subject to paragraph ,1.2,2,2 of GC 3,2 - CONSTRUCTION BY OWNER OR OTHER CONTRACTORS, the Contractor shall be solely responsible for construction safety at the Place of the Work and for compliance with the rules, regulations, and practices required by the applicable construction health and safety legislation and shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the performance of the Work. I GC 3.7 SUPERVISOR 3.7,1 The Contractor shall employ a competent supervisor and necessary assistants who shall be in attendance at the Place of the Work while work is being performed. The supervisor shall not be changed except for valid reason. I 3.7.2 I The supervisor shall represent the Contractor at the Place of the Work and notices and instructions given to the supervisor by the COflsulta11t shall be held to have been received by the Contractor. I 3.8,1 GC 3.8 SUBCONTRACTORS AND SUPPLIERS I I I 3.8.2 I I 3.8.3 I 3.8.4 I 3,8.5 I The Contractor shall preserve and protect the rights of the parties under the Contract with respect to work to be performed under subcontract, and shall: .1 enter into contracts or vmtten agreements with Subcontractors and Suppliers to require them to perform their work as provided in the C Ofltract Documents: .2 incorporate the terms and conditions of the Contract Documents into all contracts or written agreements with Subcontractors and Suppliers: and .3 be as fully responsible to the Owner for acts and omissions of Subcontractors, Suppliers, and of persons directly or indirectly employed by them as for acts and omissions of persons directly employed by the Contractor. The Contractor shall indicate in writing, at the request of the Owner, those Subcontractors or Suppliers whose bids have been received by the Contractor which the Contractor would be prepared to accept for the performance of a portion of the Work. Should the (hwler not object before signing the Contract, the Contractor shall employ those Subcontractors or Suppliers so identified by the Contractor in writing for the performance of that portion of the Work to which their bid applies. The (k,'fler may, for reasonable cause, at any time before the Owner has signed the Contract, object to the use of a proposed Subcontractor or Supplier and require the Contractor to employ one of the other subcontract bidders. lfthe Owner requires the Contractor to change a proposed Subcontractor or Supplier. the Contract Price and Contract Time shall be adjusted by the differences occasioned by such required change, The Contractor shall not be required to employ as a Subcolllractor or Supplier, a person or firm to whom the Contractor may reasonably object. CCDC2-1994FileOO712 15 I This co1llract is protected by Copyrighl. U~e of a CCDC ] doCIInlent not containing a CCDe 2 copyright seul consritlltes un infi'ingement o{Copyriglu. Onl1' Sig'lthi~ contraCI if Ihe dacl/ment cover page bears a CCDC 2 copyright sealw demonstrate that il is intended by Ihe parties fo be an IlCClImte and unulIll!nded reninn of CCDC ::- J994 except IV /lre e.~tellt rltat any ahem/lollS. addition.1 or modifica/iol1.\' are _~et forth in supplementury ((JllJi/io'ls. I I 3.8.6 The Owner, through the Consultant, may provide to a Subcontractor or Supplier information as to the percentage of the Subcontractors or Supplier's work which has been certified for payment. I GC 3.9 LABOUR AND PRODUCTS 3.9.1 The Contractor shall provide and pay for labour, Products, tools, construction machinery and equipment, water, heat, light, power, transportation, and other facilities and services necessary for the performance of the Work in accordance with the Contract. I I 3.9.2 Products provided shall be new, Products which are not specified shall be of a quality consistent with those specified and their use acceptable to the Consultant. 3.9.3 The Contractor shall maintain good order and discipline among the Contractor's employees engaged on the Work and shall not employ on the Work anyone not skilled in the tasks assigned. I GC 3.10 DOCUMENTS AT THE SITE I 3.10.1 The Contractor shall keep one copy of current Contract Documents, submittals, reports, and records of meetings at the Place of the Work, in good order and available to the Owner and the Consultant. I 3.11.1 Shop drawings are drawings, diagrams, illustrations, schedules, performance charts, brochures, Product, and other data which the Contractor provides to illustrate details of a portion of the Work. I GC 3.11 SHOP DRAWINGS 3.11.2 The Contractor shall provide shop drawings as described in the Contract Documents or as the Consultant may reasonably request. I 3.11.3 The Contractor shall review all shop drawings prior to submission to the Consultant. The Contractor represents by this review that: the Contractor has determined and verified all field measurements and field construction conditions, or will do so; Product requirements; catalogue numbers; and similar data and that the Contractor has checked and co-ordinated each shop drawing with the requirements of the Work and of the Contract Documents. The Contractor shall confirm this review of each shop drawing by stamp, date, and signature of the person responsible. At the time of submission the Contractor shall notify the Consultant in writing of any deviations in the shop drawings from the requirements of the Contract Documents. I I 3.11.4 The Contractor shall submit shop drawings to the Consultant to review in orderly sequence and sufficiently in advance so as to cause no delay in the Work or in the work of other contractors. Upon request of the Contractor or the Consultant, they jointly shall prepare a schedule of the dates for submission and return of shop drawings. Shop drawings which require approval of any legally constituted authority having jurisdiction shall be submitted to sucb authority by the Contractor for approval. I I 3.11.5 The Contractor shall submit shop drawings in the form specified or as the Consultant may direct. The Consultant will review and return shop drawings in accordance with the schedule agreed upon, or otherwise with reasonable promptness so as to cause no delay. The Consultant's review is for conformity to the design concept and for general arrangement only. The Consultant's review shall not relieve the Contractor of responsibility for errors or omissions in the shop drawings or for meeting all requirements of the Contract Documents unless the Consultant expressly notes the acceptance of a deviation on the shop drawings. I I 3.11.6 Upon the Consultant's request, the Contractor shall revise and resubmit sbop drawings which the Consultant rejects as inconsistent with the Contract Documents unless otherwise directed by the Consultant. The Contractor shall notify the Consultant in writing of any revisions to the resubmission other than those requested by the Consultant. I CCDe 2 -1994FileOO712 16 This contract is protected by Copyright. Use of a CCDC 2 document noi containing a CCDC 2 copyright seal constitutes an infringement of Copyright. OIlly sign this contract if the document cover page bears a CCDC 2 copyright seal to demonstrate that it is intended by the parties to be an accurate and unamended version ofCCDC 2- 1994 except to the extent that any alterations. additions or modifications are setforrh in supplementary conditions. I I I I GC 3.12 USE OF THE WORK I I 3.12.1 The Contractor shall confine construction machinery and equipment, storage of Products, and operations of employees to limits indicated by laws, ordinances, permits, or the Contract Documents and shall not unreasonably encumber the Work with Products. 3,12.2 The Contractor shall not load Ot pennit to be loaded any part of the Work with a weight or fotce that will endanget the safety of the Work. I GC 3,13 CUTTING AND REMEDIAL WORK I 3.13.1 The Contractor shall do the cutting and remedial work required to make the several parts of the Work come together properly. 3.13.2 The Contractor shall co-ordinate the Work to ensure that this requirement is kept to a minimum. I 3.13.3 Should the Owner, the Consultant, other contractors or anyone employed by them be responsible for ill-timed work necessitating cutting or remedial work to be perfonned, the cost of such cutting or remedial work shall be . valued as provided in GC 6,1 CHANGES, GC 6.2 CHANGE ORDER. and GC 6..1 CHANGE DIRECTIVE. I I 3.13.4 Cutting and remedial work shall be performed by specialists familiar with the Products affected and shall be performed in a manner to neither damage nor endanger the Work. GC 3,14 CLEANUP I 3.14.1 The Contractor shall maintain the Work in a tidy condition and free from the accumulation of waste products and debris, other than that caused by the Owner. other contractors or their employees. I 3.14.2 The Contractor shall remove waste products and debris, other than that resulting from the work of the Owner, other contractors or their employees, and shall leave the Work clean and suitable for occupancy by the Owner before attainment of Substantial Peifonnance of the Work. The Contractor shall remove products, tools. construction machinery, and equipment not required for the performance of the remaining work. I I 3.14.3 Prior to application for the final certificate for payment, the Contractor shall remove products, tools, construction machinery and equipment, and waste products and debris, other than that resulting from the work of the Owner, other contractors or their employees. I PART 4 ALLOWANCES GC 4.1 CASH ALLOWANCES I 4.1.1 The Contract Price includes cash allowances stated in the Contract Documents, which allowances shall be expended as the Owner directs through the Consultant. I 4.1.2 Cash allowances cover the net cost to the Contractor of services, Products, construction machinery and equipment, freight. unloading, handling, storage, installation, and other authorized expenses incurred in performing the work stipulated under the cash allowances but do not include any Value Added Taxes payable by the OH!ller to the Contractor. I I I CCOC2-1994File00712 17 This COntract isprolected ~I' Copyrighl. Use oj a CCDC 2 document nol containing a CeDC 2 copyrighl s<,al conslil!lle.~ an inji-ingelll<'r11 alCapyrighl, Only sign lhis contracl iflhe dowment cover pl1ge bel1l.s a CCDC 2 copyrighl seal 10 demonslrale Ihar il is intended by Ihe parNes 10 be an accurale and rmwmmded I.er.sion ofCCDC 2- 1994 excepl 10 lite eXlell! Ihal WlV IJlleralirms. addilions or l11odijicali(!JI,\. are I"I:'f J'ml1 in .\1I11plemelllary nllldilirllls 4,1.3 4.1.4 4.1.5 4.1.6 4.1.7 I I The Contract Price, and not the cash allowances. includes the Contractor's overhead and profit in connection with such cash allowances. I Where costs under a cash allowance exceed the amount of the allowance, the Contractor shall be compensated for any excess incurred and substantiated plus an amount for overhead and profit as set out in the Contract Documents. I The Contract Price shall be adjusted by Change Order to provide for any difference between the actual COst and each cash allowance. I The value of the work performed under a cash allowance is eligible to be included in progress payments. The Contractor and the Consultant shall jointly prepare a schedule that shows when the Consultant and Owner must authorize ordering of items called for under cash allowances to avoid delaying the progress of the Work. I GC 4.2 CONTINGENCY ALLOWANCE I 4.2.2 4.2.1 The Contract Price includes the contingency allowance, if any. stated in the Contract Documents. 4.2.3 Expenditures under the contingency allowance shall be authorized and valued as provided in GC 6.1 CHANGES, GC 6,2 - CHANGE ORDER, and GC 6,3 - CHANGE DIRECTIVE. I The Contract Price shall be adjusted by Change Order to provide for any difference between the expenditures authorized under paragraph 4.2.2 and the contingency allowance. I PART 5 PAYMENT I GC 5.1 FINANCING INFORMATION REQUIRED OF THE OWNER I 5.1.1 The Owner shall, at the request of the Contractor, prior to execution of the Agreement, and/or promptly from time to time thereafter, furnish to the Contractor reasonable evidence that financial arrangements have been made to fulfill the Owner's obligations under the Contract. 5.1.2 I The Owner shall notify the Contractor in writing of any material change in the Owner's financial arrangements during the performance of the Contract. I 5.2.1 GC 5.2 APPLICATIONS FOR PROGRESS PAYMENT 5.2.2 5.2.3 Applications for payment on account as provided in Article A-S of the Agreement - PAYMENT may be made monthly a<; the Work progresses. I Applications for payment shall be dated the last day of the agreed monthly payment period and the amount claimed shall be for the value, proportionate to the amount of the Contract, of work performed and Products delivered to the Place of the Work at that date. I The Contractor shall submit to the Consulrant, at least 14 days before the first application for payment, a schedule of values for the parts of the Work, aggregating the total amount of the Contract Price. so as to facilitate evaluation of applications for payment. I I CCDC 2, 1994 File 00712 18 I This contract is prOJected by eOP.l-right Ul"e q( a CeDC 2 doclIment not containing (l ceDe 2 copyright sea! constitutes em i/1/dngemc>nt oj"Copyright. Onlr sign this contract if the docllmelll COl'er page bears a CCDC.: copyrighl seul 10 demonstrote Jhat il is inlended br the parties to be WI accurate and IIntJmended version o(CCDC ]- !994 e.n:epltn the exteut tflat arlY a/taut!f!!!.\", additions or modiftcu.rirms are set fort" in .wpp/emrmrur.l omditirms I I I 5.2.4 I I 5.2,5 5.2.6 I The schedule of values shall be made out in such form and supported by such evidence as the ConsuLtant may reasonably direct and when accepted by the Conmltant, shall be used as the basis for applications for payment. unless it is found to be in error. The Contractor shall include a statement based on the schedule of values with each application for payment. Claims for Products delivered to the Place of the Work but not yet incorporated into the Work shall be supported by such evidence as the Consultant may reasonably require to establish the value and delivery of the Products. I 5.3.\ GC 5.3 PROGRESS PAYMENT I I 5.3,2 The Consultant will issue to the Owner, no later than 10 days after the receipt of an application for payment from the Contractor submitted in accordance with GC 5.2 - APPLICATIONS FOR PROGRESS PAYMENT, a certificate for payment in the amount applied for or in such other amount as the Consultant determines to be properly due. If the Consultant amends the application, the Consulta1Jf will promptly notify the C01Jfractor in writing giving reasons for the amendment. The Owner shall make payment to the Contractor on account as provided in Article A-5 of the Agreement P A YJ\.1ENT no later than 5 days after the date of a certificate for payment issued by the Consultant. I GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK I 5.4.1 When the C011fractor considers that the Work is substantially performed, or if pennitted by the lien legislation applicable to the Place o/the Work a designated portion thereof which the Owner agrees to accept separately is substantially performed, the Contractor shall prepare and submit to the Consultant a comprehensive list of items to be completed or corrected and apply for a review by the Consultant to establish Substantial Perfonnance of the Work or substantial performance of the designated portion of the Work. Failure to include an item on the list does not alter the responsibility of the Contractor to complete the Contract. I 5.4.2 No later than 10 days after the receipt of the Contractor's list and application, the Consultant will review the Work to verify the validity of the application, and no later than 7 days after completing the review, will notify the Contractor whether the Work or the designated portion of the Work is substantially performed. I 5.4.3 The Consultant shall state the date of Substantial Performance of the Work or designated portion of the Work in a certificate. I 5.4.4 I Immediately following the issuance of the certificate of Substantial Performance o/the Work. the Contractor, in consultation with the COllSultant, will establish a reasonable date for tinishing the Work. I 5.5,1 GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK After the issuance of the certificate of Substantial Pelformallce of the Work. the COllfractor shall: I I I I .1 submit an application for payment ofthe holdback amount, .2 submit a sworn statement that all accounts for labour, subcontracts, Products, construction machinery and equipment, and other indebtedness which may have been incurred by the Contractor in the Substantial Peiformance of the Work and for which the Owner might in any way be held responsible have been paid in full, except for amounts properly retained as a holdback or as an identified amount in dispute. CCDC 2 - 1994 File 00712 19 This contraCI is prOlecled by Copyrighl. Use C!f u ceDe..: document nOI cOn/uiningu CCDC ..: copyrighl seuf conslilules un infringement ()fCoprrigh/, On(r .sign !his con/rue/ if/he dOCJ.menl co~'er page bears a CeDe ..: copyright seuf 10 demons/"ale thaI i! is intended hy the ponies to lx' (1!1 uccurale und Ilnumended \'e/"lion ofCCDC 1- 1994 exn:pr 10 Ihe e,ltent tflUr utly lI!rerl.llirJl/,\'. addi!ioll.\' nr IIlIJ<!ificutirl/ls are .Iet fOr/II in .wpl'leme/llurl' cO/ulirio/J.\' 5.5.2 5.5.3 5.5.4 I I After the receipt of an application for payment from the Colltractor and the sworn statement as provided in paragraph 5.5.1, the Consultant will issue a certificate for payment of the holdback amount. I Where the holdback amount has not been placed in a separate holdback account, the OHmer shall, 10 days prior to the expiry of the holdback period stipulated in the lien legislation applicable to the Place of the Work, place the holdback amount in a bank account in the joint names of the Owner and the Contractor. I The holdback amount authorized by the certificate for payment of the holdback amount is due and payable on the day following the expiration of the holdback period stipulated in the lien legislation applicable to the Place of the Work, Where lien legislation does not exist or apply, the holdback amount shall be due and payable in accordance with other legislation, industry practice, or provisions which may be agreed to between the parties. The Owner may retain out of the holdback amount any sums required by law to satisfy any liens against the Work or, if permitted by the lien legislation applicable to the Place of the Work, other third party monetary claims against the Contractor which are enforceable against the Owner. I I GC 5.6 PROGRESSIVE RELEASE OF HOLDBACK I 5.6.1 Where legislation permits and where, upon application by the Contractor, the Consultant has certified that the work of a Subcontractor or Supplier has been performed prior to Substantial Peiformance of the Work. the Owner shall pay the Contractor the holdback amount retained for such subcontract work, or the Products supplied by such Supplier, on the day following the expiration of the holdback period for such work stipulated in the lien legislation applicable to the Place of the Work. 5.6.2 I Notwithstanding the provisions of the preceding paragraph, and notwithstanding the wording of such certificates, the Contractor shall ensure that such subcontract work or Products is protected pending the issuance of a final certificate for payment and be responsible for the correction of defects or work not performed regardless of whether or not such was apparent when such certificates were issued. I I GC5.7 FINAL PAYMENT I 5.7.1 When the Contractor considers that the Work is completed, the Contractor shall submit an application for final payment. 5.7.2 5.7.3 5.7.4 The Consultant will, no later than 10 days after the receipt of an application from the Contractor for final payment, review the Work to verify the validity of the application. The Consultant will, no later than 7 days after reviewing the Work, notify the Contractor that the application is valid or give reasons why it is not valid. I When the Consultant fincts the Contractor's application for tinal payment valid, the Consultant will issue a final certificate for payment. I Subject to the provision of paragraph 10A.I of GC lOA - WORKERS' COMPENSATION. and any lien legislation applicable to the Place of the Work, the Owner shall, no later than 5 days after the issuance of a tinal certificate for payment, pay the Contractor as provided in Article A-5 of the Agreement - PAYMENT. I 5.8.1 GC 5.8 WITHHOLDING OF PAYMENT I If because of climatic or other conditions reasonably beyond the control of the Contractor, there are items of work that cannot be performed, payment in full for that portion of the Work which has been performed as certified by the Consultant shall not be withheld or delayed by the Owner on account thereof, but the Owner may withhold, until the remaining portion of the Work is finished, only such an amount that the Consultant determines is sufficient and reasonable to cover the cost of perfonning such remaining work. I I CC DC 2 - 1994 File 00712 20 I This COnTract is protected by Copyright. Useofa CeDe 2 document nOI (vnlaininga ceDC ] copyrighT st'al constitlltes an infringemcnt oj"Cnpyrighf. On(1" sign this comraet if the dommenl cowr page beIJrs a CCDC ] copyright sea/to demof/slrate that il [~ intended by the panies to be an ace/wale and unamended l.l'rsion olCCDC 2- 1994 exapt to the ex/em Iha! t1l1yuftl'rurinlls. Ildditir!lls ormoJijiwtirms lire .\'l'Iforrh ill slIl'pll'nlt'lItury mllJilrOl/s. I I I I 5.9.1 GC 5.9 NON-CONFORMING WORK I No payment by the Owner under the Contract nor partial or entire use or occupancy of the Work by the Owner shall constitute an acceptance of any portion of the Work or Products which are not in accordance with the requirements of the Contract Documents. PART 6 CHANGES IN THE WORK I I 6.1.1 GC 6.1 CHANGES I 6.1.2 The Owner, through the Consultant, without invalidating the Contract, may make changes in the Work consisting of additions, deletions, or other revisions to the Work by Change Order or Change Directive. The Contractor shall not perform a change in the Work without a Change Order or a Change Directive. I 6.2.1 GC 6.2 CHANGE ORDER I 6.2.2 I I When a change in the Work is proposed or required, the Consultant shall provide a notice describing the proposed change in the Work to the Contractor. The Contractor shall present, in a fonn acceptable to the Consultant, a method of adjustment or an amount of adjustment for the Contract Price, if any, and the adjustment in the Contract Time, if any, for the proposed change in the Work. When the Owner and Contractor agree to the adjustments in the Contract Price and Contract Time or to the method to be used to determine the adjustments, such agreement shall be effective inunediately and shall be recorded in a Change Order, signed by Owner and Contractor. The value of the work performed as the result of a Change Order shall be included in applications for progress payment. 6.3.1 GC 6.3 CHANGE DIRECTIVE I 6.3.2 I I 6.3.3 I 6.3.4 I I I If the Owner requires the Contractor to proceed with a change in the Work prior to the Owner and the Contractor agreeing upon the adjustment in Contract Price and Contract Time, the Owner, through the Consultant, shall issue a Change Directive. Upon receipt of a Change Directive, the Contractor shall proceed promptly with the change in the Work. The adjustment in the Contract Price for a change carried out by way of a Change Directive shall be determined on the basis of the cost of expenditures and savings to perform the work attributable to the change. If a change in the Work results in a net increase in the Contract Price, an allowance for overhead and profit shall be included. If a change in the Work results in a net decrease in the Contract Price, the amount of the credit shall be the net cost, without deduction for overhead or profit. When both additions and deletions covering related work or substitutions are involved in a change in the Work, the allowance for overhead and profit shall be calculated on the basis of the net increase, if any, with respect to that change in the Work. The Contractor shall keep and present, in such form as the Consultant may require, an itemized accounting of the cost of expenditures and savings referred to in paragraph 6.3.2 together with supporting data. The cost of performing the work attributable to the Change Directive shall be limited to the actual cost of all of the following: .1 wages and benefits paid for labour in the direct employ of the Contractor under applicable collective bargaining agreements, or under a salary or wage schedule agreed upon by the Owner and Contractor, I CCDC 2 -1994 File 00712 21 This contract is protected by Copyright. Use of a CCDC 2 document not containing a CeDe 2 copyright seal constitutes an infringement of Copyright. Only sign this contract (the documenJ cover page bears a CeDe 2 copyright seal to demonstrate that it is intended by the parties to be an accurate and unamended version ofCeDC 2- 1994 except to the extem that any alterations, additions or modifications are setJanh ill supplementary conditions. 6.3.5 6.3,6 6.3.7 I .2 salaries, wages, and benefits of the Contractor's oftlce personnel engaged in a technical capacity and other personnel at shops or on the road, engaged in expediting the production or transportation of materials or equipment; I I .3 contributions. assessments, or taxes incurred for such items as unemployment insurance. provincial health insurance, workers' compensation, and Canada or Quebec Pension Plan, insofar as such cost is based on wages, salaries, or other remuneration paid to employees of the Contractor and included in the cost of the work as provided in paragraphs 6.3.4.1 and 6.3.4.2: I .4 travel and subsistence expenses of the Contractor's personnel described in paragraphs 6.3.4.1 and 6.3.4.2: I .5 the cost of all Products including cost of transportation thereof: I .6 the cost of materials, supplies, equipment, temporary services and facilities, and hand toots not owned by the workers, including trans(Xlrtation and maintenance thereof, which are consumed: and cost less salvage value on such items used but not consumed, which remain the property of the Contractor: I ,7 rental cost of all tools, machinery. and equipment, exclusive of hand tools, whether rented from or provided by the Contractor or others, including installation. minor repairs and replacements, dismantling, removal, transportation and delivery cost thereof; I .8 deposits lost: I .9 the amounts of all subcontracts: .10 the cost of quality assurance such as independent inspection and testing services; I .11 charges levied by authorities having jurisdiction at the Place of the Work: .12 royalties, patent license fees, and damages for infringement of patents and cost of defending suits therefor subject always to the Contractor's obligations to indemnify the Owner as provided in para!:o'Taph 10.3.] ot GC 103, PATENT FEES, I .13 any adjustment in premiums for all bonds and insurance which the Contractor IS required, by the Contract Documents, to purchase and maintain: I .14 any adjustment in taxes and duties for which the Co11fractor is liable; I .15 charges for long distance telephone and facsimile communications, courier services, expressage, and petty cash items incurred; I .16 the cost of removal and disposal of waste products and debris; .17 cost incurred due to emergencies affecting the safety of persons or property: I Pending determination of the tinal amount of a Change Directive, the undisputed value of the work performed as the result of a Change Directive is eligible to be included in progress payments. I If the OH!ller and COlltractor do not agree on the proposed adjustment in the Contract Time or the method of determining it. the adjustment shall be referred to the Consultant for determination. If at any time after the start of the work directed by a Change Directive, the Owner and the Contractor reach agreement on the adjustment to the Contract Price and to the Contract Time. this agreement shall be recorded in a Change Order signed by O..vner and Contractor. I I CCDC 2,1994 File 00712 22 This cantracr is pro/ecred by Copyrighl. Use ofa CCDe 2 drN;lIIllem not ronraininga ceDe 2 cOPy,'ight seal cons/im/es an inti-ingement of Copy rig In On(r sign Ihi.l contracl iflhe document rowr page bt'ars a CeDC :1 coplTighr seal to demonstrate Iha/ it is intended by the panics tn bc an an:llrule and unamended renion of ceDe 1 - 1994 exct!pt to tile t!.ttelllthar mn alrerurio/ls. additio/J.\' or mmiifiwtio/l)' an:, ,\.t!1 jimlz ill .\JI/Jp!r:'melllarY ({mdiriol1.l. I I I I 6.4.\ GC 6,4 CONCEALED OR UNKNOWN CONDITIONS [f the Owner or the C011fractor discover conditions at the Place of the Work which are: I I I 6.4.2 I 6.4.3 I I .J subsurface or otherwise concealed physical conditions which existed before the commencement of the Work which differ materially from those indicated in the Contract Documents; or .2 physical conditions of a nature which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents; then the observing party shall notify the other party in writing before conditions are disturbed and in no event later than 5 Working Da,vs after first observance of the conditions. The Consultant will promptly investigate such conditions and make a finding. If the finding is that the conditions differ materially and this would cause an increase or decrease in the Contractor's cost or time to perform the Work, the Consultant, with the Owner's approval, shall issue appropriate instructions for a change in the Work as provided in GC 6.2 ,CHANGE ORDER or GC 6.3 ,CHANGE DIRECTIVE. If the Consultant finds that the conditions at the Place of the Work are not materially different or that no change in the Contract Price or the Contract Time is justified, the Consultant shall report the reasons for this finding to the Owner and the Contractor in writing. GC 6.5 DELAYS I 6.5.1 If the Contractor is delayed in the performance of the Work by an action or omission of the Ol-1!ner, Consultant, or anyone employed or engaged by them directly or indirectly, contrary to the provisions of the Contract Documents, then the Contract Time shall be extended for such reasonable time as the Consultant may recommend in consultation with the Contractor. The Contractor shall be reimbursed by the Owner for reasonable costs incurred by the Contractor as the result of such delay. I 6.5.2 I I 6.5.3 I I 6.5.4 I 6.5.5 I I If the Contractor is delayed in the performance of the Work by a stop work order issued by a court or other public authority and providing that such order was not issued as the result of an act or fault of the Contractor or any person employed or engaged by the Contractor directly or indirectly, then the Contract Time shall be extended for such reasonable time as the Consultant may recommend in consultation with the Contractor. The Contractor shall be reimbursed by the Owner for reasonable costs incurred by the Contractor as the result of such delay. If the Contractor is delayed in the performance of the Work by labour disputes, strikes, lock-outs (including lock-outs decreed or recommended for its members by a recognized contractors' association, of which the Contractor is a member or to which the Contractor is otherwise bound), fire. unusual delay by common carriers or unavoidable casualties, or without limit to any of the foregoing, by a cause beyond the Contractor's control, then the Contract Time shall be extended for such reasonable time as the Consultant may recommend in consultation with the Contractor. The extension of time shall not be less than the time lost as the result of the event causing the delay, unless the Contractor agrees to a shorter extension. The Contractor shall not be entitled to payment for costs incurred by such delays unless such delays result from actions by the Owner. No extension shall be made for delay unless notice in writing of claim is given to the Consultant not later than 10 Working Days after the commencement of delay. providing however, that in the case of a continuing cause of delay only one notice of claim shall be necessary. If no schedule is made under paragraph 2.2.9 of GC 2.2 - ROLE OF THE CO:'\SULTANT, no claim for delay shall be allowed because of failure of the Consultant to furnish instructions until 10 Working Days after demand for such instructions has been made and not then, unless the claim is reasonable. CCDC 2 - 1994 File 00712 ?' -" I This con/mel is pro/ecled by Copyright. Use of a CCDC:: documem nOl containing a CCDC ] copyright seal cOns/ilules an infringement of Copyright. Only sign this COn/raet i(the doCI/ment mwr. page hears a CCDC :: copI'right seal 10 demonstrale that i/ is intended b,.llIe parties to be an accurale and unamended Vf'rsion o(CCDC ]- /994 I'.YCI:'P/ to rIle eX/I'll/ t1u.tt (lilY altera/i(!/Js. addiliolls or ll/odijic(){iol1.l. are sel fimh ill slfllplemI'IIIW)' cOllditlons I I PART7 DEFAULT NOTICE GC 7.1 OWNER'S RIGHT TO PERFORM THE WORK, STOP THE WORK, OR TERMINATE THE CONTRACT I 7,1.1 7.1.2 7,1.3 7.1.4 7.1.5 If the Contractor should be adjudged bankrupt, or makes a general assignment for the benefit of creditors because of the Contractor's insolvency, or if a receiver is appointed because of the Contractor's insolvency, the O~'vner may, without prejudice to any other right or remedy the Owner may have, by giving the Contractor or receiver or trustee in bankruptcy notice in writing, terminate the Contract. I I If the Contractor should neglect to prosecute the Work properly or othetwise fails to comply with the requirements of the Contract to a substantial degree and if the Consultant has given a written statement to the fAt.,ner and Contractor that sufficient cause exists to justify such action, the Owner may, without prejudice to any other right or remedy the Owner may have, notify the Contractor in writing that the Contractor is in default of the Contractor's contractual obligations and instruct the Contractor to correct the default in the 5 Working Days irmnediately following the receipt of such notice. I I If the default cannot be corrected in the 5 Working Days specified, the Contractor shall be in compliance with the Owner's instructions if the Contractor: I .1 commences the correction of the default within the specified time, and .2 provides the Owner with an acceptable schedule for such correction, and I .3 corrects the default in accordance with such schedule. If the Contractor fails to correct the default in the time specified or subsequently agreed upon, without prejudice to any other right or remedy the Owner may have, the Owner may: I ,\ correct such default and deduct the cost thereof from any payment then or thereafter due the Contractor provided the Consultant has certified such cost to the Owner and the Contractor, or I .2 tenninate the Contractor's right to continue with the Work in whole or in part or tenninate the Contract. If the Owner tenninates the Contractor's right to continue with the Work as provided in paragraphs 7.1 I and 7.1.4. the OWI/er shall be entitled to: I .J take possession of the Work and Products~ utilize the construction machinery and equipment; subject to the rights of third parties, tinish the Work by whatever method the Owner may consider expedient, but without undue delay or expense, and I .2 withhold further payment to the Contractor until a final certificate for payment is issued, and I .3 charge the Contractor the amount by which the full cost of tinishing the Work as certified by the Consultant, including compensation to the Consultant for the Consultant's additional services and a reasonable allowance as determined by the Consultant to cover the cost of corrections to work perfonned by the Contractor that may be required under GC 11.3 - VlARRANTY, exceeds the unpaid balance of the Contract Price~ however, if such cost of finishing the Work is less than the unpaid balance of the Contract Price, the Owner shall pay the Contractor the difference, and I I .4 on expiry of the warranty period, charge the Contractor the amount by which the cost of corrections to the Contractor's work under GC 12.3 - '^' ARRANTY exceeds the allowance provided for such corrections, or if the cost of such corrections is less than the allowance, pay the Contractor the difference. I CCDC2-1994FileOO712 24 I This conl,'uCI is protecled by Capyrighl Use ala CeDe:! docl/ment not ccmwining () ceDe.:! copyright seal conslillltes an inji-ingemen! oj'Copyrlglll. Gilly sign this contracl it",he dOCl/men! COt'er page bears () ceDC :! copyright sea/lo demonslmte tllal II is inlended by Ihe pOJ1ies 10 he an acc/wate and unamended H'I.sion afCeDe :!- 1994 exucpt 10 file rXfellf tl1ar /lilY (/Irerotiom. adJilim/S or !IIt!(.lIjicariollJ an! Iet forth ill .\'IIPlllemeIlW,.y (OIu/irir!/ls. I I I 7.1.6 I The Contractor's obligation under the Contract as to quality, correction, and warranty of the work performed by the Contractor up to the time of termination shall continue in force after such termination, I 7.2.1 GC 7.2 CONTRACTOR'S RIGHT TO STOP THE WORK OR TERMINA TE THE CONTRACT I 7.2.2 I I 7.2,3 I I I I 7.2.4 I I 7.2.5 I If the Owner should be adjudged bankrupt, or makes a general assignment for the benefit of creditors because of the Owner's insolvency, or if a receiver is appointed because of the Owner's insolvency, the Contractor may, without prejudice to any other right or remedy the Contractor may have. by giving the OHmer or receiver or trustee in bankruptcy notice in writing, terminate the Contract. If the Work should be stopped or otherwise delayed for a period of 30 days or more under an order of a court or other public authority and providing that such order was not issued as the result of an act or fault of the Contractor or of anyone directly or indirectly employed or engaged by the Contractor, the Contractor may, without prejudice to any other right or remedy the Contractor may have, by giving the Owner notice in writing, terminate the Contract. The Contractor may notify the Owner in writing, with a copy to the Consultant, that the Owner is in default of the Owner's contractual obligations if: .1 the Owner fails to furnish, when so requested by the Contractor, reasonable evidence that financial arrangements have been made to fultill the Owner's obligations under the Contract, or .2 the Consultant fails to issue a certificate as provided in GC 5_~ PRC)GRESS PAYMENT, or .3 the Owner fails to pay the Contractor when due the amounts certified by the Consultam or awarded by arbitration or court, or .4 the Owner violates the requirements of the Contract to a substantial degree and the Consultant, except for GC 5,1 ,FINANCING INFORMATION REQUIRED OF THE OWNER, confinns by written statement to the Contractor that sufficient cause exists. The Contractor's notice in writing to the Owner provided under paragraph 7.2.3 shall advise that if the default is not corrected within 5 Working Days following the receipt of the notice in writing, the Contracror may, without prejudice to any other right or remedy the Contractor may have, stop the Work or terminate the Contract. If the Contractor terminates the Contract under the conditions set out above, the Contractor shall be entitled to be paid for all work performed including reasonable profit, for loss sustained upon Products and construction machinery and equipment, and such other damages as the Contractor may have sustained as a result of the termination of the Contract. PART 8 DISPUTE RESOLUTION I I 8,1.1 GC 8.1 AUTHORITY OF THE CONSULTANT I Differences between the parties to the Contract as to the interpretation, application or administration of the Contract or any failure to agree where agreement between the parties is called for, herein collectively called disputes, which are not resolved in the first instance by findings of the COflSultant as provided in GC 2.2 ROLE OF THE CONSULTANT, shall be settled in accordance with the requirements of Part 8 of the General Conditions - DISPUTE RESOLUTION. I 8.1.2 If a dispute arises under the Contract in respect of a matter in which the Consultant has no authority under the Contract to make a finding, the procedures set out in paragraph 8, IJ and paragraphs 8.2.3 to 8.2.8 of CCDC 2 - 1994 File 00712 25 I This conrract is protected by Copyright Use ora eeDe 2 dOClmWnI nOI contuiningu eeDC 2 copyright scal nmsritules an infNngement o(Copyrighr. Only sign this cIIIl/ruct if the docl/ment cover page bears a CeDe 2 copyright seal to demomtrule that il is inlended bl' the parties to be an u('ClIItlle ami unamended version orCeDe :1- 1994 I'xapt 10 the atelll rlwl allY altrr<ltiol1.\. addiliol1.\- O( mmllj[Cmirms are II!r jilrtll ill .I'u/lplememar.,. ['(mJitir!/1s 8.1.3 I I GC 8.2 - NEGOTIATION, MEDIATION, AND ARBITRATION, and in GC 8,.1 ,RETENTION OF RIGHTS apply to that dispute with the necessary changes to detail as may be required. I If a dispute is not resolved promptly, the Consultant shall give such instructions as in the Consultant's opinion are necessary for the proper perfonnance of the Work and to prevent delays pending settlement of the dispute. The parties shall act immediately according to such instructions. it being understood that by so doing neither party will jeopardize any claim the party may have. If it is subsequently determined that such instructions were in error or at variance with the Contract Documents, the Owner shall pay the Contractor costs incurred by the Contractor in carrying Qut such instructions which the Contractor was required to do beyond what the Contract Documents correctly understood and interpreted would have required, including costs resulting from interruption of the Work. I I 8.2.1 GC 8.2 NEGOTIATION, MEDIATION, AND ARBITRATION I 8.2.2 8.2.3 8.2.4 8.2.5 8.2.6 8.2,7 In accordance with the latest editinn of the Rules for Mediation of CCDC 2 Construction Disputes, the parties shall appoint a Project Mediator I .1 within 30 days after the Contract was awarded, or .2 if the parties neglected to make an appointment within the 30 day period, within 15 days after either party by notice in writing requests that the Project Mediator be appointed. I A party shall be conclusively deemed to have accepted a finding of the Consultant under GC 2.2 - ROLE OF THE CONSULTANT and to have expressly waived and released the other party from any claims in respect of the particular matter dealt with in that finding unless, within 15 Working Days after receipt of that finding, the party sends a notice in writing of dispute to the other party and to the Consulrant, which contains the particulars of the matter in dispute and the relevant provisions of the Contract Documents. The res(X)nding party shall send a notice in writing of reply to the dispute within 10 Working Days after receipt of the notice of dispute setting out particulars of this response and any relevant provisions of the Contract Documents. I I The parties shall make all reasonable efforts to resolve their dispute by amicable negotiations and agree to provide, without prejudice, frank, candid and timely disclosure of relevant facts, information. and documents to facilitate these negotiations. I I After a period of 10 Working Days following receipt of a responding party's notice in writing of reply under paragraph 8.2.2, the parties shall request the Project Mediator to assist the parties to reach agreement on any unresolved dispute. The mediated negotiations shall be conducted in accordance with the latest edition of the Rules for Mediation of CCDe 2 Construction Disputes. I If the dispute has not been resolved within 10 Working Days after the Project Mediator was. requested under paragraph 8.2.4 or within such further period agreed by the parties, the Project Mediator shall terminate the mediated negotiations by giving notice in writing to both parties. I By giving a notice in writing to the other party. not later than 10 Working Da.vs after the date of termination of the mediated negotiations under paragraph 8.2.5. either party may refer the dispute to be finally resolved by arbitration under the latest edition of the Rules for Arbitration of CCDC 2 Construction Disputes. The arbitration shall be conducted in the jurisdiction of the Place a/the Work. I On expiration of the 10 Working Days. the arbitration agreement under paragraph 8.2.6 is not binding on the parties and, if a notice is not given under paragraph 8.2.6 within the required time, the parties may refer the unresolved dispute to the courts or to any other form of dispute resolution, including arbitration. which they have agreed to use. I I CCDC 2 - 1994 File 00712 26 I This CO/1fl"act is prolCcted by Copyright Use qf a CCDC 2 dOC!lmenl not containing (J eeDC :1 copyright seal conslilUles an infringement of Copyright. On(>' sig" this contract if the dOCl/ltwnt col"er page bears a CeDe:: copyright seal to demonstrute that ir is intended hy the parties to be an accllIdte and III/amended vel'sinn of ceDe :1-- /994 ncept tll the e.\tem t/Illr allY alreratiol/s. addirions or I/lodijlmtio/l.\' are yetI on/! in .\IIllple/llelllan' mndit;o//I I I I 8.2.8 I I I I If neither party requires by notice in writing given within 10 Working Days of the date of notice requesting arbitration in paragraph 8.2.6 that a dispute be arbitrated immediately, all disputes referred to arbitration as provided in paragraph 8.2.6 shall be .1 held in abeyance until (I) Substantial Performance of the Work, (2) the Contract has been terminated, or (3) the Contractor has abandoned the Work, whichever is earlier, and .2 consolidated into a single arbitration under the rules governing the arbitration under paragraph 8.2.6. 8.3.1 GC 8.3 RETENTION OF RIGHTS I I 8.3.2 I I It is agreed that no act by either party shall be construed as a renunciation or waiver of any rights or recourses, provided the party has given the notices required under Part 8 of the General Conditions - DISPUTE RESOLUTION and has carried out the instructions as provided in paragraph 8.1.3. Nothing in Part 8 of the General Conditions - DISPUTE RESOLUTION shall be construed in any way to limit a party from asserting any statutory right to a lien under applicable lien legislation of the jurisdiction of the Place of the Work and the assertion of such right by initiating judicial proceedings is not to be construed as a waiver of any right that party may have under paragraph 8.2.6 to proceed by way of arbitration to adjudicate the merits of the claim upon which such a lien is based. PART 9 PROTECTION OF PERSONS AND PROPERTY I 9.1.1 GC 9.1 PROTECTION OF WORK AND PROPERTY I I 9.1.2 I 9,/,3 I I The Contractor shall protect the Work and the Owners property and property adjacent to the Place of the Work from damage which may arise as the result of the Contractor's operations under the Contract, and shall be responsible for such damage, except damage which occurs as the result of: .1 errors in the Contract Documents: .2 acts or omissions by the Owner, the Consultaflt, other contractors, their agents and employees. Should the Contractor in the performance of the COllfract damage the Work, the Ol;\/ller'S property, or property adjacent to the Place of the Work, the Comracror shall be responsible for the making good such damage at the Contractor's expense. Should damage occur to the Work or OWI/er's property for which the Contractor is not responsible, as provided in paragraph 9.1.1, the Contractor shall make gocx:l such damage to the Work and, if the Owner so directs, to the Owner's property. The Contract Price and Contract Time shall be adjusted as provided in GC 6.1 CHANGES. GC 6,2 - CHANGE ORDER. and GC 63 ,CHANGE DIRECTIVE. 9.2.1 GC 9.2 DAMAGES AND MUTUAL RESPONSIBILITY I I If either party to the Contract should suffer damage in any manner because of any wrongful act or neglect of the other party or of anyone for whom the other party is responsible in law, then that party shall be reimbursed by the other party for such damage. The reimbursing party shall be subrogated to the rights of the other party in respect of such wrongful act or neglect if it be that of a third party. CCDC 2 - 1994 File 00712 27 I This contracr is prolecled by COP.l1"igh/. Use qf a CCDC] documenl 1'101 ,'ontaininga CeDe 2 copyrighl seCl{ ,.onslilutes Cln inthngem<'nI ofCopyrighl. Only Sig'llhis contracl iflhe docllmenr co)"er page bew.s a ceDe] copyright seal 10 demonslrale thm if is inlended b.l' the parries to be WI (f('curale Clnd unamended l"e,~~ion of ceDe .2-- /994 excepllo Il1e <,.wentll1m ClIlY al/eralirm" additiorls ," modificmilms Clre sel fimh ill .wpplememan" ("ollditioll.\.. 9.2.2 9.2.3 9.2.4 I I Claims for damage under paragraph 9.2.1 shall be made in writing to the party liable within reasonable time after tbe first observance of such damage and if undisputed shall be confirmed by Change Order. Disputed claims shall be resolved as set out in Part 8 of the General Conditions DISPLffE RESOLUTION, I If the Contractor has caused damage to the work of another contractor on the Project, the Contractor agrees upon due notice to settle with the other contractor by negotiation or arbitration. If the other contractor makes a claim against the (h,ner on account of damage alleged to have been so sustained, the Owner shall notify the Contractor and may require the Contractor to defend the action at the Contractor's expense. The Contractor shall satisfy a final order or judgment against the Owner and pay the costs incurred by the Owner arising from such action. I I If the Contractor becomes liable to payor satisfy a final order, judgment, or award against the Owner, then the Contractor, upon undertaking to indemnify the Owner against any and all liability for costs, shall have the right to appeal in the name of the Owner such final order or judgment to any and all courts of competent jurisdiction. I 9.3,1 GC 9.3 TOXIC AND HAZARDOUS SUBSTANCES AND MATERIALS and I 9.3.2 9.3.3 9.3.4 9.3.5 For the purposes of applicable environmental legislation, the Owner shall be deemed to have control management of the Place of the Work with respect to existing conditions. I Prior to the Contractor commencing the Work, the Owner shall .1 take all reasonable steps to determine whether any toxic or hazardous substances or materials are present at the Place of the Work, and I .2 provide the Consultant and the Contractor with a \\fritten list of any such substances and materials. I The Owner shall take all reasonable steps to ensure that no person suffers injury, sickness, or death and that no property is injured or destroyed as a result of exposure to, or the presence of, toxic or hazardous substances or materials which were at the Place of the Work prior to the Contractor commencing the Work. I Unless the Contract expressly provides otherwise, the Owner shall be responsible for taking all necessary steps, in accordance with legal requirements, to dispose of, store or otherwise render harmless toxic or hazardous substances or materials which were present at the Place of the Work prior to the Contractor commencing the Work. I If the Contractor I .1 encounters toxic or hazardous substances or materials at the Place of the Work, or .2 has reasonable grounds to believe that toxic or hazardous substances or materials are present at the Place of the Work, I which were not disclosed by the Owner, as required under paragraph 9.3.2, or which were disclosed but have not been dealt with as required under paragraph 9.3.4, the Contractor shall I .3 take all reasonable steps, including stopping the Work, to ensure that no person suffers injury. sickness, or death and that no property is injured or destroyed as a result of exposure to or the presence of the substances or materials, and I .4 immediately report the circumstances to the Consultant and the Owner in writing. I CCDC 2 - 1994 File 00712 28 I This ,'onrr<K'/ i.1 protected hy Copyright, Use ola CCDC :! document /lor containillg a CCDe ] copyright seal consrirutes an in/hngel/1Imt o(Copydght. Oll~r sign this contract i(the domment caver page bears a CeDe] copyrighl sea/lo demonslrate that it if intended by the pal1ies to be VII accurate and lmamended rt'rsioll o(CCDC 1- 1994 excelJl /() Ihe eHell1 that UIlI ullemlirms, udJitioll.1 or lI(oJijiwlinlls an' setjilfth ill .\'IffJplemen/Ur: cmu/iliull.\' I I I 9.3.6 I I 9.3.7 I 9.3,8 I I 9.3,9 I I If the Contractor is delayed in performing the Work or incurs additional costs as a result of taking steps required under paragraph 9.3.5.3, the Contract Time shall be extended for such reasonable time as the Consultant may recommend in consultation with the Contractor and the Contractor shall be reimbursed for reasonable costs incurred as a result of the delay and as a result of taking those steps. Notwithstanding paragraphs 2,2.6 and 22,7 or GC 2.2 ' ROLE OF THE CONSULTANT, or paragraph 8.1,1 or GC 8,1 AUTHORITY OF THE CONSULTANT. the Consultant may select and rely upon the advice of an independent expert in a dispute under paragraph 9.3.6 and, in that case, the expert shall be deemed to have been jointly retained by the Owner and the Contractor and shall be jointly paid by them. The Owner shall indemnify and hold harmless the COnTractor, the Consultant, their agents and employees, from and against claims, demands, losses, costs, damages, actions, suits, or proceedings arising out of or resulting from exposure to, or the presence of, toxic or hazardous substances or materials which were at the Place of the Work prior to the Contractor commencing the Work. This obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity set out in GC 12,] , INDEMNIFICA nON or which otherwise exist respecting a person or party described in this paragraph. GC 9.3 - TOXIC AND HAZARDOUS SUBSTANCES AND MATERIALS shall govern over the provisions of paragraph 1.3.1 of GC 1,3 RIGHTS AND REMEDIES or GC 92 - DAMAGES AND MUTUAL RESPONSIBILITY. PART 10 GOVERNING REGULATIONS GC 10.1 TAXES AND DUTIES I 10.1.1 The Contract Price shall include all taxes and customs duties in effect at the time of the bid closing except for Value Added Taxes payable by the Owner to the Contractor as stipulated in Article A-4 of the AgreelTlent CONTRACT PRICE. I 10.1.2 Any increase or decrease in costs to the Contractor due to changes in such included taxes and duties after the time of the bid closing shall increase or decrease the Contract Price accordingly. I GC 10.2 LAWS, NOTICES, PERMITS, AND FEES I 10.2.1 The laws of the Place of the Work shall govern the Work. I 10.2.2 The Owner shall obtain and pay for the building pennit, permanent easements, and rights of servitude. The Contractor shall be responsible for permits, licenses, or certificates necessary for the performance of the Work which were in force at the date of bid closing. I 10.2.3 The Contractor shall give the required notices and comply with the laws, ordinances, rules, regulations, or codes which are or become in force during the per1"ormance of the Work and which relate to the Work, to the preservation of the public health, and to construction safety. 10.2.4 The Contractor shall not be responsible for verifying that the Contract Documents are in compliance with the applicable laws, ordinances, rules, regulations, or codes relating to the Work. If the Contract Documents are at variance therewith, or if, subsequent to the date of bid closing, changes are made to the applicable laws, ordinances, rules, regulations, or codes which require modification to the Contract Documents, the Contractor shall notify the Consultant in writing requesting direction immediately upon such variance or change becoming known. The Consultant will make the changes required to the Contract Documents as provided in GC 6.1 CHANGES, GC 6,2 - CHANGE ORDER. and (,C 6..' ,CHANGE DIRECTIVE. I I I I CCDC 2 - ] 994 File 00712 29 This contract is protected by Copyrighl U~e ora CCDC 2 document nofcOnlaininga CCDC 2 cOP.~1"ighl s,.a/ consrill/les an infi"ingemem o(Copyriglll. On~~' sign thi~ comrae! ifrhe document cm.a page bears a CCDC 2 copyrighl seal to demons/rule Ihut il is inlended by the purties 10 be an accurale and IInamended l'ersion ofCCDC 2- /994 except to the ex/em/hat any a/tau/illlls, addiriOlI.\" or modificatioll.\" are sel jnrih ill mppll'meltlur. frmdili(lIIx I I 10.2.5 If the Contractor fails to notify the Consultant in writing; and fails to obtain direction as required in paragraph 10.2.4; and performs work knowing it to be contrary to any laws, ordinances, rules, regulations, or codes; the Contractor shall be responsible for and shall correct the violations thereof; and shall bear the costs, expenses, and damages attributable to the failure to comply with the provisions of such laws, ordinances, rules, regulations. or codes. I I GC 10.3 PATENT FEES 10.3.1 The Contractor shall pay the royalties and patent licence fees required for the performance of the Contract. The Contractor shall hold the Owner harmless from and against claims, demands, losses, costs, damages, actions, suits, or proceedings arising out of the Contractors performance of the Contract which are attributable to an infringement or an alleged infringement of a patent of invention by the Contractor or anyone for whose acts tbe Contractor may be liable. I I 10.3.2 The Owner shall hold the Contractor harmless against claims, demands, losses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of the Contract which are attributable to an infringement or an alleged infringement of a patent of invention in executing anything for the purpose of the Contract, the model, plan, or design of which was supplied to the Contractor as part of the Contract Documents. I I GC 10.4 WORKERS' COMPENSATION 10.4.1 Prior to commencing the Work, Substantial Peiformance of tile Work, and the issuance of the final certificate for payment, the Contractor shall provide evidence of compliance with workers' compensation legislation at the Place of the Work, including payments due thereunder. I 10.4.2 At any time during the term of the Contract, when requested by the Owner, the Contractor shall provide such evidence of compliance by the Contractor and Subcontractors. I PART 11 INSURANCE - BONDS I GC 11.1 INSURANCE I 11.1.1 Without restricting the generality of GC 12.1 . INDEMNIDCATION, the Contractor shall provide, maintain, and pay for the insurance coverages specified in GC 1 I.l . INSURANCE. Unless otherwise stipulated, the duration of each insurance policy shall be from the date of commencement of the Work until the date of the final certificate for payment. Prior to commencement of the Work and upon the placement, renewal. amendment, or extension of all or any part of the insurance, the Contractor shall promptly provide the Owner with confumation of coverage and, if required, a certified true copy of the policies certified by an authorized representative of the insurer together with copies of any amending endorsements. I I .1 General Liability Insurance: I General liability insurance shall be in the joint names of the Contractor, the Owner, and the Consultant, with limits of not less than $2,000,000 per occurrence and with a property damage deductible not exceeding $2,500. The insurance coverage shall not be less than the insurance required by mc Form 2100, or its equivalent replacement, provided that mc Form 2100 shall contain the latest edition of the relevant eeDe endorsement form. To achieve the desired limit, umbrella, or excess liability insurance may be used. All liability coverage shall be maintained for completed operations hazards from the date of Substantial Peiformance of the Work, as set out in the certificate of Substantial Peiformance of the Work, on an ongoing basis for a period of 6 years following Substantial Peiformance of the Work. Where the Contractor maintains a single, blanket policy, the addition of the Owner and the Consultant is limited to liability arising out of the Project and all operations necessary or incidental thereto. The policy shall be CCDC 2 - 1994 File 00712 30 This contract is pro1ected by Copyrighl. Use of a CCDC 2 document nor containing a CCDC 2 copyright seal constitutes an iJifringement of Copyright. Only sign this contract if the document cover page bears a CCDC 2 copyright seal 10 demonslrate thai il is intended by the parties to be an accurate and unamended version afCCDC 2- 1994 except to the extent that all}' alterations, additions or modificatiom are setjonh in su.pplementafJ' conditions. I I I I I I I endorsed to provide the Owner with not less than 30 days notice in writing in advance of any cancellation, and of change or amendment restricting coverage. .2 Automobile Liability Insurance: I Automobile liability insurance in respect of licensed vehicles shall have limits of not less than $2,000,000 inclusive per occurrence for bodily injury, death, and damage to property, covering all licensed vehicles owned or leased by the Contractor, and endorsed to provide the Owner with not less than 15 days notice in writing in advance of any cancellation, change or amendment restricting coverage. Where the policy has been issued pursuant to a government-operated automobile insurance system, the Contractor shall provide the Owner with confIrmation of automobile insurance coverage for all automobiles registered in the name of the Contractor. I I .3 Aircraft and Watercraft Liability Insurance: I Aircraft and watercraft liability insurance with respect to owned or non-owned aircraft and watercraft if used directly or indirectly in the performance of the Work, including use of additional premises, shall be subject to limits of not less than $2,000,000 inclusive per occurrence for bodily injury, death, and damage to property including loss of use thereof and limits of not less than $2,000,000 for aircraft passenger hazard. Such insurance shall be in a form acceptable to the Owner. The policies shall be endorsed to provide the Owner with not less than ]5 days notice in writing in advance of cancellation, change, or amendment restricting coverage. I I .4 Property and Boiler and Machinery Insurance: I (I) "All risks" property insurance shall be in the joint names of the Contractor, the Owner, and the Consultant, insuring not less than the sum of the amount of the Contract Price and the full value, as stated in the Supplementary Conditions, of Products that are specified to be provided by the Owner for incorporation into the Work, with a deductible not exceeding $2,500. The insurance coverage shall not be less than the insurance required by mc Form 4042 or its equivalent replacement, provided that mc Form 4042 shall contain the latest edition of the relevant CCDC endorsement form. The coverage shall be maintained continuously until 10 days after the date of the final certificate for payment. I I (2) Boiler and machinery insurance shall be in the joint names of the Contractor, the Owner, and the Consultant for not less than the replacement value of the boilers, pressure vessels, and other insurable objects forming part of the Work. The insurance provided shall not be less than the insurance provided by the "Comprehensive Boiler and Machinery Form" and shall be maintained continuously from commencement of use or operation of the property insured and until 10 days after the date of the final certificate for payment. I I (3) The policies shall allow for partial or total use or occupancy of the Work. If because of such use or occupancy the Contractor is unable to provide coverage, the Contractor shall notify the Owner in writing. Prior to such use or occupancy the Owner shall provide, maintain, and pay for property and boiler insurance insuring the full value of the Work, as in sub-paragraphs (I) and (2), including coverage for such use or occupancy and shall provide the Contractor with proof of such insurance. The Contractor shall refund to the Owner the unearned premiums applicable to the Contractor's policies upon termination of coverage. I I (4) The policies shall provide that, in the case of a loss or damage, payment shall be made to the Owner and the Contractor as their respective interests may appear. The Contractor shall act on behalf of the Owner for the purpose of adjusting the amount of such loss or damage payment with the insurers. When the extent of the loss or damage is detennined, the Contractor shall proceed to restore the Work. Loss or damage shall not affect the rights and obligations of either party under the Contract except that the Contractor shall be entitled to such reasonable extension of Contract Time relative to I I CCDC 2 - 1994 File 00712 31 This contract is protected hy Copyright. Use of a CeDC 2 document '101 containing a CeDC 2 copyright seal constiiutf!$ an infringement of Copyright. Only sign this contract if the document cover page hears a eCDC 2 copyright seal to demonstrale that it is intended by the parties to he an accurate and IInamendedversion ofCCDC 2- 1994 except to lhe extent that any alterations. additions or modifications are selfonh in supplementary conditirms. I I I the extent of the loss or damage as the Consultant may recommend in consultation with the Contractor. I (5) The Contractor shall be entitled to receive from the Owner, in addition to the amount due under the Contract, the amount at which the Owner's interest in restoration of the Work has been appraised, such amount to be paid as the restoration of the Work proceeds and as provided in GC 5.2 APPLICATIONS FOR PROGRESS PAYMENT and GC 5.3 PROGRESS PAYMENT. In addition the Contractor shall be entitled to receive from the payments made by the insurer the amount of the Contractor's interest in the restoration of the Work. I (6) In the case of loss or damage to the Work arising from the work of another contractor, or Owner's Dvm forces, the Owner, in accordance with the Owner's obligations under paragraph 3.2.2.4 of GC 3.2 CONSTRUCTION BY OWNER OR OTHER CONTRACTORS, shall pay the Contractor the cost of restoring the Work as the restoration of the Work proceeds and as provided in GC 5.2 APPLICATIONS FOR PROGRESS PAYMENT and GC 5,3 - PROGRESS PAYMENT. I I .5 Contractors' Equipment Insurance: I "All risks" contractors' equipment insurance covering construction machinery and equipment used by the Cofltractor for the perfonnance of the Work, including ooiler insurance on temporary boilers and pressure vessels, shall be in a form acceptable to the Owner and shan not allow subrogation claims by the insurer against the OM--ner. The policies shall be endorsed to provide the Owner with not less than 15 days notice in writing in advance of cancellation. change, or amendment restricting coverage. Subject to satisfactory proof of financial capability by the Contractor for self-insurance, the Owner agrees to waive the equipment insurance requirement. I I 11.1.2 The Contractor shall be responsible for deductible amounts under the policies except where such amounts may be excluded from the Contractor's responsibility hy the terms of GC 9,1 ' PROTECTION OF WORK AND PROPERTY and GC 9,2, DAMAGES AND MUTUAL RESPONSIBILITY. I 11.1.3 Where the full insurable value of the Work is substantially less than the Contract Price, the (hmer may reduce the amount of insurance required or waive the course of construction insurance requirement. I 11.1.4 If the Contractor fails to provide or maintain insurance as required by the Contract Documents, then the Owner shall have the right to provide and maintain such insurance and give evidence to the Contractor and the Consultant. The Contractor shall pay the cost thereof to the Owner on demand or the Owner may deduct the amount which is due or may become due to the Contractor. I 11.1.5 All required insurance policies shall be with insurers licensed to underwrite insurance in the jurisdiction of the Place of the Work. I GC 11.2 BONDS I 11.2.1 The Contractor shall, prior to commencement of the Work or within the specified time, provide to the OHmer any surety bonds required by the Contract. I 11.2.2 Such bonds shall be issued by a duly licensed surety company authorized to transact a business of suretyship in the province or territory of the Place of the Work and shall be maintained in good standing until the fulfilment of the Contract. The form of such bonds shall be in accordance with the latest edition of the CeDe approved hond forms. I I ceDe 2 - 1994 File 00712 32 I This con/rutt ispra/i!cted hy Copyright Use ala CCDC 1 doellmentnot conlaining a CeDC 1 cop....righ/ seal cons/illites an infi-ingementofCopyright. On(l. _~ign this conn.ad if/he document cOl'er page beur5 U CeDC 1 eop)right sea/to demons/rate that i/ is illlended hy lhe pa/1ies /0 be un aCClIra/e and unam~>flded \'crsion qj"CCDC 1- 1994 eXl'ep/ 10 rht' ex/en/ Ilull WI)" a{/eratio/L\-. I1ddiliOlH or modi/ica/i()n~ an;' SIft forrh ill .\upplementurl' ClJ/1d;/;oll.\ I I I I I I I I I I I I I I I I I I I I . . PART \2 INDEMNIFICATION - WAIVER- WARRANTY GC \2,1 INDEMNIFICATION 12.1.1 The Contractor shall indemniJy and hold hannless the Owner and the Consultant, their agents and employees from and against claims, demands, losses, costs, damages, actions, suits, or proceedings (hereinafter called "claims"), by third parties that arise out of, or are attributable to, the Contractor's perfonnance of the Contract provided such claims are: .1 attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property, and .2 caused by negligent acts or omissions of the Contractor or anyone for whose acts the Contractor may be liable, and .3 made in writing within a period of6 years from the date of Substantial Peiformance qfthe Work as set out in the certificate of Substantial Performance of the Work, or within such shorter period as may be prescribed by any limitation statute of the province or territory of the Place of the Work. The Owner expressly waives the right to indemnity for claims other than those stated above. 12.1.2 The obligation of the Contractor to indemnify hereunder shall be limited to $2,000,000 per occurrence from the commencement of the Work until Substantial Performance o/the Work and thereafter to an aggregate limit of $2,000,000. 12.1,3 The Owner shall indemnifY and hold harmless the Contractor, the Contractors agents and employees from and against claims, demands, losses, costs, damages, actions, suits, or proceedings arising out of the Contractors performance of the Contract which are attributable to a lack of or defect in title or an alleged lack of or defect in title to the Place of the Work 12.1.4 GC 12.1 - INDEMNIFICATION shall govern over the provisions of paragraph 1.3,1 ofGC 1.3, RIGHTS Al\D REMEDIES or GC 9,2 - DAMAGES Al\D MUTUAL RESPONSIBILITY GC \2,2 WAIVER OF CLAIMS 12,2.1 Waiver of Claims by Owner As of the date of the final certificate for payment, the Owner expressly waives and releases the Contractor from all claims against the Contractor including without limitation those that might arise from the negligence or breach of contract by the Contractor except one or more of the following: .1 those made in writing prior to the date of the final certificate for payment and still unsettled; ,2 those arising from the provisions ofGC 12.1 - INDEMNIFICATION or GC 12.3 - WARRANTY; .3 those arising from the provisions of paragraph 9.3,5 of GC 9.3 ' TOXIC Al\D HAZARDOLS SUBST Al\CES AND MA TERJALS and arising from the Contractor bringing or introducing any toxic or hazardous substances and materials to the Place of the Work after the Contractor commences the Work. In the Common Law provinces GC 12.2.1.4 shall read as follows: .4 those made in writing within a period of6 years from the date of Substantial Peiformance a/the Work, as set out in the certificate of Substantial Peiformance of the Work, or within such shorter period as may be CCDC 2 - 1994 File 00712 33R Tbis eOlllrac/ is protee/ed by Copyright. Lise ofa CCDe :! doCllment not containing a eeDe:! copyright seal constilll/rs an inji.ingement oreopyright. OIl~1' sigll/his con/raet if Ihe doel/menl cover page bea!"s a eeDe:! copyright seal to demonstrate thm it is intelldrd b.l' the pm1ies to be an aeClfI"ate and unamended version orCeDC 1- /994 ecept to the extent that any alterations. additions or modifications are selfonh in supplemental>' conditions prescribed by any limitation statute of the province or territory of the Place of the Work and arising from any liability of the Contractor for damages resulting from the Contractors perfonnance of the Contract with respect to substantial defects or deficiencies in the Work for which the Contractor is proven responsible. As used herein "substantial defects or deficienciesll means those defects or deficiencies in the Work which affect the Work to such an extent or in such a manner that a significant part or the whole ofthe Work is unfit for the purpose intended by the Contract Documents. In the Province of Quebec GC 12,2.1.4 shall read as follows: .4 those arising under the provisions of Article 2118 of the Civil Code of Quebec. 12.2.2 Waiver of Claims by Contractor As of the date of the final certificate for payment, the Contractor expressly waives and releases the (ftvner from all claims against the Owner including without limitation those that might arise from the negligence or breach of contract by the (J>>:ner except: .1 those made in writing prior to the Contractor's application for final payment and still unsettled; and .2 those arising from the provisions of GC 9,3 - TOXIC AND HAZARDOUS SUBSTANCES AND MATERIALS or GC 10,3 - PATENT FEES, 12.2,3 GC 12.2 - WAIVER OF CLAIMS shall govern over the provisions of paragraph \.3,1 of GC 1.3 - RIGHTS AND REMEDIES or GC 9,2 - DAMAGES AND MUTUAL RESPONSIBILITY GC 12,3 WARRANTY 12.3.1 The warranty period with regard to the Contract is one year from the date of Substantial Peiformance ql the Work or those periods specified in the Contract Documents for certain portions of the Work or Products. 12.3.2 The Contractor shall be responsible for the proper performance of the Work to the extent that the design and Contract Documents permit such performance. 12.3.3 Except for the provisions of paragraph 12.3.6 and subject to paragraph 12.3.2. the Contractor shall correct promptly, at the Contractors expense, defects or deficiencies in the Work which appear prior to and during the warranty periods specified in the Contract Documents. 12.3.4 The Owner, through the Consultant, shall promptly give the Contractor notice in writing of observed defects and deficiencies that occur during the warranty period. 12.3.5 The Contractor shall correct or pay for damage resulting from corrections made under the requirements of paragraph 12.3.3, 12.3.6 The Contractor shall be responsible for obtaining Product warranties in excess of one year on behalf of the (hi.ner from the manufacturer. These Product warranties shall be issued by the manufacturer to the benefit of the (hi..ner. CCDC 2 - 1994 File 00712 34R This contract is protected hy Copyright. Use ofa CeDe 2 document nO! contairringa eeDe 2 cOPY"ight seal constitutes an inlringi.'mento{Copyrighr. On~r sign this contracT j(the dncunwnt corer page bears a CCDC 2 copyright sea! to demonstrote that it is intended by the parries to be an occlI/"ate ond /lnomended version olCCDC .:- 1994 eceptlo the extent that ony al/erations. odditions or modi/icatiolTS are setf0l1h in slIpplememary conditions. I .. .... I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I May 4, 2005 PHONE & COURIER ATTENTION: ALL BIDDERS Dear Sir/Madam: RE: ADDENDUM #1 TENDER CL2005-18 NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS Please replace page 2 "Schedule "A" Form of Tender" of the above noted tender document with the attached revision. All tenders submitted must be in accordance with this addendum, Yours truly, LouAnn Birkett, C.P.P., A.M.C.T. Purchasing Manager LAB/ld I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 2 OF 62 SCHEDULE "A" FORM OF TENDER 1. TENDER DOCUMENTS Tender documents are available from the Owner. 2. OWNER The Owner is: The Municipality of Clarington 40 Temperance Street Bowmanville, Ontario L 1C 3A6 905-6233379 & FAX 905 623-3330 3. CLOSING DATE The closing date is Monday, May 16, 2005 at 2:00:00 p.m. (local time) 4. SITE VISIT The Engineer and the Municipality will not be conducting a formal, pre-tender site tour of this project. Tenderers are required to undertake their own site inspection. To arrange a site vist contact George Acorn at 905-623-3379 ext 405. 5.0 ACCEPTANCE Acceptance of the successful tenderer conforming to the tender documents shall be at the discretion of the Municipality. The lowest or any tender not necessarily accepted. I I I I I I I I I I I I I I I I I I I C!!J!.mgron MUNICIPALITY OF CLARINGTON CL2005-18 NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CONTENTS: SCHEDULE (A) SCHEDULE (B) SCHEDULE (C) SCHEDULE (D) FORM OF TENDER PAGE 2-6 GENERAL REQUIREMENTS & INFORMATION TO BIDDERS PAGE 7-16 STANDARD TERMS AND CONDITIONS PAGE 17 - 25 CONTRACTOR'S SAFElY - POLICY, PROCEDURES, HEALTH & SAFElY PRACTICE FORM PAGE 26 - 36 SCHEDULE (E) SPECIFICATIONS - Engineered drawings (11 Pages Attached) A-Ol TO A-04, MOl TO M03 & EOl TO E04 PAGE 37 - 61 SCHEDULE (F) NOTICE OF NO BID PAGE 62 CLOSING TIME & DATE: 2:00:00 P.M (LOCAL TIME) MONDAY, MAY 16, 2005 NOTICE TO BIDDERS LATE BIDS WILL NOT BE ACCEPTED, BUT RETURNED UNOPENED TO THE RESPECTIVE BIDDER BIDS NOT SIGNED ARE SUBJECT TO REJECTION BIDS MUST BE lYPED OR IN INK ERASURES OR NOTICEABLE CHANGES MUST BE INITIALLED BY THE BIDDER BIDDERS MUST NOT INCLUDE RESTRICTIVE OR CONDITIONAL STATEMENTS TO ALTER THE FORMAT OR INTENT OF THE TENDER THE LOWEST OR ANY TENDER NOT NECESSARILY ACCEPTED . TENDER OPENING MEETING IS SCHEDULED TO TAKE PLACE IMMEDIATELY AFTER THE CLOSING TIME AND DATE, IN MEETING ROOM lA, 1ST FLOOR, 40 TEMPERANCE STREET, BOWMANVILLE. ONTARIO, AND INTERESTED BIDDERS ARE INVITED TO ATTEND. . TENDERS MUST BE RETURNED ON THE FORMS PROVIDED AND IN THE ENVELOPE PROVIDED, CLEARLY MARKED AS TO CONTENTS, PRIOR TO THE CLOSING TIME AND DATE. I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 2 OF 62 SCHEDULE "An FORM OF TENDER 1. TENDER DOCUMENTS Tender documents are available from the Owner. 2. OWNER The Owner is: The Municipality of Clarington 40 Temperance Street Bowmanville, Ontario L 1C 3A6 905-623 3379 & FAX 905 623-3330 3. CLOSING DATE The closing date is Monday, May 16, 2005 at 2:00:00 p,m. (local time) 4. SITE VISIT The Engineer and the Municipality will not be conducting a formal, pre-tender site tour of this project. Tenderers are required to undertake their own site inspection. To arrange a site vist contact George Acorn at 905-623-3379 ext 405. 5.0 ACCEPTANCE Acceptance of the successful tenderer conforming to the tender documents shall be at the discretion of the Municipality. The lowest or any tender not necessarily accepted. I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 3 OF 62 SCHEDULE "A" FORM OF TENDER (continued) TO: Municipality of Clarington RE: Newcastle Memorial Arena Canteen Upgrades IlWe hereby agree to supply all materials, labour, tools and equipment required to carry out the described work to renovate the Newcastle Memorial Arena Canteen. 1. The Total Stipulated Price ( excluding G.S.T. ) is composed of the following individual prices: 2.1 Interior renovations $31,500.00 2.2 Mechanical $ 3,500.00 2.3 Electrical $14,000.00 2.3 Contingency allowance $ 5,000.00 Total $54,000.00 2. And also agree that this Tender shall remain open for acceptance for the said time whether any other Tender has previously been accepted or not, 3. And also agree that in submitting this Tender. we recognize the Owner's right to accept any Tender submitted or to reject all Tenders, 4. And also agree that the awarding of a Contract, based on this Tender, shall constitute an acceptance of this Tender or such portion thereof as contained in the award of the Contract thereof, 5. And also agree that we will execute the Contract, within the time stipulated within the Municipality of Clarington General Conditions after presentation of the Contract for execution by the Owner or by anyone acting on behalf of the Owner, I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 4 OF 62 SCHEDULE "Au FORM OF TENDER (continued) 6. COMPLETION OF THE WORK OF THIS CONTRACT It is understood that time is of the essence for the project. And also agree to complete the Work in stages as identified within the instruction to bidders. As per contract reauirement. 4 weeks lead time. 4 weeks construction = 8 weeks total. (September 2.2005) ( Specify either as per contract requirements or indicate an earlier date if proposed schedule permits). 10.0 ALLOWANCES The following allowances which include overhead and profit are to be included in the stipulated price, These amounts will be drawn upon as required during the progress of the construction. All claims by the Contractor against I these allowances shall be carefully and clearly documented and shall require the approval of the Consultant prior to submission to the Municipality for acceptance. The contractor will be allowed I Contingency Allowance: $5,000.00 I 11.0 ALTERNATE WORK The Stipulated Price shall include the work and materials specified in the Tender I Documents. If the bidder wishes to propose work or materials other than that shown in the Tender Documents he shall name the alternative and shall show the corresponding addition to or deduction from the Stipulated Price. I The prices stated shall be for material in place and include charges for labour, materials, applicable taxes ( excluding GST ), clean-up and shall include I overhead and profit charges I Item Manufacturer Credit to Contract Roll Shutters ROLLAG Credit $700.00 I #6 Wire Feed UPGRADE Extra $600.00 Stainless Steel Serving UPGRADE Extra $1,300.00 I Counter I I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 5 OF 62 SCHEDULE "A" FORM OF TENDER (continued) THIS Tender is submitted by Insert names and addresses of person or corporation submitting (I) name: KRACO CARPENTRY SERVICE LTD. address: P.O. Box 14 . Bowmanville Signature: It is certified that the undersigned is/are authorized and empowered to sign and submit this Proposal. Authorized Signature: y (Print Name and Title): Rudv Kraavvanaer PhiL ()fU,'i;,tl)t;^'1 _ Complete whichever of (a) or (b) is applicable and strike out other (a) comprising the firm of carrying on business at OR (b) a company duly incorporated under the laws of Ontario and having its head office at Bowmanville I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 6 OF 62 SCHEDULE "A" FORM OF TENDER (continued) INFORMATION SHEET BIDDER'S REFERENCES Year On file. See Drevious work with ClarinQton. Description of Contract Name of Organization Contact Person Telephone Number Value of Contract Year Description of Contract Name of Organization Contact Person Telephone Number Value of Contract Please provide detail as to bidder's financial responsibility, (banker, etc.), references, auditor's name and address, etc., Duca Credit Union, Bowmanville Hobb Bakker Berain Hill Chartered Accountants. Oshawa I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 7 OF 62 SCHEDULE "B" GENERAL REQUIREMENTS AND INFORMATION TO BIDDERS 1.0 TENDERS 1.1 Tenders shall be submitted in the envelope provided that is clearly identified as to the tender and closing time for which it is submitted. Tender submissions must include the Form of Tender. 1.2 Late tenders will be returned unopened. 1.3 FAX submissions shall not be accepted or considered. 1.4 One copy of the tender on the form provided shall be submitted. All requested information shall be shown on the tender in the spaces provided. Tenders shall be typed or neatly hand-written in ink. As required by the tender form, tenders submitted by proprietorships shall be witnessed; tenders submitted by limited companies shall bear the corporation seal. 1.5 Direct questions of a technical nature during the tender period to the Engineer: Tom Kara P. Eng., Associate Project Manager Totten Sims Hubicki 300 Water Street Whitby, Ontario L 1 N 9J2 (905)668-9363 1.6 Questions that require a technical reply, interpretation or clarification and are therefore more than just editorial will be answered by an Addendum to be sent by FAX to all plan-takers. 1.7 For the tender and construction period the Municipality is represented by Mr. George Acorn or by his nominee. 1.8 Bidders must inspect the facility prior to preparing and submitting their tender. No claim for extra shall be permitted for the contractor's failure to inspect the work and working conditions prior to the submission of a bid. Prospective tenderers shall contact the Municipality to arrange access to inspect the dome during regular working hours. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 8 OF 62 SCHEDULE "B" GENERAL REQUIREMENTS AND INFORMATION TO BIDDERS 2.0 TENDER DEPOSIT All tender submissions shall be accompanied by a Bid Deposit in the form of a certified cheque, bank draft, money order or cash, payable to the Corporation of the Municipality of Clarington in the amount specified in the table below: TOTAL AMOUNT OF BID MINIMUM DEPOSIT REQUIRED $ 20,000.00 or less 20,000.01 to 50,000.00 50,000.01 to 100,000.00 100,000.01 to 250,000.00 250,000.01 to 500,000.00 500,000.01 to 1,000,000.00 1,000,000.01 to 2,000,000.00 2,000,000.01 and over $ 1,000.00 2,000.00 5,000.00 10,000.00 25,000.00 50,000.00 100,000.00 200,000.00 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 tenders valued over $50,000.00. Bid deposit must be enclosed in the envelope with your tender. All tender bid deposits will be returned to the respective bidders within ten (10) days after the Tenders have been opened except those of the two (2) low bidders, which shall be retained by the Municipality of Clarington until the successful bidder has executed the Contract. 2.1 Failure of the successful tenderer to provide the required certificates and enter into a contract shall be cause for the tender security cheque to be forfeit to the Municipality. 3.0 PERFORMANCE SECURITY A Performance Security will be requested from the successful bidder either in the amount of twenty (20%) of the total bid (cash, cheque certified by the Bank upon which it is drawn, bank cheque, money order, irrevocable bank letter of credit or approved Government bearer bonds - no interest shall be payable on any such deposit), or a performance in the amount of fifty percent (50%) of the total bid from a surety company organized by law to carry out business in the Province of Ontario, prior to the execution of a contract or the placing of an order. Such deposits will be retained until completion of the contract to the satisfaction of the Property Manager or his designate. The I I I I .' I I I I I I I I I I I I I I I I I I I I I I I I I I I I I, I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 9 OF 62 SCHEDULE "B" GENERAL REQUIREMENTS AND INFORMATION TO BIDDERS 3.0 PERFORMANCE SECURITY (continued) Performance Security may be reduced at various stages of the project, at the discretion of the Corporation. Failure of a tenderer to file a performance security within seven (7) days after being requested to do so shall be reason for rejecting the bid and accepting the next lowest or any tender or calling for new tenders. Said Letter of Credit shall be irrevocable, with no conditions, and with automatic extension. This Letter of Credit shall remain in force during the term of the Agreement. Upon the forfeiture of the contract by the Contractor, as provided by in the terms of this contract, the Municipality shall be entitled to draw on the Letter of Credit for liquidated damages in the amount of 20% of the tender as a result of the said Contractor's failure to comply with all terms and conditions of the contract, such sum being hereby established by the Contractor and the Municipality as a genuine pre-estimate of such liquidated damages. 4.0 RIGHT TO ACCEPT/REJECT TENDERS 4.1 The Municipality reserves the right to reject any or all tenders, or to accept any tender should it be deemed to be in its best interest to do so. 4.2 Tenders which are incomplete, conditional or obscure, or which contain additions not called for, or erasures, alterations, or irregularities of any kind, may be rejected as informal. 4.3 All tenders are prepared at the sole risk and cost of the tenderers. No payments shall be made to any tenderer regarding the preparation and submission of the tenders. 4.4 Each item in the Form of Tender shall be a reasonable price for such item. Under no circumstances will an unbalanced tender be considered. The Municipality will be the sole judge in this matter. 4.5 The Municipality reserves the right to request proof of satisfactory experience and sufficient plant and capital to successfully prosecute and complete the work within the specified time. Failure to provide such information when requested will be a sufficient cause for rejection of the tender. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 10 OF 62 5.0 EXECUTED AGREEMENT 5.1 The successful tenderer shall execute the Agreement (CCDC 1994) and furnish the required insurance certificates within five (5) working days after receipt of the Municipality's intent to award. See Supplementary Conditions, Item 8. 5.2 Failure of the successful tenderer to meet the above requirements will entitle the Municipality to cancel the award of the Contract and to retain the tender deposit as compensation for damages sustained due to the default of the successful tenderer. The Municipality may then elect to award the contract to one of the other tenderers, to not award the contract, and/or to take such other action as it may elect. warrants his work, labour, and materials for a period of twelve months following the date of acceptance of the finished work. 6.0 SUPPLEMENTARY CONDITIONS General 2) The Canadian Standard Construction Document for Stipulated Price, CCDC 2 - 1994, shall be amended as follows: SC1 Refer to GC 3.7 Supervisor .1 Add the following to the end of the last sentence of paragraph 3.7.1: "which reason shall be delivered in writing to the Owner and the Consultant at least 5 Working Days prior to the change." SC2 Refer to GC 5.1 Financing Information Required of the Owner .1 Delete paragraph 5.1.1 in its entirety. SC 3 Refer to GC 5.3 Progress Payment .1 Amend paragraph 5.3.1 as follows: change "10 days" to "10 Working Days." .2 Amend paragraph 5.3.2 as follows: change "5 days" to "30 days" SC 4 Refer to GC 5.4 Substantial Performance of the Work ,1 Amend the first line of paragraph 5.4.2 as follows: change "10 days" to "10 Working Days" .2 Amend the second line of paragraph 5.4,2 as follows: change "7 days" to "7 Working Days." SC 5 Refer to GC 5.5 Payment of Holdback upon Substantial Performance of the Work I I I I I I I I I I I I I I '. I I I I I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 11 OF 62 SCHEDULE "B" GENERAL REQUIREMENTS AND INFORMATION TO BIDDERS 6.0 SUPPLEMENTARY CONDITIONS (continued) .1 Add new paragraph 5.5.1.3 to read as follows: "Submit a Certificate of Publication, issued by a recognized Construction Trade Newspaper, confirming the date of publication of the certificate of Substantial Performance of the Work. .2 Delete paragraph 5.5.3 in its entirety. SC 6 Refer to GC 5.6 Progressive Release of Holdback .1 Delete GC 5.6 in its entirety. SC 7 Refer to GC 5.7 Final Payment .1 Amend the first line of paragraph 5.7.2 as follows: change "10 days" to "10 Working Days." .2 Amend the second line of paragraph 5.7.2 as follows: change "7 days" to "7 Working Days." .3 Amend paragraph 5.7.4 as follows: change "5 days" to "10 Working Days." .4 Add new paragraph, to be numbered 5.7.5, to read as follows: "Acceptance by the Contractor of the final payment shall constitute a waiver of claims by the Contractor against the Owner, except those previously made in writing in accordance with the Contract, as amended, and still unsettled. SC 8 Refer to GC 6.2 Change Order .1 Add the following to the end of the last sentence of paragraph 6.2.1: "within 10 Working Days of the date of issuance by the Consultant of the notice describing the proposed change in the Work." SC 9 Refer to GC 7.2 Contractor's Right to Stop the Work or Terminate the Contract .1 Amend paragraph 7.2.4 as follows: change "5 Working Days" to "10 Working Days." SC 10 Refer to GC 8.2 Negotiations, Mediation and Arbitration .1 Subsequent to paragraph 8.2.8, add the new paragraphs: "8.2.9 Within 5 days of receipt of the notice of arbitration by the responding party under paragraph 8.2.6 the Owner and the Contractor shall give the Consultant a written notice containing: CL2005-18 PAGE 12 OF 62 I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS SCHEDULE "B" GENERAL REQUIREMENTS AND INFORMATION TO BIDDERS 6.0 SUPPLEMENTARY CONDITIONS (continued) ".1 A copy of the notice of arbitration. ".2 A copy of Supplementary Condition SC 11 of the Contract. ".3 Any claims or issues which the Contractor or the Owner, as the case may be, wishes to raise in relation to the Consultant arising out of the issues in dispute in the arbitration. "8.2.10 The Owner and the Contractor agree that the Consultant may elect, within 10 days of the notice under paragraph 8.2.9, to become a full party to the arbitration under paragraph 8.2.6 if the Consultant: ".1 Has a vested or contingent financial interest in the outcome of the arbitration; ".2 Gives the notice of election to the Owner and the Contractor before the arbitrator is appointed; ".3 Agrees to be a party to the arbitration within the meaning of the rules referred to in paragraph 8.2.6; and, ".4 Agrees to be bound by the arbitral award made in the arbitration. "8.2.11 If the Consultant is not given the written notice required under paragraph 8.2.9, both the Owner and the Contractor are stopped from pursuing an action, counter claim or other proceeding or making an application against the Consultant arising out of the issues in dispute in the arbitration between the Owner and the Contractor under paragraph 8.2.6. "8.2.12 If an election is made under paragraph 8.2.10, the Consultant may participate in the appointment of the arbitrator and, notwithstanding the rules referred to in paragraph 8.2.6, the time period of reaching agreement on the appointment of the arbitrator shall begin to run from the date of the Owner issues I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 13 OF 62 SCHEDULE "B" GENERAL REQUIREMENTS AND INFORMATION TO BIDDERS 6.0 SUPPLEMENTARY CONDITIONS (continued) SC 11 or receives a copy of the notice or arbitration. "8.2.13 The arbitrator in the arbitration in which the Consultant has elected under paragraph 8.2.10 to become a full party may: ".1 On application of the Owner or the Contractor, determine whether the Consultant has satisfied the requirements of paragraph 8.2.10; and ".2 Make any procedural order consider necessary to facilitate the addition of the Consultant as a party to the arbitration. "8.2.14 The provisions of paragraph 8.2.9 shall apply mutatis mutandis to written notice to be given by the Consultant to any sub-consultant. "8.2.15 In the event of notice of arbitration given by the Consultant to a sub-consultant, the sub-consultant is not entitled to any election with respect to the proceeding as outlined in paragraph 8.2.10, and is deemed to be bound by the arbitration proceeding." Refer to GC 9.3 Toxic and Hazardous Substances and Materials .1 Amend the title of this General Condition as follows: change 'Toxic and Hazardous Substances and Materials' to "Designated Substances." .2 Amend paragraph 9.3.2.1 as follows: change "toxic or hazardous substances or materials' to "Designated Substances." .3 Amend paragraph 9.3.2.2 as follows: change "written list of any such substances and materials' to "Designated Substances Report." .4 Amend paragraph 9,3.3 as follows: change "toxic or hazardous substances or materials' to "Designated Substances." .5 Amend paragraph 9.3.4 as follows: change "toxic or hazardous substances or materials' to "Designated Substances." .6 Amend paragraph 9.3.5.1 as follows: change "toxic or hazardous substances or materials' to "Designated Substances." .7 Amend paragraph 9.3.5.2 as follows: change "toxic or hazardous substances or materials' to "Designated Substances." THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 14 OF 62 SCHEDULE "B" GENERAL REQUIREMENTS AND INFORMATION TO BIDDERS 6.0 SUPPLEMENTARY CONDITIONS (continued) .8 Amend paragraph 9.3.5.3 as follows: change "the substances or materials" to "Designated Substances." .9 Amend paragraph 9.3.8 as follows: change "toxic or hazardous substances or materials" to "Designated Substances." .10 Amend paragraph 9.3.9 as follows: change "TOXIC AND HAZARDOUS MUBSTANCES AND MATERIALS" to "DESIGNATED SUBSTANCES." .11 All references to "Designated Substances" given above in this Supplementary Condition shall mean Designated Substances as defined under the Occupational Health and Safety Act and Regulations. SC 12 Refer to GC 11.1 Insurance .1 Add the following to the end of the first sentence of paragraph 11.1.1: "naming the Owner and the Consultant as Additional Insured, unless otherwise stipulated." .2 Delete paragraph 11.1.1.3 (Aircraft and Watercraft Liability Insurance) in its entirety. 7. SITE EXAMINATION The Bidders shall carefully examine the work sites and buildings and obtain a clear and comprehensive knowledge of the existing conditions. No claim for extra payment will be allowed for work or difficulties encountered due to conditions of the site which were visible or reasonably inferable, prior to the date of submission of Quotations. Bidders shall accept sole responsibility for any error or neglect on their part in this respect. 8. SCHEDULE The bidders are cautioned that time is of the essence in this Contract and that the ability to complete the work within the stipulated time period will be one of the factors considered in the award of the Contract. A proposed work schedule shall be submitted by the successful Bidder within one week of notification of award of contract for approval by the Owner. The bidder shall indicate on the Quotation Form in the space provided, the time to complete the work. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 15 OF 62 SCHEDULE "B" GENERAL REQUIREMENTS AND INFORMATION TO BIDDERS 8. SCHEDULE The successful bidder shall take all necessary protective measures such that the activities of the Facility are not compromised or jeopardized. 9. ALTERNATE SUBMISSIONS The Stipulated Base Bid Price must be based upon materials and equipment indicated or approved alternates in the specifications. Bidders may submit stipulated price adjustments based on alternate equipment within the appropriate statement within the "Form of Quotation". Any proposed optional equipment must be submitted for approval Five (5) days prior to close of Quotation. All bidders will be advised of any approved alternatives. The bid price of alternatives may be taken into consideration in the quotation award. In submission of alternatives to products specified, bidders shall include in their bid, any changes required in the work to accommodate such alternative. A later claim by the Bidder for an addition to the Contract price because of changes in the work necessitated by use of alternatives shall not be considered. 10. CONTRACTOR'S USE OF SITE The Contractor will have restricted access to the site as required to maintain the facility in operation. Storage of equipment and material shall be as directed by the Owner. Any damage to the site caused by the Contractor or his forces shall be repaired to the Owner's satisfaction and at no cost to the Municipality. 11. CONTRACTOR'S OBLIGATIONS RESPECTING SAFETY The Contractor acknowledges that it has read and understood the Occupational Health and Safety Act, R.S.O. 1990, c.O.1 as amended. The Contractor covenants and agrees to observe strictly and faithfully the provisions of the said Occupational Health and Safety Act and all regulations and rules promulgated thereunder. The Contractor agrees to indemnify and save the Owner harmless for civil damages arising from any breach or breaches of the said Occupational Health and Safety Act. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 16 OF 62 SCHEDULE "B" GENERAL REQUIREMENTS AND INFORMATION TO BIDDERS 11. CONTRACTOR'S OBLIGATIONS RESPECTING SAFETY (continued) The Contractor acknowledges their responsibility for the enforcement of the said Occupational Health and Safety Act to ensure compliance therewith. The Contractor further acknowledges and agrees that any breach or breaches of the Occupational Health and Safety Act whether by the Contractor or any of its Subcontractors may result in the immediate termination of this Contract herein and the forfeiture of all sums owing to the Contractor by the Owner. The Contractor shall allow access to the work site on such personnel as may be from time to time designated by the Owner to inspect work sites to ensure compliance with the Occupational Health and Safety Act. The Contractor agrees that any civil damages that may be assessed against the Owner by reason of a breach or breaches of the Occupational Health and Safety Act by the Contractor or any of its Subcontractors will entitle the Owner to set off the civil damages to assessed against any monies that the Owner from time to time owe the Contractor under this Contract or under any other Contract whatsoever. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 17 OF 62 SCHEDULE "C" STANDARD TERMS & CONDITIONS 1. DEFINITIONS Municipality - The Corporation of the Municipality of Clarington, its successors and assigns. Bidder - The person, firm or corporation submitting a bid to the Municipality. Company - The person, contractor, firm or corporation to whom the Municipality has awarded the contract, ~ successors and assigns. Contract - The purchase order authorizing the company to perform the work, purchase order alterations, the document and addenda, the bid, and surety. Subcontractor - A person, firm or corporation having a contract with the company for, or any part of, the work. Document - The document{ s) issued by the Municipality in response to which bids are invited to perform the work in accordance with the specifications contained in the document. Bid - An offer by a Bidder in response to the document issued by the Municipality. Work - All labour, materials, products, articles, fixtures, services, supplies, and acts required to be done, fumished or performed by the company, which are subject to the Contract. 2. SUBMISSION OF BID Bid invitation shall be in accordance w~h the Municipality of Clarington Purchasing By-law #94-129 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 w~h the Purchasing By-law. The bid must be submitted on the form(s) and in the envelope supplied by the Municipality unless otherwise provided herein. The envelope must not be covered by any outside wrappings, i.e. courier envelopes or other coverings. The bid must be signed by a designated signing officer of the 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 initialed by the Bidder's authorized signing officer. The bid must not be restricted by a covering letter, a statement added, or by alterations to the document unless otherwise provided herein. Failure to return the document or invitation may result in the removal of the Bidder from the Municipality's bidder's list. A bid received after the closing date and time will not be considered and will be retumed, unopened. Should a dispute arise from the terms and conditions of any part of the contract, regarding meaning, THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 18 OF 62 SCHEDULE "C" STANDARD TERMS AND CONDITIONS (continued) intent or ambiguity. the decision of the Municipality shall be final. 3. CONTRACT The contract consists of the documents aforementioned. 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 clarification of the document required by the Bidder prior to submission of its bid shall be requested through the Municipality's contact identified in the document. Any such clarification so given shall not in any way alter the document and in no case shall oral arrangements be considered. Every notice, advice or other communication pertaining thereto will be in the fonn 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 tenns of experience and facilities, evidence of its ability, as well as that of any proposed subcontractor, to perfonn the work by the specified delivery date. 6. DELIVERY Unless otherwise stated, the work specified in the bid shall be delivered or completely perlonned by the Company as soon as possible and in any event within the period set out herein as the guaranteed period of delivery or completion after receipt of a purchase order therefore. A detailed delivery ticket or piece tally, showing the exact quantity of goods, materials, articles or equipment, shall accompany each delivery thereof. Receiving by a foreperson, storekeeper or other such receiver shall not bind the Municipality to accept the work covered thereby, or the particulars of the delivery ticket or piece tally thereof. Work shall be subject to further inspection and approval by the Municipality. The Company shall be responsible for arranging the work so that completion shall be as specified in I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 19 OF 62 SCHEDULE "C" STANDARD TERMS AND CONDITIONS (continued) the contract. Time shall be of the essence of the contract. 7. PRICING Prices shall be in Canadian Funds, quoted separately for each item stipulated, F.O.B. destination. Prices shall be finn 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 infonnation or clarification on any point, it must be obtained prior to the submission of the bid. Payment shall be full compensation for all costs related to the work, including operating and overhead costs to provide work to the satisfaction of the Municipality. All prices quoted shall include applicable customs duty, excise tax, freight, insurance, and all other charges of every kind attributable to the work. Goods and Services Tax and Provincial Sales Tax shall be extra and not shown, unless otherwise specified herein. If the Bidder intends to manufacture or fabricate any part of the work outside of Canada, it shall arrange its shipping procedures so that its agent or representative in Canada is the importer of record for customs purposes. Should any additional tax, duty or any variation in any tax or duty be imposed by the Govemment of Canada or the Province of Ontario become directly applicable to work specified in this document subsequent to its submission by the Bidder and before the delivery of the work covered thereby pursuant to a purchase order issued by the Municipality appropriate increase or decrease in the price of work shall be made to compensate for such changes as of the effective date thereof. 8. TERMS OF PAYMENT Where required by the Construction Lien Act appropriate monies may be held back until 60 days after the completion of the work. Payments made hereunder, including final payment shall not relieve the company from ijs obligations or liabilities under the contract. Acceptance by the company of the final payment shall constijute a waiver of claims by the company against the Municipality, except those previously made in writing in accordance wijh 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 ofij. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 20 OF 62 SCHEDULE "C" STANDARD TERMS AND CONDITIONS (continued) 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. The company shall pay all royalties and patent license fees required for the work. If the work or any part thereof is in any action or proceeding held to constitute an infringement, the company shall forthwith either secure for the Municipality the right to continue using the work or shall at the company's expense, replace the infringing work with non-infringing work or modify it so that the work no longer infringes. 10. ALTERNATES Any opinion with regard to the use of a proposed alternate determined by the Municipality shall be final. Any bid proposing an altemate will not be considered unless otherwise specified herein. 11. EQUIVALENCY Any opinion determined by the Municipality with respect to equivalency shall be final. 12. ASSIGNMENT AND SUBCONTRACTING The company shall not assign or subcontract the contract or any portion thereof without the prior written consent of the Municipality. 13, FINANCING INFORMATION REQUIRED OF THE COMPANY The Municipality is entitled to request of the Company to furnish reasonable evidence that financial arrangements have been made to fulfill the Municipality's obligations under the Contract. 14. LAWS AND REGULATIONS The company shall comply with relevant Federal, Provincial and Municipal statutes, regulations and by-laws pertaining to the work and its performance. The company shall be responsible for ensuring similar compliance by suppliers and subcontractors. The contract shall be govemed by and interpreted in accordance with the laws of the Province of Ontario. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 21 OF 62 SCHEDULE "C" STANDARD TERMS AND CONDITIONS (continued) 15. CORRECTION OF DEFECTS If at any time prior to one year after the actual delivery date or completion of the work (or specified warranty/guarantee period if longer than one year) any part of the work becomes defective or is deficient or fails due to defect in design, material or workmanship, or otherwise fails to meet the requirements of the contract, the company, upon request, shall make good every such defect, deficiency or failure without cost to the Municipality. The company shall pay all transportation costs for work both ways between the company's factory or repair depot and the point of use. 16. BID ACCEPTANCE The Municipality reserves the right to award by item, or part thereof, groups of items, or parts thereof, or all i1ems of the bids and to award contracts to one or more bidders submitting identical bids as to price; to accept or reject any bids in whole or in part; to waive irregularities and omissions, if in so doing, the best interests of the Municipality will be served. No liability shall accrue to the Municipality for its decision in this regard. Bids shall be irrevocable for 90 days after the official closing time. The placing in the mail or delivery to the Bidder's shown address given in the bid of a notice of award to a bidder by the Municipality shall constitute notice of acceptance of contract by the Municipality to the extent described in the notice of award. 17. DEFAULT BY COMPANY a. If the company: commits any act of bankruptcy; or if a receiver is appointed on account of its insolvency or in respect of any of its property; or if the company makes a general assignment for the benefit of its creditors; then, in any such case, the Municipality may, without notice: terminate the contract. b. If the company: fails to comply with any request, instruction or order of the Municipality; or fails to pay its accounts; or fails to comply with or persistently disregard statutes, regulations, by-laws or directives of relevant authorities relating to the work; or fails to prosecute the work wilh 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, iI is entilled to: THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 22 OF 62 SCHEDULE "C" STANDARD TERMS AND CONDITIONS (continued) 17. DEFAULT BY COMPANY (continued) 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). 18. CONTRACT CANCELLATION The Municipality shall have the right, which may be exercised from time to time, to cancel any uncompleted or unperformed portion of the work or part thereof. In the event of such cancellation, the Municipality and the Company may negotiate a settlement. The Municipality shall not be liable to the Company for loss of anticipated profit on the cancelled portion or portions of the work. 19. QUANTITIES Unless otherwise specified herein, quantities are shown as approximate, are not guaranteed to be accurate, are furnished without any liability on behalf of the Municipality and shall be used as a basis for comparison only. Payment will be by the unij complete at the bid price on actual quantities deemed acceptable by the Municipality. 20. SAMPLES Upon request, samples must be submitted strictly in accordance wijh 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 bidde(s expense, upon request, provided they have not been destroyed by tests, or are not required for comparison purposes. The acceptance of samples by the Municipality shall be at ijs 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. 21. SURETY The successful tenderer shall, if the Municipality in ijs absolute discretion so desires, be required to satisfy surety requirements by providing a deposit in the form of a certified cheque, bank draft or I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 23 OF 62 SCHEDULE "C" STANDARD TERMS AND CONDITIONS (continued) 21. SURETY (continued) money order or other form of surety, in an amount determined by the Municipality. This surety maybe 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 retumed before the 60 days have elapsed providing satisfactory evidence is provided that all liabilities incurred by the company in carrying out the work have expired or have been satisfied and that a Certificate of Clearance from the WSIB - Workplace Safety Insurance Board has been received. The company shall, if the Municipality in its absolute discretion so desires, be required to satisfy fidelity bonding requirements by providing such bonding in an amount and form determined by the Municipality. Failure to furnish required surety within two weeks from date of request thereof by the Municipality shall make the award of the Contract by the Municipality subject to withdrawal. 22. WORKPLACE SAFETY AND INSURANCE BOARD All of the Contractor's personnel must be covered by the insurance plan under the Workplace Safety and Insurance Act, 1997, or must provide an identification number from the WSIB verifying their status as an "Independent 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 wilh the Company's fulfilment of the contract. Further Certificates of Clearance or other types of certificates shall be provided upon request. For Independent contractors I Owners I Operators who do not have WSIB coverage, the following shall be provided upon request by the Calling Agency: . Single Independent Contractors I Owners I Operators shall provide a letter from the Workplace Safety & Insurance Board confirming independent operator status and identification number. To obtain this, contractors must complete the form "Determining workerllndependent 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 I Owners I Operators must also provide a certificate from the Workplace Safety & Insurance Board confirming they have purchased the optional WSIB coverage. . The Municipality of Clarington has the right to reject any bid it deems to provide insufficient coverage. 23. INSURANCE The company shall maintain and pay for Comprehensive General Liability insurance including premises and all operations. This insurance coverage shall be subject to limits of not less than $3,000,000.00 inclusive per occurrence for third party Bodily Injury and Property Damage or such THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 24 OF 62 SCHEDULE "C" STANDARD TERMS AND CONDITIONS (continued) other coverage or amount as may be requested. The policy shall include the Municipality as an additional insured in respect of all operations performed by or on behalf of the Company. A certified copy of such policy or certificate shall be provided to the municipality prior to commencement of the work. Further certified copies shall be provided upon request. 24. LIABILITY The company agrees to defend, fully indemnify and save harmless the Municipality from all actions, suits, claims, demands, losses, costs, charges and expenses whatsoever for all damage or injury including death to any person and all damage to any property which may arise directly or indirectly by reason of a requirement of the contract, save and except for damage caused by the negligence of the Municipality or its employees. The Company agrees to defend, fully indemnify and save harmless the Municipality from any and all charges, fines, penalties and costs that may be incurred or paid by the Municipality if the Municipality or any of its employees shall be made a party to any charge under the Occupational Health and Safety Act in relation to any violation of the Act arising out of this contract. 25. VISITING THE SITE The Company shall carefully examine the site and existing building and services affecting the proper execution of the work, and obtain a clear and comprehensive knowledge of the existing conditions. No claim for extra payment will be allowed for work or difficulties encountered due to conditions of the site which were visible or reasonably inferable, prior to the date of submission of Tenders. Bidders shall accept sole responsibility for any error or neglect on their part in this respect. 26. SAFETY The Company shall obey all Federal, Provincial and Municipal Laws, Act, Ordinances, Regulations, Orders-in-Council and By-laws, which could in any way pertain to the work outlined in the Contract or to the Employees of the Company. Without limiting the generality of the foregoing, the Company shall satisfy all statutory requirements imposed by the Occupational Health and Safety Act and Regulations made thereunder, on a contractor, a Constructor and/or Employer with respect to or arising out of the performance of the Company's obligations under this Contract. The Company shall be aware of and conform to all governing regulations including those established by the Municipality relating to employee health and safety. The Company shall keep employees and subcontractors informed of such regulations. The Company shall provide Material Safety Data Sheets (MSDS) to the Municipality for any supplied Hazardous Materials. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS Cl2005-18 PAGE 25 OF 62 SCHEDULE "e" STANDARD TERMS AND CONDITIONS (continued) 27. UNPAID ACCOUNTS The company shall indemnify the Municipality from all claims arising out of unpaid accounts relating to the work. The Municipality shall have the right at any time to require satisfactory evidence that the work in respect of which any payment has been made or is to be made by the Municipality is free and clear of liens, attachments, claims, demands, charges or other encumbrances. 28. SUSPENSION OF WORK The Municipality may, without invalidating the contract, suspend performance by the company from time to time of any part or all of the work for such reasonable period of time as the Municipality may determine. The resumption and completion of work after the suspension shall be govemed by the schedule established by the Municipality. 29. CHANGES IN THE WORK The Municipality may, without invalidating the contract, direct the Company to make changes to the work. When a change causes an increase or decrease in the work, the contract price shall be increased or decreased by the application of unit prices to the quantum of such increase or decrease, or in the absence of applicable unit prices, by an amount to be agreed upon between the Municipality and the Company. All such changes shall be in writing and approved by the Municipality. 30. CONFLICT OF INTEREST No employee or member of Council of the Municipality shall sell goods or services to the Municipality in accordance wijh the Municipality of Clarington Policy or have a direct or indirect interest in a Company or own a Company which sells goods or services to the Municipality. 31. MUNICIPAL FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT (MFIPPA) All correspondence, documentation, and information provided to staff of the Municipality of Clarington by every offerer, including the submission of proposals, shall become the property of the Municipality, and as such, is subject to the Municipal Freedom of Information and Protection of Privacy Act, and may be subject to release pursuant to the Act. Offerers are reminded to identify in their proposal material any specific scientifIC, technical, commercial, proprietary, or similar confidential information, the disclosure of which could cause them injury. Complete proposals are not to be identified as confidential. CL2005-18 PAGE 26 OF 62 I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS SCHEDULE "0" CONTRACTOR'S SAFETY POLICY AND PROCEDURE POLICY: Contractors and Sub-contractors are responsible to ensure that their personnel are updated on all safety concerns of the workplace and are aware of the safety requirements as required by the Contractor under the Occupational Health and Safety Act. Safety performance will be a consideration in the awarding of contract. Under the Occupational Health and Safety Act (Section 23 (1), (2)), it is the constructor's responsibility to ensure that: . the measures and procedures prescribed by the Occupational Health and Safety Act and the Regulations are carried out on the oroiect; . every employer and every worker performing work on the proiect complies with the Occupational Health and Safety Act and the Regulations (under the Act); and . Where so prescribed, a constructor shall, before commencing any work on a project, give to a Director notice in writing of the project containing such information as may be prescribed. DEFINITIONS: Contractor- any individual or firm engaged by the Municipality to do work on behalf of the Municipality Project - means a construction project, whether public or private, including: the construction of a building, bridge, structure, industrial establishment, mining plant, shaft tunnel, caisson, trench, excavation, highway, railway, street, runway, parking lot, cofferdam, conduit, sewer, watermain, service connection, telegraph, telephone or electrical cable, pipe line, duct or well, or any combination thereof; . the moving of a building or structure; and any work or undertaking, or any lands or appurtenances used in connection with construction. I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 27 OF 62 SCHEDULE "D" CONTRACTOR'S SAFETY o Direct the contractor to immediately cease all work being performed under this contract due to the unsafe work practice described below. FAILURE TO COMPLY WITH THIS WARNING/STOP WORK ORDER SHALL CONSTITUTE A BREACH OF CONTRACT. PART "A" - DETAILS OF CONTRACT CONTRACTOR/P.O. # DESCRIPTION: NAME OF FIRM: CL2005-18 PAGE 28 OF 62 I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS SCHEDULE "0" CONTRACTOR'S SAFETY POLICY AND PROCEDURE POLICY: Contractors and Sub-contractors are responsible to ensure that their personnel are updated on all safety concerns of the workplace and are aware of the safety requirements as required by the Contractor under the Occupational Health and Safety Act. Safety performance will be a consideration in the awarding of contract. Under the Occupational Health and Safety Act (Section 23 (1), (2)), it is the constructor's responsibility to ensure that: the measures and procedures prescribed by the Occupational Health and Safety Act and the Regulations are carried out on the proiect; . every employer and every worker performing work on the proiect complies with the Occupational Health and Safety Act and the Regulations (under the Act); and . Where so prescribed, a constructor shall, before commencing any work on a project, give to a Director notice in writing of the project containing such information as may be prescribed. DEFINITIONS: Contractor - any individual or firm engaged by the Municipality to do work on behalf of the Municipality Project - means a construction project, whether public or private, including: the construction of a building, bridge, structure, industrial establishment, mining plant, shaft tunnel, caisson, trench, excavation, highway, railway, street, runway, parking lot, cofferdam, conduit, sewer, watermain, service connection, telegraph, telephone or electrical cable, pipe line, duct or well, or any combination thereof; . the moving of a building or structure; and . any work or undertaking, or any lands or appurtenances used in connection with construction. I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 29 OF 62 SCHEDULE "0" CONTRACTOR'S SAFETY POLICY AND PROCEDURE DEFINITIONS: 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. 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/quotations, 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/quotations 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. CL2005-18 PAGE 30 OF 62 I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS SCHEDULE "0" CONTRACTOR'S SAFETY POLICY AND PROCEDURE Continued... PROCEDURE (continued) e) As part of the tender/quotation conditions, before award of a contract, the contractor must provide details of their Health and Safety program. f) The project manager or designate, if necessary, will provide the successful contractor with a workplace orientation which will include, but not be limited to identifying known potential hazards, hazardous material inventory and material safety data sheets for the sites. g) Before the start of the assignment the following documentation will be provided to the successful contractor, by the project manager or delegate: i) copies of the Municipal Corporate Health and Safety Program ii) departmental health and safety policies iii) workplace procedures regarding health and safety practices h) The contractor has the responsibility to provide any and all prescribed personal protective equipment for their own workers, to include as a minimum but not limited to hard hats and safety boots. If a worker(s) fails to comply with any program, policy, rule or request regarding health and safety, that person(s) is not allowed on the site until the person(s) complies. i) The Municipality will retain the right to document contractors for all health and safety warnings and/or to stop any contractors' work if any of the previously mentioned items are not in compliance. Similarly, the Municipality will have the right to issue warnings and/or to stop work if there are any violations by the contractor of the Occupational Health and Safety Act, Municipal Health and Safety programs, policies, rules, and/or if the contractor creates an unacceptable health and safety hazard. Written warnings and/or stop work orders can be given to contractors using Contractor Health and Safety Warning/Stop Work Order Form (Schedule "B"). j) Where applicable, the Municipality will retain the right to allow municipal employees to refuse to work in accordance with the established policy and the Occupational Health and Safety Act, in any unsafe conditions. I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 31 OF 62 SCHEDULE "0" CONTRACTOR'S SAFETY POLICY AND PROCEDURE Continued... PROCEDURE (continued) k) The Purchasing Department will maintain current certificates of clearance until all monies owing have been paid to the contractor. I) 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. CL2005-18 PAGE 32 OF 62 I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS SCHEDULE "0" CONTRACTOR'S SAFETY POLICY AND PROCEDURE Continued... HEALTH AND SAFETY PRACTICE FORM To Contractor(s): The Municipality of Clarington is committed to a healthy and safe working environment for all workers. To ensure the Municipal workplace is a healthy and safe working environment, contractors, constructors and subcontractors must have knowledge of and operate in compliance with the Occupational Health and Safety Act and any other legislation pertaining to employee health and safety. In order to evaluate your company's health and safety experience. please provide the accidenUincident and/or Workplace Safety Insurance Board (WSIB) information noted below, where applicable. The New Experimental Experience Rating (NEER) - The WSIB experience rating system for non-construction rate groups ....................................................................... . The Council Amended Draft #7 (CAD-7) Rating - The WSIB experience rating system for construction rate groups Account No. 3646580, Rate Group #723 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). No. Clearance Certificate on file . Confirmation of Independent Operator Status - The WSIB independent operator number assigned: (Bidders to include the letter confirming this status and number from WSIB with their bid submission). I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 33 OF 62 SCHEDULE "0" CONTRACTOR'S SAFETY POLICY AND PROCEDURE Continued... CONTRACTOR'S STATEMENT OF RESPONSIBILITY As a contractor working for the Municipality of Clarington, IIwe will comply with all procedures and requirements of the Occupational Health and Safety Act, Municipal safety policies, department and site specific polices 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 nAct''); and b) have sufficient knowledge and training to perform all matters required pursuant to this contracUtender safely and in compliance with the Act. 2. In the performance of all matters required pursuant to this contract/tender, the contractor/successful tenderer shall: a) act safely and comply in all respects to the Act, and b) ensure that its employees, its subcontractors and their employees act safely and comply with all aspects with the Act. 3. The contractor/successful tenderer shall rectify any unsafe act or practice and any non-compliance with the Act at its expense immediately upon being notified by any person of the existence of such act, practice or non- compliance. 4. The contractor/successful tenderer shall permit representatives of the Municipality and the Health and Safety Committee on the site at any time or times for the purpose of inspection to determine compliance with this contract/tender. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 34 OF 62 I I I I I I I I I I I I I I I I I I I SCHEDULE "0" CONTRACTOR'S SAFETY POLICY AND PROCEDURE Continued... 5. No act or omission by any representative of the Municipality shall be deemed to be an assumption of any of the duties or obligations of the contractor/successful tenderer or any of its subcontractors under the Act. 6. The contractor/successful tenderer shall indemnify and save harmless the Municipality: a) from any loss, inconvenience, damage or cost to the Municipality which may result from the contractor/successful tenderer or any of its employees, its subcontractors or their employees failing to act safely or to comply in all respects with the Act in the performance of any matters required pursuant to this contracUtender; 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 Act in relation to any violation of the Act arising out of this contracUtender. KRACO CARPENTRY SERVICE LTD. Contractor Rudv Kraavvanqer Name of Person Signing for Contractor Signature of Contractor Mav 16. 2005 Date I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 35 OF 62 SCHEDULE "D" CONTRACTOR'S SAFETY I POLICY AND PROCEDURE Continued... I Schedule "B" CONTRACTOR HEALTH AND SAFETY WARNING/STOP WORK ORDER I The purpose of this form is to: (Issuer to check one of the following) I o Provide warning to the contractor to immediately discontinue the unsafe work practices, if it affects our workplace, described below. I o Direct the contractor to immediately cease all work being performed under this contract due to the unsafe work practice described below. I FAILURE TO COMPLY WITH THIS WARNING/STOP WORK ORDER SHALL CONSTITUTE A BREACH OF CONTRACT. I PART "A" - DETAILS OF CONTRACT I CONTRACTOR/P.O. # DESCRIPTION: I I I NAME OF FIRM: I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 36 OF 62 SCHEDULE "0" CONTRACTOR'S SAFETY POLICY AND PROCEDURE Continued... 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. .1 I . I I . I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 37 OF 62 I SCHEDULE "E" SPECIFICATIONS 1.1 SCOPE OF WORK The following scope of work identifies the intent of the Contract and defines work to be performed. All of the work to be constructed by the Contractor in accordance with the Tender documents and applicable Codes and Standards and be of high quality and workmanship. The project includes all labour, equipment and materials to complete the entire project called for or implied by the drawings and specifications together with all necessary incidentals. Building permits will be provided by the Municipality. 1.2 Modifications to include, but are not limited to the following work: . General removals to facilitate new work . Modifications to interior walls and doors . New room finishes including floor, wall and ceiling . New cabinetry . New counter shutter . Modifications to mechanical systems including; plumbing, drainage, fire protection and ventilation ductwork . New stepdown transformer and remote power panel . Power and lighting upgrades THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 38 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) IlWe hereby agree to supply all materials, labour, tools and equipment required to carry out the described work to renovate the Newcastle Memorial Arena Canteen in accordance with this document, the Contract Specifications and the Contract drawings, for the following prices. TO: Municipality of Clarington RE: Newcastle Memorial Arena Canteen Upgrades 2. The Total Stipulated Price ( excluding G.S.T. ) is composed of the following individual prices: 2.1 Interior renovations $31,500,00 $ 3,500.00 $14,000.00 $ 5,000.00 2.2 Mechanical 2.3 Electrical 2.3 Contingency allowance Total $54,000.00 2. And also agree that this Tender shall remain open for acceptance for the said time whether any other Tender has previously been accepted or not, 3. And also agree that in submitting this Tender, we recognize the Owner's right to accept any Tender submitted or to reject all Tenders, 4. And also agree that the awarding of a Contract, based on this Tender, shall constitute an acceptance of this Tender or such portion thereof as contained in the award of the Contract thereof, 5. And also agree that we will execute the Contract, within the time stipulated within the Municipality of Clarington General Conditions after presentation of the Contract for execution by the Owner or by anyone acting on behalf of the Owner, I I I I I I I I I I I I I I " I I I I I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 39 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) 6. COMPLETION OF THE WORK OF THIS CONTRACT It is understood that time is of the essence for the project. And also agree to complete the Work in stages as identified within the instruction to bidders. ( Specify either as per contract requirements or indicate an earlier date if proposed schedule permits). 10.0 ALLOWANCES The following allowances which include overhead and profit are to be included in the stipulated price. These amounts will be drawn upon as required during the progress of the construction. All claims by the Contractor against these allowances shall be carefully and clearly documented and shall require the approval of the Consultant prior to submission to the Municipality for acceptance. The contractor will be allowed Contingency Allowance: $5,000.00 11.0 ALTERNATE WORK The Stipulated Price shall include the work and materials specified in the Tender Documents. If the bidder wishes to propose work or materials other than that shown in the Tender Documents he shall name the alternative and shall show the corresponding addition to or deduction from the Stipulated Price. The prices stated shall be for material in place and include charges for labour, materials, applicable taxes ( excluding GST ), clean-up and shall include overhead and profit charges Item Manufacturer Credit to Contract THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 40 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 1. GENERAL General Requirements are to be read into and form part of each Section of the Specifications, 2. SUMMARY OF WORK Work Covered bv Contract Documents The General Contract includes all design labour, equipment and materials to complete the entire project called for or implied by the drawings and specifications together with all necessary incidentals. 3. SPECIFICATION FORMAT Specifications are not intended as a detailed description of installation methods but serve to indicate particular requirement to insure the performance of the completed work. Material shown or specified on Drawings or in Specifications, unless otherwise specified, shall conform to standards designated in Ontario Building Code. Similarly, unless otherwise specified, installation methods and standards of workmanship shall also conform to standards required by Ontario Building Code. Where no particular material is specified for a certain use, the Contractor shall select from the choice offered in Ontario Building Code in each case, Parts of specification are written in short form, therefore it is understood that where a component of Work is stated in heading followed by a material or operation, "shall be", "shall consist of' or similar words or phrases are implied which denote complete supply and installation of such material or operations for component of work designated by heading. Work in the Specifications has been divided into Sections which are not intended to designate contractual limits between subcontractors nor between the Contractor and his subcontractors. The Contractor shall organize the division of labour and supply of materials to complete the project in all its parts I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 41 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 4. ADDITIONAL DOCUMENTS REQUIRED Maintain at place of the work, one copy each of following, Additional written instructions that change this work and supplement the contract. Field test reports. Copy of approved work schedule. Manufacturers' installation and application instructions. Shop drawings/Design Drawings. 5. WORK SCHEDULE In accordance with schedule stated in the Tender Form and in form acceptable to Consultant, provide within 10 working days after Contract award, schedule showing dates for: Submission of shop drawings, material lists and samples. Delivery schedules of major installations. Commencement and completion of work of each Section of Specification. Final completion date within the time period required by Contract documents. Interim reviews of work progress based on work schedule will be conducted as decided by Consultant, and schedule updated by Contractor in conjunction with and to approval of Owner. Schedule prepared by Contractor shall show all tasks, manpower resource requirements, start dates and end dates. 6. CONTRACTOR'S USE OF THE SITE The Contractor shall have restricted use of the site for the execution of the work in order to maintain existing facility operations during construction. 7. WORK BY OTHERS Work shown on drawings as N.I.C. <not in Contract) will be supplied and installed by the Owner. Ensure proper co-ordination as required for these items. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 42 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 8. PROJECT MEETINGS 8.1 Proqress Meetinqs During the course of the Work, progress meetings will be scheduled at an interval of approximately one every two (2) weeks, Contractor, major Subcontractors involved in the Work and the Owner are to be in attendance, The Consultant will record minutes of meeting and circulate to attending and affected parties not in attendance. 9. PROJECT CO-ORDINATION 9.1 General The Contractor is responsible for overall project co-ordination including progress schedules, submittals, use of site, temporary utilities, construction facilities, co-ordination of all other work by subcontractors. Contractor is responsible for timely notification to Testing and Inspection Authorities. Co-ordinate connection to all public utilities. Co-ordinate all work in each area and work on which subsequent work depends to prevent conflict between parts of the work. 10. SETTING OUT OF WORK The General Contractor shall assume full responsibility for and execute complete layout of work to locations, lines and elevations indicated including survey of all existing above and below grade services. Provide devices needed to layout and construct work. Supply such devices as straight edges and templates required to facilitate Consultant's inspection of work. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 43 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 11. CODES AND STANDARDS Perform work in accordance with the Ontario Building Code O.R. 400/91, latest edition, herein referred to as the "code" or "Code" and any other code of provincial or local application provided that in any case of conflict or discrepancy, the more stringent requirements shall apply. Conform to the requirements of the Occupational Health and Safety Act and Regulations for Construction Projects include all measures for roof fall restraint. Meet or exceed requirements of contract documents, specified standards, codes and referenced documents. 12. SHOP DRAWINGS. PRODUCT DATA AND OTHER SUBMITTALS 12.1 Submission ReQuirements Until submission is reviewed, work involving relevant product may not proceed. Schedule submissions at least 15 working days before date reviewed submissions will be needed. Submit four prints of shop drawings to Consultant for review. Consultant will return three prints. In case of pre-printed material submit eight copies to the Consultant for review. Consultant will return four copies. Pre-printed material will only be accepted if it conforms to following: Delete information which is not applicable to project. Supplement standard information to provide additional information applicable to project. Show dimensions and clearances required. Show performance, characteristics and capacities. Show wiring diagrams and controls, THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 44 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 12.1 Submission Requirements (continued) The Consultant's Review Stamp Shall be as Herein Shown: Arch. Struct. Mech. Elect. REVIEWED [ ] REVIEWED AS MODIFIED [] REVISE AND RE-SUBMIT (] NOT REVIEWED [ ] "This review by TSH Engineers, Architects, Planners is for the sole purpose of ascertaining conformance with the general design concept. This review shall not mean that TSH approves the detail design inherent in the shop drawings, responsibility for which shall remain with the Contractor submitting same, and such review shall not relieve the Contractor of his responsibility for errors or omissions in the shop drawings or of his responsibility for meeting all requirements of the Contract Documents. The Contractor is responsible for dimensions to be confirmed and correlated at the job site, for information that pertains solely to fabrication processes or to techniques of construction and installation and for co-ordination of the work of all subtrades". TSH Engineers, Architects, Planners BY: DATE: Shop drawings not bearing the date, stamp and signature of the Contractor indicating his review and acceptance will be returned immediately without review. Facsimile transmission of documents is not acceptable unless followed up with original document submission. I I I I I I I I I I I I I I I I I I I I, I I I I I , I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 45 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 12.1 Submission Requirements (continued) The cost of reviewing shop drawings after the second submission or costs involved in processing documents not as specified will be invoiced to the Contractor at the Consultant's current hourly billing rate. Contractor shall verify field measurements. Contractor's responsibility for errors and omissions in submission is not relieved by Consultant's review. 12.3 As Built DrawinQs The General Contractor to provide to the consultant one copy of the contract drawings marked up with notes re the as built conditions. The refrigeration subtrade to provide as built drawings (mylar copy) as well as AutoCAD copy of as built shop drawings on disc or CD, 13. PROGRESS DRAW COST BREAKDOWNS Prior to submission of first Progress Draw, the Contractor shall submit to the Consultant a detailed cost breakdown summary for the Consultant's approval. 14. TESTING LABORATORY SERVICES 14.1 General All required inspection and testing shall be performed by an independent testing agency. All services will be applied and paid for by the Owner. The following items are not included in the scope of the independent testing agency and costs for same shall be included in the Stipulated Price of the Contract. - Inspection and testing required by laws, rules, regulations or orders of public authorities. - Inspection and testing performed exclusively for Contractor's convenience, - Tests specified to be carried out by Contractor under the supervision of Consultant. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 46 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 14.2 Contractor's Responsibilities If tests or inspections reveal work not in conformance with the Contract Documents, the Contractor shall pay the complete cost of all subsequent testing until the work is found to be in conformance with the Contract Documents, at no additional cost to the Owner. The Contractor shall: Facilitate inspections and tests, Make good work disturbed by inspection and testing. Provide storage on site for laboratory's exclusive use to store equipment and cure test samples. Notify the testing agency and Owner in advance of the requirement for tests, in order that attendance arrangements can be made. 14.3 Reports Copies of inspection and testing reports shall be issued to the Contractor, Consultant and Owner. Contractor to provide copies to Subcontractors of the work being inspected/tested. 15. TEMPORARY FACILITIES 15.1 Power and Water Supplv The Contractor may use the existing power and water supply as available to complete the work. 15.2 OverloadinQ Ensure no part of Work is subjected to a load which will endanger its safety or will cause permanent deformation. I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 47 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 15.3 Falsework Design and construct falsework in accordance with CSA S269.1-1975 and Ministry of Labour regulations. 15.4 Scaffoldina Erect scaffolding independent of walls. Remove promptly when no longer required. 15.5 Safetv Helmets Provide sufficient safety helmets for Owner's representatives and any authorized visitor to the site. 15,6 Removal of Temporary Facilities Remove temporary facilities from site when directed by Owner. 15.7 Guard Rails and Barricades Provide all guard rails, barricades, fall restraint measures and other devices to satisfy the requirements of authorities. 16. PROTECTION FOR OFF-SITE AND PUBLIC PROPERTY Protect surrounding private and public property from damage during performance of the work. Be responsible for correcting damage incurred. 17. SECURITY The owner is responsible for maintaining site and building secure during construction. 18. FASTENINGS Provide permanent fastenings, anchors and accessories and adhesives required for performance of the work. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 48 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 18. FASTENINGS (continued) Exposed metal fastenings and accessories of same texture, colour and finish as base metal in which they occur. Prevent electrolytic action between dissimilar metals. Use non-corrosive fastenings, anchors and spacers for securement of exterior work or forming part of concealed work which may be subject to corrosion. Fastenings, anchors, accessories and adhesive of appropriate type and of sufficient quantity and in such a manner as to provide positive permanent anchorage of the unit to be anchored in position. Install anchors at spacing within limits of load bearing and shear capacity to accommodate applied loads so that the secured unit cannot work loose, fall, or shift out of position. Keep exposed fastenings to a minimum, evenly spaced and neatly laid out. Supply adequate instructions and templates and, if necessary, supervise installation where fastenings or accessories are required to be built into work of other trades. Organic plugs are not permitted. Use fastenings of standard commercial sizes and patterns with material and finish suitable for service. Use heavy hexagon heads, semi-finished unless otherwise specified. Use No. 304 stainless steel for exterior areas. Bolts may not project more than one diameter beyond nuts. Use plain type washers on equipment, sheet metal and soft gasket lock type washers where vibrations occur, and resilient washers with stainless steel. Fastening which causes spalling or cracking of material to which anchorage is made are not acceptable. I I I I I I I I I I I I I I I I I I I II , I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 49 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 19. DELIVERY AND STORAGE Deliver, store and maintain packaged material and equipment with manufacturer's seals and labels intact. Immediately remove packaged materials with broken seals from site. Prevent damage, adulteration, and soiling of material and equipment during delivery, handling, and storage. Immediately remove rejected material and equipment from site. Store material and equipment in accordance with suppliers instructions. When material or equipment is specified by standard or performance specifications, upon request of Consultant, obtain from manufacturer an independent testing laboratory report, stating that material or equipment meets or exceeds specified requirements. 20. CLEANING 20.1 Cleaninq Durinq Construction On a daily basis maintain construction site, free from debris and waste material. Maintain project site, and public properties free from accumulations of waste material and rubbish. Provide on-site containers for collecting of waste materials, and rubbish. Remove waste materials, and rubbish from site and dispose of, at legal dumping areas, Pay all dumping charges. Sorting and recycling of waste materials is encouraged. Remove debris and surplus materials from area. 21. FIRE PROTECTION The Contractor shall provide temporary fire protection throughout the period of construction. Particular attention shall be paid to the elimination of fire hazards. . THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 50 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 22. HAZARDOUS MATERIALS Hazardous materials shall not be introduced for experimental or any other use prior to being evaluated by the Consultant. Make known any hazardous materials to be used and method of application before using. Be responsible for storage and proper safety requirements. Comply with Province of Ontario Occupational Health and Safety Act. WSIB and any relevant legislation or industrial guidelines. Any existing asbestos materials to be removed and disposed of off site to be carried out in accordance with Ministry of Labour guidelines and the Occupational Health and Safety Act. Asbestos removal will be completed under Contingency Allowances 23. CONSTRUCTION SAFETY The Contractor shall comply with all applicable legislation in relation to health and safety, including but not limited to the Occupational Health and Safety Act R.S.O. 1990 and/or regulations, guidelines or standards made pursuant to such legislation. Breach of this condition will be considered to be a fundamental breach of this Contract and shall be deemed to be just cause or sufficient reason that the Municipality may terminate the Contract immediately without prior notice. Upon request, the Contractor shall provide the Municipality with information in writing, regarding the Contractor's health and safety performance and any subcontractors engaged by the Contractor. This includes, but is not limited to information regarding health and safety policies, health and safety meetings, health and safety training, occupational accidents and/or compliance history with applicable legislation/regulations and/or guidelines/standards. 24. CONSTRUCTION EQUIPMENT/NOISE CONTROL The Contractor shall take steps as may be required to prevent dust and noise nuisance resulting from his operations. . I I I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 51 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 24. CONSTRUCTION EQUIPMENT/NOISE CONTROL (continued) Where the work requires the sawing or grinding of concrete, blades and grinders of wet type shall be used together with sufficient water to prevent the incidence of dust. The cost of all such preventive measures shall be borne by the Contractor. Protect all existing materials and equipment from damage arising from the work of this Contract, and make good any damage. Keep gates and doors locked for public safety except when workmen or materials are being moved. Protect all new materials and equipment from damage during the work of this Contract. 25. STANDARD OF MATERIALS AND EQUIPMENT Materials and equipment are specifically described and named in these specifications for the purpose of establishing a standard of materials and workmanship which shall be adhered to under this Contract. All materials shall be new and shall be CSA approved and shall bear the CSA label. Electrical materials which are not CSA approved, shall be approved by Ontario Hydro Special Inspections Branch. Pressure vessels shall carry a CRN number or ASME number. The Consultant may reject any alternate equipment proposed that has not been pre-approved prior to Tender closing. Materials specified in the text of these specifications unless otherwise noted shall be deemed not to have acceptable equivalents and shall be supplied under the Contract as named. The Consultant reserves the right to reject substitutes offered for items specified. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS SCHEDULE "E" SPECIFICATIONS (continued) GENERAL REQUIREMENTS 28 WARRANTEE Two weeks prior to Substantial Performance of the project, submit to the Consultant, three copies of Warrantee as follows: Names, addresses and phone numbers of subcontractors and suppliers. As built drawings and AutoCAD disc copy of all shop drawings. Warranties and bonds showing: b) Warranty commencement data (date of Substantial Performance of the Contract). c) Duration of warranty. d) Clear indication of what is being warranted and what remedial action will be taken under warranty, e) Signature and seal of the Contractor. Neatly type lists and notes. Use clear drawings, diagrams or manufacturer's literature, END OF SECTION II I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 53 OF 62 SCHEDULE "En SPECIFICATIONS (continued) ARCHITECTURAL WOODWORK 1 GENERAL REQUIREMENTS 1.1 GENERAL 1.1.1 All conditions of the Contract apply to the work of this Section. 1.2 SCOPE OF WORK 1.2.1 This section of the Contract includes all finished carpentry items, architectural woodwork, millwork, finished cabinet hardware, factory finishing of cabinet work, plastic laminate work, 1.4 REFERENCE STANDARDS 1.4.1 Do finish carpentry and architectural woodwork to Millwork Standards of the Architectural Woodwork Manufacturers Association of Canada (AWMAC) 1991, except where specified otherwise. 1.5 MOCK-UP 1.5.1 Shop prepare one base cabinet and upper cupboard unit complete with hardware and install on project at designated location for Consultant's approval. 1.5.2 Approval on workmanship and materials must be obtained prior to commencing fabrication on remainder of millwork items. 1.6 SHOP DRAWINGS 1.6.1 Submit shop drawings in accordance with Section 01001. 1.6.2 Indicate details of construction, profiles, jointing and other related details. Indicate all materials, thicknesses, finishes and hardware. 1.7 PRODUCT DELIVERY, STORAGE AND HANDLING 1.7.1 Protect millwork and finished carpentry work against damage and dampness during and after delivery. 1.7,2 Provide protective coverings during shipping and storage. 1.7.3 Cover plastic laminate work with heavy kraft paper and leave in place until final clean-up, THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS SCHEDULE "E" SPECIFICATIONS (continued) ARCHITECTURAL WOODWORK 1.8 1.8.1 1.9 1.9.1 2 2.1 2.1,1 2.1.2 2.1.3 2.1.4 2.1.7 2.2 2.2.1 EXTENDED WARRANTY Provide a written warranty covering defects in materials and workmanship in accordance with the General Conditions but for a period of two (2) years. MAINTENANCE DATA Provide maintenance data for plastic laminate work for incorporation into manual specified in Section 01010. PRODUCTS LUMBER MATERIAL Softwood Lumber: CAN/CSA 0141, 1994 and NLGA Standard Grading Rules for Canadian Lumber, average moisture content of 7% for interior work, Western red cedar species to AWMAC premium grade. Hardwood Lumber: To National Hardwood Lumber Association (NHLA) requirements, moisture content of average 7%, White Maple species unless noted otherwise to AWMAC custom grade. Hardwood Plywood: To CSA 0115-1982 to thickness indicated, rotary cut face Maple species veneer, 0,9 mm thick, good two sides for work with two sides exposed to view, good one side for work with one side exposed to view. Use composite veneer core. Select veneers to provide random match. Douglas Fir Plywood: To CSA 0121-M1978, good two sides select tight face select sheathing, high density overload medium density overlaid. Paricle Core: To CAN3-0188.1, interior mat-formed wood particlecoard core. to thickness indicated on the drawings. FASTENERS Nails and staples to CSA B111-1974. I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 55 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) ARCHITECTURAL WOODWORK 2.2.2 Wood screws to CSA B35.4-1972. 2.3 LAMINATED PLASTIC MATERIALS 2.3.1 Laminated plastic for post-forming work to CAN3-A 172-M-78, Grade PF, Type 3, 1.27 mm thick based on general colour ranges, .Crystal" finish by Nevamar. 2.3.2 Laminated plastic backing sheet supplied by same manufacturer as facing sheet; not less than 0.5 mm thick, sanded one side. 2.3.3 Laminated plastic for f1atwork to CAN3-A172, general purpose type 1.07 mm thick. Finish similar to textured finish by Nevamar. 2.3.4 Colours and finishes to be selected by Consultant from manufacturers standard range. Allow for premium finish for countertops such as .Crystal" By Nevamar or equal. 2.3.5 Plastic laminate manufacturer shall be Nevamar, Wilsonart, Arborite or Formica. 2.3.6 Laminated plastic adhesive: as recommended by laminate manufacturer for application. Conform to CSA 0112.5-M or CSA 01127.7-M as applicable. 2.3.7 Draw bolts and splines as recommended by fabricator. 2.4 MILLWORK HARDWARE 2.4.1 Cabinet hardware shall be supplied and installed by millwork supplier. Following is a general listing of materials showing quality requirements. Quantities shall be the responsibility of millwork supplier. 2.4.2 Cabinet hinges: Blum, compact 1200 opening,. 2.4.3 Cabinet pulls: Stainless steel '0' handles, Hager #2653, satin stainless finish. Provide two pulls on drawers exceeding 600 mm in length. 2.4.4 Drawer slides: Knape and Vogt KV 1300 to required length. All drawers to be fitted with slides. 2.4.5 Door bumpers: Provide rubber bumpers on all doors. 2.4.6 Adjustable shelving standards: Knape and Vogt KV #255 complete with shelf support clips KY #256. 2.4,7 Shelf brackets: Required width, Knape and Vogt KY #204, I I I I I All exposed cabinetwork including counter, cupboards, doors, drawer fronts and exposed I shelving to be plastic laminate over 19 mm particle board cores All concealed cabinet work to be melamine finished particle board except as noted. I Cupboards to have 6mm plywood backer All plastic laminate on countertops and splashbacks shall be installed in one piece from front I edge of countertop to top of splashback (coved integral top and splashback). Counter top to be post-formed with 100mm splash back. Front edge shall have full half circle I profile. Fabricate casework to AWMAC conventional construction, custom grade to flush overlay I detailing. Shop assemble work for delivery to site in size easily handled to ensure passage through I building openings. I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 56 OF 62 SCHEDULE "En SPECIFICATIONS (continued) ARCHITECTURAL WOODWORK 2.4,8 3 3.1 3.1.5 3.1.6 3.1.7 3.1.8 3.1.9 3.1.10 3.1.11 3.3 3.3.1 3.3.2 3,3.3 3.3.4 3.3.5 3.3.6 3.3.7 Drawer and cabinet locks: National Lock C8100 series. EXECUTION MILLWORK FABRICATION INST ALLA TION Install pre-finished millwork at locations shown on drawings. Position accurately, level and plumb. Fasten and anchor millwork securely. Provide chrome plated cup washers to all exposed fasteners inside millwork used to anchor same to walls. Provide cut-outs for plumbing fixtures, inserts, appliances, outlet boxes and other fixtures. Use draw bolts in countertop joints. Scribe and cut as required to fit abutting walls and to fit properly into recesses and to accommodate intersecting of penetrating objects. Adjust all hardware to operate satisfactorily. Protect all millwork from damage. I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 57 OF 62 SCHEDULE "E" SPECIFICATIONS (continued) ARCHITECTURAL WOODWORK 3.3.8 Touch up finish as required and clear all surfaces prior to handling building over to Owner. END OF SECTION THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 58 OF 62 I I I I I I I I I I I I I I I I I I I SCHEDULE "En SPECIFICATIONS (continued) RESILIENT FLOORING 1 GENERAL REQUIREMENTS 1.1 GENERAL 1.1.1 All conditions of the contract apply to the work of this Section. 1.2 SCOPE OF WORK 1.2.1 This Section of the contract includes all resilient flooring called for or implied by the drawings and specifications, together with all necessary incidentals whether referred to or not, as will be required to complete work to full intent and meaning of drawings and specifications. Work includes but is not limited to following: Vinyl Composite Tile Resilient Wall Base 1.4 SAMPLES 1.4.1 Submit in duplicate tile in size specified, base, nosing, feature strips, treads, edge strips in accordance with Section 01000. 1.5 MAINTENANCE DATA 1.5.1 Provide maintenance data for resilient flooring for incorporation into Operation and Maintenance Manual specified in Section 01000. 1.6 MAINTENANCE MATERIALS 1.6.1 Deliver 5 m2 of each colour, pattern and type flooring material required for project for maintenance use. Identify each box. Store where directed. Maximum material to be delivered is 20 m2. 1.6.2 Maintenance materials to be same production run as installed materials. 1.7 ENVIRONMENTAL REQUIREMENTS 1.7.1 Maintain air temperature and structural base temperature at flooring installation area above 200C for 48h before, during and for 48h after installation. 1.8 PRODUCT HANDLING 1.8.1 Use all means necessary to protect resilient flooring materials before, during and after installation and to protect the installed work and materials of all other trades. I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 59 OF 62 SCHEDULE "En SPECIFICATIONS (continued) RESILIENT FLOORING 1.8.2 In the event of damage, immediately make all repairs and replacements necessary to the approval of the Consultant and at no additional cost to the Owner. 2 PRODUCTS 2.1 MATERIALS 2.1.1 Vinvl Comoosite Tile: (VCT) To CSA A126.1 (except that filler be non-asbestos) plain, 3.2 mm thick, 305 x 305 m size, in premium colour selected by Consultant. The following form the basis for selection, equal products in appearance, colour and texture may be approved by Consultant. VCT 1 - Standard Excelon by Armstrong World Industries Inc. #51899 2.1.2 Rubber Base: To CAN/CSA-A126.5, Type 1 rubber. Top set coved rubber, minimum 1200 mm length and 100 mm high x 3.2 mm thick, including premoulded end stops and external corners, of colour selected by Consultant. Contractor to allow for premium colour selection. Flat base to be used in carpeted areas. 2.1.3 Primers and Adhesives (Resilient Tile): Asphalt Primer Fast-Set Tile Cement Cove Base Cement Armstrong Armstrong Armstrong 2.1.4 Metal EdQe Strios: Extruded aluminum, smooth, polished with lip to extend under floor finish, shoulder flush with top of adjacent floor finish. 2.1.5 Sub-Floor Filler and Leveller: White premix latex requiring water only to produce cementitious paste. Metal Edge Strips. Aluminum extruded, smooth, mill finish, with lip to extend under floor finish, shoulder flush with top of adjacent floor finish. 2.1.6 Sealer: Type recommended by flooring manufacturer. THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 60 OF 62 I I I I I I I I I I I I I I I I I I I SCHEDULE "En SPECIFICATIONS (continued) RESILIENT FLOORING 2.1 MATERIALS (continued) 2.1.7 Wax: Type recommended by flooring manufacturer. 3 EXECUTION 3.1 INSPECTION 3.1.1 Ensure concrete floors are dry, by using test methods recommended by tile manufacturer, and exhibit negative alkalinity, carbonization or dusting. 3.2 SUB-FLOOR TREATMENT 3.2.1 Remove sub-floor ridges and bumps. Fill low spots, cracks, joints, holes and other defects with sub-floor filler. 3.2.2 Clean floor and apply filler; trowel and float to leave smooth, flat hard surface. Prohibit traffic until filler cured. 3.2.3 Prime concrete to flooring manufacturer's printed instructions. 3.3 TILE APPLICATION 3.3.1 Apply adhesive uniformly using recommended trowel in accordance with flooring manufacturer's instructions. Do not spread more adhesive than can be covered by flooring before initial set takes place. 3.3.2 Lay flooring with joints parallel to building lines to produce symmetrical tile pattern. Border tiles minimum half tile width. 3.3.3 Install flooring to square grid pattern with all joints aligned. 3.3.4 As installation progresses, and after installation, roll flooring with 45 kg roller to ensure full adhesion. 3.3.5 Cut tile and fit neatly around fixed objects. 3.3.6 Terminate flooring at centre line of door in openings where adjacent floor finish or colour is dissimilar. 3.3.7 Install metal edge strips at unprotected or exposed edges where flooring terminates. I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 61 OF 62 SCHEDULE "En SPECIFICATIONS (continued) RESILIENT FLOORING 3.4 RUBBER COVE BASE 3.4.1 Layout base to keep number of joints at minimum. 3.4.2 Set base in adhesive tightly against wall and floor surfaces. 3.4.3 Install straight and level to variation of 1 :1000. 3.4.4 Scribe and fit to door frames and other obstructions. Use premoulded end pieces at flush door frames. 3.4.5 Cope internal corners. Use premoulded corner units for external corners. Use formed straight base material for external corners of other angles. 3.4.6 Install toeless type base before installation of carpet on floors. 3.4.7 Install rubber cove base to toe space of counters unless noted otherwise. 3.5 CLEANING AND WAXING 3.5.1 Remove excess adhesive from floor, base and wall surfaces without damage. 3.5.2 Clean, seal and wax floor and base surface to flooring manufacturer's instructions. In carpeted areas clean, seal and wax base surface before carpet installation. 3.5.3 Wax floors with two coats required wax and touch up immediately before final inspection. 3.6 PROTECTION OF FINISHED WORK 3.6.1 Protect new floors after initial waxing until final inspection. 3.6.2 Prohibit traffic on floor for 48 hours after installation. END OF SECTION IDS; ~ REMOVE EXISTING CARPET, WALL PANELLING, REDUNDANT COMPONENTS AND ACOUSTIC CEIUNG TILES AND CARRIERS. 2. REMOVE EXISTING WALL FAN AND VENT AND MAKE GOOD MASONRY WALLS. 3. GENERAL CONTRACTOR TO COMPLETE ALL CUTTING AND PATCHING OF EXISTING WALLS AND FLOOR SLAB FOR MECHANICAL AND ELECTRICAl WORK. 4. MODIFY EXISTING MASONRY WAllS AND INSTAll NEW MAN DOOR. S. PATCH AND PREPARE EXISTING WALLS AND FLOOR SlAB FOR FINISHES. 6. INSTALL NEW METAL STUD BULKHEADS AT RETURN AIR OUCT AND COUNTER SHuTTER, 7. INSTALL NEW 24~x24" ACOUSTIC CEILING TO MATCH EXISTING HEIGHTS, 8. MODIFY EXISTING ACOUSTIC CEIUNG IN LOBBY , , AND EXTEND TO NEW CANTEEN WAlLS. 9. PAINT NEW AND EXISTING MASONRY WALLS. ;g= _ T.. D. INSTAll NEW VCT FLOORING AND BASE -,. THROUGHOUT CANTEEN. 1. INSTALL NEW FLOORING IN LOBBY TO MATCH EXISTING. 2. INSTALL NEW MASONRY KNEE WALL AND CAP. 3. INSTAll NEW COUNTERS, CUPBOARDS AND , SHELVING. 4. INSTAll COUNTER SHUTTER. ! 5. All CANTEEN EQUIPMENT PROVIDED BY OWNER. . , , . [ETIH --- ~ -- -- - ~ ......... ::. - .- - - ..I......... - " -----.- ....---.--- , ------- ------ --...--...-- ==~':=.::i=o.,== i - ~ ~ - , NEWCASTLE ARENA MUNICaPALlTY OF ClARINGTON i NEW CANTEEN ~ ~ lrEWCASTLE'A1AlE,ONTNlI) 1 - ; GROUND AND 2ND FL. f EXISTING FLOOR PLAN -~ -~ -..n--., 1! METRES ~ :z2.1.t304: ~ 2 .l. 4 .,L7 8 J -~ -~ --. ~ 0 i7V 2'iY 30, .. .. A-01 - - FEET _'H -- ----(!J --@ ---@ -----@ ---<D -----@ --@ EXISTING STORAGE I VIEWING AREA SOUND ROOM FLOOR Gf I w ':1" zO ",0 co'" ~ SECOND ~ l 0f " I , , I ~ -l- I ~ r ~ i - -----G ~ , , I ! 5 - i If -r ~ I ~ -@ , ~ i I I i - I , - ~ I - EXISTING / SPRINKLER RM - -@ I - -L I = - --@ I VI i<w I wu 0- "'~ - z~ ",0 ~ l VIEWING r -0 ~ AREA I I EXISTING TO BE CO MEETING ROOM CANTEEN NV[RTED TO A-02 TO REFER DWGS A-04. . --@ OOM NO,l MEETING r l I ROOM T I I !I I L I ---@ __ :J ------- FIRST FLOOR \ , , "'-'---7 \ --,-~ EXHAUST 23'_6" -----[~El SCALE o WALL MOUNT HAND SINK /4"=1 -0" 5' 0' 5' - PART GROUND FLOOR PLAN PROPOSED CANTEEN OPTION .. __ _r. ........_, ~ 22-14304 1-= _W_fa ~ .. A-02 ..... -- - NEWCASTLE ARENA MUNICIPALITY OF CLARlNGTON NEW CANlEEN NEWCA8T\..E'o'I..l.AGE,arfT"NUO ~ j , ! j 1 ~ DRESSING ROOM No 1 D- O- FRIDGE ~ A ~ '" -03 o ",-<P ".... L CASH ~ "G; (, 6' REGISTER h" "" " POP COOLER f.v<t" -fr~ 0' ~~iY SHELVING CABINETS 8 "" X' ,,0 ABOVE ABOVE NEW DOOR 0) UPRIGHT FREEZER PROPOSED CANTEEN EXIST. WALLS TO REMAIN PHONE TO REMAIN 6" MASONRY KNEE WALL (42" HIGH) C/W 3/4" P. LAM CAP AND 1-1/2" EDGE (DOWEL TO FLOOR), UP -8 , ...L i ->- -l i :t- OPEN SPACE BELOW COUNTER (3 WALLS) , . 1 r . 't ~ :5 II ~ , ",,' ~T111 --- =- ~=== .Nh_ _ _ ........,. -- ____r-l.- ... ------- ---..---- ---..-..- ---------- -.-..-..--- -------- ------- - 'r-------~-- '- ,,~ '. SERVING COUNTER 3'-6" HIGH ~ LOBBY I ------~-~-------- , ~ - ~ -,- I VIEWING AREA [[] I FURNACE ROOM ~ NEW ALLUMINIUM ROLLUP SECURITY SHUTTER, 1- 1! 4 B SLATS, PUSH UP C!W LOCKS BY AMSTEL, OVERHEAD DOORS ACOUSTIC SERVING METAL STUD & DRYWALL CEIUNG COUNTER BULKHEAD . , (2) +Cl~~Y~",~_-".+l~~~u_______l .--- n.____ 0 OPEN BELOW COUNTER ~ COUNTER ELEVATION :9 ,....... - P. LAM RECESSED CLOSURE MENU BOARD BY TO UIS CEILING (TYP.) OWNER P. LAM SHELVING / / , , , , 0 ~~~~ - r , , / / / / ;~I! , POP , ",..-----, I , t I I COOLER Q ____" ___.1....1-___...0...-.-..... - Y' y, / / , / , / , / , - , / , / , / , - ___ nn ~'"' ~=r= - , / " / , / , / , / , / . , / , / , / , / - - Il.. COUNTER ELEVATION 0 ,....... I'": SERVING COUNTER SECTION -.. POST FORMED PlASTIC lAMINATE COUNTER FULL RADIUS EDGE (TYP) PROVIDE SIDE RETURNS AT WALLS, CAULK AT WALL JUNCTIONS. -0" S' JL=rl - I TYPICAl COUI\'TER SECTION ,....... '" I N '0 - I I . . N .... "0 I N SCALE o l' 0' SOFFIT OF 2ND. FL. SLAB ~TIII --- ACOUSTIC =- CEIUNG _0"'_" ~ == .....--- ..I........ __ SHUTTER 1_-=--=-"'::==-__ -----"'._-- ------ --------- ---....--..----- SERVING COUNTER =.:=:"..:.=---=-=-=- B" KNEE WALL - NEWCASlLE ARENA MUNICIPALITY OF CLARlNGTON NEW CANTEEN ACOUSTIC CEILING P. LAM ClOSURE UPPER CABINET POST FORMED PLASTIC LAMINATE COUNTER FULL RADIUS EDGE (TYP) PROVIDE SIDE RETURNS AT WALLS, CAULK AT WALL JUNCTIONS. ADJUSTABLE SHELVE RUBBER BASE ON 1/2" PLY SKIRT ON WO. BLOCKING S' NEWCASTLEVlU.AGlE.CtlTNUO - PROPOSED CANTEEN COUNTER ELEVATIONS _.., -Ill': ..........., ... 22-14304 -.., -....-- ~ ,. A-03 ....f' __ , - w -,- It 11 11 " 'f i ~ j . & !' ~ . ,. I- ii ~ J = READ IN CONJUNCTION WITH MECHANICAL AND ELECTRICAL DRAWINGS. , - - . -,- ~ Ill! t ~TIH --- f =- _01"_'" -- ~ --, ....,,- ~-~ / ..I...".~. ~"' ----~- ~'-- -..---..--- , ---\j --.-....---- , ----......-- ________or_. A -.-....-..---- -_....-~_._--... . , -..-----..... n - .5 ~IT ~---~---- - EXISTING BULHEAD 7'-0" A.F.F. EXISTING ACOUSTIC CEIUNG TO REMAIN q l UP r EXISTING CEILING EXISTING BULKHEAD 7'-7" A.F.F. 7'-3" A.F.F. I - ~ ! , r ! ---------- I ...c- NEW ACOUSTIC CEILING EXTENSION (7'-7' A,F.F,) EXIST. PHONE , TO REMAIN 1-__~ - . o ~ ~ , ! 1 . ~ ~ j :; 1 ] ~ ~ NEWCASTLE ARENA MUNICIPAlrTY OF CLARlNGTON NEW CANTEEN -'- r '..J/ .1 I NEWCASTLEVIl..LAtJE.ONTARlO - PART GROUND FLOOR PLAN PROPOSED CANTEEN REFLECTED CEIUNG PLAN _... _w: .........' .,. 22-14304 -....-...-... __ Ul. u. A-04 ...... -- --~-- - -- I -. - - 5' ~ 10' 5' ~ -+r- - ---l- I I I . 0" SCALE 1/4::1 - I I 0 ~ - - ~t - - - - ~ ~ ---'----. - ~-_._- - - - 23'-6" 71 - ------- C8l Arj ~ ;;;;[- 9 1 J , I +- I I 1- I I I I~___ . L 7 PROVIDE -V DRYWALL BULKHEAD AROUND EXISTING OUCT ~ ;, , ... ,-. - 9::: NEW ACOUSTIC-1 CEILING r--......... ~--c. , ~----\- ,II --1 ~-- NEW EXHAUST fAN REMOVE ALl PIPING AND EQUIPMENT INDICATED ON DEMOLITION PlANS. THE ORAWlNGS SHOW GENERAl REMOVAlS ONLY, CARRY OUT WORK WITH DUE REGARO FOR THE INSTALlATION REQUIREMENTS AND TO SUIT THE PROJECT SCHEDULE. PROVIDE All REQUIRED CAPS. SHEET\jETAl PATCHES. ACCESSORIES. ETC. TO MAINTAIN SYSTEMS OPERATION 1.5 REQUIREO 8'1' PROJECT SCHEDULE. ALl REMOVED EQUIPMENT/lotATERIAlS SHALL BE DISPOSED OF OFF SITE BY THE CONTRACTOR. IN A LAWfUL MANNER. 3. 2. AlL EQUIPMENT, DUCTWORK AND PlPING SHOWN OR NOTED AS EXISTING, SHAlL REMAIN UNLESS SPECiFiCAllY NOTED AS BEING REMOVED AND/OR RELOCATED. EXTEND VALVED 1/2.CW BRANCH UNE IN CEILING SPACE, ON FACE OF WALL EXTEND 1/2" UNE WITH CHECK VALVE, SHUT-OFF AND FLEX UNE TO COFfEE MAKER. SN.4E FOR HOT DRINK DISPENSER EXIST DIFFUSER TO BE ~ RELOCATED. SHORTEN FLEX ' O\JCT TO S~~ - n_ - --- -~=-4E--: - --===-:~""~, -SPR r~1 - -=--- -----SPR~ I I I " iL-.;l , -- ~- -=-----:;.-.:::::;;;=-~ ~ ' "'" i , i I -~ 1 ,. I~ I -I i ' I i __I "' SPR EXIST SPRINKLER TO BE REMOVED AND RE-INSTATED TO ALLOW REPLACEMENT OF l-I- T CElUNG. (TYP OF 2) THERMOSTAT TO BE REMOVED AND TURNED OVER TO OWNER. PROVIDE COMMERCIAL PROGRAMMABLE THERMOSTAT IN MANAGER'S orneE AND REMOTE TEMPERATURE SENSOR IN CHANGE ROOM. PROVIDE NEW WIRING BETWEEN EQUIPMENT ON 2ND flOOR, THERMOSTAT AND REMOTE TEMPERATURE SENSOR IN CElUNG SPACE. PROVIDE STEEL CONDUIT FOR WIRING BELOW CEIUNG ~. - 5. ALL EQUIPMENT, DUCTWORK, PIPING, ETC. IS NEW UNLESS NOTED AS EXISTING. t ,...---..,-, .1 - :' _ _----e= "I SPR !!~~II'~HEAOER t 't .-------. ~r..,.../l EXIST DIFFUSER--""[gJ / ~": TO REIotAlN "- l/.-.l,: / k___.:o~ '", '\'_ 2" SAN UNDER flOOR SlAB - , ~>/"_~'_ DOUBLE KIT.cttEtL.slli!!:: / !""' i . '---. I ~ ," ;; < ........... ',// ' I .-- 'I ~/,/' ! i :1' - -~-- . ~~i~ - ---- " EXISTING SPRINKLER HEADER , 'SPR LEGEND SYMBOL DESCRIPTION -SAN- SANITARY PIPING ABOVE GRADE --- DOMESTIC COLD WATER PIPING --- EXISTING DOMESTIC COLD WATER PIPING ---- DOMESTIC HOT WATER PIPING ---- EXISTING DOMESTIC HOT WAlER PIPING ----- EXIST DOMESTIC HOT WATER RECIRe PIPING --V- VENT PIPING --------- PIPING, EQUIPMENT, ETC TO BE REMOVED 01--- c+-- PIPE UP AND PIPE DOWN C{r- P- TRAP coOl-- CO II-- CLEAN OUT (FLOOR AND WAll) ---0< SERVICE ISOLATION VALVE (DAHL 1/' TURN) --w--- SHUT -OFF VAlVE [!] REMOTE TEMPERATURE SENSOR !oFF ABOVE FlNISHED FLOOR IT EXHAUST FAN H&OW HOT AND COLD WATER SAN SANITARY EX EXIST EXISTING E/A EXHAUST AIR U/S UNDERSIDE ON OOWN L-I-T LAY IN TILE """""'.. CO<OaIIDI~ -..:r.... CWll_ M.KMlln 22-14304 ...-.. -".-'" ~.-- "TO ~..-. M01 -- PART GROUND FLOOR PLAN LEGEND AND NOTES REMOTE TEMPERATURE SENSOR IN CHANGE ROOM PROVIDE OPENING IN WALl FOR EXHAUST FAN EF-1. MOUNT TOP OF FAN 2- BELOW CEIUNG .. ALL EXISTING EQUIPMENT BEING REMOVED, SHAlL BE REMOVED WITH ALL REDUNDANT APPURTENANCES. ALL REMAINING SERVICES SHALL BE CAPPED OFF BEHIND WAU.S, FLOORS OR CElUNGS. ALl SURFACES SHALL BE REPAIRED SMOOTH WITH SUITABLE MATERIAL READY FOR PAINTING. HAND SINK EXIST CABINET FAN AND DUCT THROUGH WAU.. TO BE REMOVED 1--- T - - PIPE SHOCK ABSORBERS INSIDE ~ILlWORK CABINET \ -, -1/2. SAN IN WAlL TO REMAIN SAWCUT FLOOR SlAB, REMOVE FLANGE AND PIPING FOR WC ROUGH-IN. CONNECT 2" SAN INTO EXISTING 3- SAN. 1-1/2" SAN FROM HAND SINK -SAWCUT FLOOR TO INSTALl GREASE INTERJPTOR AND SAN PIPING EXTEND VALVED 1/2- HOT AND COLD WATER UNES FRO~ MAINS IN CEIUNG, DOWN CORNER OF WAlL AND ALONG EXTERIOR WALL TO OOUBLE KITCHEN SINK AND HANO SINK. ''t-:'-- f~ Pr--- , I' "'----,~- ?- ! I -,,:.. '! L.-.J ,II . // I.. PROVIDE VENTING OF NEW FIXTURES i A TO OBC REQUIREMENTS. TIE 1-1/2" ..);/.' I / VENT UNE INTO EXIST BUILDING V VENT OR EXTEND THROUGH ROOF :XIST EXIST HOT, IN CEIUNG EXIST SPRINKLER TO BE REMOVED. NEW PENDANT SPRINKLER TO BE INSTAlLED IN NEW L-I-T CEILING. NEW HEAD TO MATCH EXISTING COLD, RECIRC UNES NEWCASTLE VILLAGE, ONTARIO ~- --- yn =- -~- ."s~"....."", _ .""!t"'-....... ___ __ ,.;.~.".~. --- T____(1Ir>I~ ...---.....-- ..--- --.....--..............--- ...---......- ---..............---..- ---"',,_...----- ....-.-..--...-- -,,----.--..-. 'lSSUEDfOIlOUOTATlOIi ~,- 'IUOO~ITA ... "TO ~ -.-.-"' ~_t~~;.,"\ t"A" ~' . 'el .m, \\ ; iH. BENEOfT ~i :~-j' l );J;~ NEWCAStLE ARENA NEW CANTEEN MUNICIPALITY OF CLARINGTON ~ , B . . i i , i . SPECIFICATION GENERAL PROVIDE ALl EOUIPMENT, MATERIAlS, LABOUR AND SERVfCES ETC. NECESSARY TO COUPlET[ THE WORK />S DETAILED. All MATERIALS AND EQUIPMENT USED ARE TO BE NEW AND ARE TO HAVE C.S.A. APPROVAl AS APPUCABLE. MATERIALS AND EQUIPMENT ARE SPECIFIED BY NAME TO ESTABUSH A STANDARD OF QUAUlY AND WORKMANSHIP. USE ONLY SPECIFIED EOUIPMENT OR ALTERNATES NOTED. VISIT NolO EXAMINE THE SITE AND BECOME FAMILIAR WITH ALL EXISTING CONOmONS AFFECTING THE WORK, PRIOR TO SUeumlNG TENDER. NO ALlOWANCE IN COST WILL BE MADE BY THE OWNER FOR NN OlfFlCULTIES ENCOUNTERED IN THE WORK ARISING OUT OF CON omaNS EXISTING AT THE TIME OF TENDERING. MAINTAIN AU. NECESSARY INSURANCE TO PROTECT THE OWNER AND ALL TRADES FROM AU.. POSSIBlE ClAIMS. EXlsnNG SERVICES. THIS CONTRACTOR SHALL BE fULLY RESPONSIBLE TO CO-ORDINATE THE LOCATION OF AlL EXISTING SERViCES THAT UAY AFFECT THE WORK OF THIS CONTROCT. EVERY ATTEMPT HAS BEEN MADE TO INDICATE EXISTING SERVICES ON THE DRAWING WHERE POSSIBLE. HOWEVER THIS DOES NOT REUEVE THIS CONTRACTOR OF VERIFYING SAME AND OF CO-ORDINATING THE POSSIBLE LOCATION Of EXlsnNG SERlllCES WITH AlL OTHER TRADES. AlITHORmES. AND UTILITY COUPANIES. VERIFY EXACT LOCATION AND ElEVATION OF ALL EXlsnNG SERVICES PRIOR TO COMMENCING ANY WORK. AlL ExISTING EQUIPMENT, PIPING AND DUCTWORK SHOWN ARE TO REMAIN UNLESS OTHERWISE NOTED OR SHOWN TO BE REMOVED. ALl EQUIPMENT. PIPING, DUCTWORK ETC. IS NEW UNLESS NOTED !-SBElNG EXISTING. INFORMATION SHOWN ON THE DRAWINGS FOR DMSION 15 WORK IS DIAGRAMMATIC ONLY AND DOES NOT SHOW SPECIFlC INSTALlATION REQUIREMENTS IN DETAIL. INFORMATION REOUIRED FOR THE ACCURATE INSTALlATION OF ALL DMSiON 15 WORK SHALL. BE OBTAINED FROM ARCHITECTURAL AND STRUCTURAL DRAWINGS AND FROU THE StTE. DO NOT SCALE DRAWINGS. MENTION IN THE SPECIFICATIONS OR INDICATION ON THE DRAWINGS OF EQUIPMENT, MATERIAlS, OPERATION OR METHODS, REQUIRES PROVISION OF THE QUAlITY NOTED, THE QUANTfTY REOUIRED AND THE SYSTEMS COMPLETE IN EVERY RESPECT. THE WORDS SUPPLY. PROVIDE, OR INSTAlL SHAlL BE INTERPRETED TO MEAN THE COMPLETE SUPPLY AND INSTALlATION OF THE ITEM NOTED INCLUDING REQUIRED ACCESSORtES. CONSIDER SPECIFlCATIONS J.S AN INTEGRAL PART OF DRAWINGS WHICH ACCOMPANY THEM. READ NEITHER DRAWINGS NOR SPECIFICATIONS AlONE. ANY ITEM OR SUBJECT OMITTED FROM ONE BUT MENTIONED AND/OR INDICATED IN THE OTHER IS CONSIDERED PROPERLY AND SUmCIENTLY SPECIFIED. MISINTERPRETATION OF REQUIREMENTS OF EITHER DRAWINGS OR SPECIFICATIONS W1U NOT REUEVE CONTRACTOR OF THE RESPONSIBILITY fOR PROVIDING COMPLETE SYSTEMS AND COMPONENTS. IF IN DOUBT, CONTACT CONSULTANT FOR WRITTEN ClARlFlCATION PRIOR TO SUBMITTING TENDER. MAKE. AT NO ADOITIONAL COST. MINOR CHANGES OR AOomONS TO MATERIAlS AND/OR EQUIPMENT NECESSARY TO ACCOMMOOATE STRUCTURAL CONDmONS. lEAVE SPACE ClEAR AND INSTAlL ALL WORK TO ACCOMMODATE FUTURE MATERIAlS AND/OR EQUIPUENT AS INDICATED ANO ACCOUUOOATE EOUIPUENT AND/OR l.tATERIAL SUPPUEO BY ANOTHER DMSION. VERIFY AVAIlABILITY OF CLEAR SPACES. FOR WORK TO BE INSTAllED PRIOR TO ANY COMPONENT FABRICATION. INSTAll SYSTEMS TO MAINTAIN MAXIMUM HEADROOM AND CLEARANCES AND TO GENERALlY CONSERVE SPACE. LOCATE PIPING IN JOIST SPACES WHERE POSSIBLE. AND RUN DUCTWORK TIGHT TO UNDERSIDE OF JOISTS AND BEAMS, WHERE POSSIBLE. OBEY AlL APPUCABLE CODES ANO REGULATIONS OF AlL GOVERNING AUTHORmES HAVING JURISOICTION OVER THE WORK. ARRANGE AND PAY FOR All PERMITS. INSPECTIONS, FEES, CERTIFICATES ETC. CONNECTED WITH THE WORK. CONFORt.l TO THE BEST PRACTICES APPUCABLE TO THIS TYPE OF WORK. INSTAlL AlL EQUIPMENT AND SYSTEMS IN CONFORMANCE WITH GOOD ENGINEERING PRACTICE. WHERE THE SUPPLY OF AN ITEM IS SPECIFIED GENERAlLY WITHOUT EXTENSIVE DETAIL. THIS IMPUES THE ITEM AND/OR WORK SHALL CONFORM WITH THE REOUIREl.tENTS OF THE GOVERNING AUTHORmES ANO/OR lotANUFACTURE'S RECOMMENDATIONS. AND SHALL BE PROVIDED WITH REQUIRED ACCESSORIES TO FORM A COt,tPLEf[ AND OPERATING SYSTEM. OBTAIN TWO EXTRA SETS OF WHtTE PRINTS ON WHICH THE CONIRACTOR SHALl NOTE AND CL!ARLY MARK mY AND ALL DEV1AnONS FROM THE DRAWINGS AS THE INSTALLATION PROGRESSES. THESE SETS OF PRINTS SHALL BE KEPT UP TO OATE ON THE CONSTRUCTION StTE AND GIVEN TO THE OWNER. FOR RECORO PURPOSES AT THE COtAPLETlON OF THE PROJECT. PERFORM AN'( AND ALL TESTS AS SPECIFIED HEREINAFTER OR AS REQUIRED BY THE CODES OR AUTHORmES HAVING JURISDICTION, SUPPLY All. NECESSARY EQUIPMENT AND LABOUR FOR TESTS. PROVIDE WARRANTIES AND GUARANTEE ALl WORK FOR A PERIOD OF ONE YEAR FROM THE OATE OF SUBSTANTIAl COMPLETION. IT SHALL BE UNDERSTOOD THAT IF "'" DEFECTS BECOUE EVlOENT WITHIN THE GUARANTEE PERKlIJ. AlL NECESSARY REPAIRS AND REPlACEUENTS TO THE WORK SHALL BE t.tADE WITHOUT COST TO THE OWNER. AlSO PAY TO REPAIR ANY OTHER WORK DAMAGED THROUGH DEFECTS IN THE WORK OF THIS CONTRACT DURING BOTH CONSTRUCTION AND WARANTEE PERIODS. PROVIDE HANGERS FOR AlL PIPES AND DUCTS AND AVOID mAtCT CONTACT OF DISSIMILAR METAlS. SPACE HANGERS TO PREVENT SAGGING OR lOADING STRUCTURAl. NEUBERS. 00 NOT USE PERFORATED UETAl STRAPS OR lIETAl STRIPS J.S HANGERS. USE MANUFACTURED SUPPORTS AS SUPPlJED BY ltfATT OR GRINNELL HANGERS SHALl. BE SUSPENDED FROM STRUCTURAL BEARINGS SUCH /IS TOP CHORD Of JOISTS, TRUSSES OR FROU BEAMS. ONLY WHERE SueH BEARINGS DO NOT EXIST, USE NECESSARY BRIDGING. CONSULT STRUCTURAL CONSUlTANT WHERE HANGING FROM BOTTOM CHORD OF JOISTS OR PENETRATION OF STRUCTURAL UEMBER IS REQUIRED. PROVIDE SUPPORTS FOR EQUIPMENT INSTAlLEO IN THIS CONTRACT, INClUOING HANGER RODS. ANGLE IRON OR METAl PLATFORMS AND SPRING VIBRATION ISOLATORS. SUPPORT HORIZONTAl 12 (1/2") AND 19 (3/4") PIPE AT lBOO (6ft.) INTERVALS; 25 (1") TO 75 (3") PIPING AT 2400 (6ft.) INTERVALS; AND OVER 75 (3") SIZE AT 3600 (12ft) INTERVALS. FOR VERTICAl. PIPING USE FlOOR SUPPORT AND RING STAYS AT SAME INTERVAlS AS FOR. HORIZONTAL PIPING. PROVIDE DRAIN COCKS AT ALL LOW POINTS TO AlLOW DRAINAGE Of' SYSTEMS. PROVIDE ACCESS PANELS FOR AlL NEW AND EXISTING CONCEALED VAlVES. DRAINS. OAt.tPERS ETC. DOORS SHAlL BE INSTALLED BY THE TRADES IN WHOSE WORK WHERE THE DOOR IS LOCATED. MECHANICAL. CONTRACTOR TO PROVIDE DOORS TO TRADES INVOLVED FOR ACCESS AND SERVICE OF CONCEALED MECHANIC.6L. EQUIPMENT. DOORS SHAlL MATCH THE FINISH OF THE SURFACE IN WHICH THEY ARE TO BE INSTALLED UNLESS OTHERWISE NOTED. PROVIDE WATERTIGHT SLEEVES THROUGH WALLS AND FLOORS WHERE PENETRATED BY UECHANlCAI. SERViCES. PROVIDE CHROME PLATED ONE-PIECE ESCUTCHEON WITH SET SCREWS ON AlL EXPOSED PIPING PJ.SSING THROUGH WALLS OR flOORS. FINAl HOOK-UP OF All PLUMBING AND PIPING SERVICES AND ALL PIPING CONNECTIONS TO OTHER MECHANICAL EQUIPMENT (INCLUDING OWNER SUPPUED EOUIPUENT) SHALL BE PERFORUEO BY THIS CONIRACTOR. PROVIDE MOTORS. DRIVES AND STARTERS FOR All POWERED EQUIPMENT. WOTORS SHALL BE CANADIAN fotAOE AND BE LOCALlY SERVICEABLE. SUBMIT SIX (6) COPIES OF SHOP DRAWINGS OF EACH PIECE OF MANUFACTURED EQUIPUENT FOR REVIEW. ~"""'D""'QU(I1"'_ .......'rI1'f .......'_ , ~!II --- =...... ~ - -- .....""'- ::::...~ .:...".~. -___llll7).- ... - ----_...""-- ::=.-::..":':'"..:,....._--- ---...-.....---..- ==-=..:~2'= ~. MUNICIPALITY OF CLARINGTON ~ ~ NEWCASTLE ARENA NEW CANTEEN ! . NEWCASTLE VIllAGE. OJITARIO . - MECHANICAL i SPECIFICATION , SHEET 1 f -- __I'f, PlIO<ECT.., I ,~ .- 22014304, -- -- -- ,- .- M02- ~ -- . PIP[ SPECIALTIES PIPEUNE SHOCK ABSORBERS SHAll.. BE ZURN SHOKTROL Z-17OO HARD DRAWN COPPER CONsmUCTlON, AIR CHARGED CUSHION AND THREADED MAlE OUTlETS. ALTERNATES WATTS/ANCON. SMITH. PROVIDE SHOCK ABSORBERS AT EACH GROUP OF FIXTURES OR FIXTURE, ON 80TH HOT AND COLD WATER SERVICE. P1PF INSUI ATlON COVER OOIAESTiC HOT AND COLD WATER PiPiNG BRANCHES WITH 13mm (1/2") THiCK OWENS-CORNiNG, GlASS FIBRE DUAL TU.lPERATURE iNSULATION WITH FACTORY APPLIED FIRE RESiSTANT GlASS FIBRE REiNFORCED KRAFT TAPE AND ALUMiNUM FOIL VAPOUR BARRiER AND ALL SERVICE JACKET. COVER EXPOSED iNSULATiON (PiPE THAT is NOT CONCEALED iN WALLS OR CAVITIES) WITH A PVC JACKET. REPAIR EXIS1lNG INSULATION DAMAGED OR REtetOVEO DUE TO CONSTRUCTION, WITH THE ABOVE. iN ACCORDANCE COMMERCIAl PROGRAMMABLE THERMOSTAT SAHLL BE A HONE'IWELL V1SIONPRO MODEL THB1, OU 7-OAY TOUCHSCREEN PROGRAMMABLE THERMOSTAT iNSTALLED IN THE t.tANAGERS OFFICE IN A SUITABLE LOCATION SUBJECT TO THE APPROVAL OF THE OWNER. THE REMOTE INOOOR TEMPERATUR!: SENSOR SHALl BE A HONEYWELL MODEL C7189U REMOTE INOOOR TEMPERATURE SENSOR MOUNTED iN THE CHANGERooM AS INDICATED ON THE DRAWINGS. PROVIDE A HONEYWELL TG5,OD'005 PAINTED STEEL STAT GUARD OVER SENSOR. INSTALL EQUIPMENT AS PER IotANUFACTURER'S WRITTEN INSTRUCTIONS. POWER THERMOSTAT BY 24 VIot; COMMON WIRE WITH BATTERY BACKUP. REPLACE EXISTING TRANSFORIotER AS REQUIRED. THERlACSTAT SHALl NOT MONITOR TEMPERATURE IN t.tANAGER'S ornCE. FULLY PROGRAM THERMOSTAT TO OPERATE AS DIRECTED BY OWNWER'S PERSONEL ALLOW 4 HOURS TO TEACH OWNER'S PERSONEL HOW TO PROGRAM UNIT. ~- 22-14304 - M03 - NEWCASTLE VIUAGE. ONTARIO - MECHANICAL SPECIFICATION SHEET 2 ~ I i . g I r . REMOTE SHUT-OFF VALVES ON OOlolESTIC WATER UP TO AND INCLUDING 65mm (2-'/2") SHALL BE 1WO PEICE BALL TYPE, JENKINS MODEL 202J WITH SOLDER ENOS, BRASS BODY, BRASS CHROME PLATED BAU... BRASS STEM, PTFE SEATS AND STEEL HANDLE WITH VINYL GRIP. PROVIDE HANDLE EXTENSIONS WHERE PIPE IS TO BE INSULATED. ACCEPTABLE MAUNUFACTURER$: NIBCO. NEWMAN-HATTERSLY. CRANE, KITZ. RED-WHITE/TOYO. APOLLO. OOMESTlC WATER PIPING SHALL BE TYPE 'L' HARD DRAWN COPPER TUBE TO WROUGHT COPPER SOLDER FITTINGS (USE ONLY LEAD FREE SOLDER). SANITARY PIPING MID VENTlNG BELOW SLAB SHALL BE PlASTIC PIPE ,FITTINGS AND SOLVENT CERTiFIED TO CAN/CSA-B181.2. "PVC DRAIN. WASTE. AND VENT PIPE AND PIPE FITTINGS. UNFINISHED AND FINISHED AREA ClEANOUTS SHAlL BE ZURN ZN-1602 FUSION BONDED EPOXY COATED ClEANOUT. PLUG, NICKEL BRONZE FRAME, ROUND FUll. OPENING WITH NICKEL BRONZE ACCESS COVER, EXTENDED F'ERRULE. NEOPRENE GASKETS AND VANDAL PROOF SCREWS. AlTERNATES: SMITli, ANCON/ ENPOCO. SANITARY VENTING PROVIDE COIAPLETE APPUCABLE CODES. ASTM SYSTEM COtetPLYlNG WITH LOCAl INTERPRETATIONS OF BB8WrTH ALL EXHAUST FAN EF-' SHALl BE A WALL MOUNTED. DIRECT DRIVEN ALUMINUM PROPELLER EXHAUST FAN WITH INTEGRAl. HOUSING. MOTORIZED SHUTTER AND INLET GUARD EQUAl. TO A COOK SPD MOL ,OS,5D OR APPROVED EQUAL FAN SHALL BE USTED BY UNDERWRITERS LABORATORIES (UL 705) AND UL LISTED FOR CANADA (cUL 705). BOLTED AND WEWED CONSTRUCTION UTlUZING CORROSION RESISTANT FASTENERS. MOTOR SHALl BE MOUNTED ON A '2 GAUGE STEEL WIRE GUARD BOLTED TO A 14 GAUGE WALL PANEL WITH CONTINUOUSlY WEWED CORNERS AND AN INTEGRAL VENTURI. HOUSING SHALl BE MINIMUM '8 GAUGE GALVANIZED STEEL WALL HOUSING WITH FACTORY INSTALLED lACTORIZEO SHUTTER AND INLET GUARD AND ADJUSTABLE WALL ANCHOR ANGLE. ALL UNGALVANIZED STEEL FAN COMPONENlS SHALl HAVE AN ELECTROSTATICALLY APPUED MINIMUM 2 MIL THICK BAKED POLYESTER POWDER COATING FlNISH. PAINT MUST EXCEED 1.000 HOUR SAlT SPRAY UNDER ASTM B117 TEST METHOD. PROPEUEll SHALl HAVE HEAVY GAUGE ALUMINUM BLADES RIVETED TO A PAINTED STEEL OR ALUMINUM HUB. PROPELLER SHALl BE BAlANCED IN ACCORDANCE WITH AlotCA STANDARD 204-96. BALANCE QUAU1Y AND VIBRATION lEVELS FOR FANS. MOTOR SHALl BE 115/'/60, OPEN DRIP PROOF TYPE WITH PERIotAN[NTLY LUBRICATED SEALED BAll-BEARINGS WITH A RATED MINIMUM AVERAGE SERVICE LIFE OF 100,000 HOURS. CAPN:;ITY OF FAN SHALL BE 676 CFI.t AT O. '25 SP. AND '550 RPM. 7.1 ZONES AT 5 FT. 1/25 HP MOTOR. PROVIDE ALUMINUM SHUTTER GUARD WITH EXPANDED ALUMINUM SCREEN AND INSECT SCREEN. PROVIDE AlSO AN 18 GA. WAL.l.. COLlAR. FAN TO BE CONTROLLED BY SOLID STATE SPEED CONTROLLER WITH 'OFF" SETTING ON W.w. ADJACENT TO FAN ALLOWING AillNDANT TO SET SPEED OF FAN. MOTOR OPERATOR SHALL BE FACTORY MOUNTED AND FAN SHALl OPERATE ONLY WHEN SHUTTER IS IN THE OPEN POSITION. NEWCASTLE ARENA NEW CANTEEN MUNICIPALITY OF CLARINGTON ~-.. --- KIn =.... =Tl!l'_ ."1:."..'.__' :i:"r:;'-::: ::"-.. --- .____1-..- ...----....---"'.....- ---.-.....---- ...----....- ---..._~.._-_..- ---..--...---- --'_00___._- -..------..- SANITARY DRAINAGE AND VENT PIPING ABOVE GRADE UP TO 65mm (2-1/2j SHAI..L HARD DRAWN COPPER TUBE TO ASTM 8306 WITH CAST BRASS SOLDER FITTINGS. SIZES 75mm (3j AND lARGER SHALL. BE CAST IRON TO CSA. B70 WITH MECHANICAL JOINT FTmNGS AND COUPUNGS. BE OW\! HAND SINK SHALL BE AMERICAN STANDARD 'PENL YN' #0373.027 BASI.. OR APPROVED EQUAL SINK TO HAVE THE FOLLOWING CHARACTERISTICS: 4" (102mm) CENTRES. 18" X '5 7/~ X 6 7/8" (457mm X 403mm X 175mm) DEEP, WALL HUNG. VlTREQUS CHINA. FRONT OVERFLOW. WITH WALL HANGER. CHICAGO FAUCETS #895-317-XK FAUCET. C.P. 4" ('D2mm) C.C.. DECK lAOUN1EO. SOUD CAST BRASS lEAO--FREE BODY. '/4 TURN CERAMIC DISC VALVE CARlRIDGES, GOOSENECK SPOUT WITH '.84 GPM (8L) FLOW AERATOR OUTLET AND CAST BRASS 4" (102mm) BLADE HANDLES. MCGUIRE IH170BV SUPPLIES. C.P.. POUSHED, RIGID HORIZONTAL INTEGRAl. SWEAT TUBES WITH V.P. COMBINATION WHEEL HANDLE/LooSE KEY BALL VALVE ANGLE STOPS. ESCUTCHEONS AND FlEXIBLE RISERS. MCGUIRE 11550'. ORAIN, C.P. OPEN GRID. MCGUIRE #8872C 'p' TRAP. C.P.. POLISHED. CAST BRASS , '/4" (32mm) WITH CLEANOUT AND ESCUTCHEON. IN ACDmON TO WALL HANGER. ACD BEDING OF SIUCONE CAULK WHER!: LAVATORY COMES INTO CONTACT WITH BLOCK WALL PROVIDE BEAD OF WHITE SILICONE SEAlANT ALONG EDGE SINK WHERE IT MEETS THE WALL. DOUBLE KITCHEN SINK TO BE KINDRED 'ARISTALlNE' #LBD641D-' STAINLESS STEEL SINK OR APPROVED EOUAL SiNK TO HAVE THE FGLLOWING CHARACTERISTICS: 3 HOLE, 8" (203mm) CENTRES, 20-'/2" X 31-1/4" X 10" (52'mm X 794mm X 254mm) DEEP. COUNTER MOUNTED. BACK LEDGE. GRADE '8-B TYPE 302 STAINLESS STEEL. DOUBLE COMPARTMENT. SATIN FINISHED RIM AND BOWL. WITH SPILLWAY. SELF RIMMiNG. WITH CRUMB CUP STRAINERS AND SOUND DEADENING. CHICAGO FAUCETS ,"00-V-GN2A-3'7-XK FAUCET. C.P. 8" (203mm) C.C., DECK MOUNTED. SOUD CAST BRASS LEAD-FREE BODY. 1/4 TURN CERAMIC DISC VALVE CARlRIDGES. GOOSENECK SPOUT WITH VANDAL-RESISTANT 1.84 GPM (8L) FLOW AERATOR OUTLET AND CAST BRASS 4" ('02mm) BLADE HANDLES. SUPPLIES WITH ANGLE STOPS. ESCUTCHEONS AND FlEXIBLE METAL RISERS. CAST BRASS 'p' TRAP. '-1/2" (3Bmm) WITH CLEANOUT. UNIGN AND ESCUTCHEON. SANITARY PIPE TO EXIT THROUGH FLOOR OF CABINETRY AND INTO FLOOR SlAB. FAUCET TO BE CLAMPED ONTO STEEl UPON COMPLETION, REMOVE ALL WASTE. MATERIALS, ETC. AND LEAVE SITE IN A CLEAN CONDITION. AT PROJECT COtetPLETION. PROVIDE A TYPEWRITTEN MANUAl CONTAINING OPERATING AND t.tAINTENANCE INFORMATION FOR ALL EQUIPMENT; INCLUDING AlL SHOP DRAWINGS, LUBRICATING SCHEDULES AND BAl.ANCING REPORTS.THREE (3) COPIES REQUIRED IN HARD COVER THREE RING BINDER FORtetAT WITH TABLE OF CONTENTS AND TABS. NOTE TO MILLWORK TRADE OR PLUMBER: DRILLED-OUT COUNTERTOP FOR RIGIDITY. DECK OF SINK AND '1-~lT~ ........ ... ~FOROOOTA1lON -,- CONTROL AND INTERLOCK WIRING, AND AlL UNE VOLTAGE INTERLOCK WIRING REOUIRED. All. WIRING. DEVICES, CONTROLS ETC. BY THIS CONTRACTOR SHALl.. BE IN ACCORDANCE WITH ALL REaUIREtetENTS ETC. OF DMSION 16. ALL ALL 00 ALL POWER WIRING 30 VOLTS AND HIGHER SHAlL BE DONE BY THE ELECTRICAL CONTRACTOR. CONTROL WIRING BELOW 30 VOLTS SHAlL BE DONE BY THE MECHANICAL CONTRACTOR. PERFORM ALL REQUIRED CUTTING AND PATCHING TO PERFORM THE WORK OF THIS CONTRACT. CUTTINGS SHALL BE KEPT TO A MINIMUM. AND SHALL BE PERFORMED WITH CLEAN STRAIGHT EDGES. PATCHING SHALL BE NEAT AND CLEAN AND RESTGRED TO ORIGINAL FINISH CONDmONS. USiNG SIMILAR TYPES OF .....TERIAlS. USE ONLY TRADES PERSONNEL SKILLED IN THE VARIOUS TYPES OF WORK REQUiRED (I.E. MASONS, ROOFERS ETC.). PROVIDE WATERTIGHT SLEEVES THROUGH WALLS AND FLOORS WHERE PENETRATED BY MECHANICAL SERVICES, PACK WITH PC4 MASTIC. GREASE INTERcEPTOR SHALL BE SMITH SERIES 8004E -4 GREASE INTERCEPTOR OR APPROVED EOUAL INTERCEPTOR TO HAVE THE FOLLOWING CHARACTERISTICS: ALL DUCO COATED INSIDE 8< OUTSIDE C.R. STEEL ENZVME TYPE. REMOVABLE BAFFLES. GASKETED COVER WITH LOCK AND LIFT RING. INTEGRAL FLOW CONTROL DEVICE, DEEP SEAl TRAP WITH CLEANOUT AND BOTTOM DEBRIS TRAPPING LEG. FLOW RATING OF 4 GPM (15 LPM)] AND GREASE CAPIot;ITY FOR [8 POUNDS (3.6 KG)]. PROVIDE EXTENTlON 'E' AS REQUIRED TO ALLOW FLUSH WITH FLOOR INSTALLAllON TO MEET INVERT OF PIPE. PROVIDE VENTING UPSTREAM AND DOWNSTREAM OF INTERCEPTOR. 2.4 I!IllWll YIIRlNG SHALl. BE lWH, RWVO, THHN, TW\J90, fECI( 90, RWU, AC90 (X UNK). ALL CONDUCTORS, UNLESS SPECIf1CAU.Y NOTED OTHERWISE, SHALl. BE COPPER WITH 600 VOLT INSULATlON. 2.1 MtilEBW. ALL ....lER1Al. SHAl.I. BE SPECIFICATION GRACE. WHERE APPLICABLE, NEW AND CARRY C.SA APPROVAl OR SPECIAL HYDRO INSPECTION APPROVAL.. SI"1lAR OEVICES ANO ITE"S SHAll. BE FRO.. ONE MANUFACTURER THROuGHOUT THE PROJECT. ~ODIF1CA110NS TO EXISTING EQUIPMENT SHAlL BE MADE USING MANUFACTURERS APPROVEO PARTS ANO INSTALlATION "ETHODS. 2.2 GROUNDING PROVIDE AU. GROUNDING TO THE AUTHORmES APPROVAL 2.3 Df.lllCES SWITCHES, RECEPTACLES AND COVER PLATES SHALL BE SPECIFICATION GRADE AND MANUFACTURED BY HUBBELL, BRYANT OR REVIEWED EQUIVALENT. DEVICE BOOY TO BE IVORY WrrH STAINLESS STEEL S"ooTH CO'/ERS. IN UNFINISHED AREAS OF THE BUILDING USE FS AND Fa OR PVC OEVICE BOXES AND COVERS TO MATCH CONDUIT INSTALlATION. THE ELECTRICAl. DRAWINGS ARE SCHEt.tAllC AND INDICATE MAJOR EQUA.tENT AND INTENDED OVERALl ARRANGEMENT. 1.3~F1t'.A~ PROVIDE COPIES OF AU REQUIRED CERTIFICATES OF JPPROVAJ... 1.4 RF'CORO DRAWlN~ AT THE COWPLETlON OF THE INSTAlLAOON PROVIDE TWO SETS OF FINAL -AS BUILl- DRAwtNGS. INCLUDING AU. INSTALLED EQUIPUENT. DEVICES AND CONDUIT. 1.5 Sill: VST CONTRACTOR SHALl. VISIT THE sITE TO OBTAIN EXACT "EASURE"ENTS PRIOR TO BIDDING. NO CLAIMS FOR ADOmONAl WORI< W1U BE ACCEPTED WHERE THE CONTRACTOR FAIL TO DO SO. 2.7 PANF1 ROAROS PROVIDE NEW UGHTlNG AND POWER PANELS, AS NOTED, CO"PLETE WrrH LOCKAllLE DOORS. PROVIDE QRCUrT BREAKERS FOR AU. lOADS AND DEVICES WIRED UNDER THE comAACT. PROVIDE 3 SPARE 15A. S.P. BREAKERS IN EACH UGHTlNG PANEL 2 AND 3 POLE BREAKERS SHALL HAVE COMMON TRIP. ALL NEW PANEl.IlOAROS TO BE THE PRODUCT OF ONE MANUFACTURER. FOR 25r:N PANELBOARDS. THE BUS, THE MAIN BREAKER AND THE BRANCH BREAKERS SHALL BE RATED FOR A "INI"U" OF 1 0 KA (SYM"ETRICAL.) INTERRUPI1NG CAPACITY EXCEPT AS OTHERWISE INDICATED. ARRANGE THE PHASE BUSSING WITH THE 000 NU"BERED BREAKERS ON THE LEFT AND THE EVEN NU..BERED BREAKERS ON THE RIGHT WrrH EACH BREAKER BEING IDENTIFIED BY A PERMANENT lABEL SHOWING THE CIRCUIT NU..BER AND PHASE. PROVIDE lWO KEYS FOR EACH PANELBOARD AND KEY ALL PANElBQAROS AUKE. PROVIDE A COPPER MAIN BUS Of THE VOLTAGE AND AMPERE RATINGS AS INDICATED. PROVIDE BOI.T-QN BRANCH BREAKERS EXCEPT AS OTHERWISE INDICATED. .4 R[NOVAllONS DURING RENOVATIONS ENSURE THAT WIRING, EQUIPIlENT OR DEVICES WHICH All!: TO REMAIN, ARE OPERATIONAl., RELOCATED AND/OR RECONNECTED TO THE APPROPRIATE SYSTEMS. WHERE PRACTICAL ALL NEW EQUIPMENT SHOUlD IAATCH BASE BUILDING. .: -I 22-1ol304 -- E01 ..OUNTING HEIGHT Of EDUIP..ENT IS molot FINISHED FLOOR TO CENTREUNE Of EQUIP"ENT UNI.!SS INDICATED OTHERwISE, MATCH EXISTING AS APPROPRIATE. VERIFY UNSPEClFlED HEIGHTS, DI"ENSIONED LDCATlONS AND ENSURE INDICATED HEIGHTS ARE PER CURRENT BARRIER FREE ACCESS REQUIREMENTS BEFORE INSTAllATION. STAGGER BACK TO BACK DEVICES TO REDUCE SOUND TRANSFER. PANEUlOARDS: AS REQUIRED BY CODE OR AS INOICATED (MAXI"U" BREAKER HEIGHT 67j. GENERAl.I..Y LOCAL SWITCHES AT 47" WALL RECEPTALCE AT 16" AND RECETACLE ABOVE TOP or COUNTERS AT 7". ~'DH --- 3.2 InnmF1C'.ATlON . ;:'''':-..-,., ==--. IDENTIFY ALL PANELS. STARTERS. DISCONNECT SWITCHES WiTH pl.n...n ==- -- APPROVED SCREWED ON I.AUICOIO NAME PLATES. ----.....- ... ------ UPDATE ALL DIRECTOR'( INFORMATION; TO BE TYPE WRITTEN. ::=:-..=.::-:!.:-":"'_ ----.-.*'---- ---...----- 3.3 =..------ NEWCASTLE ARENA NEW CANTEEN NEWCA8Tt.EVI.J..AaE,ONTNIlO - ELECTRICAL SPECIFICATION MUNICIPALITY OF CLARINGTON I~ ~ ~ t { ~ ~ i I~ IN THE UNFINISHED AREAS OF THE BUILDING USE FS AND Fa OR PVC DEVICE BOXES AND COVERS. MATCH CONOUIT INSTALlATION. INSTALL ONLY ON EXPOSED CONCRffi or TILED SURFACE. ANY INSULATION COVERING SHALl. BE IDENTIFIED AS NON-ASBESTOS PRIOR TO DISTURBANCE/INSTAllATION. GENERAlLY. THE WORK INCLUDES. THE PROVtSION or A COMPLETE. INTERFACED, REUAIll.E. CONTINUOUS OPERATING ELECTRICAl SYSTEMS SHOWN, IMPUED. DESCRIBED OR REQUIRED. INCLUDING BUT NOT Ut.A1TED TO All. lABOUR; EQUIPIoIEN'T; CONFIRMATIONS. co-oRDlNAllON or EOUIPMENT: SPARE PARTS; FEES; SERVICE LAYOUTS. PERMITS; INSPEcnONS: INVESTIGATIONS; STUDIES: ACCEPTANCE TESTS. DE"ONSTRATIONS; REPORTS; BONDS; NOTICES: DEClARATIONS; ADMINISTRATION; UAlS0N, REVIEWS. "EETlNGS, CORRESPONDENCE AND TRAVEL PROVIDE TRAINING. WARRANTIES AND INSURANCE. ARRANGE AND PAY '.1 RFt;U1 AnoNS COMPLY WITH THE ELECTRICAL SAFETY 1.2 SCQet LAlEST ONTARIO BUILDING CODE. ONTARIO CODE AND ALL OTHER APPUCABLE REGULATIONS. FOR ESA PERMIT AND INSPECTION. 2.6 [OUIPUfNT SERVICE EQUIP"ENT AND OTHER RELEVANT SYSTEMS TO BE RATED FOR 100'" LOADING. SELECT BREAKER AND OR FUSE TYPES TO ENSURE QPllMUM SELECTIVE CO-ORDINATlON. RECEPTACLES AND COVER PLATES SHAlL BE SPECIFlCATlON GRADE AND MANUFACTURED BY HUBBEU... PASS &< SEYMOUR, SMrrH &< Sf ONE. LEVITON OR REVIEWED EQUIVALENT. SWITCHES TO BE IotINl"U" OF 20 ANPERE. VOLTAGE TO SUIT. RECEPTAClES TO BE 15 AMPERE UNLESS OTHERWISE INDICATED. DEVICE BODY SHALL BE IVORY. AND COVERS J02/J04 STAINLESS STEEL SMOOTH.. TRANSFORIIER SHALL BE AS INDICATED AND t.tANUFACTURED BY HAM..OND. SQUARED OR REVIEWED EQUIVALENT. PRIMARY WINDING SHALL INCWOE 4-zlS: . T~ 2 UP AND 2 DOWN FROM NORMAL VOLTAGE. INSUtAllON IU BE RATED CLASS 'H'(15O'). TERMINALS, WINDINGS AND GROUND BUS 'TO BE COPPER. VIBRATION PADS TO BE INCLUDED IF THE TRANSFORMER IS FlOOR MOUNTED. MAXI"U" AR"OURED CABLE (Bx) LENGTHS Dr 3" (10FT) IS ACCEPTABLE IN ACCESSIBLE CElUNG SPACE. USE Et.IT CONDUIT OTHERWISE. EMf ONLY IN MASONRY WAlLS. NO ex MAY TERMINATE IN PANELS. 2.5 l:Q!llllllI CONDUIT SHALL BE EIIT OR PVC AS PER"ITTED BY CODE UNLESS STATED OTHERWISE. MINIUUM CONDUIT SIZE FOR UGHTlNG AND POWER CIRCUITS: 2 .... (3/4j. CONDUITS TO BE CONCEAlED WHERE POSSIBLE. SUPPLY NolO INSTALL EXPANSION CQUPUNGS WHERE CONDUITS CROSS CONSTRUCTION JOINTS, ....CTRlCAL WORK IS INDICATED GENtRAU.Y ON THE ;:'ONl'RACT ORAWlNGS BY STANDAAD sntBOLS AS PER THE LEGEND. THE LETTERS IN THE SYMIIOL INOICATE THE TYPE OF DEVICE AS PER THE SCHEDULES. THE LETTERS AND NU"BERS OUTSIDE AND AIl.JACENT TO THE SYWBOLS INDICA7E THE PANEL AND CIRCUIT NUMBER. IF' NO CIRCUIT IDENTlFlCATlON IS INDICATED UTIUZE AVAILABLE ClRCuIT(S) AND LOAD TO ACCEPTABl.E PRACTISES. ..ODIFlCATlONS TO EXlSTING SWITCHGEAR/SWTlCHBOARD SHALL BE INSTALlED USING THE MANUFACTURER'S RECOt.tWENOED PARTS AND WORK SHALl. NOT VOID ANY EXISTING WARRANTIES. 3.1 '1--1" - - . ---- -.- PROVIDE DOORS WrrH CONCEALED HINGES, LOCKS AND HARDWARE FOR ALL PANELBOARDS EXCEPT DISTRIBUTION PANEl.BOARDS UNLESS OTHERWISE INDICATED. FOR RECESSED PANEl.BOAROS, PROVIDE CHROME PLATED HARDWARE WHERE EXPOSED. PROVIDE A 6 .... THICK. LAMINATED PHENOUC CABLE ENTRANCE PLATE AS INDICATEO. PROVIDE SPf(INKlEPROOf SHIELDS ON SURFACE WQUNTED PANa BOARDS EXCEPT AS OTHERWISE INDICATED. ACCEPTABLE MANUFACTURERS: euT1.ER HAM..ER, SCHNEIDER ELEClRlC (SQUARE D), SIEIlENS. 2.8 UlllfiI!!lll PROVIDE AND INSTALL UGHTING FIXTURES, lAMPS, AND WIRING AS DESIGNATED IN THE F1XlURE SCHEDULE. ACCEPTABLE MANUFACTURERS, REVIEWD EQUIVALENT; UGHTOUER. THOMAS, UTHONIA OR METAlUX. ~ SERVICE LOAD CALCULATION EQUIPMENT CONNECTED FACTOR SERVICE ElQS11NG DEMAND 136 kVA ADDlllONAL KITCHEN EQUIPMENT POP CORD MAailNE 2.00 kVA 1.0 2.00 kVA ELEClRlCAl FRYER 5.70 kVA 1.0 5.70 kVA HOlDOG CORRAL 1.75 kVA 1.0 1.75 kVA MICROWAVE OVEN 1.00 kVA 1.0 1.00 kVA SLUSHIE DISPENSER 0.60 kVA 1.0 0.50 kVA CHEST. FREEZER 1,50 kVA 1.0 1.50 kVA FU1URE L1GHllNG UPGRADE 6.00 kVA 1.0 6.00 kVA TOTAL 159.4-5 kVA 159.45 kVA X 1000 _ 153.61 AMP THEREFORE ElQ511NG 200A SERVICE AMPS - 600 X 1.73 IS SUmClENT MAX. AVAILABLE FAULT CURRENT AT THE SECONDARY IS LESS THAN 1_ TO ~.... ELEC1R1CAL --i ARENA ~ FURNACE ROOM ~ KITCHEN OVERHEAD MAST 3 #8+GRD-21mmCII~ #3+GRD-35mmC NEW .6. 'r'i 60A NEW TlWISf'ORllER-X 3OkVA.600v-208/12r:N. (FURNACE ROOM- EXISTING SECOND FLOOR) , METER NEW NEW 200A CABINET 6aAFf-- PANEl. K , (;. !At!" {-, ; PROPOSED CANTEEN EXIS11NG SPLITTER IN (GROUND flOOR) ELECTRICAL ROOM ,EXISTING MAIN SERVICE SWITCH SINGLE UNE DIAGRAM N.T:S ELECTRICAL LEGEND SYMBOL DESCRIPTION c::::=::::J EXISTING BASE BUlLOING STANllAllD UGIITlNG ~ TO REMAIN. 0 CEILING lotOUNTED llOWNLIGHT FIXJURE, REFER TO LUMINAlRE SCHEDULE FOR DESCIlIPT1ON. If EXISTING CElUNG lIOUNTED EIAERGENCY UGHT1NG SINGLE REMOn: HEAD CONNEClDl TO EIAERGENCY SATTERI' uwrr ~ ElQS11NG EMERGENCY SATTERI' UNIT TO REMAIN ~ lSA. 12OV. SINGLE PHASE IlUPI.fX RECEPTAClE, I<<NE COUNTER qp 'SA. 12rN, SINGLE PHASE DUPLEX ~.rTACLE (CSA 5-15R) .. lSA. , 2OV. SINGLE PHASE IlUPI.fX RECEPTAClE, SPUT ClllCUrr I<<NE COUNTER i WALL MOUNTED 250\1. SINGLE IlECEPTACLE OTHER THAN 15 AMPS. (2 DENOTES 20 _.. 3 DENOTES 30 AMP.) $ WALL lotOUNTED S IlUPI.fX RECEPTACLE OTHER THAN 15 AMPS. (2 DENOTES 20 _.. 3 DENOTES 30 AMP.) -P- POWER CONOUrr ON CEILING SURFACE. PP-A SURFACE lotOUNTED PANEl. A - $ 12r:N SINGLE POlE TOGGLE ~ ~ 12r:N SINGLE POlE KEY OPERATED TOGGlE S'MlCHES '0. MOTOR EXISTlNG ELEClRICAL ITEM TO BE RELOCATED TO NEW POSIl1ON M; ER SHOWN. EXmlO OR ctJT BACK EXISTING CONOUrr AND WIRES M; REOUIRED AND RECONNECT COIlPtLTE. - R- DENOTES EXIST1NG ELECTRICAL ITEM C/W ASSOCIATED ORR CONTROLS TO BE RElAO'IEll AND OUTLET 00x, CONDUIT AND WIlES REllOVEO. ClIT BACK TO SOUI!CE AND MADE SAFE. D.C. OUTLET MOUNTED O'IER COUNTER TOP. SEE AllCHITEC1URAl. MILl.WORK DETAIL DRAWINGS. - EXISTING TO REIIAlN. UNUSS OTHERWISE NOTEl>. OR EX IZI XMRI1 lRANSFORMER ~ METER CA8lNET 0 NOTETA/: @ DETAR. No..) ON DRAWING E03 ~ t__T.... --~ - - - -- -. ~ --- t1!j -- ~.. ... ............-- i - - ..... I ..1......._ , ----~- i===- - -- ------- ----- -- -...===- - MUNICIPALITY OF ClARINGTON - NEWCASTlEARSNA NEW CANTEEN """""""....-.- --SINGLE LIND llIIoGRAM. E1.EC'1'RICAI. LEGEND. HID /lERIIICE lOAD _ ~TKlN~ ... _ D-14304 t -- - -' - g E02 - - .., -- GENERAL NOTES: A ROIOVE ALL EXISTING POWER OUTI.ETS, UGHT1NG FllmJRES, SWITCHES AND ASSOCIATED '\Y WIRING FROM THE EXISTING MEETING ROOM, CUT BACX ALL WIRING TO SOURCE AND MAKE SAFE. ~ REIoIOVE EXISTING CONDUIT, WIRING AND SWITCHES fROM THE EXISTING WALL. CUT BACX ~ WIRING TO SOURCE AND MAKE SAFE. PROVIDE NEW SWITCHES IN SUB ELECTRICAL ROOIot BESIDE PANEL 'C' AND RECONNECT THEM TO EXISTING UGHTING CIRCUITS AND LIGHTING FIXTURES. o PROVIDE NEW POWER PANEL "1<' AND FEED fROM NEW TRANSFORMER 'X' LOCATED ON '\;:Y" SECOND F1.OOR. /,;\. PRO\IIDE NEW CONDUIT FROM EXISTING lIAlN ELECTRICAl. ROOM lOCATED AT SOUTH END ~ Of FAClUlY (NOT SHOWN) TO TRANSFORMER -X AS SPECIFIED. 0- PROVIDE NEW POWER DUTlElS. UGHTlNG FIXTURES, SWITCHES AND WIRING IN NEW '<I" PROPOSED CANTEEN. CONNECT ALL AS INDICATED fROM NEW POWER PANEL 'X'. ~ COORDINATE WITH THE OWNER FOR POWER REQUIREMENT OF XITCHEN EQUIPMENT AND '>:;Y PROVIDE SUITABLE RECEPTACLE TYPES AS REQUIRED. <!/) REMOVE WIRING FROM EXISTING EXHAUST FAN. CUT BACX TO SOURCE AND lIAl<E SAFE. ~ RELOCATE AND RECONNECT EXISTING CElUNG MOUNTED EIoIERCENCY UGHTING F1XlURE AS ~ SHOWN. NEWCASll.E ARENA NEW CANTEEN NEWCASn..EVL1IoQE,CHrNllO - PART GROUND FlOOR PLAN PROPOSED CANTEEN ELECTRICAL ~ ~-;:14304 ---- E03 - - w., ,. ....---- -- . ~ ~ 1 PROPOSED CANTEEN ON GROUND FLOOR- POWER AND /4" ~ 1-0' FURNACE /4"=1'-0" ROOM-SECOND FLOOR EXISTING TELEPHONE PANEL MUNICIPALITY OF CLARINGTON ~tIH --- -- ~- =-- --- --- .1....... _ ------ .. . -- ="':i;=---- ---- -..--."-- - ---- - ...----- - - - . ~_..- eo X.25 ~. eoX.21 c, ..."- ,~. ... . -~" jf. K.6,8 "...<._--- .~ .. X,1D,12 . . "~ X,,~ ~ EX ~K. "8 -_..... ...~.. TO EXISTING I LIGHTING ~0 R#V0 .R150 -. r;""":-~' ...'O.R. .. .0.... .. '" tt:~~.... *,-"';**"$ Xcl.3J.:~;::~~.""I'._-.~2 X.5.7 X.17,19 R R o ---.-....'t-- NEW 600\ P DISCONNE TRANSFORMER- " . ~--- ....-1'1' _._ ~- . ~~';::5f...;~ (t~4Prl- ~ \ ~ r rr. ~ W. K.C. HUNG;; :%. '" I. 0 .,,; ~CF V CONDUIT ON CElUNG SURFACE STUB UP TO SECOND FLOOR AND CONNECT TO NEW TRANSFOREMER X IN THE FURNACE ROOM PROODE NEW CONDUIT FROM ELECTRICAL ROOM TO FURNACE ROOM FROM ELECTRICAL ROOM p_ p --------- - ~------- -;:-. P - ^ p p p p 4 P-+-0 "-~._--p' T ~ SCHEDULE OF LIGHTING FIXTURES AND LAMPS CONTRACTOR SHALL ORDER OPlIONS. FEA lURES OR ACCESSORES TO SUIT THE INSTALlATION. QUANTITIES ARE INrnCA1[O FOR GuiDE ONlY. FlXlURES BAlLAST LENS l.AIotPS CONTRACTOR SHALL CONFlRIl QUANlIlIES PRIOR TO BID SUB..SSlON. T'/PE MANUFACTURER CATAlOGUE NUMBER DESCRlPlION VOLTAGE T'/PE TYPE WATTS NUll TYPE llOUNlING _ARKS A CFI .M448 SERIES 2'x4' TROFFER 120 ELECTRONIC PRlSMAlIC 32 4 Tll RECESSED CElUNG RAPID START IAOUNTED Al CFI AA248 SERIES 1'x4' TROFFER 120 ELECTRONIC PRISMATIC 32 2 Tll RECESSfll CElUNG RAPID START llOUNTED B UGHTOUER 1105TCL/1102THl LOW PROFILE CFL 120 ELECTRONIC SPEClAAA 13 2 TT RECESSED CElUNG RAPID START AUAK IAOUNTED PANEL K VOl.TAGE 120!208V MAINS 22M C!W 125A MAIN LOCA liON -- DESCRIPTION MICROWAVE OVEN HOT DRINKS SLUSH1E POP CORN MACHINE COFFEE MACHINE FRIDGE UPRIGHT FRIDGE COOLER EXISTING TELEPHONE PANEL PROVISION PROVISION PROVISION PROVISION PRO\1SION PROVlSION PROVISION PHASE A TOTAL VA 7154 PHASE B TOTAl VA 6950 PHASE C TOTAl VA 6500 UOUNTlNC SURFACE PHASE ~. 4W TYPE PANEl. BOARD NEW. EXISTING D VA SRKR BRKR VA DESCRIPTION 000 1 1 A 2 285C PERFECT FRYER 384 85C 500 5 C 6 2 1500 WARMING TRAY 7 A 8 000' 9 B 102 1500 HOTDOG CORRAL 11 C 12 200425 13 A 1415300 CASH REGtSTER 2515 B 1620300 LIGHTING 5002917 C 18151000 NEW WAll MOUNTED FAN Z 19 A 2020 SPARE 000 15 21 B 22 20 SPARE 000 15 23 C 2420 SPARE 0001525 A 26 1~ SPARE ~OO 1527 B 2815 SPARE 29 C 30 15 SPARE 31 A 32 PROVlSlON 33 B 34 PROVlSlON 35 C 36 PROVISION 37 A 38 PROVlSlON 39 B 40 PROVISION 41 C 42 PROVISION BREAKER ~ -. ~ - - - - ~---- - - ....-.. -,- - - ~TIH --- -- -- ........ ..,.- - - == =...,- ----- ... ----- ----- - ----- ~--~~~--=- ,------- - MUNICIPALITY OF CLARINGTON - NEWCASTLE ARENA NEW ClWTEEN , NEWCMm.E VIJ.AlJE. (WfNW ~ - PANEL SCHEDULE AND UGHllNG SCHEDUlE ~ ::c; ~;:14304 f p - ,...-... '. - - E04. - - .., -- . I I I I I I I I I I I I I I I I I I I THE CORPORATION OF THE MUNICIPALITY OF CLARINGTON PURCHASING OFFICE NEWCASTLE MEMORIAL ARENA CANTEEN RENOVATIONS CL2005-18 PAGE 62 OF 62 SCHEDULE "F" NOTICE OF "NO BID" QUOTElTENDER # CLOSING DATE IMPORTANT - PLEASE READ THIS It is important to the Municipality to receive a reply from all invited bidders. There is no obligation to submit a quotation/tender, however, should you choose not to bid, completion of this form will assist the Municipality in determining the type of goods or services you are interested in bidding on in the future. INSTRUCTIONS If you are unable, or do not wish to bid on this quotation/tender please complete the following portion of this form. $tate 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 quotation/tender documents. Just return this completed form in the enclosed quotation/tender envelope prior to the official closing time and date. Yes/No 1. We do not manufacture/supply this commodity 2. We do not manufacture/supply to this specification 3. Unable to quote competitively 4. Cannot handle due to present plant loading 5. Quantity/job too large 6. Quantity/job 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: Do YOU wish to bid on these aoods/services in the future? Yes/No For Municipality Use Only Do Not Write In This Space Company Name: Address: Telephone: Position: NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES GENERAL REQUIREMENTS TSH PROJECT NO. 22-14304 Section 0 I 000 I I I I I I I I I I I I I I I I I I I Page 1 INDEX 1. General 2. Summary of Work 3. Specification Format 4. Additional Documents Required 5. Work Schedule 6. Contractor's Use of the Site 7. Work by Others 8. Project Meetings 9. Project CCK}rdination 10. Setting of Work II. Codes and Standards 12. Shop Drawing, Product Data and other Submittals 12. ] Submission Requirements 12.2 Operating Maintenance Manual 12.3 As Built Drawings 13. Progress Draw Cost Breakdowns 14. Testing Laboratory Services 14.1 General 14.2 Contractor's Responsibilities 14.3 Reports IS. Temporary Facilities 15.1 Power and Water Supply 15.2 Overloading 15.3 Falsework 15.4 Scaffolding 15.5 Safety Helmets 15.6 Removal of Temporary Facilities 15.7 Guard Rails and Barricades 16. Protection for Oft:Site and Public Property 17. Security 18. Fastenings 19. Delivery and S1Drage 20. Cleaning 21. F ire Protection 22. Hazardous Material 23. Construction Safety 24. Construction Equipment/Noise Control 25. Standard of Materials and Equipment 26. Permits 27. System Demonstration 28. Operation and Maintenance Manuals I I I I I I I I I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 01000 GENERAL REQUIREMENTS Page 2 1. GENERAL General Requirements are to be read into and form part of each Section ofthe Specifications. 2. SUMMARY OF WORK Work Covered bv Contract Documents The General Contract includes all design labour, equipment and materials to complete the entire project called for or implied by the drawings and specifications together with all necessary incidentals. 3. SPECIFICATION FORMAT Specifications are not intended as a detailed description of installation methods but serve to indicate particular requirement to imure the performance ofthe completed work. Material shown or specified on Drawings or in Specifications, unless otherwise specified, shall conform to standards designated in Ontario Building Code. Similarly, unless otherwise specified, installation methods and standards of workmanship shall also conform to standards required by Ontario Building Code. Where no particularmaterial is specified for a certain use, the Contractor shall select from the choice offered in Ontario Building Code in each case. Parts of specification are written in short form, therefore it is understood that where a component of Work is stated in heading followedby a material or operation, "shall be", "shall consist of' or similar words or phrases are implied which denote complete supply and installation of such material or operations for component of work designated by heading. Work in the Specifications has been divided into Sections which are not intended to designate contractual limits between subcontractors nor between the Contractor and his subcontractors. The Contractor shall organize the divisionoflabour and supply of materials to completethe project in all its parts 4. ADDITIONAL DOCUMENTS REOUIRED Maintain at place of the work, one copy each of following, Additional written instructions that change this work and supplement the contract. Field test reports. Copy of approved work schedule. Manufacturers' installation and application instructions. Shop drawingslDesign Drawings. NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-]4304 Section 0 I 000 GENERAL REQUIREMENTS Page 3 5. WORK SCHEDULE In accordance with schedule stated in the Quotation Form and in form acceptable to Consultant, provide within] 0 working days after Contract award, schedule showing dates for: Submission of shop drawings, material lists and samples. Delivery schedules of maj<r installations. Commencement and completion of work of each Section of Specification. Final completion date within the time period required by Contract documents. Interim reviews of work progress based on work schedule will be conducted as decided by Consultant, and schedule updated by Contractor in conjunction with and to approval of Owner. Schedule prepared by Contractor shall show all tasks, manpowerresource requirements, start dates and end dates. 6. CONTRACTOR'S USE OF THE SITE The Contractor shall have restricted nse of the site for the execution of the work in order to maintain existing facility operations during construction. 7. WORK BY OTHERS Work shown on drawings as N.I.e. (not in Contract) will be supplied and installed by the Owner. Ensure proper co-ordination as required for these items. 8. PROJECT MEETINGS 8.1 Progress Meetings During the course of the Work, progress meetings will be scheduled at an interval of approximately one every two (2) weeks. Contractor, major Subcontractors involved in the Work and the Owner are to be in attendance. The Consultant will record minutes of meeting and circulate to attending andtffected parties not in attendance. 9. PROJECT CO-ORDINATION 9.1 General The Contractor is responsible for overall project co-ordination including progress schedules, subm ittals, use of site, tem porary uti Iities, construction facilities, co-ordination of all other work by subcontractors. . I I I I .' I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSHPROJECTNO.22-14304 Section 0 I 000 GENERAL REQUIREMENTS Page 4 Contractor is responsible for timely notification to Testing and Inspeoon Authorities. Co-ordinate connection to all public utilities. Co-ordinate all work in each area and work on which subsequent work depends to prevent conflict between parts of the work. 10. SETTING OUT OF WORK The General Contractor shall assume full responsibility for and execute complete layout of work to locations, lines and elevations indicated including survey of all existing above and below grade services. Provide devices needed to layout and construct work. Supply such devices as straight edges and templates required to facilitate Consultant's inspection of work. I I. CODES AND STANDARDS Perform work in accordance with the Ontario Building Code O.R. 400/91, latest edition, herein referred to as the "code" or "Code" and any other code of provincial or local application provided that in any case of conflict or discrepancy, the more stringent requirements shall apply. Conform to the requirements of the Occupational Health and Safety Act and Regulations for Construction Projects include all mea51res for TOoffall restraint. Meet or exceed requirements of contract documents, specified standards, codes and referenced documents. 12. SHOP DRAWINGS. PRODUCT DATA AND OTHER SUBMITTALS 12.1 Submission Requirements Until submission is reviewed, work ilvolving relevant product may not proceed. Schedule submissions at least] 5 working days before date reviewed submissions will be needed. Submit four prints of shop drawings to Consultant for review. Consultant will return three prints. In case of pre-printed material submit eight copies to the Consultant for review. Consultant will return four copies. Preprinted material will only be accepted if it conforms to following: NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 01000 GENERAL REQUIREMENTS Page 5 Delete information which is not applicable to project. Supplement standard information to provide additional information applicable to project. Show dimensions and clearances required. Show performance, characteristics and capacities. Show wiring diagrams and controls. The Consultant's Review Stamp Shall be as Herein Shown Arch. Struct. Mech. Elect REVIEWED [ ] REVIEWED AS MODIFIED [] REVISE AND RE-SUBMIT [] NOT REVIEWED [ ] "This review by TSH Engineers, Architects, Planners is for the sole purpose of ascertaining conformance with the general design concept. This review shall not mean that TSH approves the detail design inherent in the shop drawings, responsibility for which shall remain with the Contractor submitting same, and such review shall not relieve the Contractor of his responsibility for errors or omissions in the shop drawings or of his responsibility for meeting all requirements of the Contract Documents. The Contractor is responsible for dimensions to be confirmed and correlated at the job site, for information that pertains solely to fabrication processes or to techniques of construction and installation and for co-ordination of the work of all subtrades". TSH Engineers, Architects, Planners BY: DATE: I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 0 I 000 GENERAL REQUIREMENTS Page 6 Shop drawings not bearing the date, stamp and signature of the Contractor indicating his review and acceptance will be returred immediately without review. Facsimile transmission of documents is not acceptable unless followed up with original document submission. The cost of reviewing shop drawings after the second submission or costs involved in processing documents not as specified will be invoiced to the Contractor at the Consultant's current hourly billing rate. Contractor shall verify field measurements. Contractor's responsibility for errors and omissions _ in submission is not relieved by Consultant's review. 12.3 As Built Drawings The General Contractor to provide to the consultant one copy of the contract drawings marked up with notes re the as built conditions. The refrigerationsubtradeto provide as built drawings (mylar copy) as well as AutoCAD copy of as built shop drawings on disc or CD. 13. PROGRESS DRAW COST BREAKDOWNS Prior to submission of first Progress Draw, the Contractor shall submitto the Consultant a detailed cost breakdown summary for the Consultant's approval. 14. TESTING LABORATORY SERVICES 14.1 General All required inspection and testing shall be performed by an independentestingagency.AII services will be applied and paid for by the Owner. The following items are not included in the scope of the independent testing agency and costs for same shall be included in the Stipulated Price ofthe Contract. _ Inspection and testing required by laws, rules, regulations or orders of public authorities. _ Inspection and testing performed exclusively for Contractor's convenience. _ Tests specified to be carried out by Contractor under the supervision of Consultant. Page 7 I I I I I I I I I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 01000 GENERAL REQUIREMENTS 14.2 Contractor's Responsibilities If tests or inspections reveal work not in conformance with the Contract Documents, the Contractor shall pay the complete cost of all subsequenttesting until the work is found to be in conformance with the Contract Documents, at no additional cost to the Owner. The Contractor shall: Facilitate inspections and tests. Make good work disturbed by inspection and testing. Provide storage on site for laboratory's exclusive use to store equipment and cure test samples. NotiJythe testing agency and Owner in advance of the requirement for tests, in order that attendance arrangements can be made. 14.3 Reports Copies of inspection and testing reports shall be issued to the Contractor, Consultant and Owner. Contractor to provide copies to Subcontractors of the work being inspected/tested. 15. TEMPORARY FACILITIES 15.1 Power and Water Supplv The Contractor may use the existing power and water supply as available to complete the work. 15.2 Overloading Ensure no part of Work is subjected to a load which will endanger its safety or will cause permanent deformation. 15.3 Falsework Design and construct falsework in accordance with CSA S269 .1-1975 and MinistryofLabour regulations. 15.4 Scaffolding Erect scaffolding independent of walls. Remove promptly when no longer required. 15.5 Safetv Helmets Provide sufficient safety helmets for Owner's representatives and any authorized visitor to the site. . I I I I i' I . I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 01000 GENERAL REQUIREMENTS Page 8 15.6 Removal of Temoorarv Facilities Remove temporary facilities from site when directed by Owner. 15.7 Guard Rails and Barricades Provide all guard rails, barricades, fall restraint measures and other devices to satisfy the requirements of authorites. 16. PROTECTION FOR OFF-SITE AND PUBLIC PROPERTY Protect surrounding private and public property from damage during performance ofthe work. Be responsible for correcting damage incurred. 17. SECURITY The owner is responsible for maintaining siteand building secure during construction. 18. FASTENINGS Provide permanent fastenings, anchors and accessories and adhesives required for performance of the work. Exposed metal fastenings and accessories of same texture, colour and finish as base metal in which they occur. Prevent electrolytic action between dissimilar metals. Use non-corrosive fastenings, anchors and spacers for securement of exterior work or form ing part of concealed work which may be subject to corrosion. Fastenings, anchors, accessories and adhesive of appropriate type and of sufficient quantity and in such a manner as to provide positive permanent anchorage of the unit to be anchored in position. Install anchors at spacing within limits of load bearing and shear capacity to acconmodate applied loads so that the secured unit cannot work loose, fall, or shift out of position. Keep exposed fastenings to a minimum, evenly spaced and neatly laid out. Supply adequate instructions and templates and, if necessary, supervise installation where fastenings or accessories are required to be built into work of other trades. Organic plugs are not permitted. Use fastenings of standard commercial sizes and patterns with material and finish suitable for service. Page 9 I I I I I I I I I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 0 I 000 GENERAL REQUIREMENTS Use heavy hexagon heads, semi-finished unless otherwise specified. Use No. 304 stainless steel for exterior areas. Bolts may not project more than one diameter beyond nuts. Use plain type washers on equipment, sheet metal and soft gasket lock type washers where vibrations occur, and resilient washers with stainless steel. Fastening which causes spalling or cracking of material to which anchorage is made are not acceptable. 19. DELIVERY AND STORAGE Deliver, store and maintain packaged material and equipment with manufacturer's seals and labels intact. Immediately remove packaged materials with broken seals from site. Prevent damage, adulteration, and soiling of material and equipment during delivery, handling, and storage. Immediately remove rejected material and equipment from sG:t Store material and equipment in accordance with suppliers instructions. When material or equipment is specified by standard or performance specifications, upon request of Consultant, obtain from manufacturer an independent testing laboratoryreport, stating that material or equipment meets or exceeds specified requirements. 20. CLEANING 20.1 Cleaning During Construction On a daily basis maintain construction site, free from debris and waste material. Maintain project site, and public properties free from accumulations of waste material and rubbish. Provide on-site containers for collecting of waste materials, and rubbish. Remove waste materials,and rubbish from site and dispose of, at legal dumping areas. Pay all dumping charges. Sorting and Iecycling of waste materials is encouraged. Remove debris and surplus materials from area. 21. FIRE PROTECTION The Contractor shall providetemporaryfire protection throughout the period of construction. Particular attention shall be paid to the elimimtion of fire hazards. I I I I I I I I I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 0 I 000 GENERAL REQUIREMENTS Page 10 22. HAZARDOUS MATERIALS Hazardous materials shall not be introduced for experimental or any other use prior to being evaluated by the Consultant. Make known any hazardous materials to be used and method of application before using. Be responsible for storage and proper safety requirements. Comply with Province of Ontario Occupational Health and Safety Act. WSIB and any relevant legislation or industrial guidelines. Any existing asbestos materials to be removed and disposed of off site to be carried out in accordance with Ministry of Labour guidelines and the Occupational Health and Safety Act. Asbestos removal will be completed underContingency Allowances 23. CONSTRUCTION SAFETY The Contractor shall comply with all applicable legislation in relation to health and safety, including but not limited to the Occupational Health and Safety Act R.S.O. 1990 and/or regulations, guidelines or standards made pursuant to such legislation. Breach of this condition will be considered to be a fundamental breach of this Contract and shall be deemed to be just cause or sufficient reason that the Municipality may terminate the Contract immediately without prior notice. Upon request, the Contractor shall provide the Municipalitywith information in writing, regarding the Contractor's health and safety performance and any subcontractors engaged by the Contractor. This includes, but is not limited to information regarding health and safety policies, health and safety meetings, health and safety training, occupational accidents and/or compliance history with app licable legislationlregulations and/or guidelines/standards. 24. CONSTRUCTION EOUlPMENTINOISE CONTROL The Contractor shall take steps as may be required to prevent dust and noise nuisance resulting from his operations. Where the work requires the sawing or grinding of concrete, blades and grinders of wet typshall be used together with sufficient water to prevent the incidence of dust. The cost of all such preventive measures shall be borne by the Contractor. Protect all existing materials and equipment from damage arising from the work of this Contract, and make good any damage. Keep gates and doors locked for public safety except when workmen or materials are being moved. Protect all new materials and equipment from damage during the work of this Contract. NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 01000 GENERAL REQUIREMENTS Page 11 25. STANDARD OF MATERIALS AND EOUIPMENT Materials and equipment are specificallydescribed and named in these specifications for the purpose of establishing a standard of mater ills and workmanship which shall be adhered to under this Contract. All materials shall be new and shall be CSA approved and shall bear the CSA label. Electrical materials which are not CSA approved, shall be approved by Ontario Hydro Special Inspections Branch. Pressure vessels shall carry a CRN number or ASME number. The Consultant may reject any alternate equipment proposed that has not been pre-approved prior to quotation closing. Materialsspecified in the text of these specifications unless otherwise noted shall be deemed notto have acceptable equivalents and shall be supplied under the Contract as named. The Consultant reserves the right to reject substitutes offered for items specified. 28 WARRANTEE Two weeks prior to Substantial Performance of the project, submit to the Consultant, three copies of Warrantee as follows: Names, addresses and phone numbers of subcontractors and suppliers. As built drawings and AutoCAD disc copy of all shop drawings. Warranties and bonds showing: b) Warranty commencement data (date of Substantial Performance of the Contract). c) Duration of warranty. d) Clear indication of what is being warranted and what remedial action will be taken under warranty. e) Signature and seal of the Contractor. Neatly type lists and notes. Use clear drawings, diagrams or manufacturer's literature. END OF SECTION I I I! I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I TSH PROJECT NO. 22-14258 1 1.1 1.1.1 1.2 1.2.1 1.2.2 1.3 1.3.1 1.3.2 1.4 1.4.1 1.5 1.5.1 1.5.2 1.6 1.6.1 1.6.2 1.7 1.7.1 ARCHITECTURAL WOODWORK Section 06400 Page 1 GENERAL REQUIREMENTS GENERAL All conditions of the Contract apply to the work of this Section. SCOPE OF WORK This section of the Contract includes all finished carpentry items, architectural woodwork, millwork, finished cabinet hardware, factory finishing of cabinetwork, plastic laminate work, laminate finish to solid core wood doors. Work also includes any required modifications to existing millwork items. RELATED WORK Carpentry Section 06100 Wood Doors Section 08210 REFERENCE STANDARDS Do finish carpentry and architectural woodwork to Millwork Standards of the Architectural Woodwork Manufacturers Association of Canada (AWMAC) 1991, except where specified otherwise. MOCK-UP Shop prepare one base cabinet and upper cupboard unit complete with hardware and install on project at designated location for Consultant's approval. Approval on workmanship and materials must be obtained prior to commencing fabrication on remainder of millNork items. SHOP DRAWINGS Submit shop drawings in accordance with Section 01001. Indicate details of construction, profiles, jointing and other related details. Indicate all materials, thicknesses, finishes and hardware. PRODUCT DELIVERY, STORAGE AND HANDLING Protect millwork and finished carpentry work against damage and dampness during and after delivery. TSH PROJECT NO. 22-14258 Ii I I I I I I I I I I I I I I I I I I 1.7.2 1.7.3 1.8 1.8.1 1.9 1.9.1 1.10 1.10.1 2 2.1 2.1.1 2.1.2 ARCHITECTURAL WOODWORK Section 06400 Page 2 Provide protective coverings during shipping and storage. Cover plastic laminate work with heavy kraft paper and leave in place until final clean-up. EXTENDED WARRANTY Provide a written warranty covering defects in materials and workmanship in accordance with the General Conditions but for a period of two (2) years. MAINTENANCE DATA Provide maintenance data for plastic laminate work for incorporation into manual specified in Section 01010. QUALIFICATIONS All architectural woodwork shall be completed by Contractors approved by the Owner as listed following: z: R & H Cabinets and Cabinetry Ltd. z: Mirmil z: GVS Wood Products L Markham Custom Woodwork L Ell-Rod Holdings Inc. L Second Generation z: Woodarts Ltd. 905-723-1123 613-394-1 022 905-322-8591 905-475-8317 905-883-8444 905-738-3870 705-743-6493 PRODUCTS LUMBER MATERIAL Softwood Lumber: CAN/CSA 0141, 1994 and NLGA Standard Grading Rules for Canadian Lumber, average moisture content of 7% for interior work, Ponderosa Pine species to AWMAC premium grade. Hardwood Lumber: To National Hardwood Lumber Association (NHLA) requirements, moisture content of average 7%, White Birch species unless noted otherwise to AWMAC custom grade. I I I I I I I I I I I I I I I I I I I TSH PROJECT NO. 22-14258 2.1,3 2.1,4 2,1,5 2.1.6 2.2 2,2.1 2,2,2 2,3 2,3,1 2,3,2 2,3.3 ARCHITECTURAL WOODWORK Section 06400 Page 3 Hardwood Plywood: To CSA 0115-1982 to thickness indicated, rotary cut face White Birch species veneer, 0.9 mm thick, good two sides for work with two sides exposed to view, good one side for work with one side exposed to view. Use composite veneer core, Select veneers to provide random match. Douglas Fir Plywood: To CSA 0121-M1978, good two sides select tight face select sheathing, high density overload medium density overlaid. Poplar Plywood: To CSA 0153-1980 sanded grade construction grade overlaid grade, Multi-Core Panels: Core/Crossbands for Wood Panels: Multi-Core by Longlac Wood Industries Inc. Aspen, Homogeneous Wood Composite, Random Oriented Aspen Wafers, Exterior Quality, Medium Density 38 pcf (624 kg/m"j, conforming to CSA CAN3-0437,OM85 with Aspen Crossbands, free formaldehyde not to exceed 0,04 ppm or 0.25 Mg/Cw,m. Provide white birch veneer AlC grade FASTENERS Nails and staples to CSA B111-1974. Wood screws to CSA B35.4-1972. LAMINATED PLASTIC MATERIALS laminated plastic for post-forming work to CAN3-A172-M-78, Grade PF, Type 3, 1,27 mm thick based on general colour ranges, AcrystaE finish by Nevamar, #50, or "Crystal" #90 by Wilsonart. laminated plastic backing sheet supplied by same manufacturer as facing sheet; not less than 0,5 mm thick, sanded one side, laminated plastic for f1atwork to CAN3-A 172, general purpose type 1.07 mm thick, TSH PROJECT NO. 22-14258 I I I I I I I I I I I I I I I I I I I 2.3.4 2.3.5 2.3.6 2.3.7 2.4 2.4.1 2.4.2 2.4.3 2.4.4 2.4.5 2.4.6 2.4.7 2.5 2.6.1 3 3.1 3.1.1 3.1.2 3.1.3 3.1.4 ARCHITECTURAL WOODWORK Section 06400 Page 4 Colours and finishes to be seiected by Consultant from manufacturers standard range. Allow for premium finish for countertops such as ACrystal= By Nevamar, Wilsonart or approved alternate. Plastic laminate manufacturer shall be Nevamar, Wilsonart, Arborite or Formica. Laminated plastic adhesive: as recommended by laminate manufacturer for application. Conform to CSA 0112.5-M or CSA 01127.7-M as applicable. Draw bolts and splines as recommended by fabricator. MILLWORK HARDWARE Cabinet hardware shall be supplied and installed by millwork supplier. Following is a general listing of materials showing quality requirements. Quantities shall be the responsibility of millwork supplier. Cabinet hinges: Blum, compact 11 DE opening. Cabinet pulls: Stainless steel'D' handles, Hager #2653, satin stainless finish. Provide two pulls on drawers exceeding 600 mm in length. Drawer slides: Knape and Vogt KV 8300 to required length. All drawers to be fitted with slides. Door catches: Knape and Vogt KV #915. Provide rubber bumpers on all doors. Adjustable shelving standards: Knape and Vogt KV #255 complete with shelf support clips KY #256. Shelf brackets: Required width. Knape and Vogt KY #204. EDGE BANDING Provide 10 mm thick solid birch wood strip on multi-core edges exposed in final assembly. Strips to be same width as panel. EXECUTION MILLWORK FABRICATION Doors, gables, shelves. tops and bottoms: to be 19 mm multi-core high density panel with birch veneer, good two sides and 10 mm hardwood edging. Drawer boxes including inner fronts, sides and backs shall be 12.7 mm plywood, birch veneer. Drawer bottoms to be 6 mm paticle board. birch veneer. All backs to be 12.7 mm mult~re high density panel with birch veneer. Counters, edges and splash backs to be plastic laminate over 19 mm particle board cores. I I I I I I I I I I I I I I I I I I I TSH PROJECT NO. 22-14258 ARCHITECTURAL WOODWORK Section 06400 Page 5 3.1.5 All plastic laminate on countertops and splashbacks shall be installed in one piece from front edge of countertop to top of splash back (coved integral top and splashback). Front edge shall have full half circle profile. 3.1.6 All faces and edges to be sanded after fabrication. 3.1.7 Fabricate casework to AWMAC conventional construction, custom grade to flush overlay detailing. 3.1.8 Shop assemble work for delivery to site in size easily handled to ensure passage through building openings. 3.2 FACTORY APPLIED FINISH 3.2.1 All casework items shall receive a clear, transparent factory applied finish. 3.2.2 Finish as follows: one coat clear sanding sealer sand lightly two finish coats of catalyzed lacquer sheen shall be semi-gloss (satin) 3.3 INSTALLATION 3.3.1 Install pre-finished millwork at locations shown on drawings. Position accurately, level and plumb. 3.3.2 Fasten and anchor millwork securely. Provide chrome plated cup washers to all exposed fasteners inside millwork used to anchor same to walls. 3.3.3 Provide cutouts for plumbing fixtures, inserts, appliances, outlet boxes and other fixtures. 3.3.4 Use draw bolts in countertop joints. 3.3.5 Scribe and cut as required to fit abutting walls and to fit properly into recesses and to accommodate intersecting of penetrating objects. 3.3.6 Adjust all hardware to operate satisfactorily. 3.3.7 Protect all millwork from damage. 3.3.8 Touch up finish as required and clear all surfaces prior to handling building over to Owner. END OF SECTION NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 06400 ARCHITECTURAL WOODWORK Page I 1 GENERAL REQUIREMENTS 1.1 GENERAL 1.1.1 All conditions of the Contract apply to the work of this Section. 1.2 SCOPE OF WORK 1.2.1 This section of the Contract includes all finished carpentry items, architectural woodwork, millwork, finished cabinet hardware, factory finishing of cabinet work, plastic laminate work, 1.4 REFERENCE STANDARDS 1.4.1 Do finish catpentry and architectural woodwork to Millwork Standards of the Architectural - Woodwork Manufacturers Association of Canada (AWMAC) 1991, except where specified otherwise. 1.5 MOCK-UP 1.5.1 Shop prepare one base cabinet and upper cupboard unit complete with hardware and install on project at designated location for Consultant's approval. 1.5.2 Approval on workmanship and materials must be obtained prior to commencing fabrication on remainder of millwork items. 1.6 SHOP DRAWINGS 1.6. I Submit shop drawings in accordance with Section 0 100 I. 1.6.2 Indicate details of construction, profiles, jointing and other related details. Indicate all materials, th icknesses, finishes and hardware. 1.7 PRODUCT DELIVERY, STORAGE AND HANDLING 1. 7.1 Protect millwork and finished carpentry work against damage and dampness during and after delivery. I .7.2 Provide protective coverings during shipping and storage. 1.7.3 Cover plastic laminate work with heavy kraft paper and leave in place until final clean-up. 1.8 EXTENDED WARRANTY 1.8.1 Provide a written warranty covering defects in materials and workmanship in accordance with the General Conditions but for a period of two (2) years. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 06400 ARCHITECTURAL WOODWORK Page 2 1.9 MAmTENANCE DATA 1.9.1 Provide maintenance data for plastic laminate work for incorporation into manual specified in Section 01010. 2 PRODUCTS 2.1 LUMBER MATERIAL 2.1.1 Softwood Lumber: CAN/CSA 0141, 1994 and NLGA Standard Grading Rules for Canadian Lumber, average moisture content of 7% for interior work, Western red cedar species to A WMAC premium grade. 2.1.2 Hardwood Lumber: To National Hardwood Lumber Association (NJll..A) requirements, moisture content of average 7%, White Maple species unless noted otherwise to A WMAC custom grade. 2.1.3 Hardwood Plywood: To CSA 0115-1982 to thickness indicated, rotary cut face Maple species veneer, 0.9 nun thick, good two sides for work with two sides exposed to view, good one side for work with one side exposed to view. Use composite veneer core. Select veneers to provide random match. 2.1.4 Douglas Fir Plywood: To CSA 0121-MI978, good two sides select tight face select sheathing, high density overload medium density overlaid. 2.1.7 Paricle Core: To CAN3-0188.1, interior mat-formed wood particlecoard core. to thickness indicated on the drawings. 2.2 FASTENERS 2.2.1 Nails and staples to CSA BI 11-]974. 2.2.2 Wood screws to CSA B35.4-1972. Page 3 I I I I I I I I I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 06400 ARCHITECTURAL WOODWORK 2.3 LAMINATED PLASTIC MATERIALS 2.3.1 Laminated plastic for post-forming work to CAN3-AI72-M-78, Grade Pf, Type 3, 1.27 mm thick based on general colour ranges, "Crystal:' finish by Nevamar. 2.3.2 Laminated plastic backing sheet supplied by same manufacturer as facing sheet; not less than 0.5 mm thick, sanded one side. 2.3.3 Laminated plastic for flatwork to CAN3-AI72, general purpose type 1.07 mm thick. finish similar to textured finish by Nevamar. 2.3.4 Colours and finishes to be selected by Consultant from manufacturers standard range. Allow for premium finish for countertops such as "Crystal" By Nevamar or equal. 2.3.5 Plastic laminate manufacturer shall be Nevamar, Wilsonarl, Arborite or formica. 2.3.6 Laminated plastic adhesive: as recommended by laminate manufacturer for application. Conform to CSA 01 12.5-M or CSA 01127.7-M as applicable. 2.3.7 Draw bolts and splines as recommended by fabricator. 2.4 MILLWORKHARDWARE 2.4.1 Cabinet hardware shall be supplied and installed by millwork supplier. following is a general listing of materials showing quality requirements. Quantities shall be the responsibility of millwork supplier. 2.4.2 Cabinet hinges: Blum, compact 120: opening,. 2.4.3 Cabinet pulls: Stainless steel 'D' handles, Hager #2653, satin stainless finish. Provide two pulls on drawers exceeding 600 mm in length. 2.4.4 Drawer slides: Knape and Vogt KV 1300 to required length. All drawers to be fitted with slides. 2.4.5 Door bumpers: Provide rubber bumpers on all doors. 2.4.6 Adjustable shelving standards: Knape and V ogt KV #255 complete with shelf support clips KY #256. 2.4.7 Shelf brackets: Required width, Knape and Vogt KY #204. 2.4.8 Drawer and cabinet locks: National Lock C81 00 series. I I I I I I I I I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSHPROJECTNO.22-14304 Section 06400 ARCHITECTURAL WOODWORK Page 4 3 3.1 3.1.5 3.1.6 3.1.7 3.1.8 3.1.9 3.1.1 0 3.1.11 3.3 3.3.1 3.3.2 3.3.3 3.3.4 3.3.5 3.3.6 3.3.7 3.3.8 EXECUTION MILLWORK FABRICA nON All exposed cabinetwork including counter, cupboards, doors, drawer fronts and exposed shelving to be plastic laminate over 19 mm particle board cores All concealed cabinet work to be melamine finished particle board except as noted. Cupboards to have 6mm plywood backer All plastic laminate on countertops and splashbacks shall be installed in one piece from front edge of countertop to top of splashback (coved integral top and splashback). Counter top to be post-formed with 100mm splash back. Front edge shall have full half circle _ profile. Fabricate casework to A WMAC conventional construction, custom grade to flush overlay detailing. Shop assemble work for delivery to site III size easily handled to ensure passage through building openings. INSTALLATION Install pre-finished millwork at locations shown on drawings. Position accurately, level and plumb. Fasten and anchor millwork securely. Provide chrome plated cup washers to all exposed fasteners inside millwork used to anchor same to walls. Provide cut-outs for plumbing fixtures, inserts, appliances, outlet boxes and other fixtures. Use draw bolts in countertop joints. Scribe and cut as required to fit abutting walls and to fit properly into recesses and to accommodate intersecting of penetrating objects. Adjust all hardware to operate satisfactorily. Protect all millwork from damage. Touch up finish as required and clear all surfaces prior to handling building over to Owner. END OF SECTION Page 1 I I I I I I I I I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 09660 RESILIENT FLOORING 1 GENERAL REQUIREMENTS 1.1 GENERAL 1.1.1 All conditions of the contract apply to the work of this Section. 1.2 SCOPE OF WORK 1.2.1 This Section of the contract includes all resilient flooring called for or implied by the drawings and specifications, together with all necessary incidentals whether referred to or not, as will be required to complete work to full intent and meaning of drawings and specifications. Work includes but is not limited to following: Vinyl Composite Tile Resilient Wall Base 1.4 SAMPLES 1.4.1 Submit in duplicate tile in size specified, base, nosing, feature strips, treads, edge strips in accordance with Section 01000. 1.5 MAINTENANCE DATA 1.5.1 Provide maintenance data for resilient flooring for incorporation into Operation and Maintenance Manual specified in Section 01000. 1.6 MAINTENANCE MATERIALS 1.6.1 Deliver 5 m2 of each colour, pattern and type flooring material required for project for maintenance use. Identify each box. Store where directed. Maximum material<t be delivered is 20 d. 1.6.2 Maintenance materials to be same production run as installed materials. 1.7 ENVIRONMENTAL REQUIREMENTS 1.7.1 Maintain air temperature and structural base temperature at flooring installation area above 200C for 48h before, during and for 48h after installation. 1.8 PRODUCT HANDLING 1.8.1 Use all means necessary to protect resilient flooring materials before, during and after installation and to protect the installed work and materials of all other trades. 1.8.2 In the event of damage, immediately make all repairs and replacements necessary to the approval of the Consultant and at no additional cost to the Owner. I I I I I I I I I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 09660 RESILIENT FLOORING Page 2 2 PRODUCTS 2.1 MATERIALS 2.1.1 Vinvl Composite Tile (VCT) To CSA A126.1 (except that filler be non-asbestos) plain, 3.2 mm thick, 305 x 305 m size, in premium colour selected by Consultant. The following form the basis for selection, equal products in appearance, colour and texture may be approved by Consultant. VCTI Standard Excelon by Armstrong W orldlndustries Inc. #5] 899 2.1.2 Rubber Base: To CAN/CSA-A 126.5, Type 1 rubber. Top set coved rubber, minimum 1200 rom length and 100 mm high x 3.2 mm thick, including premoulded end stops and external comers, of colour selected by Consultant. Contractor to allow for premium colour selection. Flat base to be used in carpeted areas. 2.1.3 Primers and Adhesives (Resilient Tile) Asphalt Primer Fast-Set Tile Cement Cove Base Cement Armstrong Armstrong Armstrong 2.1.4 Metal Edge Strips: Extruded aluminum, smooth, polished with lip to extend under floor finish, shoulder flush with top of adjacent floor finish. 2.1.5 Sub-Floor Filler and Leveller White premix latex requiring water only to produce cementitious paste. Metal Edge Strips. Aluminum extruded, smooth, mill finish, with lip to extend under floor finish, shoulder flush with top of adjacent floor finish. 2.1.6 Sealer: Type recommended by flooring manufacturer. 2.1.7 Wax: Type recommended by flooring manufacturer. RESILIENT FLOORING Page 3 I I I I I I I I I I I I I I I I I I I NEWCASTI..E MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 09660 3 EXECUTION 3.1 INSPECTION 3.1.] Ensure concrete floors are dry, by using test methods recommended by tile manufacturer, and exhibit negative alkalinity, carbonization or dusting. 3.2 SUB-FLOOR TREATMENT 3.2.1 Remove sub-floor ridges and bumps. Fill low spots, cracks, joints, holes and other defects with sub-floor filler. 3.2.2 Clean floor and apply filler; trowel and floatto leave smooth, flat hard surface. Prohibit traffic until filler cured. 3.2.3 Prime concrete to flooring manufacturer's printed instructions. 3.3 TILE APPLICATION 3.3.1 Apply adhesive uniformly using recommended trowel in accordance with flooring manufacturer's instructions. Do not spread more adhesive than can be covered by flooring before initial set takes place. 3.3.2 Lay flooring with joints parallel to building lines to produce symmetrical tile pattern. Border tiles minimum halftile width. 3.3.3 Install flooring to square grid pattern with all joints aligned. 3.3.4 As installation progresses, and after installation, roll flooring with 45 kg roller to ensure full adhesion. 3.3.5 Cut tile and fit neatly around fixed objects. 3.3.6 Terminate flooring at centre line of door in openings where adjacent floor finish or colour is dissimilar. 3.3.7 Install metal edge strips at unprotected or exposed edgs where flooring terminates. 3.4 RUBBER COVE BASE 3.4.1 Layout base to keep number of joints at minimum. 3.4.2 Set base in adhesive tightly against wall and floor surfaces. 3.4.3 Install straight and level to variation of I :1000. I I I I I I I I I I I I I I I I I I I NEWCASTLE MEMORIAL ARENA CANTEEN UPGRADES TSH PROJECT NO. 22-14304 Section 09660 RESILIENT FLOORING Page 4 3.4.4 Scribe and fit to door frames and other obstructions. Use premoulded end pieces at flush door frames. 3.4.5 Cope internal comers. Use premoulded comer units for external corners. Use formed straight base material for external corners of other angles. 3.4.6 Install toeless type base before installation of carpet on floors. 3.4.7 Install rubber cove base to toe space of counters unless noted otherwise. 3.5 CLEANING AND WAXING 3.5.] Remove excess adhesive from floor, base and wall surfaces without damage. 3.5.2 Clean, seal and wax floor and base surface to flooring manufacturer'sinstructions. In carpeted areas clean, seal and wax base surface before carpet installation. 3.5.3 Wax floors with two coats required wax and touch up immediately before final inspectin 3.6 PROTECTION OF FINISHED WORK 3.6. I Protect new floors after initial waxing until final inspection. 3.6.2 Prohibit traffic on floor for 48 hours after installation. END OF SECTION