Township of Oro-Medonte North and South Garage Renovation

Size: px
Start display at page:

Download "Township of Oro-Medonte North and South Garage Renovation"

Transcription

1 Township of Oro-Medonte North and South Garage Renovation Project No.: Project Manual Issued: April Bayview Dr., Suite 303, Barrie, ON, L4N 4Y5 T: F:

2 TABLE OF CONTENTS SECTIONS PAGES DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS SECTION INSTRUCTIONS TO BIDDERS 5 DIVISION 01 - GENERAL REQUIREMENTS SECTION SUMMARY OF WORK 3 SECTION WORK RESTRICTIONS 2 SECTION ALTERNATIVES 1 SECTION PAYMENT PROCEDURES 2 SECTION PROJECT MEETINGS 3 SECTION CONSTRUCTION PROGRESS SCHEDULES - BAR (GANTT) CHART 3 SECTION SUBMITTAL PROCEDURES 4 SECTION HEALTH AND SAFETY REQUIREMENTS 4 SECTION REGULATORY REQUIREMENTS 1 SECTION QUALITY CONTROL 3 SECTION TEMPORARY BARRIERS AND ENCLOSURES 3 SECTION COMMON PRODUCT REQUIREMENTS 5 SECTION EXAMINATION AND PREPARATION 2 SECTION EXECUTION REQUIREMENTS 2 SECTION CLEANING 3 SECTION CONSTRUCTION DEMOLITION WASTE MANAGEMENT AND DISPOSAL 3 SECTION CLOSEOUT PROCEDURES 2 SECTION CLOSEOUT SUBMITTALS 8 SECTION DEMONSTRATION AND TRAINING 2 BID FORM COVER PAGE 1 BID FORM 2 BID FORM 'A' 2 BID FORM 'B' 2 BID FORM 'D' 1 BID FORM 'E' 1 TOWNSHIP OF ORO-MEDONTE HEALTH AND SAFETY 19 SUPPLEMENTAL CONDITIONS 6 APPENDICES 4

3 INSTRUCTIONS TO BIDDERS SECTION INSTRUCTIONS TO BIDDERS PART 1 - General 1 INVITATION Bid Call: Ensure offers are signed under seal, executed, and dated and are received by Owner located at 148 Line 7 South, Oro-Medonte, ON L0L 2E0 before 2:00:00pm local time on 10th day of May, Offers submitted after above time will be returned to Bidder unopened. Offers will be opened privately immediately after time for receipt of Bids. Amendments to submitted offer will be permitted if received in writing prior to Bid closing and if endorsed by same party or parties who signed and sealed offer. 2 INTENT Intent of this Bid call is to obtain an offer to perform Work to complete addition of exhaust and CO/NO detection at the North Garage located at 344 Moonstone Road East, Oro-Medonte and at the South Garage located at 833 Line 7 North, Oro-Medonte for Stipulated Price contract, in accordance with Contract Documents. Perform Work within time stated in Section Summary of Work. Initiate Work within five days of receipt of notice of contract award. 3 CONTRACT DOCUMENTS IDENTIFICATION Contract Documents are identified as Project No.: as prepared by Gerrits Engineering Limited, located at 231 Bayview Drive, Suite 303, Barrie, ON and listed in Table of Contents and the Contract Drawings. 4 CONTRACT/BID DOCUMENTS Definitions: Bid Document: Contract Documents supplemented with Instructions to Bidders, Bid Form, and Bid Supplementary Forms identified. Bid, Offer, or Bidding: act of submitting an offer under seal. Bid Price: monetary sum identified in Bid Form as an offer to perform Work. Availability: 1

4 INSTRUCTIONS TO BIDDERS Bid Documents may be obtained at office of Consultant, Gerrits Engineering Limited located at 231 Bayview Drive, Suite 303, Barrie, Ontario. Electronic versions of Bid Documents are available upon request. Bid Documents are made available only for purpose of obtaining offers for this project. Their use does not confer license or grant for other purposes. Examination: Bid Documents may be viewed at office of Consultant. Electronic versions of Bid Documents are available upon request. Upon receipt of Bid Documents verify that documents are complete. Immediately notify Consultant upon finding discrepancies or omissions in Bid Documents. D. Queries/Addenda: Direct questions to Josh Small, P.Eng., Gerrits Engineering Limited, by at JSmall@gerreng.com. Addenda may be issued during Bidding period. Addenda will become part of Contract Documents. Include costs in Bid Price. Verbal answers are only binding when confirmed by written addenda. Clarifications requested by Bidders must be in writing not less than seven days before date set for receipt of Bids. Reply will be in form of an addendum. Copy of addendum will be forwarded to known Bidders no later than 5 working days before receipt of Bids. E. Product/System Options: Where Bid Documents stipulate a particular product, substitutions will be considered by Departmental Representative Consultant up to 10 days before receipt of Bids. When request to substitute product is made, Consultant may approve substitution and will issue Addendum to known Bidders. In submission of substitutions to products specified, Bidders are to include in their Bid, changes required in Work to accommodate such substitutions. Later claim by Bidder for addition to Contract Price a result of changes in Work necessitated by use of substitutions will not be considered. Substituted products will be considered if submitted as an attachment to Bid Form. Ensure submission provides sufficient information to enable Consultant to determine acceptability of such products. Provide complete information on required revisions to other work to accommodate each substitution, dollar amount of additions to or reductions from Bid Price, including revisions to other work. Provide specified products unless substitutions are submitted as noted and subsequently accepted. Approval to submit substitutions prior to submission of Bids is required. 2

5 INSTRUCTIONS TO BIDDERS SITE ASSESSMENT Site Examination: 2. Mandatory visit to project site has been arranged for Bidders as follows: North Garage, 344 Moonstone Road East, Oro-Medonte at 10:00:00am on the 26th day of April, Mandatory visit to project site has been arrange for Bidders as follows: South Garage, 833 Line 7 North, Oro-Medonte at 11:30:00am on the 26th date of April, Bidders Briefing: Mandatory Bidders briefing has been scheduled for 10:00:00am on 26th day of April, 2018 at location of North Garage, 344 Moonstone Road East, Oro- Medonte, ON. General Contractor Bidders and major sub-trades are invited. Representatives of the Owner and the Consultant will be in attendance. Summarized minutes of briefing meeting will be circulated to attendees. Minutes will form part of Contract Documents. Information relevant to Bid Documents will be recorded in Addendum and issued to known Bidders. 6 QUALIFICATIONS Subcontractors: Owner reserves right to reject proposed subcontractor for reasonable cause. 7 BID SUBMISSION Bid Depository: 2. All trades to use Bid Depository system of Bid collection. Rules and regulations of Bid Depository, in force on day of Bid submission apply. Bid Ineligibility: Bids that are unsigned, improperly signed or sealed, conditional, illegible, obscure, contain arithmetical errors, erasures, alterations, or irregularities of any kind, will be declared informal at Owner's discretion. Bids with Bid Forms and enclosures which are improperly prepared will be declared informal at Owner's discretion. Bids that fail to include security deposit, bonding or insurance requirements will be declared informal at Owner's discretion. 3

6 INSTRUCTIONS TO BIDDERS Bids are by invitation, only from selected Bidders. Bids from unsolicited Bidders will be returned. Submissions: 2. Bidders are solely responsible for delivery of their Bids in manner and time prescribed. Submit one copy of executed offer on Bid Forms provided, signed and with corporate seal together with required security in sealed opaque envelope, clearly identified with Bidder's name, project name and Owner's name on outside. 8 BID ENCLOSURES/REQUIREMENTS Insurance: Provide signed "Undertaking of Insurance" on standard form provided by insurance company stating intention to provide insurance to Bidder in accordance with insurance requirements of Contract Documents. Bid Form Requirements: State in Bid Form, time required to complete Work. Completion date in Agreement must be completion time added to commencement date. Bidder, in submitting an offer, accepts time period stated in Contract documents for performing Work. Completion date in Agreement is completion time added to commencement date. In submitting an offer, Bidder agrees to complete Work by date indicated in Contract Documents, but may propose a revision to contract time with adjustment to Bid price. Consideration will be given to time of completion when reviewing Bids submitted. Bid Signing: Bid Form to be signed under seal by Bidder. Sole Proprietorship: signature of sole proprietor in presence of witness who shall also sign. Insert words "Sole Proprietor" under signature. Affix seal. Partnership: signature of all partners in presence of witness who shall also sign. Insert word >Partner' under each signature. Affix seal to each signature. Limited Company: signature of duly authorized signing officer(s) in normal signatures. Insert officer's capacity in which signing officer acts, under each signature. Affix corporate seal. If Bid is signed by officials other than President and Secretary of company, or President-Secretary-Treasurer of company, copy of by-law resolution of Board of Directors authorizing them to do so must also be submitted with Bid in Bid envelope. 4

7 INSTRUCTIONS TO BIDDERS Incorporated Company: signature of duly authorized signing officer(s) in normal signatures. Insert officer's capacity in which signing officer acts, under each signature. Affix corporate seal. If Bid is signed by officials other than President and Secretary of company, or President-Secretary-Treasurer of company, copy of by-law resolution of Board of Directors authorizing them to do so must also be submitted with Bid in Bid envelope. Joint Venture: each party of joint venture must execute Bid under respective seals in manner appropriate to such party as described above, similar to requirements of Partnership. 9 OFFER ACCEPTANCE/ REJECTION Duration of Offer: Bids to remain open to acceptance, and irrevocable for 90 days after Bid closing date. Acceptance of Offer: 2. Owner reserves right to accept or reject any or all offers. After acceptance by Owner, Consultant will issue to successful Bidder, written Bid acceptance. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 5

8 SUMMARY OF WORK SECTION SUMMARY OF WORK PART 1 - General 1 WORK COVERED BY CONTRACT DOCUMENTS Work of this Contract comprises addition of exhaust and CO/NO detection at the North Garage, located at 344 Moonstone Road East, Oro-Medonte; and further identified as North Garage Renovations. Work of this Contract comprises addition of exhaust and CO/NO detection at the South Garage, located at 833 Line 7 North, Oro-Medonte; and further identified as South Garage Renovations. 2 CONTRACT METHOD Construct Work under stipulated price contract. 3 WORK SEQUENCE Construct Work in stages to accommodate Owner's continued use of premises during construction. Co-ordinate Progress Schedule and co-ordinate with Owner Occupancy during construction. Maintain fire access/control. 4 CONTRACTOR USE OF PREMISES Restricted use of site until Substantial Performance. Limit use of premises for Work, for storage, and for access, to allow: 2. Owner occupancy. Partial owner occupancy. D. E. Co-ordinate use of premises under direction of Owner. Obtain and pay for use of additional storage or work areas needed for operations under this Contract. Remove or alter existing work to prevent injury or damage to portions of existing work which remain. 1

9 SUMMARY OF WORK F. G. Repair or replace portions of existing work which have been altered during construction operations to match existing or adjoining work, as directed by Consultant. At completion of operations condition of existing work: equal to or better than that which existed before new work started. 5 OWNER OCCUPANCY Owner will occupy premises during entire construction period for execution of normal operations. Co-operate with Owner in scheduling operations to minimize conflict and to facilitate Owner usage. 6 D. E. F. G. H. I. EXISTING SERVICES Notify Consultant and utility companies of intended interruption of services and obtain required permission. Provide alternative routes for personnel and vehicular traffic. Submit schedule to and obtain approval from Consultant for any shut-down or closure of active service or facility including power and communications services. Adhere to approved schedule and provide notice to affected parties. Provide temporary services when directed by Consulant to maintain critical building and tenant systems. Provide adequate bridging over trenches which cross sidewalks or roads to permit normal traffic. Where unknown services are encountered, immediately advise Consultant and confirm findings in writing. Protect, relocate or maintain existing active services. When inactive services are encountered, cap off in manner approved by authorities having jurisdiction. Record locations of maintained, re-routed and abandoned service lines. Construct barriers in accordance with Section Temporary Barriers and Enclosures. 7 DOCUMENTS REQUIRED Maintain at job site, one copy each document as follows: Contract Drawings. 2. Specifications. 2

10 SUMMARY OF WORK Addenda. Reviewed Shop Drawings. List of Outstanding Shop Drawings. Change Orders. Other Modifications to Contract. Field Test Reports. Copy of Approved Work Schedule. Health and Safety Plan and Other Safety Related Documents. Other documents as specified. PART 2 - Products 2.1 NOT USED Not used. PART 3 - Execution 3.1 NOT USED Not used. END OF SECTION 3

11 WORK RESTRICTIONS SECTION WORK RESTRICTIONS PART 1 - General 1 ACCESS AND EGRESS Design, construct and maintain temporary "access to" and "egress from" work areas, including stairs, runways, ramps or ladders and scaffolding, independent of finished surfaces and in accordance with relevant municipal, provincial and other regulations. 2 D. E. USE OF SITE AND FACILITIES Execute work with least possible interference or disturbance to normal use of premises. Make arrangements with Consultant to facilitate work as stated. Maintain existing services to building and provide for personnel and vehicle access. Where security is reduced by work provide temporary means to maintain security. Owner will assign sanitary facilities for use by Contractor's personnel. Keep facilities clean. Closures: protect work temporarily until permanent enclosures are completed. 3 ALTERATIONS, ADDITIONS OR REPAIRS TO EXISTING BUILDING Execute work with least possible interference or disturbance to building operations, occupants, public and normal use of premises. Arrange with Consultant to facilitate execution of work. 4 D. EXISTING SERVICES Notify, Consultant and utility companies of intended interruption of services and obtain required permission. Where Work involves breaking into or connecting to existing services, give Consultant 48 hours of notice for necessary interruption of mechanical or electrical service throughout course of work. Keep duration of interruptions minimum. Carry out interruptions after normal working hours of occupants, preferably on weekends. Provide for personnel, pedestrian and vehicular traffic. Construct barriers in accordance with Section Temporary Barriers and Enclosures. 1

12 WORK RESTRICTIONS D. SPECIAL REQUIREMENTS Submit schedule in accordance with Section Construction Progress Schedule - Bar (GANTT) Chart. Ensure Contractor's personnel employed on site become familiar with and obey regulations including safety, fire, traffic and security regulations. Keep within limits of work and avenues of ingress and egress. Deliver materials outside of peak traffic hours 17:00 to 07:00 and 13:00 to 15:00 unless otherwise approved by Consultant. 6 BUILDING SMOKING ENVIRONMENT Comply with smoking restrictions. Smoking is not permitted. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 2

13 ALTERNATIVES SECTION ALTERNATIVES PART 1 - General 1 REQUIREMENTS Referenced specification Sections stipulate pertinent requirements for products and methods to achieve Work stipulated under each Alternative. Co-ordinate affected related Work and modify surrounding Work to integrate Work under each Alternative. 2 AWARD/SELECTION OF ALTERNATIVES Indicate variation of Bid Price for Alternatives described below and listed in Supplementary Bid Form. Note that this form requests a 'difference' in Bid. Price by adding to or deducting from base Bid price. Bids will be evaluated on 'Base Bid' price. After determination of preferred, consideration will be given to Alternatives and Bid Price adjustments. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 1

14 PAYMENT PROCEDURES SECTION PAYMENT PROCEDURES PART 1 - General 1 REFERENCES Canadian Construction Documents Committee (CCDC) CCDC 2, Stipulated Price Contract. 2 APPLICATIONS FOR PROGRESS PAYMENT Refer to CCDC 2. 3 SCHEDULE OF VALUES Provide schedule of values supported by evidence as Consultant may reasonably direct and when accepted by Consultant, be used as basis for applications for payment. Include statement based on schedule of values with each application for payment. Support claims for products delivered to Place of Work but not yet incorporated into Work by such evidence as Consultant may reasonably require to establish value and delivery of products. 4 PREPARING SCHEDULE OF UNIT PRICE TABLE ITEMS Submit separate schedule of unit price items of Work requested in Bid form. Make form of submittal parallel to Schedule of Values, with each line item identified same as line item in Schedule of Values. Include in unit prices only: Cost of material. Delivery and unloading at site. Sales taxes. Installation, overhead and profit. Ensure unit prices multiplied by quantities given equal material cost of that item in Schedule of Values. 5 PROGRESS PAYMENT Refer to CCDC 2. 1

15 PAYMENT PROCEDURES SUBSTANTIAL PERFORMANCE OF WORK Refer to CCDC 2. 7 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF WORK Refer to CCDC 2. 8 FINAL PAYMENT Refer to CCDC 2, GC 5.7. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 2

16 PROJECT MEETINGS SECTION PROJECT MEETINGS PART 1 - General 1 D. E. F. G. H. ADMINISTRATIVE Schedule and administer project meetings throughout the progress of the work at the call of Consultant. Prepare agenda for meetings. Distribute written notice of each meeting four days in advance of meeting date to Consultant. Provide physical space and make arrangements for meetings. Preside at meetings. Record the meeting minutes. Include significant proceedings and decisions. Identify actions by parties. Reproduce and distribute copies of minutes within three days after meetings and transmit to meeting participants and, affected parties not in attendance. Representative of Contractor, Subcontractor and suppliers attending meetings will be qualified and authorized to act on behalf of party each represents. 2 D. E. PRECONSTRUCTION MEETING Within 15 days after award of Contract, request a meeting of parties in contract to discuss and resolve administrative procedures and responsibilities. Senior representatives of the Owner, the Consultant, Contractor, major Subcontractors, field inspectors and supervisors will be in attendance. Establish time and location of meeting and notify parties concerned minimum 5 days before meeting. Incorporate mutually agreed variations to Contract Documents into Agreement, prior to signing. Agenda to include: Appointment of official representative of participants in the Work. 2. Schedule of Work: in accordance with Section Construction Progress Schedules - Bar (GANTT) Chart. 3. Schedule of submission of shop drawings, samples, colour chips. Submit submittals in accordance with Section Submittal Procedures. 1

17 PROJECT MEETINGS Site security in accordance with Section Temporary Barriers and Enclosures. Proposed changes, change orders, procedures, approvals required, mark-up percentages permitted, time extensions, overtime, administrative requirements. Owner provided products. Record drawings in accordance with Section Submittal Procedures. Maintenance manuals in accordance with Section Closeout Submittals. Take-over procedures, acceptance, warranties in accordance with Section Closeout Submittals. Monthly progress claims, administrative procedures, photographs, hold backs. Appointment of inspection and testing agencies or firms. Insurances, transcript of policies. 3 D. E. PROGRESS MEETINGS During course of Work and 4 weeks prior to project completion, schedule progress meetings monthly. Contractor, major Subcontractors involved in Work and Consultant and Owner are to be in attendance. Notify parties minimum 4 days prior to meetings. Record minutes of meetings and circulate to attending parties and affected parties not in attendance within 3 days after meeting. Agenda to include the following: Review, approval of minutes of previous meeting. Review of Work progress since previous meeting. Field observations, problems, conflicts. Problems which impede construction schedule. Review of off-site fabrication delivery schedules. Corrective measures and procedures to regain projected schedule. Revision to construction schedule. Progress schedule, during succeeding work period. Review submittal schedules: expedite as required. Maintenance of quality standards. Review proposed changes for affect on construction schedule and on completion date. Other business. PART 2 - Products 2.1 NOT USED Not Used. 2

18 PROJECT MEETINGS PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 3

19 CONSTRUCTION PROGRESS SCHEDULES - BAR (GANTT) CHART SECTION CONSTRUCTION PROGRESS SCHEDULES - BAR (GANTT) CHART PART 1 - General 1 D. E. F. G. H. I. DEFINITIONS Activity: element of Work performed during course of Project. Activity normally has expected duration, and expected cost and expected resource requirements. Activities can be subdivided into tasks. Bar Chart (GANTT Chart): graphic display of schedule-related information. In typical bar chart, activities or other Project elements are listed down left side of chart, dates are shown across top, and activity durations are shown as date-placed horizontal bars. Generally Bar Chart should be derived from commercially available computerized project management system. Baseline: original approved plan (for project, work package, or activity), plus or minus approved scope changes. Construction Work Week: Monday to Friday, inclusive, will provide five day work week and define schedule calendar working days as part of Bar (GANTT) Chart submission. Duration: number of work periods (not including holidays or other nonworking periods) required to complete activity or other project element. Usually expressed as workdays or workweeks. Master Plan: summary-level schedule that identifies major activities and key milestones. Milestone: significant event in project, usually completion of major deliverable. Project Schedule: planned dates for performing activities and the planned dates for meeting milestones. Dynamic, detailed record of tasks or activities that must be accomplished to satisfy Project objectives. Monitoring and control process involves using Project Schedule in executing and controlling activities and is used as basis for decision making throughout project life cycle. Project Planning, Monitoring and Control System: overall system operated by Consultant to enable monitoring of project work in relation to established milestones. 1

20 CONSTRUCTION PROGRESS SCHEDULES - BAR (GANTT) CHART REQUIREMENTS Ensure Master Plan and Detail Schedules are practical and remain within specified Contract duration. Plan to complete Work in accordance with prescribed milestones and time frame. Ensure that it is understood that Award of Contract or time of beginning, rate of progress, Interim Certificate and Final Certificate as defined times of completion are of essence of this contract. 3 PROJECT MILESTONES Project milestones form interim targets for Project Schedule. Interim Certificate (Substantial Completion) within 60 calendar days of Award of Contract date. 4 D. MASTER PLAN Structure schedule to allow orderly planning, organizing and execution of Work as Bar Chart (GANTT). Consultant will review and return revised schedules within 5 working days. Revise impractical schedule and resubmit within 5 working days. Accepted revised schedule will become Master Plan and be used as baseline for updates. 5 PROJECT SCHEDULE Develop detailed Project Schedule derived from Master Plan. Ensure detailed Project Schedule includes as minimum milestone and activity types as follows: Award; 2. Shop Drawings, Samples; 3. Permits; 4. Mobilization; 5. Wall Penetrations; 6. Exhaust Fans; 7. Controls; 8. Testing and Commissioning. 2

21 CONSTRUCTION PROGRESS SCHEDULES - BAR (GANTT) CHART PROJECT SCHEDULE REPORTING Update Project Schedule on bi-weekly basis reflecting activity changes and completions, as well as activities in progress. Include as part of Project Schedule, narrative report identifying Work status to date, comparing current progress to baseline, presenting current forecasts, defining problem areas, anticipated delays and impact with possible mitigation. 7 PROJECT MEETINGS Discuss Project Schedule at regular site meetings, identify activities that are behind schedule and provide measures to regain slippage. Activities considered behind schedule are those with projected start or completion dates later than current approved dates shown on baseline schedule. Weather related delays with their remedial measures will be discussed and negotiated. PART 2 - Products 2.1 NOT USED Not used. PART 3 - Execution 3.1 NOT USED Not used. END OF SECTION 3

22 SUBMITTAL PROCEDURES SECTION SUBMITTAL PROCEDURES PART 1 - General 1 D. E. F. G. H. I. J. ADMINISTRATIVE Submit to Consultant submittals listed for review. Submit promptly and in orderly sequence to not cause delay in Work. Failure to submit in ample time is not considered sufficient reason for extension of Contract Time and no claim for extension by reason of such default will be allowed. Do not proceed with Work affected by submittal until review is complete. Present shop drawings, product data, samples and mock-ups in SI Metric units. Where items or information is not produced in SI Metric units converted values are acceptable. Review submittals prior to submission to Consultant. This review represents that necessary requirements have been determined and verified, or will be, and that each submittal has been checked and co-ordinated with requirements of Work and Contract Documents. Submittals not stamped, signed, dated and identified as to specific project will be returned without being examined and considered rejected. Notify Consultant, in writing at time of submission, identifying deviations from requirements of Contract Documents stating reasons for deviations. Verify field measurements and affected adjacent Work are co-ordinated. Contractor's responsibility for errors and omissions in submission is not relieved by Consultant's review of submittals. Contractor's responsibility for deviations in submission from requirements of Contract Documents is not relieved by Consultant review. Keep one reviewed copy of each submission on site. 2 SHOP DRAWINGS AND PRODUCT DATA The term "shop drawings" means drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are to be provided by Contractor to illustrate details of a portion of Work. Submit drawings stamped and signed by professional engineer registered or licensed in Province of Ontario, Canada where requested within the specifications and on the drawings. 1

23 SUBMITTAL PROCEDURES D. E. F. G. Indicate materials, methods of construction and attachment or anchorage, erection diagrams, connections, explanatory notes and other information necessary for completion of Work. Where articles or equipment attach or connect to other articles or equipment, indicate that such items have been co-ordinated, regardless of Section under which adjacent items will be supplied and installed. Indicate cross references to design drawings and specifications. The Contractor shall provide shop drawings to the Consultant to review in orderly sequence and sufficiently in advance so to cause no delay in the Work. Adjustments made on shop drawings by Consultant are not intended to change Contract Price. If adjustments affect value of Work, state such in writing to Consultant prior to proceeding with Work. Make changes in shop drawings as Consultant may require, consistent with Contract Documents. When resubmitting, notify Consultant in writing of revisions other than those requested. Accompany submissions with transmittal letter, containing: Date. Project title and number. Contractor's name and address. Identification and quantity of each shop drawing, product data and sample. Other pertinent data. H. Submissions include: Date and revision dates. Project title and number. Name and address of: a. b. c. Subcontractor. Supplier. Manufacturer Contractor's stamp, signed by Contractor's authorized representative certifying approval of submissions, verification of field measurements and compliance with Contract Documents. Details of appropriate portions of Work as applicable: a. b. c. d. e. f. g. Fabrication. Layout, showing dimensions, including identified field dimensions, and clearances. Setting or erection details. Capacities. Performance characteristics. Standards. Operating weight. 2

24 SUBMITTAL PROCEDURES h. i. j. Wiring diagrams. Single line and schematic diagrams. Relationship to adjacent work. I. J. K. L. After Consultant's review, distribute copies. Submit electronic copy of shop drawings for each requirement requested in specification Sections and as Consultant may reasonably request. Submit copies of product data sheets or brochures for requirements requested in specification Sections and as requested by Consultant where shop drawings will not be prepared due to standardized manufacture of product. Submit electronic copies of test reports for requirements requested in specification Sections and as requested by Consultant. 2. Report signed by authorized official of testing laboratory that material, product or system identical to material, product or system to be provided has been tested in accord with specified requirements. Testing must have been within 3 years of date of contract award for project. M. Submit electronic copies of certificates for requirements requested in specification Sections and as requested by Consultant. 2. Statements printed on manufacturer's letterhead and signed by responsible officials of manufacturer of product, system or material attesting that product, system or material meets specification requirements. Certificates must be dated after award of project contract complete with project name. N. Submit electronic copies of manufacturers instructions for requirements requested in specification Sections and as requested by Consultant. Pre-printed material describing installation of product, system or material, including special notices and Material Safety Data Sheets concerning impedances, hazards and safety precautions. O. P. Q. R. Submit electronic copies of Operation and Maintenance Data for requirements requested in specification Sections and as requested by Consultant. Delete information not applicable to project. Supplement standard information to provide details applicable to project. If upon review by Consultant, no errors or omissions are discovered or if only minor corrections are made, copies will be returned and fabrication and installation of Work may proceed. If shop drawings are rejected, noted copy will be returned and resubmission of corrected shop drawings, through same procedure indicated above, must be performed before fabrication and installation of Work may proceed. 3

25 SUBMITTAL PROCEDURES D. E. F. G. SAMPLES Submit for review samples in duplicate as requested in respective specification Sections. Label samples with origin and intended use. Deliver samples prepaid to Consultant's business address. Notify Consultant in writing, at time of submission of deviations in samples from requirements of Contract Documents. Where colour, pattern or texture is criterion, submit full range of samples. Adjustments made on samples by Consultant are not intended to change Contract Price. If adjustments affect value of Work, state such in writing to Consultant prior to proceeding with Work. Make changes in samples which Consultant may require, consistent with Contract Documents. Reviewed and accepted samples will become standard of workmanship and material against which installed Work will be verified. 4 CERTIFICATES AND TRANSCRIPTS Immediately after award of Contract, submit Workers' Compensation Board status. Submit transcription of insurance immediately after award of Contract. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 4

26 HEALTH AND SAFETY REQUIREMENTS SECTION HEALTH AND SAFETY REQUIREMENTS PART 1 - General 1 REFERENCES Canada Labour Code, Part 2, Canada Occupational Safety and Health Regulations Health Canada/Workplace Hazardous Materials Information System (WHMIS) Material Safety Data Sheets (MSDS). Province of Ontario Occupational Health and Safety Act, R.S.O Updated D. Township of Oro-Medonte Health and Safety Standard 2 SUBMITTALS Make submittals in accordance with Section Submittal Procedures. Submit site-specific Health and Safety Plan: Within 7 days after date of Notice to Proceed and prior to commencement of Work. Health and Safety Plan must include: 2. Results of site specific safety hazard assessment. Results of safety and health risk or hazard analysis for site tasks and operation. Submit eletronic copies of Contractor's authorized representative's work site health and safety inspection reports to Owner's Health and Safety Representative and the Consultant bi-weekly. 3 FILING OF NOTICE File Notice of Project with Provincial authorities prior to beginning of Work. 4 SAFETY ASSESSMENT Perform site specific safety hazard assessment related to project. 1

27 HEALTH AND SAFETY REQUIREMENTS REGULATORY REQUIREMENTS Do Work in accordance with Section Regulatory Requirements. 6 PROJECT/SITE CONDITIONS Work at site will involve contact with: Town of Oro-Medonte Staff. 7 GENERAL REQUIREMENTS Develop written site-specific Health and Safety Plan based on hazard assessment prior to beginning site Work and continue to implement, maintain, and enforce plan until final demobilization from site. Health and Safety Plan must address project specifications. Consultant may respond in writing, where deficiencies or concerns are noted and may request re-submission with correction of deficiencies or concerns. 8 RESPONSIBILITY Be responsible for health and safety of persons on site, safety of property on site and for protection of persons adjacent to site and environment to extent that they may be affected by conduct of Work. Comply with and enforce compliance by employees with safety requirements of Contract Documents, applicable federal, provincial, territorial and local statutes, regulations, and ordinances, and with site-specific Health and Safety Plan. 9 COMPLIANCE REQUIREMENTS Comply with Ontario Health and Safety Act, R.S.O. Comply with Canada Labour Code, Canada Occupational Safety and Health Regulations. 10 UNFORSEEN HAZARDS When unforeseen or peculiar safety-related factor, hazard, or condition occur during performance of Work, follow procedures in place for Employee's Right to Refuse Work in accordance with Acts and Regulations of Province having jurisdiction and advise Consultant verbally and in writing. 2

28 HEALTH AND SAFETY REQUIREMENTS HEALTH AND SAFETY CO-ORDINATOR Employ and assign to Work, competent and authorized representative as Health and Safety Co-ordinator. Health and Safety Co-ordinator must: Have site-related working experience specific to activities associated with working at heights, etc.. Have working knowledge of occupational safety and health regulations. Be responsible for completing Contractor's Health and Safety Training Sessions and ensuring that personnel not successfully completing required training are not permitted to enter site to perform Work. Be responsible for implementing, enforcing daily and monitoring site-specific Contractor's Health and Safety Plan. 12 POSTING OF DOCUMENTS Ensure applicable items, articles, notices and orders are posted in conspicuous location on site in accordance with Acts and Regulations of Province having jurisdiction, and in consultation with Consultant. 13 CORRECTION OF NON-COMPLIANCE Immediately address health and safety non-compliance issues identified by authority having jurisdiction or by Consultant. Provide Consultant with written report of action taken to correct non-compliance of health and safety issues identified. Consultant may stop Work if non-compliance of health and safety regulations is not corrected. 14 POWDER ACTUATED DEVICES Use powder actuated devices only after receipt of written permission from Consultant. 15 WORK STOPPAGE Give precedence to safety and health of public and site personnel and protection of environment over cost and schedule considerations for Work. 3

29 HEALTH AND SAFETY REQUIREMENTS PART 2 - Products 2.1 NOT USED Not used. PART 3 - Execution 3.1 NOT USED Not used. END OF SECTION 4

30 REGULATORY REQUIREMENTS SECTION REGULATORY REQUIREMENTS PART 1 - General 1 REFERENCES AND CODES Perform Work in accordance with Ontario Building Code (OBC) including amendments up to tender closing date and other codes of provincial or local application provided that in case of conflict or discrepancy, more stringent requirements apply. Meet or exceed requirements of: 2. Contract documents. Specified standards, codes and referenced documents. 2 BUILDING SMOKING ENVIRONMENT Comply with smoking restrictions and municipal by-laws. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 1

31 QUALITY CONTROL SECTION QUALITY CONTROL PART 1 - General 1 D. INSPECTION Allow Consultant access to Work. If part of Work is in preparation at locations other than Place of Work, allow access to such Work whenever it is in progress. Give timely notice requesting inspection if Work is designated for special tests, inspections or approvals by Consultant instructions, or law of Place of Work. If Contractor covers or permits to be covered Work that has been designated for special tests, inspections or approvals before such is made, uncover such Work, have inspections or tests satisfactorily completed and make good such Work. Consultant will order part of Work to be examined if Work is suspected to be not in accordance with Contract Documents. If, upon examination such work is found not in accordance with Contract Documents, correct such Work and pay cost of examination and correction. 2 D. INDEPENDENT INSPECTION AGENCIES Independent Inspection/Testing Agencies will be engaged by Consultant for purpose of inspecting and/or testing portions of Work. Cost of such services will be borne by Contractor. Provide equipment required for executing inspection and testing by appointed agencies. Employment of inspection/testing agencies does not relax responsibility to perform Work in accordance with Contract Documents. If defects are revealed during inspection and/or testing, appointed agency will request additional inspection and/or testing to ascertain full degree of defect. Correct defect and irregularities as advised by Consultant at no cost to Owner. Pay costs for retesting and reinspection. 3 ACCESS TO WORK Allow inspection/testing agencies access to Work, off site manufacturing and fabrication plants. Co-operate to provide reasonable facilities for such access. 1

32 QUALITY CONTROL PROCEDURES Notify appropriate agency and Consultant in advance of requirement for tests, in order that attendance arrangements can be made. Submit samples and/or materials required for testing, as specifically requested in specifications. Submit with reasonable promptness and in orderly sequence to not cause delays in Work. Provide labour and facilities to obtain and handle samples and materials on site. Provide sufficient space to store and cure test samples. 5 REJECTED WORK Remove defective Work, whether result of poor workmanship, use of defective products or damage and whether incorporated in Work or not, which has been rejected by Consultant as failing to conform to Contract Documents. Replace or re-execute in accordance with Contract Documents. Make good other Contractor's work damaged by such removals or replacements promptly. 6 REPORTS Submit electronic copies of inspection and test reports to Consultant. Provide copies to subcontractor of work being inspected or tested. 7 D. E. F. MOCK-UPS Prepare mock-ups for Work specifically requested in specifications. Include for Work of Sections required to provide mock-ups. Construct in locations acceptable to Owner and Consultant. Prepare mock-ups for Consultant's review with reasonable promptness and in orderly sequence, to not cause delays in Work. Failure to prepare mock-ups in ample time is not considered sufficient reason for extension of Contract Time and no claim for extension by reason of such default will be allowed. Mock-ups may remain as part of Work. Specification section identifies whether mock-up may remain as part of Work or if it is to be removed and when. 2

33 QUALITY CONTROL EQUIPMENT AND SYSTEMS Submit adjustment and balancing reports for mechanical building equipment systems. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 3

34 TEMPORARY BARRIERS AND ENCLOSURES SECTION TEMPORARY BARRIERS AND ENCLOSURES PART 1 - General 1 REFERENCES Canadian General Standards Board (CGSB) 2. CGSB 59, Alkyd Exterior Gloss Enamel. CAN/CGSB 189, Exterior Alkyd Primer for Wood. Canadian Standards Association (CSA International) CSA-O121, Douglas Fir Plywood. 2 INSTALLATION AND REMOVAL Provide temporary controls in order to execute Work expeditiously. Remove from site all such work after use. 3 D. E. HOARDING Erect temporary site enclosures using 38 x 89 mm construction grade lumber framing at 600 mm centres and 1200 x 2400 x 13 mm exterior grade fir plywood to CSA O12 Apply plywood panels vertically flush and butt jointed. Erect and maintain pedestrian walkways including roof and side covers, complete with signs and electrical lighting as required by law. Paint public side of site enclosure in selected colours with one coat primer to CAN/CGSB 189 and one coat exterior paint to CGSB 59. Maintain public side of enclosure in clean condition. Provide barriers around trees and plants designated to remain. Protect from damage by equipment and construction procedures. 4 DUST TIGHT SCREENS Provide dust tight screens or insulated partitions to localize dust generating activities, and for protection of workers, finished areas of Work and public. Maintain and relocate protection until such work is complete. 1

35 TEMPORARY BARRIERS AND ENCLOSURES ACCESS TO SITE Provide and maintain access roads, sidewalk crossings, ramps and construction runways as may be required for access to Work. 6 PUBLIC TRAFFIC FLOW Provide and maintain competent signal flag operators, traffic signals, barricades and flares, lights, or lanterns as required to perform Work and protect public. 7 FIRE ROUTES Maintain access to property including overhead clearances for use by emergency response vehicles. 8 PROTECTION FOR OFF-SITE AND PUBLIC PROPERTY Protect surrounding private and public property from damage during performance of Work. Be responsible for damage incurred. 9 D. PROTECTION OF BUILDING FINISHES Provide protection for finished and partially finished building finishes and equipment during performance of Work. Provide necessary screens, covers, and hoardings. Confirm with Consultant locations and installation schedule 3 days prior to installation. Be responsible for damage incurred due to lack of or improper protection. PART 2 - Products 2.1 NOT USED Not Used. 2

36 TEMPORARY BARRIERS AND ENCLOSURES PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 3

37 COMMON PRODUCT REQUIREMENTS SECTION COMMON PRODUCT REQUIREMENTS PART 1 - General 1 REFERENCES Canadian Construction Documents Committee (CCDC) CCDC 2, Stipulated Price Contract. D. E. Within text of each specifications section, reference may be made to reference standards. Conform to these reference standards, in whole or in part as specifically requested in specifications. If there is question as to whether products or systems are in conformance with applicable standards, Consultant reserves right to have such products or systems tested to prove or disprove conformance. Cost for such testing will be born by Contractor in event of conformance or noncomformance with Contract Documents. 2 D. E. QUALITY Refer to CCDC 2. Products, materials, equipment and articles incorporated in Work shall be new, not damaged or defective, and of best quality for purpose intended. If requested, furnish evidence as to type, source and quality of products provided. Procurement policy is to acquire, in cost effective manner, items containing highest percentage of recycled and recovered materials practicable consistent with maintaining satisfactory levels of competition. Make reasonable efforts to use recycled and recovered materials and in otherwise utilizing recycled and recovered materials in execution of work. Defective products, whenever identified prior to completion of Work, will be rejected, regardless of previous inspections. Inspection does not relieve responsibility, but is precaution against oversight or error. Remove and replace defective products at own expense and be responsible for delays and expenses caused by rejection. Should disputes arise as to quality or fitness of products, decision rests strictly with Consultant based upon requirements of Contract Documents. F. Unless otherwise indicated in specifications, maintain uniformity of manufacture for any particular or like item throughout building. 1

38 COMMON PRODUCT REQUIREMENTS G. Permanent labels, trademarks and nameplates on products are not acceptable in prominent locations, except where required for operating instructions, or when located in mechanical or electrical rooms. 3 AVAILABILITY Immediately upon signing Contract, review product delivery requirements and anticipate foreseeable supply delays for items. If delays in supply of products are foreseeable, notify Consultant of such, in order that substitutions or other remedial action may be authorized in ample time to prevent delay in performance of Work. In event of failure to notify Consultant at commencement of Work and should it subsequently appear that Work may be delayed for such reason, Consultant reserves right to substitute more readily available products of similar character, at no increase in Contract Price or Contract Time. 4 D. E. F. G. H. I. STORAGE, HANDLING AND PROTECTION Handle and store products in manner to prevent damage, adulteration, deterioration and soiling and in accordance with manufacturer's instructions when applicable. Store packaged or bundled products in original and undamaged condition with manufacturer's seal and labels intact. Do not remove from packaging or bundling until required in Work. Store products subject to damage from weather in weatherproof enclosures. Store cementitious products clear of earth or concrete floors, and away from walls. Keep sand, when used for grout or mortar materials, clean and dry. Store sand on wooden platforms and cover with waterproof tarpaulins during inclement weather. Store sheet materials and lumber on flat, solid supports and keep clear of ground. Slope to shed moisture. Store and mix paints in heated and ventilated room. Remove oily rags and other combustible debris from site daily. Take every precaution necessary to prevent spontaneous combustion. Remove and replace damaged products at own expense and to satisfaction of Consultant. Touch-up damaged factory finished surfaces to Consultant's satisfaction. Use touch-up materials to match original. Do not paint over name plates. 2

39 COMMON PRODUCT REQUIREMENTS TRANSPORTATION Pay costs of transportation of products required in performance of Work. 6 MANUFACTURER'S INSTRUCTIONS Unless otherwise indicated in specifications, install or erect products in accordance with manufacturer's instructions. Do not rely on labels or enclosures provided with products. Obtain written instructions directly from manufacturers. Notify Consultant in writing, of conflicts between specifications and manufacturer's instructions, so that Consultant will establish course of action. Improper installation or erection of products, due to failure in complying with these requirements, authorizes Consultant to require removal and re-installation at no increase in Contract Price or Contract Time. 7 QUALITY OF WORK Ensure Quality of Work is of highest standard, executed by workers experienced and skilled in respective duties for which they are employed. Immediately notify Consultant if required Work is such as to make it impractical to produce required results. Do not employ anyone unskilled in their required duties. The Owner reserves right to require dismissal from site, workers deemed incompetent or careless. Decisions as to standard or fitness of Quality of Work in cases of dispute rest solely with Consultant, whose decision is final. 8 CO-ORDINATION Ensure co-operation of workers in laying out Work. Maintain efficient and continuous supervision. Be responsible for coordination and placement of openings, sleeves and accessories. 9 CONCEALMENT In finished areas conceal pipes, ducts and wiring in floors, walls and ceilings, except where indicated otherwise. Before installation inform Consultant if there is interference. Install as directed by Consultant. 3

40 COMMON PRODUCT REQUIREMENTS REMEDIAL WORK Perform remedial work required to repair or replace parts or portions of Work identified as defective or unacceptable. Co-ordinate adjacent affected Work as required. Perform remedial work by specialists familiar with materials affected. Perform in a manner to neither damage nor put at risk any portion of Work. 11 LOCATION OF FIXTURES Consider location of fixtures, outlets, and mechanical and electrical items indicated as approximate. Inform Consultant of conflicting installation. Install as directed. 12 D. E. F. FASTENINGS Provide metal fastenings and accessories in same texture, colour and finish as adjacent materials, unless indicated otherwise. Prevent electrolytic action between dissimilar metals and materials. Use non-corrosive hot dip galvanized steel fasteners and anchors for securing exterior work, unless stainless steel or other material is specifically requested in affected specification Section. Space anchors within individual load limit or shear capacity and ensure they provide positive permanent anchorage. Wood, or any other organic material plugs are not acceptable. Keep exposed fastenings to a minimum, space evenly and install neatly. Fastenings which cause spalling or cracking of material to which anchorage is made are not acceptable. 13 FASTENINGS - EQUIPMENT 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. 4

41 COMMON PRODUCT REQUIREMENTS D. Use plain type washers on equipment, sheet metal and soft gasket lock type washers where vibrations occur. Use resilient washers with stainless steel. 14 PROTECTION OF WORK IN PROGRESS Prevent overloading of parts of building. Do not cut, drill or sleeve load bearing structural member, unless specifically indicated without written approval of Consultant. 15 EXISTING UTILITIES When breaking into or connecting to existing services or utilities, execute Work at times directed by local governing authorities, with minimum of disturbance to Work, and/or building occupants and pedestrian and vehicular traffic. Protect, relocate or maintain existing active services. When services are encountered, cap off in manner approved by authority having jurisdiction. Stake and record location of capped service. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 5

42 EXAMINATION AND PREPARATION SECTION EXAMINATION AND PREPARATION PART 1 - General 1 REFERENCES Canadian Construction Documents Committee (CCDC) CCDC 2, Stipulated Price Contract. 2 D. LOCATION OF EQUIPMENT AND FIXTURES Location of equipment, fixtures and outlets indicated or specified are to be considered as approximate. Locate equipment, fixtures and distribution systems to provide minimum interference and maximum usable space and in accordance with manufacturer's recommendations for safety, access and maintenance. Inform Consultant of impending installation and obtain approval for actual location. Submit field drawings to indicate relative position of various services and equipment when required by Consultant. 3 RECORDS Maintain a complete, accurate log of control and survey work as it progresses. On completion of foundations and major site improvements, prepare a certified survey showing dimensions, locations, angles and elevations of Work. Record locations of maintained, re-routed and abandoned service lines. PART 2 - Products 2.1 NOT USED Not Used. 1

43 EXAMINATION AND PREPARATION PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 2

44 EXECUTION REQUIREMENTS SECTION EXECUTION REQUIREMENTS PART 1 - General 1 MATERIALS Required for original installation. Change in Materials: Submit request for substitution in accordance with Section Submittal Procedures. 2 D. E. PREPARATION Inspect existing conditions, including elements subject to damage or movement during cutting and patching. After uncovering, inspect conditions affecting performance of Work. Beginning of cutting or patching means acceptance of existing conditions. Provide supports to assure structural integrity of surroundings; provide devices and methods to protect other portions of project from damage. Provide protection from elements for areas which are to be exposed by uncovering work; maintain excavations free of water. 3 D. E. F. G. EXECUTION Execute cutting, fitting, and patching including excavation and fill, to complete Work. Fit several parts together, to integrate with other Work. Uncover Work to install ill-timed Work. Remove and replace defective and non-conforming Work. Remove samples of installed Work for testing. Provide openings in non-structural elements of Work for penetrations of mechanical and electrical Work. Execute Work by methods to avoid damage to other Work, and which will provide proper surfaces to receive patching and finishing. H. Employ original installer to perform cutting and patching for weather-exposed and moisture-resistant elements, and sight-exposed surfaces. 1

45 EXECUTION REQUIREMENTS I. J. K. L. M. Cut rigid materials using masonry saw or core drill. Pneumatic or impact tools not allowed on masonry work without prior approval. Restore work with new products in accordance with requirements of Contract Documents. Fit Work airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. Refinish surfaces to match adjacent finishes: Refinish continuous surfaces to nearest intersection. Refinish assemblies by refinishing entire unit. Conceal pipes, ducts and wiring in floor, wall and ceiling construction of finished areas except where indicated otherwise. 4 WASTE MANAGEMENT AND DISPOSAL Separate waste materials for reuse and recycling in accordance with Section Construction/Demolition Waste Management And Disposal. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 2

46 CLEANING SECTION CLEANING PART 1 - General 1 D. E. F. G. H. I. J. K. L. PROJECT CLEANLINESS Maintain Work in tidy condition, free from accumulation of waste products and debris, including that caused by Owner or other Contractors. Remove waste materials from site at daily regularly scheduled times or dispose of as directed by Consultant. Do not burn waste materials on site. Clear snow and ice from access to building, bank/pile snow in designated areas only. Make arrangements with and obtain permits from authorities having jurisdiction for disposal of waste and debris. Provide on-site containers for collection of waste materials and debris. Provide and use marked separate bins for recycling. Refer to Section Construction/Demolition Waste Management and Disposal. Dispose of waste materials and debris off site. Clean interior areas prior to start of finishing work, and maintain areas free of dust and other contaminants during finishing operations. Store volatile waste in covered metal containers, and remove from premises at end of each working day. Provide adequate ventilation during use of volatile or noxious substances. Use of building ventilation systems is not permitted for this purpose. Use only cleaning materials recommended by manufacturer of surface to be cleaned, and as recommended by cleaning material manufacturer. Schedule cleaning operations so that resulting dust, debris and other contaminants will not fall on wet, newly painted surfaces nor contaminate building systems. 2 FINAL CLEANING When Work is Substantially Performed remove surplus products, tools, construction machinery and equipment not required for performance of remaining Work. Remove waste products and debris other than that caused by others, and leave Work clean and suitable for occupancy. 1

47 CLEANING D. E. F. G. H. I. J. K. L. M. N. O. P. Q. R. S. T. Prior to final review remove surplus products, tools, construction machinery and equipment. Remove waste products and debris including that caused by Owner or other Contractors. Remove waste materials from site at regularly scheduled times. Do not burn waste materials on site. Make arrangements with and obtain permits from authorities having jurisdiction for disposal of waste and debris. Clean and polish glass, mirrors, hardware, wall tile, stainless steel, chrome, porcelain enamel, baked enamel, plastic laminate, and mechanical and electrical fixtures. Replace broken, scratched or disfigured glass. Remove stains, spots, marks and dirt from decorative work, electrical and mechanical fixtures, furniture fitments, walls, and floors. Clean lighting reflectors, lenses, and other lighting surfaces. Vacuum clean and dust building interiors, behind grilles, louvres and screens. Wax, seal, shampoo or prepare floor finishes, as recommended by manufacturer. Inspect finishes, fitments and equipment and ensure specified workmanship and operation. Broom clean and wash exterior walks, steps and surfaces; rake clean other surfaces of grounds. Remove dirt and other disfiguration from exterior surfaces. Clean and sweep roofs, gutters, areaways, and sunken wells. Sweep and wash clean paved areas. Clean equipment and fixtures to sanitary condition; clean or replace filters of mechanical equipment. Clean roofs, downspouts, and drainage systems. Remove debris and surplus materials from crawl areas and other accessible concealed spaces. Remove snow and ice from access to building. 2

48 CLEANING WASTE MANAGEMENT AND DISPOSAL Separate waste materials for reuse and recycling in accordance with Section Construction/Demolition Waste Management And Disposal. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 3

49 CONSTRUCTION DEMOLITION WASTE MANAGEMENT AND DISPOSAL SECTION CONSTRUCTION DEMOLITION WASTE MANAGEMENT AND DISPOSAL PART 1 - General 1 WASTE MANAGEMENT GOALS Accomplish maximum control of solid construction waste. Preserve environment and prevent pollution and environment damage. 2 D. E. F. DEFINITIONS Class III: non-hazardous waste - construction renovation and demolition waste. Inert Fill: inert waste - exclusively asphalt and concrete. Recyclable: ability of product or material to be recovered at end of its life cycle and re-manufactured into new product for reuse. Recycle: process by which waste and recyclable materials are transformed or collected for purpose of being transferred into new products. Recycling: process of sorting, cleansing, treating and reconstituting solid waste and other discarded materials for purpose of using in altered form. Recycling does not include burning, incinerating, or thermally destroying waste. Reuse: repeated use of product in same form but not necessarily for same purpose. Reuse includes: 2. Salvaging reusable materials from re-modelling projects, before demolition stage, for resale, reuse on current project or for storage for use on future projects. Returning reusable items including pallets or unused products to vendors. G. H. I. Salvage: removal of structural and non-structural materials from deconstruction/disassembly projects for purpose of reuse or recycling. Separate Condition: refers to waste sorted into individual types. Source Separation: acts of keeping different types of waste materials separate beginning from first time they became waste. 1

50 CONSTRUCTION DEMOLITION WASTE MANAGEMENT AND DISPOSAL D. E. F. G. H. I. STORAGE, HANDLING AND PROTECTION Store, materials to be reused, recycled and salvaged in locations as directed by Consultant. Unless specified otherwise, materials for removal do not become Contractor's property. Protect, stockpile, store and catalogue salvaged items. Separate non-salvageable materials from salvaged items. Transport and deliver non-salvageable items to licensed disposal facility. Protect structural components not removed for demolition from movement or damage. Support affected structures. If safety of building is endangered, cease operations and immediately notify Consultant. Protect surface drainage, mechanical and electrical from damage and blockage. Separate and store materials produced during dismantling of structures in designated areas. Prevent contamination of materials to be salvaged and recycled and handle materials in accordance with requirements for acceptance by designated facilities On-site source separation is recommended. Remove co-mingled materials to off-site processing facility for separation. Provide waybills for separated materials. 4 D. DISPOSAL OF WASTES Do not bury rubbish or waste materials. Do not dispose of waste, volatile materials, mineral spirits, oil, and/or paint thinner into waterways, storm, or sanitary sewers. Remove materials from deconstruction as deconstruction/disassembly Work progresses. Prepare project summary to verify destination and quantities on a material-by-material basis as identified in pre-demolition material audit. 2

51 CONSTRUCTION DEMOLITION WASTE MANAGEMENT AND DISPOSAL USE OF SITE AND FACILITIES Execute work with least possible interference or disturbance to normal use of premises. Maintain security measures established by existing facility. 6 SCHEDULING Co-ordinate Work with other activities at site to ensure timely and orderly progress of Work. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 CLEANING Remove tools and waste materials on completion of Work, and leave work area in clean and orderly condition. Clean-up work area as work progresses. Source separate materials to be reused/recycled into specified sort areas. END OF SECTION 3

52 CLOSEOUT PROCEDURES SECTION CLOSEOUT PROCEDURES PART 1 - General 1 REFERENCES Canadian Construction Documents Committee (CCDC) CCDC 2, Stipulated Price Contract. 2 ADMINISTRATIVE REQUIREMENTS Acceptance of Work Procedures: Contractor's Inspection: Contractor: conduct inspection of Work, identify deficiencies and defects, and repair as required to conform to Contract Documents. a. b. Notify Consultant in writing of satisfactory completion of Contractor's inspection and submit verification that corrections have been made. Request Consultant's inspection. 2. Consultant's Inspection: a. b. Consultant and Contractor to inspect Work and identify defects and deficiencies. Contractor to correct Work as directed. 3. Completion Tasks: submit written certificates in English that tasks have been performed as follows: a. b. c. d. e. Work: completed and inspected for compliance with Contract Documents. Defects: corrected and deficiencies completed. Equipment and systems: tested, adjusted and balanced and fully operational. Operation of systems: demonstrated to Owner's personnel. Work: complete and ready for final inspection. 4. Final Inspection: a. b. When completion tasks are done, request final inspection of Work by Consultant, and Contractor. When Work incomplete according to Owner and Consultant, complete outstanding items and request re-inspection. 1

53 CLOSEOUT PROCEDURES Declaration of Substantial Performance: when Consultant considers deficiencies and defects corrected and requirements of Contract substantially performed, make application for Certificate of Substantial Performance. Commencement of Lien and Warranty Periods: date of Owner's acceptance of submitted declaration of Substantial Performance to be date for commencement for warranty period and commencement of lien period unless required otherwise by lien statute of Place of Work. Final Payment: a. b. When Consultant considers final deficiencies and defects corrected and requirements of Contract met, make application for final payment. Refer to CCDC 2: when Work deemed incomplete by Consultant, complete outstanding items and request re-inspection. 8. Payment of Holdback: after issuance of Certificate of Substantial Performance of Work, submit application for payment of holdback amount in accordance with contractual agreement. 3 FINAL CLEANING Clean in accordance with Section Cleaning. Remove surplus materials, excess materials, rubbish, tools and equipment. Waste Management: separate waste materials for reuse and recycling in accordance with Section Construction/Demolition Waste Management and Disposal. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 2

54 CLOSEOUT SUBMITTALS SECTION CLOSEOUT SUBMITTALS PART 1 - General 1 ADMINISTRATIVE REQUIREMENTS Pre-warranty Meeting: Consultant to establish communication procedures for: a. b. c. Notifying construction warranty defects. Determine priorities for type of defects. Determine reasonable response time Contact information for bonded and licensed company for warranty work action: provide name, telephone number and address of company authorized for construction warranty work action. Ensure contact is located within local service area of warranted construction, is continuously available, and is responsive to inquiries for warranty work action. 2 ACTION AND INFORMATIONAL SUBMITTALS Provide submittals in accordance with Section Submittal Procedures. Two weeks prior to Substantial Performance of the Work, submit to the Consultant, four final copies of operating and maintenance manuals in English. Provide spare parts, maintenance materials, and special tools of same quality and manufacturer as products provided in Work. 3 FORMAT Organize data as instructional manual. Binders: vinyl, hard covered, 3 'D' ring, loose leaf 219 x 279 mm with spine and face pockets. When multiple binders are used correlate data into related consistent groupings. Identify contents of each binder on spine. D. Cover: identify each binder with type or printed title 'Project Record Documents'; list title of project and identify subject matter of contents. E. Arrange content by systems, or process flow, under Section numbers and sequence of Table of Contents. 1

55 CLOSEOUT SUBMITTALS F. G. H. Provide tabbed fly leaf for each separate product and system, with typed description of product and major component parts of equipment. Text: manufacturer's printed data, or typewritten data. Drawings: provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. 4 CONTENTS - PROJECT RECORD DOCUMENTS Table of Contents for Each Volume: provide title of project; Date of submission; names. Addresses, and telephone numbers of Consultant and Contractor with name of responsible parties. Schedule of products and systems, indexed to content of volume. For each product or system: List names, addresses and telephone numbers of subcontractors and suppliers, including local source of supplies and replacement parts. D. E. Product Data: mark each sheet to identify specific products and component parts, and data applicable to installation; delete inapplicable information. Drawings: supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Typewritten Text: as required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions specified in Section Quality Control. F. Training: refer to Section Demonstration and Training. 5 AS -BUILT DOCUMENTS AND SAMPLES Maintain, in addition to requirements in General Conditions, one record copy of: Contract Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to Contract. 5. Reviewed shop drawings, product data, and samples. 6. Field test records. 7. Inspection certificates. 8. Manufacturer's certificates. 2

56 CLOSEOUT SUBMITTALS Store record documents and samples in field office apart from documents used for construction. Provide files, racks, and secure storage. Label record documents and file in accordance with Section number listings in List of Contents of this Project Manual. Label each document "PROJECT RECORD" in neat, large, printed letters. D. Maintain record documents in clean, dry and legible condition. Do not use record documents for construction purposes. E. Keep record documents and samples available for inspection by Consultant. 6 RECORDING INFORMATION ON PROJECT RECORD DOCUMENTS Record information concurrently with construction progress. Do not conceal Work until required information is recorded. Contract Drawings and shop drawings: mark each item to record actual construction, including: Measured depths of elements of foundation in relation to finish first floor datum. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Measured locations of internal utilities and appurtenances, referenced to visible and accessible features of construction. Field changes of dimension and detail. Changes made by change orders. Details not on original Contract Drawings. References to related shop drawings and modifications. Specifications: mark each item to record actual construction, including: 2. Manufacturer, trade name, and catalogue number of each product actually installed, particularly optional items and substitute items. Changes made by Addenda and change orders. D. E. Other Documents: maintain manufacturer's certifications, inspection certifications, field test records, required by individual specifications sections. Provide digital photos, if requested, for site records. 3

57 CLOSEOUT SUBMITTALS FINAL SURVEY Submit final site survey certificate in accordance with Section Examination and Preparation, certifying that elevations and locations of completed Work are in conformance, or non-conformance with Contract Documents. 8 EQUIPMENT AND SYSTEMS For each item of equipment and each system include description of unit or system, and component parts. 2. Give function, normal operation characteristics and limiting conditions. Include performance curves, with engineering data and tests, and complete nomenclature and commercial number of replaceable parts. D. Panel board circuit directories: provide electrical service characteristics, controls, and communications. Include installed colour coded wiring diagrams. Operating Procedures: include start-up, break-in, and routine normal operating instructions and sequences. 2. Include regulation, control, stopping, shut-down, and emergency instructions. Include summer, winter, and any special operating instructions. E. F. G. H. I. J. K. L. Maintenance Requirements: include routine procedures and guide for trouble-shooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. Provide servicing and lubrication schedule, and list of lubricants required. Include manufacturer's printed operation and maintenance instructions. Include sequence of operation by controls manufacturer. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. Provide installed control diagrams by controls manufacturer. Provide Contractor's co-ordination drawings, with installed colour coded piping diagrams. Provide charts of valve tag numbers, with location and function of each valve, keyed to flow and control diagrams. 4

58 CLOSEOUT SUBMITTALS M. N. O. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. Include test and balancing reports as specified in Section Quality Control. Additional requirements: as specified in individual specification sections. 9 MATERIALS AND FINISHES Building products, applied materials, and finishes: include product data, with catalogue number, size, composition, and colour and texture designations. Provide information for re-ordering custom manufactured products. D. Instructions for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance. Moisture-protection and weather-exposed products: include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance. Additional requirements: as specified in individual specifications sections. 10 MAINTENANCE MATERIALS Spare Parts: Provide spare parts, in quantities specified in individual specification sections. Provide items of same manufacture and quality as items in Work. Deliver to site; place and store. Receive and catalogue items. a. b. Submit inventory listing to Consultant. Include approved listings in Maintenance Manual. 5. Obtain receipt for delivered products and submit prior to final payment. Extra Stock Materials: Provide maintenance and extra materials, in quantities specified in individual specification sections. Provide items of same manufacture and quality as items in Work. Deliver to site; place and store. Receive and catalogue items. a. b. Submit inventory listing to Consultant. Include approved listings in Maintenance Manual. 5

59 CLOSEOUT SUBMITTALS Obtain receipt for delivered products and submit prior to final payment. Special Tools: Provide special tools, in quantities specified in individual specification section. Provide items with tags identifying their associated function and equipment. Deliver to site; place and store. Receive and catalogue items. a. b. Submit inventory listing to Consultant. Include approved listings in Maintenance Manual. 11 D. E. DELIVERY, STORAGE AND HANDLING Store spare parts, maintenance materials, and special tools in manner to prevent damage or deterioration. Store in original and undamaged condition with manufacturer's seal and labels intact. Store components subject to damage from weather in weatherproof enclosures. Store paints and freezable materials in a heated and ventilated room. Remove and replace damaged products at own expense and for review by Consultant. 12 D. E. F. WARRANTIES AND BONDS Develop warranty management plan to contain information relevant to Warranties. Submit warranty management plan, 30 days before planned pre-warranty conference, to Consultant approval. Warranty management plan to include required actions and documents to assure that Consultant receives warranties to which it is entitled. Provide plan in narrative form and contain sufficient detail to make it suitable for use by future maintenance and repair personnel. Submit, warranty information made available during construction phase, to Consultant for approval prior to each monthly pay estimate. Assemble approved information in binder, submit upon acceptance of work and organize binder as follows: Separate each warranty or bond with index tab sheets keyed to Table of Contents listing. 2. List subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. 6

60 CLOSEOUT SUBMITTALS Obtain warranties and bonds, executed in duplicate by subcontractors, suppliers, and manufacturers, within ten days after completion of applicable item of work. Verify that documents are in proper form, contain full information, and are notarized. Co-execute submittals when required. Retain warranties and bonds until time specified for submittal. G. H. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until Date of Substantial Performance is determined. Include information contained in warranty management plan as follows: Roles and responsibilities of personnel associated with warranty process, including points of contact and telephone numbers within the organizations of Contractors, subcontractors, manufacturers or suppliers involved. Listing and status of delivery of Certificates of Warranty for extended warranty items, to include roofs, HVAC balancing, pumps, motors, transformers, and commissioned systems such as fire protection, alarm systems, sprinkler systems, lightning protection systems. Provide list for each warranted equipment, item, feature of construction or system indicating: a. b. c. d. e. f. g. h. i. j. k. l. Name of item. Model and serial numbers. Location where installed. Name and phone numbers of manufacturers or suppliers. Names, addresses and telephone numbers of sources of spare parts. Warranties and terms of warranty: include one-year overall warranty of construction. Indicate items that have extended warranties and show separate warranty expiration dates. Cross-reference to warranty certificates as applicable. Starting point and duration of warranty period. Summary of maintenance procedures required to continue warranty in force. Cross-Reference to specific pertinent Operation and Maintenance manuals. Organization, names and phone numbers of persons to call for warranty service. Typical response time and repair time expected for various warranted equipment Contractor's plans for attendance at 4 and 9 month post-construction warranty inspections. Procedure and status of tagging of equipment covered by extended warranties. Post copies of instructions near selected pieces of equipment where operation is critical for warranty and/or safety reasons. I. Respond in timely manner to oral or written notification of required construction warranty repair work. J. Written verification to follow oral instructions. 7

61 CLOSEOUT SUBMITTALS Failure to respond will be cause for the Owner to proceed with action against Contractor. 13 D. WARRANTY TAGS Tag, at time of installation, each warranted item. Provide durable, oil and water resistant tag approved by Consultant. Attach tags with copper wire and spray with waterproof silicone coating. Leave date of acceptance until project is accepted for occupancy. Indicate following information on tag: Type of product/material. Model number. Serial number. Contract number. Warranty period. Inspector's signature. Construction Contractor. PART 2 - Products 2.1 NOT USED Not Used. PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 8

62 DEMONSTRATION AND TRAINING SECTION DEMONSTRATION AND TRAINING PART 1 - General 1 ADMINISTRATIVE REQUIREMENTS Demonstrate scheduled operation and maintenance of equipment and systems to Owner's personnel two weeks prior to date of substantial performance. Owner: provide list of personnel to receive instructions, and co-ordinate their attendance at agreed-upon times. Preparation: 2. Verify conditions for demonstration and instructions comply with requirements. Verify designated personnel are present. D. Demonstration and Instructions: Demonstrate start-up, operation, control, adjustment, trouble-shooting, servicing, and maintenance of each item of equipment at scheduled times, at the equipment location. Instruct personnel in phases of operation and maintenance using operation and maintenance manuals as basis of instruction. Review contents of manual in detail to explain aspects of operation and maintenance. Prepare and insert additional data in operations and maintenance manuals when needed during instructions. E. Time Allocated for Instructions: ensure amount of time required for instruction of each item of equipment or system as follows: 2. CO/NO System - 2 hours per building; Exhaust Fan Controls - 2 hours per building. PART 2 - Products 2.1 NOT USED Not Used. 1

63 DEMONSTRATION AND TRAINING PART 3 - Execution 3.1 NOT USED Not Used. END OF SECTION 2

64 231 Bayview Drive, Suite 303 Barrie, Ontario L4N 4Y5 Tel: BID FORM COVER PAGE Project: North and South Garage Renovation Documents to be Enclosed with this Bid Form Bid Form Signed and Sealed Bid Form A Signed and Sealed Bid Form B Signed and Sealed Bid Form D Signed and Sealed Bid Form E Signed and Sealed Upon Award Original Signed Agreements Certificate(s) of Insurance WSIB Clearance Certificate Other Applicable Information Bidder s Signature: Position: Date:

65 BID FORM NAME OF BIDDER (FULL LEGAL NAME) ADDRESS TELEPHONE FAX BID PRICE I/We the undersigned, having carefully examined the Bid Documents, including Addendum Number(s), the Canadian Standard Construction Document (CCDC) , having visited and investigated the place of the Work, and having examined all conditions, circumstances and limitations affecting the Work, offer to enter into a Contract with the Owner to perform the Work required by the Bid Documents for the price of: CANADIAN DOLLARS ($ ). The price offered excludes Harmonized Sales Tax (HST) but includes all other taxes. DECLARATIONS I/We the undersigned declare that: I//We will execute a Contractor for the Work in the form of the Standard Construction Document, CCDC-2, 2008, for a Stipulated Price Contract, it we are notified of the acceptance of this offer within the Tender Validity Period. 2. I/We agree to perform the Work in compliance with the Contract Documents and to attain Substantial Completion of the Work within 60 calendar days after award of the Contract. 3. I/We understand and accept the said provisions, specifications, conditions, and for the prices set forth in this tender hereby offer to furnish all tools, machinery, apparatus, and other means of construction, furnish all materials, except as otherwise stated in the Contract and to complete the Work in strict accordance with the provisions, specifications, and conditions. 4. I/We represent that no person, firm, or organization, other than the Bidder, has any interest in this Bid or in the proposed Contract for which said Bid is made. 5. I/We represent that no officer or employee of the Owner, is, or has become interested, directly or indirectly, as a contracting party, parent, stockholder, surety or otherwise, howsoever, in or on the performance of the said contract or in the supplies, Work or business in connection with the said Contract or in any portion of the profits thereof or of any supplies to be used therein or in any monies to be derived therefrom. 6. I/We agree that the Owner s invitation to Tender for the Work in no way constitutes an offer by the Owner to enter into any form of contract or agreement and that the Owner, without obligation or encumbrance, has the absolute right to accept or to reject the offer that this tender comprises, for any reason whatsoever, without explanation. 7. This Bid is irrevocable and is open for acceptance by the Owner for a period of ninety (90) days from the Submission Deadline. 1

66 BID FORM 8. The several matters stated in the said Bid are in all respects true, accurate, and complete. 9. I/We do hereby Bid and offer to enter into a Contract to do all the Work and to provide all of the labour and to furnish, deliver, place, and erect all materials mentioned and described or implied therein, including in every case freight, duty, currency exchange, HST in effect on the date of the acceptance of Bid, and all other charges on the provisions herein set forth and to accept in full payment therefore, in accordance with the prices and terms set forth in the Bid herein. Signed and submitted for and on behalf of: BIDDER: DATE: SIGNATURE: NAME AND TITLE: I have authority to bind the bidder named above WITNESS: If not under seal NAME AND TITLE: If Corporate Seal is not available, documentation shall be witnessed. END OF DOCUMENT 2

67 BID FORM A NAME OF BIDDER (FULL LEGAL NAME) I/We the undersigned propose to employ the following Subcontractors to perform an item of the Work called for by the Contract. I/We confirm that all have been investigated to confirm their reliability and competency to carry out such Work in accordance with the Contract Documents. I/We acknowledge that the Instructions to Bidders require that we list only one Subcontractor for each item of the Work described below. I/We shall not show Own Forces in the list of subcontractors, except where the Bidder s intent is to employ the Bidder s own qualified on-staff personnel to perform such work. Bidders shall not indicate TBD (To Be Determined) or TBA (To Be Announced) or similar wording and shall not indicate multiple choices of subcontractor names for any subcontractor category in their List of Subcontractors. One (1) subcontractor name shall be indicated for each subcontractor category. No names, either of subcontractors or Own Forces may be changed after submission except as provided in the Contract. Such approval shall only be considered after receipt of a written request for the change by the Bidder with a full explanation of the reasons for the requested change and a letter from the previously named subcontractor agreeing to withdraw its bid with no consequences to the Owner. The Owner reserves the right to reject a subcontractor for any reasonable cause. Upon such rejection, the Bidder shall be required to propose an alternate subcontractor. Where the Bid Price is affected. The Bidder shall advice of new Subcontractor and effect on Bid Price. Owner reserves that right to compare new Bid Price to others received and correspondingly rearrange accepted Bids before determining successful Contractor. ITEM OF WORK Exhaust CO/NO Electrical Controls Roof/Wall Reinforcing SUBCONTRACTOR 1

68 BID FORM A This Appendix A is an integral part of these Bid Documents. The undersigned affirms that he/she is duly authorized to execute this Bid. BIDDER: DATE: SIGNATURE: NAME AND TITLE: I have authority to bind the bidder named above WITNESS: If not under seal NAME AND TITLE: If Corporate Seal is not available, documentation shall be witnessed. END OF DOCUMENT 2

69 BID FORM B NAME OF BIDDER (FULL LEGAL NAME) We the undersigned offer the following unit prices for the Work or for additional Work listed below. All unit prices, unless specifically indicated, are for complete work, in place, supplied and installed in accordance with applicable Contract requirements and include all overhead and profit mark-up. We the undersigned agree that the credits for deleted Work shall be no less than eighty percent (80%) of the unit prices listed hereunder. We the undersigned agree that the Owner shall have the right to negotiate the cost of additional Work instead of using the unit prices listed hereunder. Prices listed hereunder do not include Harmonized Sales Tax (HST) but include all other taxes. ITEM OF WORK UNIT PRICE (CDN$/HR) Mechanical (HVAC) Foreman Mechanical (HVAC) Journeyman Mechanical (HVAC) Apprentice Electrical Foreman Electrical Journeyman Electrical Apprentice Site Superintendant Estimator Project Manager 1

70 BID FORM B This Appendix B is an integral part of these Bid Documents. The undersigned affirms that he/she is duly authorized to execute this Bid. BIDDER: DATE: SIGNATURE: NAME AND TITLE: I have authority to bind the bidder named above WITNESS: If not under seal NAME AND TITLE: If Corporate Seal is not available, documentation shall be witnessed. END OF DOCUMENT 2

71 BID FORM D NAME OF BIDDER (FULL LEGAL NAME) I/We, the undersigned of the following Schedule of Values. All prices, unless specifically indicated, are for complete work, in place, supplied, and installed in accordance with applicable Contract requirements and include all overhead and profit mark-up. Prices listed hereunder do not include Harmonized Sales Tax (HST) but include all other taxes. ITEM VALUE Mobilization/Demobilization Operation and Maintenance Data Commissioning Demonstration and Testing Roof/Wall Reinforcing Roof/Wall Penetrations Ductwork and Accessories Fans Mechanical Systems Controls HVAC Testing, Adjusting, and Balancing This Bid Form D is an integral part of the Bid Documents. The undersigned affirms that he/she is duly authorized to execute this Bid. BIDDER: DATE: SIGNATURE: NAME AND TITLE: I have authority to bind the bidder named above WITNESS: If not under seal NAME AND TITLE: If Corporate Seal is not available, documentation shall be witnessed. END OF DOCUMENT 1

72 BID FORM E NAME OF BIDDER (FULL LEGAL NAME) The Stipulated Bid Sum shall be for the base bid or equal manufacturer or supplier equipment only unless otherwise indicated. Where a choice of this equipment is given, this Contractor shall indicate the supplier or manufacturer he/she intends to use. Where no choice is indicated, the base bid supplier or equipment shall be used. Where multiple choices are indicated, the base bid supplier or equipment shall be used. Equipment or materials manufactured by firms named in the following listing only shall be deemed equal to the equipment or material specified, provided the equipment or material will have capacity, performance, rating, construction, physical dimensions, accessories and features which, in the opinion of the Consultant, are equal to those of the specified equipment or material. Where modifications to the work of other trades are required as a result or part of alternative offered, include the cost of said modifications in the work. Submit the following list of Base Bid and alterative suppliers in accordance with the Bid requirements: Equipment Base Bid or Equal Alternative Manufacturer or Supplier Alternative Cost Savings($) Exhaust Fan Loren Cook Gravity Ventilator Greenheck CO/NO Intake Louvre Ventex Air Transfer Grille E.H. Price Control Damper Alumavent Controller Sensor Honeywell CO Gas Base Sensor Honeywell Fan Starter Sensor NO2 Gas Remote Sensor Greenheck Honeywell NO2 Gas Base Sensor Honeywell Ventilator Control Damper Greenheck Alumavent 1

73 BID FORM E This Bid Form E is an integral part of the Bid Documents. The undersigned affirms that he/she is duly authorized to execute this Bid. BIDDER: DATE: SIGNATURE: NAME AND TITLE: I have authority to bind the bidder named above WITNESS: If not under seal NAME AND TITLE: If Corporate Seal is not available, documentation shall be witnessed. END OF DOCUMENT 2

74

75

76

77

Specifications For. Queen Alexandra Community Centre New Ramp and Brick Replacement Peterborough, Ontario. Tender No: For. City Of Peterborough

Specifications For. Queen Alexandra Community Centre New Ramp and Brick Replacement Peterborough, Ontario. Tender No: For. City Of Peterborough Specifications For Queen Alexandra Community Centre New Ramp and Brick Replacement Peterborough, Ontario Tender No: For City Of Peterborough LTA Project No. 1304 Architect Lennis Trotter Architect 168

More information

Specifications and Drawings

Specifications and Drawings Specifications and Drawings for Lowertown Community Centre 40 Cobourg Street Ottawa, ON K1N 8Z6 prepared for City of Ottawa prepared by Architect. Second Floor, 43 Eccles Street Ottawa, Ontario K1R 6S3

More information

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS

SECTION GENERAL REQUIREMENTS PART 1 - GENERAL I 1 GENERAL REQUIRMENTS SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Summary of Work: 1. General 2. Contract. B. Contract Considerations: 1. Schedule of values. 2. Applications for payment. 3.

More information

GENERAL REQUIREMENTS

GENERAL REQUIREMENTS CITY OF BRAMPTON LANDSCAPE SPECIFICATIONS SECTION 01001-1 PART 1 GENERAL 1.1 Work Covered By Contract Documents.1 Work covers, in general terms: demolition, removals, site preparation and complete construction

More information

Chinatown Plaza Heat Pump Replacement Vancouver, British Columbia. Specifications Issued for Tender. May 13, 2016

Chinatown Plaza Heat Pump Replacement Vancouver, British Columbia. Specifications Issued for Tender. May 13, 2016 Chinatown Plaza Heat Pump Replacement Vancouver, British Columbia Specifications Prepared for: The City of Vancouver Capital Maintenance Real Estate and Facilities Management 320-507 W. Broadway St. Vancouver,

More information

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB Interior Construction Specification Dr. Kalinowski 2nd Floor, United Health Centre 7609 109 Street, Edmonton, AB Issued for Tender: May 18, 2017 Mandatory Site Visit: May 23, 2017 @ 2:00 PM Closing Date:

More information

SCOPE OF WORK AND GENERAL INSTRUCTIONS

SCOPE OF WORK AND GENERAL INSTRUCTIONS SCOPE OF WORK AND GENERAL INSTRUCTIONS SCOPE OF WORK SUMMARY FOR PROJECT CONSTRUCTION SERVICES Project: ECCC Space Optimization Project No.: GOC504787 Location: 401 Burrard Street, Vancouver The purpose

More information

155 North Beech, Casper, WY * (307) * (307) Fax INDEX

155 North Beech, Casper, WY * (307) * (307) Fax INDEX INSTRUCTION TO BIDDERS 155 North Beech, Casper, WY 82602 * (307) 265-0603 * (307) 266-5414 Fax PART 1: INSTRUCTION TO BIDDERS INDEX BIDDING DOCUMENTS. 2 CONTRACTOR APPLICATION FORM.2 EXAMINATION OF CONTRACT

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

More information

RWA, Inc. TECHNICAL SPECIFICATIONS NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS Willow Park Drive Suite 200 Naples, FL 34109

RWA, Inc. TECHNICAL SPECIFICATIONS NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS Willow Park Drive Suite 200 Naples, FL 34109 RWA, Inc. TECHNICAL SPECIFICATIONS NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS 6610 Willow Park Drive Suite 200 Naples, FL 34109 MAY 23, 2012 NORTH COLLIER BOULEVARD PAVING AND DRAINAGE IMPROVEMENTS

More information

East Central College

East Central College SECTION 013200 - CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other

More information

Section Safety Section Cleanup. None Required

Section Safety Section Cleanup. None Required January 2000 Page 1 of 6 PART 1 GENERAL 1.01 OTHER CONTRACT DOCUMENTS 1.02 DESCRIPTION OF WORK 1.03 RELATED SECTIONS PART 2 PRODUCTS The General Conditions of the Contract, General Requirements, and Supplemental

More information

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE

DIVISION 1 GENERAL REQUIREMENTS SECTION PROJECT SCHEDULE DIVISION 1 GENERAL REQUIREMENTS SECTION 01 32 16 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. All drawings and technical specifications, Notice to Bidders, Instructions and Information to Bidders, Bid Proposal

More information

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No PART 1 GENERAL 1.1 RELATED DOCUMENTS REQUIREMENTS COMMON TO ALL WORK CATEGORIES 1. Drawings and general provisions of the Contract, including General Special Conditions and other Division 1 Specification

More information

SCOPE OF WORK AND GENERAL INSTRUCTIONS

SCOPE OF WORK AND GENERAL INSTRUCTIONS SCOPE OF WORK AND GENERAL INSTRUCTIONS SCOPE OF WORK SUMMARY FOR PROJECT CONSTRUCTION SERVICES Project: IRB Planned Renovation for 16 th, 17 th and 18 th Floors Project No.: GOC1238936 Location: 300 West

More information

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products.

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products. SECTION 01400 QUALITY CONTROL SERVICES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division-1 Specification

More information

Issued for Tender Architectural Specifications Regional District of North Okanagan Mission Hill WTP Office Renovation

Issued for Tender Architectural Specifications Regional District of North Okanagan Mission Hill WTP Office Renovation Architectural Specifications Regional District of North Okanagan Mission Hill WTP Office Renovation Thinkspace Project No. 16541 RDNO Project No. 2016-E372.15.03 2016-05-25 RDNO Mission Hill WTP Office

More information

Prepared For: Prepared By:

Prepared For: Prepared By: Concentric Associates International Incorporated CONTRACT DOCUMENTS FOR Replace Hydraulic Dock Levelers Low Rise Data Centre 875 Heron Road Ottawa, Ontario Prepared For: Public Works and Government Services

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

Specification. National Defence. Construction Documents. Accommodate Specialized Equipment - Building 1071 ARCHITECTURE 49. Date: April 26, 2017

Specification. National Defence. Construction Documents. Accommodate Specialized Equipment - Building 1071 ARCHITECTURE 49. Date: April 26, 2017 ARCHITECTURE 49 Architecture 49 Inc. Suite 152, Ottawa Train Station 200 Tremblay Road Ottawa ON Canada K1G 3H5 T (613) 238-0440 F (613) 238-6597 www.architecture49.com Construction Documents Specification

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

QUALITY REQUIREMENTS

QUALITY REQUIREMENTS SECTION 014000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 4000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification

More information

SECTION CONSTRUCTION PROGRESS DOCUMENTATION

SECTION CONSTRUCTION PROGRESS DOCUMENTATION SECTION 01 32 00 CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other

More information

Chapter 2 Parties to the Contract

Chapter 2 Parties to the Contract Chapter 2 Parties to the Contract 2.1 Introduction Construction work may include building of a new structure, additions, alterations, expansion, replacement, dismantling, erection, commissioning, rehabilitation,

More information

CONSTRUCTION SPECIFICATION FOR TEMPORARY PROTECTION SYSTEMS

CONSTRUCTION SPECIFICATION FOR TEMPORARY PROTECTION SYSTEMS ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS.PROV 539 NOVEMBER 2014 CONSTRUCTION SPECIFICATION FOR TEMPORARY PROTECTION SYSTEMS TABLE OF CONTENTS 539.01 SCOPE 539.02 REFERENCES 539.03 DEFINITIONS

More information

Ogden Regional Medical Center Courtyard Remodel. Construction Documents. MountainStar Healthcare PROJECT MANUAL FOR

Ogden Regional Medical Center Courtyard Remodel. Construction Documents. MountainStar Healthcare PROJECT MANUAL FOR PROJECT MANUAL FOR Ogden Regional Medical Center 5475 South 500 East Ogden, UT 84405 for MountainStar Healthcare Construction Documents NJRA Architects, Inc. 5272 South College Dr. Murray, Utah 84123 Telephone:

More information

Washroom Upgrades Sir Charles Tupper Building Riverside Drive Ottawa, Ontario

Washroom Upgrades Sir Charles Tupper Building Riverside Drive Ottawa, Ontario SPECIFICATION FOR Washroom Upgrades Sir Charles Tupper Building. 2250 Riverside Drive Ottawa, Ontario SNC-LAVALIN O&M PW137587 ISSUED FOR TENDER October 04, 2010 Robertson Martin Architects Inc. 216 Pretoria

More information

Specifications for: Beban Park Pool Boiler Upgrades

Specifications for: Beban Park Pool Boiler Upgrades Specifications for: Beban Park Pool Boiler Upgrades SITE: Beban Park, Nanaimo, BC Prepared by: Peter Wagner, P. Eng., PMP (email: peterw@prismengineering.com) Project No.: 2016262 Date: February 15, 2018

More information

IOWA STATE FAIR CARNIVAL RESTROOMS AND GATE 15 FOOTINGS AND FOUNDATIONS

IOWA STATE FAIR CARNIVAL RESTROOMS AND GATE 15 FOOTINGS AND FOUNDATIONS PROJECT MANUAL IOWA STATE FAIR CARNIVAL RESTROOMS AND GATE 15 FOOTINGS AND FOUNDATIONS DES MOINES, IOWA K/O Project No. 160802.00 KEFFER/OVERTON ASSOCIATES, INC. ARCHITECTS 650 SOUTH PRAIRIE VIEW DRIVE,

More information

NORTHERN COLLEGE DRY HYDRANT

NORTHERN COLLEGE DRY HYDRANT NORTHERN COLLEGE DRY HYDRANT Prepared for: NORTHERN COLLEGE 4715 Highway 101 East South Porcupine, ON P0N 1H0 Prepared by: J.L. RICHARDS & ASSOCIATES LIMITED 834 Mountjoy Street S, PO Box 10 Timmins, ON

More information

ONTARIO PROVINCIAL STANDARD SPECIFICATION

ONTARIO PROVINCIAL STANDARD SPECIFICATION ONTARIO PROVINCIAL STANDARD SPECIFICATION METRIC OPSS 539 NOVEMBER 2003 CONSTRUCTION SPECIFICATION FOR TEMPORARY PROTECTION SYSTEMS TABLE OF CONTENTS 539.01 SCOPE 539.02 REFERENCES 539.03 DEFINITIONS 539.04

More information

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3

More information

C. Type of Selective Demolition Work: Demolition requires the selective removal and subsequent off-site disposal of:

C. Type of Selective Demolition Work: Demolition requires the selective removal and subsequent off-site disposal of: 02070 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 STIPULATIONS A. The specifications sections " General Conditions of the Construction Contract ", "Special Conditions", and "Division 1 - General Requirements"

More information

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II

TCC/SHORE TRANSIT BUS MAINTENANCE FACILITY - PHASE II SECTION 013200 - CONSTRUCTION PROGRESS DOCUMENTATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other

More information

SECTION GENERAL REQUIREMENTS

SECTION GENERAL REQUIREMENTS SECTION 01005 GENERAL REQUIREMENTS PART 1 GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. Work of this Contract comprises the chiller and cooling tower replacement at Five Oaks Middle School which includes

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

SECTION SUPPLEMENTARY GENERAL CONDITIONS

SECTION SUPPLEMENTARY GENERAL CONDITIONS SECTION 00800 SUPPLEMENTARY GENERAL CONDITIONS PART 1 - GENERAL 1.1 SCOPE OF WORK In general, the Work consists of application of a fluid applied membrane, installation of new tapered insulation, installation

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

A. This Section includes administrative and procedural requirements for quality assurance and quality control.

A. This Section includes administrative and procedural requirements for quality assurance and quality control. SECTION 01400 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO: ISSUE DATE: MARCH 21, 2012 (REVISION 2-08/31/12) PROJECT: CNB BUILDINGS 2 AND 3 CATOOSA, OKLAHOMA OWNER: BID TO: (Mail & Fax) CHEROKEE NATION BUSINESSES 777 WEST CHEROKEE STREET CATOOSA, OKLAHOMA 74015

More information

Special Provision No. 199S53 February 2005

Special Provision No. 199S53 February 2005 QUALITY CONTROL COMPLIANCE INCENTIVE Special Provision No. 199S53 February 2005 1.0 SCOPE This special provision covers the financial incentive available to the Contractor for compliance with the quality

More information

CONTROL OF WORK 1.02 AUTHORITY AND DUTIES OF THE ENGINEER S AUTHORIZED REPRESENTATIVE

CONTROL OF WORK 1.02 AUTHORITY AND DUTIES OF THE ENGINEER S AUTHORIZED REPRESENTATIVE 1.01 AUTHORITY OF THE ENGINEER CONTROL OF WORK A. The work included in the contract is to be done to the complete satisfaction of the Engineer, and the decision of the Engineer as to the true construction

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017 Exterior Alterations and New Office/ Warehouse for All Weather Shelters Northwest Business Park, Building 5, Bay 3 13459-149 Street Edmonton, AB Issued for Tender: Site Visit: Available upon request. Closing

More information

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order

This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order This is EXHIBIT A, consisting of [ ] pages, referred to in and part of the Task Order dated [ ]. Engineer's Services for Task Order [Introductory Note to User: The following text as published describes

More information

1.1 WORK BY OTHERS.1 Co-operate with other Contractors, specifically Eimco, the Clarifier Mechanism Supplier, in carrying out their respective works.

1.1 WORK BY OTHERS.1 Co-operate with other Contractors, specifically Eimco, the Clarifier Mechanism Supplier, in carrying out their respective works. NEWPCC Section 01 11 00 Circular Primary Clarifier Refurbishment Page 1 of 3 Bid Opporunity No. 25-2008 February 2008 SUMMARY OF WORK Part 1 General 1.1 WORK BY OTHERS.1 Co-operate with other Contractors,

More information

Special Provision No. 199S53 January 2018

Special Provision No. 199S53 January 2018 PERFORMANCE REQUIREMENT - QUALITY PROCESSES Special Provision No. 199S53 January 2018 1.0 SCOPE This Special Provision describes the performance requirements for quality processes, assessment of conformance

More information

Exhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction

Exhibit B - A/E Scope of Services (General Contracting Project) State of Ohio Professional Services Agreements for Public Facility Construction - State of Ohio Professional Services Agreements for Public Facility Construction TABLE OF CONTENTS ARTICLE 1 - BASIC SERVICES... 1 ARTICLE 2 - PROGRAM VERIFICATION STAGE... 2 ARTICLE 3 - SCHEMATIC DESIGN

More information

Project No: Pakenham Branch Library, Pakenham, Ontario Section DECEMBER, 2016 Page 1 of 5

Project No: Pakenham Branch Library, Pakenham, Ontario Section DECEMBER, 2016 Page 1 of 5 DECEMBER, 2016 Page 1 of 5 1 GENERAL 1.01 SUBMITTALS.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures..2 Two weeks prior to Substantial Performance of the Work, submit to

More information

TRIAD ENGINEERING CONSULTANTS, INC.

TRIAD ENGINEERING CONSULTANTS, INC. TRIAD ENGINEERING CONSULTANTS, INC. 2638 Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and 27265 (336) 454-0225 Electrical Engineering Services Since 1984 admin@triadengmep.com

More information

SECTION QUALITY REQUIREMENTS

SECTION QUALITY REQUIREMENTS SECTION 014000 - PART 1 - GENERAL 1.1 SUMMARY A. Defines SRP requirements for Contractor Quality Control and Owner Quality Assurance. As an Electric and Water Utility, SRP has many critical facilities.

More information

STANDARD SPECIFICATIONS

STANDARD SPECIFICATIONS STANDARD SPECIFICATIONS October 20, 2017 Location, New Brunswick Typical for all Projects ROBERT MARTIN, P.ENG ASSISTANT DEPUTY MINISTER, BUILDINGS DIVISION ROBERT DAIGLE, P.ENG. EXECUTIVE DIRECTOR, DESIGN

More information

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District

REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE. St. Charles County Ambulance District REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES NOT AT RISK FOR THE St. Charles County Ambulance District Base 3 & Training Facility Construction 4169 Old Mill Parkway St. Peters, MO 63376 September

More information

Corporate Policy and Procedure

Corporate Policy and Procedure Corporate Policy and Procedure POLICY CATEGORY AUTHORITY RELATED POLICIES APPROVED BY Safety Management When Outside Contractors are Retained (Contractor Safety Management Program) (the Policy ) Health

More information

PROJECT MANUAL ELEVATOR LOBBY RENOVATION THOMASBROWNARCHITECTS 197 SPADINA AVENUE I TORONTO ONTARIO I M5T 2C8. Specifications Issued for Tender

PROJECT MANUAL ELEVATOR LOBBY RENOVATION THOMASBROWNARCHITECTS 197 SPADINA AVENUE I TORONTO ONTARIO I M5T 2C8. Specifications Issued for Tender THOMASBROWNARCHITECTS 197 SPADINA AVENUE I TORONTO ONTARIO I M5T 2C8 PROJECT MANUAL Specifications Issued for Tender Project No. 18053 ELEVATOR LOBBY RENOVATION 9060 JANE STREET, VAUGHAN Elevator Lobby

More information

Special Provision No. 199S53 February 2012

Special Provision No. 199S53 February 2012 PERFORMANCE REQUIREMENT QUALITY PROCESSES Special Provision No. 199S53 February 2012 1.0 SCOPE This Special Provision describes the performance requirements for quality processes, assessment of conformance

More information

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

1. Section Temporary Facilities and Controls for limitations and procedures governing temporary use of Owner's facilities. SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,

More information

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015

Town of Atkinson, New Hampshire INVITATION TO BID. Town Garage Roof Replacement Issued: June 30, 2015 Town of Atkinson, New Hampshire INVITATION TO BID Town Garage Roof Replacement Issued: June 30, 2015 The Town of Atkinson invites qualified contractors to bid on the replacement of the roof of the Town

More information

SAN DIEGO STATE UNIVERSITY PACIFIC CORNERSTONE ARCHITECTS TENOCHCA HALL PROJECT NO FAN COIL UNITS, RESTROOM AND FINISH RENOVATION

SAN DIEGO STATE UNIVERSITY PACIFIC CORNERSTONE ARCHITECTS TENOCHCA HALL PROJECT NO FAN COIL UNITS, RESTROOM AND FINISH RENOVATION SECTION 02 41 14 SELECTIVE BUILDING DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for systematic removal of site improvements or portions of exterior and interior of buildings

More information

APPENDIX D CONSTRUCTION PHASE CRITERIA

APPENDIX D CONSTRUCTION PHASE CRITERIA A. GENERAL REQUIREMENTS CONSTRUCTION PHASE CRITERIA For the Construction Phase of the Project, the Architect/Engineer (A/E) is responsible for providing project administration for the Owner in accordance

More information

University of Oklahoma Sarkeys Energy Center Atriums Waterproofing Project mass project no Set no. project manual.

University of Oklahoma Sarkeys Energy Center Atriums Waterproofing Project mass project no Set no. project manual. University of Oklahoma Sarkeys Energy Center Atriums Waterproofing Project mass project no. 1801.01 07 12 2018 Set no. project manual. University of Oklahoma Sarkeys Energy Center Atriums Waterproofing

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

SPECIFICATION. Federal Air Hangar Renovations Project No. IO# Winnipeg, Manitoba

SPECIFICATION. Federal Air Hangar Renovations Project No. IO# Winnipeg, Manitoba SPECIFICATION Federal Air Hangar Renovations Project No. IO# 205147 Winnipeg, Manitoba Project No. IO# 205147 000110 FEDERAL WINNIPEG AIR HANGAR RENOVATIONS TABLE OF CONTENTS Winnipeg, Manitoba Page 1

More information

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) , Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) Request for Qualifications Construction Inspection and Testing Services Issued: January 3, 2017 Due: January 24, 2017 I. INTRODUCTION

More information

Facilities Planning and Construction (FP&C)

Facilities Planning and Construction (FP&C) Appendix 8.4a Facilities Planning and Construction (FP&C) UAA FP&C Quality Assessment Checklist (A) Project: PM: Project ID: Updated:

More information

VAE VIEW ELEMENTARY WINDOW REPLACEMENT West 1600 North Layton, UT Specifications. Construction Documents

VAE VIEW ELEMENTARY WINDOW REPLACEMENT West 1600 North Layton, UT Specifications. Construction Documents VAE VIEW ELEMENTARY WINDOW REPLACEMENT 1750 West 1600 North Layton, UT 84041 Specifications 19 March 2018 TABLE OF CONTENTS DIVISION 00 PREREQUIREMENT AND CONTRACTING REQUIREMENTS A101 A201 A310 A312 G701

More information

GADSDEN ELEMENTARY SCHOOL PHOTOVOLTAIC SYSTEM PROJECT

GADSDEN ELEMENTARY SCHOOL PHOTOVOLTAIC SYSTEM PROJECT GADSDEN ELEMENTARY SCHOOL PHOTOVOLTAIC SYSTEM PROJECT JUNE 13, 2018 PROJECT MANUAL SAVANNAH-CHATHAM COUNTY PUBLIC SCHOOL SYSTEM DULOHERY WEEKS GADSDEN ELEMENTARY SCHOOL PHOTOVOLTAIC SYSTEM PROJECT TABLE

More information

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility RFP Components CLIENT: TradePort International Corporation, Operators of John C. Munro

More information

1ARCHITECTURE TABLE OF CONTENTS

1ARCHITECTURE TABLE OF CONTENTS TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00 0102 COVER 00 0107 SEALS PAGE 00 0111 TABLE OF CONTENTS DIVISION 01 - GENERAL REQUIREMENTS 01 1000 01 2000 01 2100 01 2300 01

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

Table of Contents. Project Agreement Schedule 14

Table of Contents. Project Agreement Schedule 14 Table of Contents PART 1 DEFINITIONS... 3 PART 2 INTEGRATED MANAGEMENT SYSTEM REQUIREMENTS... 6 2.1. Introduction... 6 2.2. Overview... 6 2.2.1 Management System Requirements... 7 2.2.2 Certification...

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

Addendum #2 B14/9830. East Campus Student Life/Business Services/DSR Renovation

Addendum #2 B14/9830. East Campus Student Life/Business Services/DSR Renovation September 25, 2013 Addendum #2 B14/9830 East Campus Student Life/Business Services/DSR Renovation SPECIFICATIONS for East Campus Student Life/Business Services/DSR Renovation Dated: September 5, 2013 This

More information

ADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5

ADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5 ADDENDUM NO. 1 TO SCOPE OF WORK: Section 0220, Form 01004/5 PROJECT: Tankless Water Heaters Installation Glenn Edge and Rich Martin Apartments and Main Office Water Heater Replacement New Memorial Community

More information

Attachment 1 Architectural Services

Attachment 1 Architectural Services A. Phase 1, Programming and Schematic Design: 1. Ascertain the requirements for each project through a meeting with the COUNTY, and a review of an existing schematic layout of each project, if such layout

More information

Multi-Institutional Academic Health Science & Research Center Evansville, IN

Multi-Institutional Academic Health Science & Research Center Evansville, IN SECTION 019113 - GENERAL COMMISSIONING REQUIREMENTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division

More information

PROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION

PROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION PROJECT SPECIFICATIONS PENSACOLA INTERNATIONAL AIRPORT PARKING GARAGE REHABILITATION CITY OF PENSACOLA November 2018 SECTION 011000- SUMMARY OF WORK PART 1 - GENERAL 1.1 DOCUMENTS A. Drawings and general

More information

DUKE UNIVERSITY CONSTRUCTION STANDARDS

DUKE UNIVERSITY CONSTRUCTION STANDARDS 1 23 08 00 Commissioning of HVAC Systems 1. GENERAL A. GENERAL PROVISIONS 1. Drawings and general provisions of the Contract, including General Conditions and Division - 1 Specifications Sections, apply

More information

2012 VIRGINIA INDUSTRIALIZED BUILDING SAFETY REGULATIONS

2012 VIRGINIA INDUSTRIALIZED BUILDING SAFETY REGULATIONS 13VAC5-91-10. Definitions. The following words and terms when used in this chapter shall have the following meanings unless the context clearly indicates otherwise. Administrator means the Director of

More information

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL

COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL SECTION 01310 COST LOADED CONSTRUCTION SCHEDULES PART 1 - GENERAL 1.01 SCOPE: A. COST LOADED CONSTRUCTION SCHEDULE (Construction Schedule): The WORK under this Contract shall be planned, scheduled, executed,

More information

CLEAN WATER SERVICES AND CAROLLO ENGINEERS, INC. RECITALS. 1. District and Consultant previously entered into the Master Contract.

CLEAN WATER SERVICES AND CAROLLO ENGINEERS, INC. RECITALS. 1. District and Consultant previously entered into the Master Contract. THIRTY-FOURTH AMENDMENT TO MASTER CONTRACT FOR WASTEWATER TREATMENT PLANT ENGINEERING SERVICES ROCK CREEK AWWTF DIGESTER 1 AND 2 MODIFICATIONS PROJECT NO. 6787 CLEAN WATER SERVICES AND CAROLLO ENGINEERS,

More information

FACILITIES MANAGEMENT

FACILITIES MANAGEMENT FACILITIES MANAGEMENT Design & Construction REQUEST FOR PROPOSAL Third Party Testing and Special Inspections Parking Lots and Ramps Arts Campus Parking Reconfiguration Phase 2 Project #0674501 Addendum

More information

Appendix 3. POLICY & PROCEDURE No

Appendix 3. POLICY & PROCEDURE No DEPARTMENT OF PUBLIC WORKS DIVISION: ENGINEERING SERVICES SECTION: ADMINISTRATIVE PAGE NO: 1 OF 10 REVISION NO: 3 DATE: 1995 05 01 ESTABLISHED: 1986 03 03 Appendix 3 POLICY & PROCEDURE No. 2.3.1-020 TITLE:

More information

Division 03 - Concrete Section New Westminister Multi-Use Civic Facility & Office Building Project No Page 1

Division 03 - Concrete Section New Westminister Multi-Use Civic Facility & Office Building Project No Page 1 Project No. 210022 Page 1 PART 1 GENERAL 1.7 Documents.1 The General Conditions of the Canadian Standard Construction Document CCDC-2, together with all amendments and supplements and Division 1 General

More information

UNIFIED FACILITIES GUIDE SPECIFICATIONS

UNIFIED FACILITIES GUIDE SPECIFICATIONS USACE / NAVFAC / AFCEC / NASA UFGS-01 45 00.10 20 (February 2010) Changed 1-08/17 ----------------------------------- Preparing Activity: NAVFAC Superseding UFGS-01 45 02.10 (November 2008) UNIFIED FACILITIES

More information

REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS

REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS REQUEST FOR PROPOSAL (RFP) INSTRUCTIONS AND SUPPLEMENTAL CONDITIONS Project Title: Parking Lot Sealcoating, Striping and Numbering RFP Number: EQ5P2SSAC-17-0008 RFP Issue Date: Monday, August 14, 2017

More information

There is an inspection report prepared after the Digester cleaning was carried out.

There is an inspection report prepared after the Digester cleaning was carried out. TERMS OF REFERENCE FOR CONSTRUCTION MANAGEMENT AND INSPECTION FOR THE REPAIRS AND GASPROOFING OF DIGESTER NO.2 AT THE GUELPH WASTEWATER TREATMENT PLANT BACKGROUND The work generally consists of Repairs

More information

APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES

APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES Appendix A RFP No. 894-2014 Page 1 of 1 Template Version: SrC120131129 - Consulting Services RFP APPENDIX A DEFINITION OF PROFESSIONAL ENGINEERING CONSULTING SERVICES Revision: 2014-09-22 DEFINITION OF

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

OSNI PONCA OFFICE REMODEL

OSNI PONCA OFFICE REMODEL OSNI PONCA OFFICE REMODEL PROJECT MANUAL OCTOBER 2016 SCHEMMER PROJECT NO. 06571.002 OSNI PONCA OFFICE REMODEL TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 000115 LIST OF DRAWING

More information

Student Services & Classroom Addition

Student Services & Classroom Addition SECTION 014000 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services

More information

SECTION QUALITY CONTROL

SECTION QUALITY CONTROL SECTION 01 45 00 QUALITY CONTROL PART 1 - GENERAL 1.1 DESCRIPTION This section specifies requirements for Contractor Quality Control (CQC) for Design-Bid-Build (DBB) or Design-Build (DB) construction projects.

More information

DEFINITIONS: The following definitions apply to terms used in this document:

DEFINITIONS: The following definitions apply to terms used in this document: PURPOSE: California Code of Regulations (CCR), Title 24, Part 1, CCR, Chapter 4, Article 1 (Sections 4-211 through 4-220) and Group1, Articles 5 and 6 (Sections 4-331 through 4-344) provide regulations

More information

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014

Town of Middleton. Storm Water Outfall Repair & Soil Stabilization. Connaught Avenue. June 20, 2014 Town of Middleton Storm Water Outfall Connaught Avenue June 20, 2014 Set No. Town of Middleton Storm Water Outfall OVERVIEW Page 1 Connaught Avenue _ June 20, 2014 OVERVIEW This document is a Supplementary

More information

BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL PRACTICE

BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL PRACTICE 200-4010 Regent Street Burnaby BC V5C 6N2 Canada Telephone: (604) 430-8035 Toll Free Canada-wide: 1-888-430-8035 Facsimile: (604) 430-8085 BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL

More information

TOWNES + architects, P.A.

TOWNES + architects, P.A. TOWNES + architects, P.A. 2421 North 12th Avenue, Pensacola, Florida 32503 Telephone: (850) 433-0203 Florida Registration AA-26001051 PROJECT MANUAL City of Pensacola Fleet Maintenace Garage Re ovation

More information