Volume 1 of 3 Construction Manual

Size: px
Start display at page:

Download "Volume 1 of 3 Construction Manual"

Transcription

1 12018 Volume 1 of 3 Construction Manual Architectural Specifications Issued for Tender Temiskaming Veterinary Services Building Expansion

2

3 Project Number: Division 00 Procurement and Contracting Requirements Consultants Professional Seals and Signatures List of Documents Instructions to Bidders Sample Bid Forms Bidder s Checklist Bid Form Supplementary Bid Form Sample Stipulated Price Contract CCDC2 Sample CCDC Supplementary General Conditions Geotechnical Investigation Geotechnical Report

4

5 CONSULTANTS Project Number: Page CONSULTANT TEAM Prime Consultant: LAROCQUE ELDER ARCHITECTS, ARCHITECTES INC. 188 Fifth Avenue East North Bay ON P1B 1N6 Prime Contacts: Contact: Jean Larocque Larocque Elder Architects, Architectes Inc. architecture@leaainc.com Contact: Ruth Elder Larocque Elder Architects, Architectes Inc. relder@leaainc.com Phone: (705) Fax: (705) Structural Engineer HALSALL ASSOCIATES LIMITED 80A Elm Street Sudbury ON P3C 1T2 Contact: Steve Cairns scairns@halsall.com Contact: Aaron Dent adent@halsall.com Phone: (705) Fax: (705) Mechanical / Electrical JAIN & ASSOCIATES LIMITED Engineers 2270 Argentia Road, Unit #2 Mississauga ON L5N 6A6 Contact: Dinesh Jain djain@jainassoc.com Phone: (905) Fax: (905)

6 CONSULTANTS Project Number: Page CONSULTANTS COMMISSIONED BY CLIENT Surveyor EXP Services Inc. 885 Regent Street Sudbury, ON P3E 5M4 Contact: Ryan Seguin ryan.seguin@exp.com Phone: (705) Geotechnical Engineering LVM Progress Court North Bay, ON P1B 8G4 Contact: Jake Berghamer northbay@lvm.ca Phone: (705) Fax: (705)

7

8 PROFESSIONAL SEALS AND SIGNATURES Temiskaming Veterinary Services Building Expansion Project Number: Page 2 MECHANICAL & ELECTRICAL DRAWINGS AND SPECIFICATIONS All Sections contained in Volume 2 have been prepared by Jain & Associates Ltd.

9 LIST OF DOCUMENTS Project Number: Page 1 LIST OF DOCUMENTS The following is a list of documents issued for Tender: PART 1 CONSTRUCTION MANUAL SPECIFICATIONS VOLUME DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS Consultants 2 pages Professional Signatures and Seals 2 pages List of Documents 4 pages Instructions to Bidders 12 pages Sample Bid Forms 1 page Bidder s Checklist 1 page Bid Form 2 pages Supplementary Bid Form 12 pages Sample Stipulated Price Contract CCDC2 1 page Sample CCDC 33 pages Supplementary General Conditions 15 pages Geotechnical Investigation 1 page Geotechnical Report 33 pages 1.2 DIVISION 01 GENERAL REQUIREMENTS General Requirements pages Allowances 2 pages 1.3 DIVISION 02 EXISTING CONDITIONS Demolition for Minor Works 3 pages Alteration Procedures 4 pages 1.4 DIVISION 03 CONCRETE (Refer to Structural Drawings) 1.5 DIVISION 04 MASONRY For Concrete Unit Masonry (Refer to Structural Drawings) Common Work Results for Masonry 9 pages Calcium Silicate Manufactured Stone Masonry 8 pages 1.6 DIVISON 05 METALS - NOT USED 1.7 DIVISON 06 WOOD, PLASTICS AND COMPOSITES Rough Carpentry 6 pages Finish Carpentry 6 pages Architectural Woodwork 9 pages

10 LIST OF DOCUMENTS Project Number: Page DIVISON 07 THERMAL AND MOISTURE PROTECTION Bituminous Dampproofing and Waterproofing 7 pages Board Insulation 5 pages Blanket Insulation 3 pages Loose Fill Insulation 4 pages Vapour Retarders 4 pages Air Barriers 6 pages Asphalt Shingles 5 pages Wood Siding 5 pages Sheet Metal Flashing and Trim 7 pages Fire Stopping 6 pages Joint Sealing 9 pages 1.9 DIVISION 08 OPENINGS Metal Doors and Frames 8 pages Flush Wood Doors 5 pages Windows and Doors 8 pages Cabinet and Miscellaneous Hardware 7 pages Door Hardware (Prepared by IR Security Technologies Canada) 13 pages Glazing 5 pages 1.10 DIVISION 09 FINISHES Gypsum Board Assemblies 8 pages Acoustical Panel Ceilings 5 pages Acoustical Suspension 5 pages Resilient Sheet Flooring 6 pages Resilient Tile Flooring 6 pages Painting 10 pages Epoxy Flooring 4 pages High-Build Glazed Coatings 4 pages 1.11 DIVISION 10 SPECIALTIES Wall and Corner Guards 4 pages Toilet and Bath Accessories 6 pages 1.12 DIVISION 11 TO 14 NOT USED 1.13 DIVISION 21 TO 28 MECHANICAL / ELECTRICAL See Mechanical and Electrical Specifications Volume 2 of DIVISION 31 EARTHWORK Aggregate Materials 4 pages

11 LIST OF DOCUMENTS Project Number: Page Excavating, Trenching and Backfilling 9 pages 1.15 DIVISION 32 EXTERIOR IMPROVEMENTS Asphalt Paving for Building Sites 6 pages Concrete Walks and Curbs 4 pages Chainlink Fences, Wrought Iron 7 pages Topsoil Placement and Grading 5 pages Sodding 6 pages 1.16 DIVISION 33 UTILITIES NOT USED PART 2 CONSTRUCTION MANUAL DRAWINGS 2.1 ARCHITECTURAL DRAWINGS - LAROCQUE ELDER ARCHITECTS, ARCHITECTES INC. A100 A101 A102 A201 A202 A203 A300 A301 A302a A302b A303 A304 A305 A401 A402 A501 A601 A602 A801 A1001 A1101 A1102 A1103 Title Sheet Survey (FOR INFORMATION ONLY) Site Plan Fire Separation Plans, Summary of Work, OBC Data Roof Plan General Notes, Abbreviations, Legend and Constriction Data. Demolition Plans, Legend, Instructions and Notes Foundation and Main Floor Framing Plan Main Floor Plan, Wall Types and Dimensions Main Floor Plan, Reference Plan Roof Framing Plan Enlarged Plans, Interior Elevations and Stair Details Plan Details Building Elevations Building Elevations Building Sections Structural Notes and Foundation Details Wall Sections Reflected Ceiling Plans Main Floor Furniture and Equipment Plans, Equipment List Main Floor Demolition Plan, Roof Plan, Main Floor Plan ADD-ON PRICE Reflected Ceiling Plan, Furniture and Equipment Plan ADD-ON PRICE Building Elevations ADD-ON PRICE 2.3 MECHANICAL/ ELECTRICAL DRAWINGS JAIN & ASSOCIATES LTD. M100 M100 M201 M202 Mechanical Site Plan & Legends Main Floor Plan - Plumbing Layout Main Floor Plan HVAC Ductwork Layout Main Floor Plan HVAC Piping Layout

12 LIST OF DOCUMENTS Project Number: Page 4 M203 M204 M205 E100 E201 E202 E300 Heating Schematics Details Mechanical Equipment Schedules Electrical Site Plan & Legend Lighting Layout Main Floor Power and Systems Layout Main Floor Power Distribution Single Line Diagram & Schedules

13 INSTRUCTIONS TO BIDDERS Project Number: Page 1 PART 1 GENERAL 1.1 INVITATION.1 Bid Call 1.2 INTENT....1 Offers signed under seal, executed, and dated will be received by the Owner, Temiskaming Veterinary Services, c/o Larocque Elder Architects, Architectes Inc, th Avenue East, North Bay, Ontario, P1B 1N6, attention: Dr. Lance Males prior to 2:00:00 pm local time Wednesday, April 17 th, Offers submitted after the above time shall be returned to the Bidder unopened..3 Submit Supplementary Bid Forms in same manner as Bid Forms, but not later than 4:00:00 pm local time Wednesday, April 17 th Bid Forms and Supplementary Bid Forms will be opened publicly at the office of Larocque Elder Architects, Architectes Inc. at 4:15:00 pm, local time Wednesday, April 17 th, Amendments to the submitted offer will be permitted if received in writing prior to Bid closing and if endorsed by the same party or parties who signed and sealed the offer..1 Intent of this Bid Call is to obtain an offer to perform Work for the Temiskaming Veterinary Services to complete the construction of Temiskaming Veterinary Services Building Expansion located at 191 Drive-In Theatre Road,, as identified in the Bid Call, in accordance with the Contract Documents..2 Scope of Work includes but is not limited to the construction of an approximate 3,120 s.f. (290 s.m.) building: 1. Site Work to include:.1 Grading, access driveway, concrete walks and curbs, hard and soft landscaping and relocation of existing storage shed. 2. Site Services to include:.1 Connection to existing municipal services and Hydro electrical connection. 3. Construction of Building to include:.1 One-storey wood-framed structure complete with engineered wood trusses, wood siding and stone veneer cladding and roofing..2 Interior including floors, partitions and ceiling finishes, doors, door frames, associated hardware, screens, millwork and washroom accessories..3 Mechanical/electrical system and life safety devices.

14 INSTRUCTIONS TO BIDDERS Project Number: Page 2 4. Renovation of Existing Building:.1 Miscellaneous repairs and waterproofing of existing foundation walls, new weeping tile..2 Interior renovation of portion of Main Floor Hall 124, and Office 125 approximately 160 s.f. (15 s.m.) complete with connection to Stair No. 1, and exterior window, and associated Mechanical/Electrical Work Perform Work in amount of weeks as stated within the Supplementary Bid Form..4 Initiate Work within seven (7) days of receipt of notice of contract award..5 Throughout the Contract Documents, the "Owner" shall mean "Temiskaming Veterinary Services"..6 Throughout the Contract Documents, the Consultant shall mean Larocque Elder Architects, Architectes Inc. 1.3 CONTRACT DOCUMENTS IDENTIFICATION.1 The Contract Documents are identified as Project Number as prepared by the Consultant, Larocque Elder Architects, Architectes Inc., located at 188 Fifth Avenue East, North Bay, Ontario, P1B 1N6, and listed in Section Consultants, of the Project Specifications. 1.4 CONTRACT / BID DOCUMENTS.1 Definitions.1 Contract Documents: Documents listed in Section List of Documents and addenda issued by the Consultant during the tender period and as further defined in CCDC Edition, Definitions..2 Bid Documents: Contract Documents supplemented with Instructions to Bidders, Bid Form, Supplementary Bid Form, and Bid Securities, identified herein..3 Tender: Act of submitting an Offer or Bid under seal..4 Bid Form: A form supplied with the Bid Documents to be completed as an Offer or Bid to undertake Work described by the Contract Documents. This form identifies primarily Base Offer or Bid, due to duration of contract, and is signed and sealed by Tender..5 Supplementary Bid Form: This form supplied with the Bid Documents, must be completed and submitted in accordance with instructions herein. This form must be fully completed, and signed and sealed by the Bidder. This form will form part of the tender for this project and will be used in selecting the successful Bidder. This form identifies requested Add-On Prices, Separate Prices, Tendered Alternates, and Bidder Proposed Alternatives as prescribed, and Subcontractors

15 INSTRUCTIONS TO BIDDERS Project Number: Page 3... to be employed for each. The combined information in the Bid Form and Supplementary Bid Form will be used in determining the successful bidder at the sole discretion of the Owner..6 Bid, Offer, or Bidding: Act of submitting an Offer under seal..7 Informal Offer or Bid: Any Offer or Bid or Tender which in the opinion of the Owner, fails to comply with any or all of the requirements for the submission of an Offer or Bid or Tender, as outlined herein..8 Bid Price: Monetary sum identified by the Bid Form..9 Acceptable Alternate: An alternate product, material, manufacturer, method or procedure to that specified which has been pre-approved by the Consultant and identified within the specification, and no further submission or request is required. Prices for the use of Acceptable Alternates are included in the Base Bid..10 Approved Alternate: An alternate product, material, manufacturer, method or procedure to that specified which the Consultant approved during the tender period, and confirmation of its acceptability has been issued as an Addendum. Prices for the use of Approved Alternates are to be included in the Base Bid..11 Tendered Alternate: The specification and the Supplementary Bid Form may identify specific alternative products, materials, manufacturers, methods or procedures which must be priced as additions to, or deletions from, the Base Bid. Prices for the use of Tendered Alternates are not included in the Base Bid. The Owner reserves the right to accept or reject Tendered Alternates. The combined information in the Bid Form and Supplementary Bid Form will be used in determining the successful bidder at the sole discretion of the Owner..12 Bidder Proposed Alternates: The Bidder may propose alternate materials, methods or subcontractors for consideration of the Consultant and the Owner without prior approval, and include a brief description of the Proposed Alternate and the price to be added or deleted from the Base Bid if the Owner accepts the alternate proposed. Prices for the use of Bidder Proposed Alternates are not included in Base Bid. If requested by Consultant, submit written copy of quotation from Subcontractor for Bidder Proposed Alternate. The Owner reserves the right to accept or reject Bidder Proposed Alternates..13 Acceptable Alternate Manufacturer: A manufacturer specifically named as such in the specification, which is acceptable, provided that the specific product manufactured by the alternate manufacturer is equivalent in quality, performance and operating characteristics to the specified material or product by the specified manufacturer. Products manufactured by Acceptable Alternate Manufacturers may be included in the Base Bid, but if the product is determined to not be equivalent upon review by the Consultant, the specified product by the specified manufacturer must be provided with no change in the Contract Price..14 Take Out Price: The stipulated price of specific areas of Work identified on the Contract Documents and included in the Base Bid, which, at the Owners discretion, may be added to the Scope of Work and the Tender Price in establishing the Contract Value prior to execution of the Contract. These must

16 INSTRUCTIONS TO BIDDERS Project Number: Page 4 be submitted on the Supplementary Bid Form. The combined information in the Bid Form and Supplementary Bid Form will be used in determining the successful bidder at the sole discretion of the Owner..15 Add-On Price: The stipulated price of specific areas of Work identified on the Contract Documents but not included in the Base Bid, which, at the Owners discretion, may be added to the Scope of Work and the Tender Bid in establishing the Contract Value prior to execution of the Contract. Work of an Add-On Price will proceed simultaneously with Work of the Base Bid. These must be submitted on the Supplementary Bid Form. The combined information in the Bid Form and Supplementary Bid Form will be used in determining the successful bidder at the sole discretion of the Owner..16 Separate Price: The stipulated price of specific areas of Work identified on the Contract Documents and is included in the Base Bid, which, at the Owners discretion, may be performed under a separate contract. Separate Prices must be submitted on the Supplementary Bid Form. The combined information in the Bid Form and Supplementary Bid Form will be used to determine the successful bidder at the sole discretion of the Owner..17 Unit Price: Supply and install Work for payment based on computed quantities of specified items of Work, each quantity multiplied by the Unit Price Bid. Accept the basis for all specified Unit Prices for such extra or credit as may be required, with no additional mark-up or profits. Include all costs and charges, including overhead and profit..18 Supplemental Instruction: A Supplemental Instruction is an instruction, not involving adjustment in the Contract Price or Contract Time, in the form of specifications, drawings, schedules, samples, models or written instructions, consistent with the intent of the Contract Documents. It is to be issued by the Consultant to supplement the Contract Documents as required for the performance of Work. Should the Contractor be of the opinion that a Supplemental Instruction will affect the Contract Price or Contract Time, notify the Consultant within five (5) working days of receiving the Supplemental Instruction prior to commencing with the work..19 Change Order: A Change order is a written amendment to the Contract prepared by the Consultant and signed by the Owner and the General Contractor stating their agreement upon:.1 a change in Work,.2 the method of adjustment or the amount of the adjustment in the Contract Price, if any; and.3 the extent of the adjustment in the Contract Time, if any..2 Availability.1 Bid Documents are available for download, in PDF format, from the Consultant s website at:

17 INSTRUCTIONS TO BIDDERS Project Number: Page Bid Documents may be obtained at the office of Larocque Elder Architects, Architectes Inc., located at 188 Fifth Avenue East, North Bay, Ontario, P1B 1N6..3 General Contractors can obtain a maximum of one (1) complete set upon receipt of a refundable deposit by cash or certified cheque in the amount of $ per set. Certified cheques are to be made payable to "Temiskaming Veterinary Services.".4 Deposit will be refunded if Bid Documents are returned complete, undamaged, unmarked and reusable within seven (7) days of Bid Submission Request. Failure to comply will result in forfeiture of deposit..5 Bid Documents are made available only for the purpose of obtaining offers for specific Work in this project, in accordance with the Contract Documents, as requested in the Bid Call. Their use does not confer a license or grant for other purposes..3 Examination.1 Bid Documents are available for download, in PDF format, from our website at: and are also on display at the North Bay Plan Room, 2750 Hwy. 11N, North Bay, phone number (705) , fax number (705) , the Construction Documents Depository, 955 Stockdale Road, Unit 5, North Bay, ON, phone number (705) , fax number (705) , the Sudbury Construction Association, 257 Beatty Street, Sudbury, phone number (705) , fax number (705) , and the Timmins Construction Association, 76 McIntyre Road, Schumacher, ON, phone number (705) , fax number (705) Upon receipt of Bid Documents verify that documents are complete; notify Consultant should the documents be incomplete..3 Immediately notify the Consultant upon finding discrepancies or omissions in the Bid Documents..4 All tender documents are complementary and must be read together to ascertain a complete description of Work..4 Queries/Addenda.1 Direct questions in writing to Larocque Elder Architects, Architectes Inc., by fax: (705) or jdedecker@leaainc.com, contact person: Jeff DeDecker, Project Manager..2 Addenda may be issued during the bidding period. All addenda become part of the Contract Documents. Include costs in the Bid Price..3 Verbal answers are only binding when confirmed by written addenda..4 Clarifications requested by Bidders must be in writing not less than five (5) days before date set for receipt of Bids. The reply will be in the form of an addendum, a copy of which will be forwarded to known Bidders no later than two (2) working days before receipt of Bids.

18 INSTRUCTIONS TO BIDDERS Project Number: Page 6.5 Product/System Options.1 Where the Bid Documents stipulate a particular product, alternatives will be considered by the Consultant up to seven (7) days before receipt of bids..2 When a request to substitute a product is made, the Consultant may approve the substitution and will issue an Addendum to known Bidders..3 In submission of alternatives to products specified, Bidders shall include in their Bid, any changes required in Work to accommodate such alternatives. A later claim by the Bidder for an addition to the contract price because of changes in Work necessitated by use of alternatives shall not be considered..4 Alternative products will be considered if submitted in the Supplementary Tender Form..5 The submission shall provide sufficient information to enable the Consultant to determine acceptability of such products..6 Provide complete information on required revisions to other Work to accommodate each alternative, the dollar amount of additions to or reductions from the Bid Price, including revisions to other Work..7 Unless alternatives are submitted in this manner and subsequently accepted, provide products as specified. 1.5 SITE ASSESSMENT.1 Bidders Briefing.1 A non-mandatory on-site bidders briefing is scheduled for 10:00 a.m. local time on Tuesday, April 9 th 2013, with the meeting to commence at the existing building located at, 191 Drive-In Theatre Road,. It is highly recommended that all General Contractors and major Subtrades attend the site orientation meeting..2 Should a Bid be submitted without a documented site visit by the Bidder, and should visible site circumstances exist that affect the Bid, the Owner will not be responsible for such errors in the Bid Price. 1.6 QUALIFICATIONS.1 Subcontractors, Suppliers, Work by Own Forces, and Others : The Owner reserves the right to reject a proposed Subcontractor, Supplier, and Work to be performed by Bidder's Own Forces, for reasonable cause. 2. Refer to CCDC 2, Article GC 3.8 of General Conditions. 3. The list of General Requirements, as well as Work Performed by Own Forces, Subcontractors, Suppliers, and Others complete with cost breakdown for each as identified in the Supplementary Bid Form, forms part of the tender for this project.

19 INSTRUCTIONS TO BIDDERS Project Number: Page 7 4. The following conditions apply to the List of Subcontractors as listed in the Supplementary Bid Form:.1 Enter names, where applicable, for items of Work listed..2 Enter Subcontractors, Suppliers, Own Forces and Other where applicable and that are intended to be used..3 Do not show Own Forces except where intent is to employ Contractor s own qualified on-staff personnel to perform such work..4 Do not indicate TBD (to be determined) or TBA (to be announced) or equivalent notation, and do not indicate multiple choice of Subcontractor names for any category. Only one (1) Subcontractor shall be indicated for each category..5 Should Bidder be awarded the Contract, parties named, including Bidder s Own Forces, shall be used to perform Work they are scheduled to perform and shall not be changed without written consent from Owner. Such approval will only be considered upon submission of Contractor letter requesting change with full explanation or reason for change and accompanied by letter from name Subcontractor agreeing to withdraw with no consequence to the Owner. 1.7 FEES FOR CHANGES IN THE WORK.1 The following maximum percentages will be allowed as overhead and profit mark-up on changes in Work:.1 General Contractor on Work of Subtrades and Subsuppliers: 5%.2 General Contractor on his own Work: 10% + 5%.3 Subtrades on their own Work: 10%.4 Extras over $10,000 will be negotiated..2 As per Section Supplementary Conditions Sentence , costs for the following items shall be considered to be included in the allowance for overhead and profit:.1 Contractor s head office expenses..2 Wages of project managers, superintendents, assistants, watchpersons and administrative personnel..3 Temporary site office expenses, including costs for telephone and facsimile machine..4 Small tools..5 Insurance and bonding premiums..6 Updating as-built drawings..7 Clean up and disposal of waste materials....

20 INSTRUCTIONS TO BIDDERS Project Number: Page BID SUBMISSION.1 "Formality" of Tender.1 The Owner reserves sole discretionary right to declare any irregular Bid to be "informal"..2 Bid Forms or enclosures that are unsigned, improperly signed or sealed, conditional, illegible, obscure, contain arithmetical errors, erasures, alterations, or irregularities of any kind, may be declared "informal", at the Owner's sole discretion..3 Failure to provide a security deposit, bonding or insurance requirements may result in the Bid being declared "informal"..4 Failure to fill in all blanks on the Bid Form, or the insertion of multiple, or otherwise non-committal or confusing entries on the Bid Form may render the Bid "informal" at the Owner's sole discretion..2 Submissions.1 Bidders shall be solely responsible for the delivery of their Bids in the manner and time prescribed..2 Bid Securities ENVELOPE 1:.1 Submit prior to closing time, one (1) copy of the Bid Bond and Consent of Surety Agreement to Bond or alternatively, a Certified Cheque in the value of ten percent (10%) of the Bid Price, as well as a copy of the Signed Undertaking of Insurance or Certificate of Insurance, and WSIB Clearance Certificate, in a closed opaque envelope, clearly labeled: Bidder s Name: BID SECURITIES ENVELOPE 1 Attn: Dr. Lance Males, Temiskaming Veterinary Services, c/o Larocque Elder Architects, Architectes Inc th Avenue East, North Bay, Ontario, P1B 1N6 Project: Temiskaming Veterinary Services Building Expansion.3 Bid Form ENVELOPE 2:.1 Submit prior to closing time, one (1) copy of the executed offer on the Bid Forms provided, signed and corporate sealed in a closed opaque envelope, clearly labeled: Bidder s Name:... BID FORM ENVELOPE 2 Attn: Dr. Lance Males, Temiskaming Veterinary Services, c/o Larocque Elder Architects, Architectes Inc.

21 INSTRUCTIONS TO BIDDERS Project Number: Page th Avenue East, North Bay, Ontario, P1B 1N6 Project: Temiskaming Veterinary Services Building Expansion.4 Supplementary Bid Form ENVELOPE 3:.1 Separately submit prior to prescribed time one (1) copy of the executed offer on the Supplementary Bid Forms provided, signed and corporate sealed in a closed opaque envelope clearly labeled: Bidder s Name: SUPPLEMENTARY BID FORM ENVELOPE 3 Attn: Dr. Lance Males, Temiskaming Veterinary Services, c/o Larocque Elder Architects, Architectes Inc th Avenue East, North Bay, Ontario, P1B 1N6 Project: Temiskaming Veterinary Services Building Expansion.5 Improperly completed information, or irregularities in Bid Securities Envelope 1 may be cause not to open the Bid Form Envelope 2 and Supplementary Bid Form Envelope 3 and declare the Bid "informal". 1.9 BID ENCLOSURES/REQUIREMENTS.1 Bid Security Deposit.1 Bids shall be accompanied by a security deposit as follows: a Bid Bond or a Certified Cheque in the value of ten percent (10%) of the Bid Price, made payable to the Owner, Temiskaming Veterinary Services, as a guarantee that the Bidder will, if the Tender is accepted, execute a general construction contract as specified herein..2 Upon Contract award, security deposits will be returned to unsuccessful Bidders..2 Consent of Surety Agreement to Bond.1 If a Bid Bond is included with a Bid Submission, the Bidder shall also submit a Consent of Surety stating that the surety providing the Bid Bond is willing to supply the Performance Bond and Labour and Materials Payment Bond required..3 Performance Assurance.1 Upon acceptance by the Owner, the successful Bidder shall provide a Performance Bond and Labour and Materials Payment Bond, each in an amount equal to fifty percent (50%) of the Base Bid, in accordance with the CCDC-2 General Conditions of the Stipulated Price Contract clause GC Include all associated costs of bonds in the Bid Price....

22 INSTRUCTIONS TO BIDDERS Project Number: Page The security deposit will be returned after delivery to the Owner of the required Performance and Labour and Materials Payment Bond(s) by the accepted Bidder..4 Alternatively the Contractor may provide an irrevocable Letter of Credit from a financial institution in a format acceptable to the Owner, Temiskaming Veterinary Services, of not less than 25% of the Bid Price in lieu of a performance bond and labour and material payment bond. Such irrevocable Letter of Credit shall be kept until the successful completion of all work and the expiry of the 45 day Lien Act period. This irrevocable Letter of Credit shall replace the Performance and the Labour and Material Bonds..5 If no contract is awarded, all security deposits will be returned..4 Insurance.1 The Bidder shall provide with this Bid, and if successful from time to time thereafter, proof that their personnel are fully covered under Section 9 (3) of the Workers' Compensation Act and that their company and workers carry a minimum of $2,000, in public liability..2 Submit with the Bid Form a signed "Undertaking of Insurance" on a standard form provided or as provided by the Insurance Company stating their intention to provide insurance to the Bidder in accordance with the insurance requirements of the Contract Documents and Standard Construction Document CCDC 2. The Insurance Policy shall include endorsements for insurance of the Owner and the Consultant..1 Contractor's General Liability Policy Form CCDC All Risk Property Policy Form CCDC The proof of insurance including above endorsements shall be submitted prior to commencement of Work on site..3 Include the cost of insurance in the Bid Price..5 Bid Form Requirements.1 The Bidder, in submitting an offer, agrees to complete Work by the date indicated on the Supplementary Bid Form under item 2. Base Bid Duration..6 Bid Form.1 The Bid Form shall be signed under corporate seal by the Bidder..2 Sole Proprietorship: Signature of Sole Proprietor in the presence of a witness who will also sign. Insert the words "Sole Proprietor" under the signature..3 Partnership: Signature of all Partners in the presence of a witness who will also sign. Insert the word "Partner" under each signature..4 Limited Company: Signature of a duly authorized signing officer(s) in their normal signatures. Insert the officer's capacity in which the signing officer acts, under each signature. If the Bid is signed by officials other than the President and

23 INSTRUCTIONS TO BIDDERS Project Number: Page Secretary of the company, or the President-Secretary-Treasurer of the company, a copy of the by-law resolution of the Board of Directors authorizing them to do so, must also be submitted with the Bid in the Bid envelope..5 Joint Venture: Each party of the joint venture shall execute the Bid, with their respective signatures, in a manner appropriate to such party as described above, similar to the requirements of a Partnership..7 Supplementary Bid Form.1 The Supplementary Bid Form shall be signed under corporate seal by the Bidder..2 Part 2 Duration: The Bidder offers to carry out Work on a continuous basis and to achieve Substantial Performance of the Contract, barring delays as prescribed in the Contract Documents, within the time indicated..3 Part 3 Add-On Prices: Include a listing of Add-On Prices as specifically requested in the Contract Documents, to the Bid Price applicable to Work described..4 Part 4 Unit Prices: All associated costs to add or delete for the described Work for quantities as noted. Prices do not include the Harmonized Sales Tax..5 Part 5 Separate Prices Tendered: Include a list of Separate Prices as specifically requested in the Contract Documents, to the Bid Price applicable to Work described. Separate Prices are included in the Base Bid..6 Part 6 Alternate Prices Tendered: Prices are additions or deletions to the Bid Price for the use of methods or materials alternative to those specified. These alternates are prescribed, and will only be incorporated into Contract if accepted by Owner..7 Part 7 Alternate Prices Bidder Proposed: Prices are offered as additions or deletions to the Bid Price for the use of methods or materials alternative to those specified. These alternates are proposed by the Bidder, and shall only be incorporated into Contract if expressly accepted by Owner..8 Part 8 Project Manager and Superintendent: Include the name and telephone number of the Construction Manager and Superintendent, the Bidder will use to perform Work..9 Part 9 List of Subcontractors, Suppliers, Work by Own Forces, and Others: Include the names of all Subcontractors and the portion(s) of Work the Bidder will use to perform Work. See Item 1.6 for details regarding this list, its use and implications..10 Part 10 Related Project Experience for General Contractors: General Contractors must submit project related experience as indicated in Section Sample Bid Form: Supplementary Bid Form Item 10 Related Project Experience..11 Part 11 Related Project Experience for Mechanical Subcontractors and Related Project Experience for Electrical Subcontractors: Completion of Related Experience for Mechanical and Electrical Subcontractors is highly recommended.

24 INSTRUCTIONS TO BIDDERS Project Number: Page 12 Should this information not be provided, the Owner reserves the right to request related project experience for the mechanical and electrical subcontractor s as identified under Item 9 Subcontractors of the Supplementary Bid Form from any prospective Bidder OFFER ACCEPTANCE/REJECTION.1 Duration of Offer.1 Bids shall remain open to acceptance and shall be irrevocable for a period of sixty (60) days after the Bid closing date..2 Offer Acceptance/ Rejection.1 Price will not be the only factor in the Owners determination of which, if any, Bid to accept. The Owner will identify the Bid that it believes to represent the best value, in its sole interpretation, and its own best interest. This may not necessarily be the lowest price Bid. The combined information in the Bid Form and the Supplementary Bid Form will be used in determining the successful bidder at the sole discretion of the Owner..2 The Owner reserves the right to accept or reject any or all offers..3 After acceptance by the Owner, the Consultant, on behalf of the Owner, will issue to the successful Bidder a written Bid acceptance / letter of acceptance indicating that the Owner will enter into a Stipulated Price Contract with the Contractor..4 After a Bid has been accepted, all rejected Bids will be returned to the respective Bidders with requested enclosures. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION...

25 SAMPLE BID FORMS Project Number: Page 1 PART 1 GENERAL 1.1 SAMPLE BID FORM.1 The following is a blank copy of the "Bid Form" and "Supplementary Bid Form" which are to be used for the purposes of submitting a Bid, in accordance with Section Instructions to Bidders. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION...

26

27 BIDDER S CHECKLIST Project Number: Page 1 BID ENCLOSURES / REQUIREMENTS Refer to Section Instruction to Bidders Item 1.8 Submissions, for submission procedures. BRIEFING Bidders Briefing: A non-mandatory on-site bidders briefing is scheduled at 10:00:00 a.m. local time on Tuesday, April 9 h 2013, meeting to commence at the Temiskaming Veterinary Services existing building located at 191 Drive-In Theatre Road. It is highly recommended that all General Contractors and major Subtrades attend the site orientation meeting. ENVELOPE 1 Bid Bond in an amount not less than 10 percent (10%) or certified cheque in the amount of not less than 10% of the Bid Price. Made Payable to: Temiskaming Veterinary Services. Consent of Surety Agreement to Bond: Performance Bond and Labour and Materials Payment Bond each in the amount of 50 percent (50%) of the Base Bid. Signed Undertaking of Insurance: Min. $2,000,000 Public Liability. WSIB Clearance Certificate. ENVELOPE 2 Bid Form: Completed and Duly Signed by Wednesday, April 17 th, 2013 before 2:00:00 p.m., local time, in a separately sealed envelope. ENVELOPE 3 Supplementary Bid Form: Completed and Duly Signed by Wednesday, April 17 th, 2013 before 4:00:00 p.m., local time, in a separately sealed envelope.

28

29 Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 1 of 2 CONTRACTOR'S NAME: 1 Pursuant to, and in compliance with, the Instructions to Bidders, and the Contract Documents relating to Temiskaming Veterinary Services Building Expansion, as per documents issued by Larocque Elder Architects, Architectes Inc., including the Addenda numbered and dated as follows: The undersigned, having become thoroughly familiar with the Terms and Conditions of the Contract Documents, with local conditions affecting the performance, and the costs of Work at the place proposed, and having fully inspected the site hereby offers and agrees to fully perform Work in strict accordance with the Contract Documents, including the furnishing of all labour, materials, equipment, permits, fees, duties and all taxes except Harmonized Sales Tax (HST), for the Stipulated Price, in lawful Canadian Funds of: BASE BID PRICE Without HST $ 2 The undersigned hereby accepts the terms of the Instruction to Bidders as related to the Bidding process and acknowledges that the Owner has the right to reject this Bid, but that this Bid shall remain open and irrevocable for a period of sixty (60) days from the date of closing. 3 If notified in writing by the Owner, or a representative on behalf of the Owner, of the acceptance of this Bid, within sixty (60) days of the Bid closing date, the undersigned agrees to within seven (7) days thereafter:.1 Commence Work immediately, and attain Substantial Performance of Work described in the Contract Documents, barring delays as prescribed in the Contract Documents, within the duration offered on the Supplementary Bid Form..2 Execute a "Canadian Standard Construction Documents CCDC 2 (2008) Stipulated Price Contract", including amendments contained in the Specification..3 Provide a Performance Bond, and a Labour and Materials Payment Bond or irrevocable Letter of Credit satisfactory to the Owner, as specified in the Contract Documents. 4 The undersigned declares that no person, firm or corporation other than the undersigned has any interest in this Bid or in the proposed Contract for which this Bid is submitted.

30 Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 2 of 2 5 In addition to this Bid Form, the undersigned agrees to provide a Supplementary Bid Form completed and submitted as required by the Instructions to Bidders, and further acknowledges that their contents will be used in selecting a Contractor and establishing a Contract Value. Signed, sealed and submitted for and on behalf of: Company Name Address Name and Title Witness name and Title Signature Witness Signature Date Affix Corporate Seal

31 Supplementary Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 1 of 12 CONTRACTOR'S NAME: 1. INTENT This Supplementary Bid Form is submitted as additional information to the Bid Form. Its contents, under signature and seal, shall form an integral part of the complete offer being made by the undersigned. 2. BASE BID DURATION The undersigned offers to carry out the Work on a continuous basis and to achieve Substantial Performance of the Contract, barring delays as prescribed in the Contract Documents, by: (number of weeks) After receiving Owner s written confirmation to proceed with Work. 3. ADD-ON PRICES The following are stipulated prices for specific areas of Work identified on the Contract Documents and not included in the Base Bid, which, at the Owners discretion, may be added to the Scope of Work and the Tender Price in establishing the Contract Value prior to execution of the Contract. The following prices do not include the applicable Harmonized Sales Tax. 1. Add-On Price No.1: Phase 2 Work: Interior renovation of a portion of the existing construction of approx. 1,080 s.f. (100 s.m.) building to include: 1. Removal of existing to suit new work. 2. Interior including floors, partitions and ceiling finishes, doors, door frames, associated hardware, millwork, and washroom accessories. 3. Mechanical/electrical systems and life safety devices. ADD $ 2. Add-On Price No. 2: Phase 2 Work: Exterior upgrade of the existing building to include: 1. Removal of existing to suit new work. 2. New wood siding complete with air barrier, wood strapping, insulation, VINYL/AL windows and WD/AL entry doors.

32 Supplementary Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 2 of New prefinished metal fascia, aluminum soffits, vertical aluminum siding, eavestroughs and downspouts. 4. Revisions to both end gables as identified on drawings. 5. Supply and installation of new prefinished metal roof vents. ADD $ 3. Add-On Price No. 3: Phase 2 Work: Same as Add-On Price No. 2 with exception of window and siding material. Exterior upgrade of the existing building to include: 1. Removal of existing to suit new work. 2. New VINYL siding complete with air barrier, insulation, VINYL windows and WD/AL entry doors. 3. New prefinished metal fascia, aluminum soffits, vertical aluminum siding, eavestroughs and downspouts. 4. Revisions to both end gables as identified on drawings. 5. Supply and installation of new prefinished metal roof vents. ADD $ 4. Add-On Price No. 4: Phase 2 Work: Supply and construction of Entrance Canopy at Door D127a and associated repairs to existing asphalt shingled roof, new fascia, and new eavestroughs. ADD $ 5. Add-On Price No. 5: Supply and construction of Wind Screens/ Fencing at location north at Door D116. ADD $ 6. Add-On Price No. 6: Phase 2: Paving of Parking Lot at Existing Building. (refer to Site Plan for limits of areas, Phase 1 Base Bid, Phase 2 ADD-ON) Provide asphalt paving on granular to include the following works: 1. Provide light duty asphalt in parking lot, in lieu of gravel parking lot. Light duty asphalt cross-section shall be as per geotechnical recommendation, Pavement Structure Recommendations dated January 25, 2013, and shall be constructed in accordance with tender specifications and OPSS 310 and 314. ADD $ 4. UNIT PRICES NOT APPLICABLE 5. SEPARATE PRICES NOT APPLICABLE

33 Supplementary Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 3 of ALTERNATE PRICES - TENDERED As per the Instructions to Bidders, the following prices as additions or deletions to the Bid Price for the use of alternative methods or materials to those specified. These alternates are prescribed, and will only be incorporated into contract if accepted by Owner. 1. Alternate Price No.1: Alternate Structural Wood Products: As an alternate to non certified wood, supply alternate FSC Certified Structural Wood Lumber, Studs, Beams, Blocking and Sheathing. Refer to Section Rough Carpentry: ADD $ or DELETE $ 2. Alternate Price No.2: Alternate Structural Wood Products: As an alternate to non certified wood supply alternate FSC Certified Structural Wood Prefabricated Wood Trusses. Refer to Section Rough Carpentry: ADD $ or DELETE $ 3. Alternate Price No.3: Supply and installation of Roof Cupola in lieu of four (4) Roof Vents: ADD $ or DELETE $

34 Supplementary Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 4 of Alternate Price No.4: Alternate Siding: Supply and installation of Vinyl Siding in lieu of Wood Siding: ADD $ or DELETE $ 7. ALTERNATE PRICES BIDDER PROPOSED As per the Instructions to Bidders, the following prices are offered as additions or deletions to the Bid Price for the use of alternative methods or materials to those specified. These alternates are proposed by the Bidder, and shall only be incorporated into contract if expressly accepted by Owner. If requested by Consultant, submit written copy of quotation from subcontractor for Bidder Proposed Alternate. The following prices do not include the applicable Harmonized Sales Tax. Description Add or Delete.1 $ [$ ].2 $ [$ ].3 $ [$ ].4 $ [$ ].5 $ [$ ] 8. PROJECT MANAGER AND FULL-TIME ON-SITE SUPERINTENDENT The following Project Manager and full-time on-site Superintendent will be engaged by the undersigned to complete the work described in the Contract Documents. Name Telephone No..1 Project Manager

35 Supplementary Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 5 of 12.2 Superintendent 9. SUBCONTRACTORS The following Subcontractors and Suppliers will be engaged by the undersigned to complete the work described in the Contract Documents. See Instruction to Bidders article 1.6 for details regarding list, its use and implications. Subtrade Work Subcontractor Name 1. Site Grading 2. Excavating, Trenching & Backfilling 3. Granular Base and Granular Sub-base 4. Asphalt Paving 5. Concrete Walks and Curbs 6. Topsoil, Finish Grading, and Sod 7. Dampproofing, waterproofing and Foundation Drainage 8. Concrete Formwork, Reinforcement and Cast-in-Place Concrete 9. Stone Masonry Veneer 10. Concrete Unit Masonry 11. Prefabricated Engineered Wood Trusses 12. Rough Carpentry 13. Finish Carpentry

36 Supplementary Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 6 of Plastic Laminates, Architectural Woodwork & Cabinet Hardware 15. Board and Blanket Insulation 16. Blown Insulation 17. Vapour Retarders 18. Air Barriers 19. Asphalt Shingle Roofing 20. Wood Siding 21. Sheet Metal Flashing and Trims 22. Firestopping & Smoke Seals 23. Sealants 24. Metal Doors & Frames 25. Vinyl/Aluminum Clad Windows and Doors 26. Flush Wood Doors 27. Door Hardware 28. Glazing 29. Gypsum Board Assemblies 30. Suspended Acoustical Ceilings

37 Supplementary Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 7 of Resilient Flooring 32. Epoxy Flooring 33. High Build Glazed Coatings 34. Painting 35. Wall and Corner Guards 36. Toilet & Bath Accessories 37. Mechanical 38. Electrical 10. RELATED PROJECT EXPERIENCE FOR GENERAL CONTRACTOR Identify a minimum of three (3) related Institutional Construction projects, previously completed in the past six (6) years, for which the project value ranged from $350,000 to $600,000, and provide the following information for those projects. 1. Name of Project and Location: Description: Project Value: $ Scheduled Completion Date: Percent Completed: (%) Owner: Phone: Consultant: Phone: Fax: Fax:

38 Supplementary Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 8 of Name of Project and Location: Description: Project Value: $ Scheduled Completion Date: Percent Completed: (%) Owner: Phone: Consultant: Phone: Fax: Fax: 3. Name of Project and Location: Description: Project Value: $ Scheduled Completion Date: Percent Completed: (%) Owner: Phone: Consultant: Phone: Fax: Fax:

39 Supplementary Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 9 of RELATED PROJECT EXPERIENCE FOR MECHANICAL SUBCONTRACTOR COMPLETION OF RELATED PROJECT EXPERIENCE FOR MECHANICAL SUBCONTRACTORS IS HIGHLY RECOMMENDED. SHOULD THIS INFORMATION NOT BE PROVIDED, THE OWNER RESERVES THE RIGHT TO REQUEST RELATED PROJECT EXPERIENCE FOR THE MECHANICAL SUBCONTRACTOR AS IDENTIFIED UNDER ITEM 8 SUBCONTRACTORS OF THE SUPPLEMENTARY BID FORM FROM ANY PROSPECTIVE BIDDER. Identify a minimum of three (3) related Institutional Construction projects, previously completed in the past six (6) years, for which the mechanical value ranged from $50,000 to $250,000 and provide the following information for those projects. 1. Name of Project and Location: Description: Project Value: $ Scheduled Completion Date: Percent Completed: (%) Owner: Phone: Consultant: Phone: Fax: Fax: 2. Name of Project and Location: Description: Project Value: $ Scheduled Completion Date: Percent Completed: (%) Owner: Phone: Fax:

40 Supplementary Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 10 of 12 Consultant: Phone: Fax: 3. Name of Project and Location: Description: Project Value: $ Scheduled Completion Date: Percent Completed: (%) Owner: Phone: Consultant: Phone: Fax: Fax: RELATED PROJECT EXPERIENCE FOR ELECTRICAL SUBCONTRACTOR COMPLETION OF RELATED PROJECT EXPERIENCE FOR ELECTRICAL SUBCONTRACTOR IS HIGHLY RECOMMENDED. SHOULD THIS INFORMATION NOT BE PROVIDED, THE OWNER RESERVES THE RIGHT TO REQUEST RELATED PROJECT EXPERIENCE FOR THE ELECTRICAL SUBCONTRACTOR AS IDENTIFIED ON UNDER ITEM 8 SUBCONTRACTORS OF THE SUPPLEMENTARY BID FORM FROM ANY PROSPECTIVE BIDDER. Identify a minimum of three (3) related Institutional Construction projects, previously completed in the past six (6) years, for which the electrical value ranged from $50,000 to $200,000 and provide the following information for those projects. 1. Name of Project and Location: Description: Project Value: $ Scheduled Completion Date: Percent Completed: (%) Owner: Phone: Fax:

41 Supplementary Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 11 of 12 Consultant: Phone: Fax: 2. Name of Project and Location: Description: Project Value: $ Scheduled Completion Date: Percent Completed: (%) Owner: Phone: Consultant: Phone: Fax: Fax: 3. Name of Project and Location: Description: Project Value: $ Scheduled Completion Date: Percent Completed: (%) Owner: Phone: Consultant: Phone: Fax: Fax: END OF SUPPLEMENTARY BID FORM

42 Supplementary Bid Form Temiskaming Veterinary Services Building Expansion Project Number: page 12 of 12 Signed, sealed and submitted for and on behalf of: Company Name Address Name and Title Witness name and Title Signature Witness Signature Date Affix Corporate Seal

43 SAMPLE STIPULATED PRICE CONTRACT CCDC2 Temiskaming Veterinary Services Building Expansion Project Number: Page 1 PART 1 GENERAL 1.1 SAMPLE CONTRACT FORM.1 The following is a blank copy of CCDC Document 2, Stipulated Price Contract, 2008, provided for reference only. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION...

44

45

46

47

48

49

50

51

52

53

54

55

56

57

58

59

60

61

62

63

64

65

66

67

68

69

70

71

72

73

74

75

76

77

78

79 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page 1 PART 1 GENERAL Where a General Condition or paragraph of the General Conditions of the Stipulated Price Contract is deleted by these Supplementary Conditions, the numbering of the remaining General Conditions or paragraphs shall remain unchanged, and the numbering of the deleted item will be retained, unused. The Standard Construction Document for Stipulated Price Contract, 2008 English version, consisting of the Agreement Between Owner and Contractor, Definitions, and General Conditions of the Stipulated Price Contract, Parts 1 to 12 inclusive, governing same is hereby made part of these Contact Documents, with the following amendments, additions and modifications. Where these amendments, additions, and modifications specifically reference a change to the Agreement, Definitions, or General Conditions, these amendments, additions and modifications shall govern. 1.1 ARTICLE A-6 RECEIPT AND ADDRESSES FOR NOTICES IN WRITING.1 Delete article A-6.1 in its entirety and replace with new article A-6.1: 6.1 Notices in Writing between the parties or between them and the Consultant shall be considered to have been received by the addressee on the date of receipt if delivered by hand or by commercial courier or if sent during normal business hours by fax or and addressed as set out below. Such Notices in Writing will be deemed to be received by the addressee on the next business day if sent by fax or after normal business hours or if sent by overnight commercial courier. Such Notices in Writing will be deemed to be received by the addressee on the fifth Working Day following the date of mailing, if sent by pre-paid registered post, when addressed as set out below. An address for a party may be changed by Notice in Writing to the other party setting out the new address in accordance with this Article. 1.2 DEFINITIONS.1 Add new definition 19a.: 19a. Submittals Submittals are documents or items required by the Contract Documents to be provided by the Contractor, such as: - Shop Drawings, samples, models, mock-ups to indicate details or characteristics, before the portion of the Work that they represent can be incorporated into the Work; and - As-built drawings and manuals to provide instructions to the operation and maintenance of the Work. 1.3 GC 1.1 CONTRACT DOCUMENTS.1 Add to the end of subparagraph :...

80 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page 2 Except where the Consultant shall be indemnified as a third party beneficiary as provided in subparagraphs , and in Add new subparagraph : In case of discrepancies, noted materials and annotations shall take precedence over graphic indications in the Contract Documents..3 Delete paragraph in its entirety and replace with new paragraph 1.1.8: The Owner shall provide the Contractor, without charge up to ten (10) complete sets of the Contract Documents to perform the work. The Contractor may obtain additional sets of Contract Documents at the cost of printing, handling and shipping. 1.4 GC 2.2 ROLE OF THE CONSULTANT.1 Add to the end of paragraph 2.2.9: The Owner and the Contractor shall waive any claims against the Consultant arising out of the making of such interpretations and findings made in accordance with paragraphs , and Add to the end of paragraph : If in the opinion of the Contractor a Supplemental Instruction involves an adjustment in the Contract Price or Contract Time the Contractor shall within seven (7) working days of receipt of Supplemental Instruction advise the Consultant in writing accordingly. Failure to provide written notification within time stipulated shall imply acceptance of Supplemental Instruction by Contractor..3 Delete paragraph in its entirety and replace with new paragraph : The Consultant will review and take appropriate action upon Shop Drawings, samples and other Contractor s submittals which are provided in accordance with the Contract Documents. 1.5 GC 2.3 REVIEW AND INSPECTION WORK.1 Add to the end of paragraph 2.2.9:... Should a designated test or inspection fail, the Contractor shall promptly correct and retest the work using the designated testing/inspection agency and be responsible for all costs associated with retesting..2 Add new paragraph 2.3.8: The Consultant will conduct periodic reviews of the Work in progress, to determine general conformance with the requirements of the Contract Documents. Such reviews, or lack thereof, shall not give rise to any claims by

81 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page GC 2.4 DEFECTIVE WORK the Contractor in connection with construction means, methods, techniques, sequences and procedures, nor in connection with construction safety at the Place of the Work, responsibility for which belongs exclusively to the Contractor..1 Add new subparagraph : The Contractor shall rectify, in a manner acceptable to the Owner and the Consultant, all defective work and deficiencies throughout the Work, whether or not they are specifically identified by the Consultant..2 Add new subparagraph : The Contractor shall prioritize the correction of any defective Work which, in the sole discretion of the Owner, adversely affects the day to day operation of the Owner. 1.7 GC 3.1 CONTROL OF THE WORK.1 Add new paragraph 3.1.3: Prior to commencing individual procurement, fabrication and construction activities, the Contractor shall verify, at the Place of the Work, all relevant measurements and levels necessary for proper and complete fabrication, assembly and installation of the Work and shall further carefully compare such field measurements and conditions with the requirements of the Contract Documents. Where dimensions are not included or contradictions exist, or exact locations are not apparent, the Contractor shall immediately notify the Consultant in writing and obtain written instructions from the Consultant before proceeding with any part of the affected Work. 1.8 GC 3.2 CONSTRUCTION BY OWNER OR OTHER CONTRACTORS.1 Delete subparagraph in its entirety and replace with new subparagraph : assume responsibility for compliance with health and safety legislation at the Place of Work as it applies to such Work. 1.9 GC 3.4 DOCUMENT REVIEW.1 Delete paragraph in its entirety and replace with new paragraph 3.4.1: The Contractor shall review the Contract Documents and shall report promptly to the Consultant any error, inconsistency or omission the Contractor may discover. Such review by the Contractor shall comply with the standard of care described in paragraph of the Contract. Except for its obligation to make such review and report the result, the Contractor does not assume any responsibility to the Owner or to the Consultant for the accuracy of the Contract Documents. The Contractor shall not be liable for damage or costs resulting from such errors, inconsistencies, or omissions in the Contract Documents, which the Contractor

82 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page 4 could not reasonably have discovered. If the Contractor does discover any error, inconsistency or omission in the Contract Documents, the Contractor shall not proceed with the work affected until the Contractor has received corrected or missing information from the Consultant GC 3.5 CONSTRUCTION SCHEDULE.1 Add new subparagraph : commence Work immediately upon award of the Contract, and provide sufficient labour for the steady progress of the Work including overtime work, if required to meet the scheduled date of completion..2 Add new subparagraph : carry out the Work to completion as rapidly as possible, or as otherwise agreed with Owner and Consultant consistent with good practice, safe working conditions and reasonable economy GC 3.6 SUPERVISION.1 Add to the end of paragraph 3.6.1: and not without prior consultation with Consultant and Owner GC 3.7 SUBCONTRACTORS AND SUPPLIERS.1 Delete paragraph GC 3.8 LABOUR AND PRODUCTS.1 Delete paragraph in its entirety and replace with new paragraph 3.8.3: The Contractor shall maintain good order and discipline among workers engaged in the Work and shall not employ or permit to be employed anyone not skilled in the tasks assigned..2 Add new paragraph 3.8.4: The Contractor is responsible for the safe on-site storage of Products and their protection (including Products supplied by the Owner and other contractors to be installed under the Contract) in such ways as to avoid dangerous conditions or contamination to the Products or other persons or property and in locations at the Place of the Work to the satisfaction of the Owner and the Consultant. The Owner shall provide all relevant information on the Products to be supplied by the Owner..3 Add new paragraph 3.8.5: Products which are specified by their proprietary names, or by parts or catalogue number, shall form the basis for the Specifications and Contract. No substitutes for these may be used without the Consultant's approval in writing. Substitutes

83 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page 5 will be considered only when submitted in sufficient time to permit proper investigation by the Consultant. In applying for permission to use substitutes, the Contractor shall prove, to the Consultant s satisfaction, that the substitute is equal to or better than the specified product. Each application shall be accompanied by a list of properties of the specified product and the proposed substitute. No application to use substitutes will be considered unless made in this way..4 Add new paragraph 3.8.6: When requesting approval for the use of substitutes, the Contractor shall include in this submission any effect that the substitution may have on the Contract Price and/or Contract Time..5 Add new paragraph 3.8.7: The Contractor shall use all Products in strict accordance with the manufacturer's directions except where specified otherwise. Whenever specific reference to manufacturer's directions or instructions is made in Specifications, submit copies of said instructions or directions, or both, for approval before commencing such Work..6 Add new paragraph 3.8.8: Whenever more than one Product is specified for one use, the Contractor may select for this use, any of the Products so specified unless the Specifications or the Drawings indicate otherwise GC 3.10 SHOP DRAWINGS.1 Add to the title after the words SHOP DRAWINGS, the words AND OTHER SUBMITTALS..2 Add after the words Shop Drawings in all paragraphs and subparagraphs included in GC 3.10 SHOP DRAWINGS, the words and other Submittals..3 Delete paragraph in its entirety and substitute new paragraph : Prior to the first application for payment, the Contractor and the Consultant shall jointly prepare a schedule of the dates for submission and return of Shop Drawings and other Submittals..4 Delete from paragraph , the words with reasonable promptness so as to cause no delay in the Performance of Work and replace with the words within 10 working days or such longer period as may be reasonably required..5 Add new paragraph : Reviewed Shop Drawings and other Submittals shall not authorize changes in Contract Price or Contract Time....

84 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page GC 3.11 USE OF THE WORK.1 Add new paragraph : The Owner shall have the right to enter upon the Work for the purpose of placing furniture, fitments and equipment prior to Substantial Performance, provided such entry does not, in the Consultant s opinion, interfere with the Contractor s ability to perform the Work in accordance with the stipulated Contract Time. Such entry shall not be considered as acceptance of the Work, nor shall it in any way relieve the Contractor of his responsibility to complete the Work of the Contract or in any way relieve his role as the Constructor ADD NEW GENERAL CONDITION GC 3.14 PERFORMANCE BY CONTRACTOR.1 Add new paragraph : In performing its services and obligations under the Contract, the Contractor shall exercise a standard of care, skill and diligence that would normally be provided by an experienced and prudent Contractor supplying similar services for similar projects. The Contractor acknowledges and agrees that throughout the Contract, the Contractor s obligations, duties and responsibilities shall be interpreted in accordance with this standard. The Contractor shall exercise the same standard of due care and diligence in respect of any Products, personnel, or procedures which it may recommend to the Owner..2 Add new paragraph : The Contractor further represents covenants and warrants to the Owner that:.1 The personnel it assigns to the Project are appropriately experienced;.2 It has a sufficient staff of qualified and competent personnel to replace its designated supervisor and project manager, subject to the Owner s approval, in the event of death, incapacity, removal or resignation GC 4.1 CASH ALLOWANCES.1 Delete paragraph in its entirety and replace with new paragraph 4.1.4: Where the total costs expended under cash allowances exceeds the aggregate amount of all cash allowances, the Contractor shall be compensated for any excess incurred plus an amount for overhead and profit as set out in the Contract Documents..2 Delete paragraph in its entirety and replace with new paragraph 4.1.5: The net amount of any unexpended cash allowances, shall be deducted from the Contract Price by Change Order, but not for the Contractor s overhead and profit on such amount..3 Delete paragraph in its entirety and replace with new paragraph 4.1.7:...

85 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page At the commencement of the Work, the Contractor shall prepare for the review and acceptance of the Owner and the Consultant, a schedule indicating the times, within the construction schedule referred to in GC 3.5, that items called for under cash allowances and items that are specified to be Owner purchased and Contractor installed or hooked up are required at the site to avoid delaying the progress of the Work..4 Add new paragraph 4.1.8: The Owner reserves the right to call, or to have the Contractor call for competitive bids for portions of the Work to be paid for by cash allowance and the Contractor shall enter into a sub-contract with the bidder selected by the Owner..5 Add new paragraph 4.1.9: If requested by the Consultant, applications for payment including claims for cash allowance items shall be substantiated by certified copies of all invoices and statements from suppliers or sub-contractors furnishing products, materials, etc., purchased under a cash allowance DELETE GENERAL CONDITION GC 4.2 CONTINGENCY ALLOWANCE 1.19 GC 5.2 APPLICATION FOR PROGRESS PAYMENT.1 Delete paragraph in its entirety and replace with new paragraph 5.2.7: Application for payment for Products manufactured but not yet delivered to the Place of the Work will not be considered. Applications for payment for Products delivered to the Place of the Work but not yet incorporated into the Work, provided such Products are project specific and cannot readily be used elsewhere, may be considered for payment on an individual basis and shall be supported by such evidence as the Consultant may reasonable require to establish the value of delivered Products..2 Add new paragraph 5.2.8: With each application for progress payment, the Contractor shall provide a sealed statutory declaration in the form of a CCDC Document 9a, and such additional supporting documents as the Consultant may reasonably require..3 Add new paragraph 5.2.9: Products delivered to the site significantly in advance of their being required for installation in the orderly process of construction will not be eligible for payment, unless approved in writing by the Consultant prior to delivery GC 5.3 PROGRESS PAYMENT.1 Delete subparagraph in its entirety and replace with new subparagraph :...

86 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page the Consultant will issue to the Owner, and copy to the Contractor no later than ten (10) working days after the receipt of the application for payment, a Certificate for Payment in the amount applied for, or in such other amounts as the Consultant determines to be properly due. If the Consultant amends the application, the Consultant will promptly advise the Contractor in writing giving reasons for the amendment,.2 Delete subparagraph in its entirety and replace with new subparagraph : The Owner shall make payment to the Contractor no later than ten (10) working days after the date of a Certificate for Payment issued by the Consultant GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK.1 Delete paragraph in its entirety GC 5.6 PROGRESSIVE RELEASE OF HOLDBACK.1 Delete from paragraph the words Owner shall pay the Contractor and replace with the words Owner may pay the Contractor GC 5.8 WITHHOLDING OF PAYMENT.1 Add new paragraph 5.8.2: In addition to any rights the Owner has pursuant to the Construction Lien Act, if a lien is registered or an action commenced against the Owner, the Owner shall have the right to withhold, from any money otherwise due to the Contractor, the full amount claimed in the lien action plus an additional sum sufficient to satisfy all of the Owner s expenses relating to such lien actions, including legal and consulting costs. These funds held back, less expenses incurred, shall be released to the Contractor upon the full discharge of all liens and dismissal of all actions against the Owner GC 6.2 CHANGE ORDER.1 Add new paragraph 6.2.3: The costs for the following items shall be considered to be included in the allowance for overhead and profit:.1 Contractor s head office expenses..2 Wages of project managers, superintendents, assistants, watchpersons and administrative personnel..3 Temporary site office expenses, including costs for telephone and facsimile machine..4 Small tools..5 Insurance and bonding premiums..6 Updating as-built drawings..7 Clean up and disposal of waste materials....

87 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page 9.2 Add new paragraph 6.2.4: If the method of valuation, measurement, change in Contract Price and change in Contract Time cannot be promptly agreed upon and the change is required to be proceeded with then the Consultant in the first instance will determine the method of valuation, measurement, the change in Contract Price and Contract Time subject to final determination in the manner set out in Part 8 Dispute Resolution. In this case the Consultant will, with the consent of the Owner, issue a written authorization for the change setting out the method of valuation and if by lump sum his valuation of the change in Contract Price and Contract Time GC 6.4 CONCEALED OR UNKNOWN CONDITIONS.1 Add new paragraph 6.4.5: The Contractor confirms that, prior to bidding the Project, it carefully investigated the Place of the Work and applied to that investigation the degree of care and skill described in paragraph , given the amount of time provided between the issue of the bid documents and the actual closing of bids, the degree of access provided to the Contractor prior to submission of bid, and the sufficiency and completeness of the information provided by the Owner. The Contractor is not entitled to compensation or to an extension of the Contract Time for conditions which could reasonably have been ascertained by the Contractor by such careful investigation undertaken prior to the submission of the bid GC 6.5 DELAYS.1 Delete the period at the end of paragraph and add the following:, but excluding any consequential, indirect or special damages..2 Add to paragraph after the words given to the Consultant, the words and simultaneously to the Owner..3 Add new paragraph 6.5.6: If the Contractor is delayed in the performance of the Work by an act or omission of the Contractor or anyone employed or engaged by the Contractor directly or indirectly, or by any cause within the Contractor s control, then the Contract Time shall be extended for such reasonable time as the Consultant may decide in consultation with the Contractor. The Owner shall be reimbursed by the Contractor for all reasonable costs incurred by the Owner as the result of such delay, including all services required by the Owner from the Consultant as a result of such delay by the Contractor and, in particular, the cost of the Consultant s services during the period between the date of Substantial Performance of the Work stated in Article A-1 The Work herein as the same may be extended through the provisions of these General Conditions and any later, actual date of Substantial Performance of the Work achieved by the Contractor GC 6.6 CLAIMS FOR CHANGE IN CONTRACT PRICE.1 Delete paragraph in its entirety and replace with new paragraph 6.6.5:...

88 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page The Consultant s findings, with respect to a claim made by either party, will be given by Notice in Writing to both parties within 30 Working Days after receipt of the claim as noted in paragraph by the Consultant, or within such other time period as may be agreed by the parties and the Consultant GC 7.11 OWNER S RIGHT TO PERFORM THE WORK, TERMINATE THE CONTRACTOR S RIGHT TO CONTINUE WITH THE WORK OR TERMINATE THE CONTRACT.1 Delete from paragraph 7.1.2, the words to a substantial degree GC 8.2 NEGOTIATION, MEDIATION AND ARBITRATION.1 Add new paragraph 8.2.9: Within five days of receipt of the notice of arbitration by the responding party under paragraph 8.2.6, the Owner and the Contractor shall give the Consultant a written notice containing: a) a copy of the notice of arbitration b) a copy of supplementary conditions to of this Contract, and; c) any claims or issues which the Contractor or the Owner, as the case may be, wishes to raise in relation to the Consultant arising out of the issues in dispute in the arbitration..2 Add new paragraph : The Owner and the Contractor agree that the Consultant may elect, within ten days of receipt of the notice under paragraph 8.2.9, to become a full party to the arbitration under paragraph if the Consultant: a) has a vested or contingent financial interest in the outcome of the arbitration; b) gives the notice of election to the Owner and the Contractor before the arbitrator is appointed; c) agrees to be a party to the arbitration within the meaning of the rules referred to in paragraph 8.2.6, and, d) agrees to be bound by the arbitral award made in the arbitration..3 Add new paragraph : If an election is made under paragraph , the Consultant may participate in the appointment of the arbitrator and, notwithstanding the rules referred to in paragraph 8.2.6, the time period for reaching agreement on the appointment of the arbitrator shall begin to run from the date the respondent receives a copy of the notice of arbitration..4 Add new paragraph : The arbitrator in the arbitration in which the Consultant has elected under paragraph to become a full party may: a) on application of the Owner or the Contractor, determine whether the Consultant has satisfied the requirements of paragraph , and;

89 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page 11 b) make any procedural order considered necessary to facilitate the addition of the Consultant as a party to the arbitration..5 Add new paragraph : The provisions of paragraph shall apply mutatis mutandis to written notice to be given by the Consultant to any sub-consultant;.6 Add new paragraph : In the event of notice of arbitration given by the Consultant to a sub-consultant, the sub-consultant is not entitled to any election with respect to the proceeding as outlined in , and is deemed to be bound by the arbitration proceeding GC 9.1 PROTECTION OF WORK AND PROPERTY.1 Delete subparagraph in its entirety and replace with new subparagraph : errors in the Contract Documents which the Contractor could not have discovered applying the standard of care described in paragraph ;.2 Delete paragraph in its entirety and replace with new paragraph 9.1.2: Before commencing any Work, the Contractor shall determine the locations of all underground utilities and structures indicated in the Contract Documents, or that are discoverable by applying to an Inspection of the Place of the Work exercising the degree of care and skill described in paragraph GC 9.2 TOXIC AND HAZARDOUS SUBSTANCES.1 Add to paragraph 9.2.6, the following new words after the word responsible : or whether any toxic or hazardous substances or materials already at the Place of the Work (and which were then harmless or stored, contained or otherwise dealt with in accordance with legal and regulatory requirements) were dealt with by the Contractor or anyone for whom the Contractor is responsible in a manner which does not comply with legal and regulatory requirements, or which threatens human health and safety or the environment, or material damage to the property of the Owner or others,.2 Add to subparagraph after the word Contractor, the words and the Consultant..3 Add to paragraph 9.2.8, the following new words after the word responsible :... or that any toxic or hazardous substances or materials already at the Place of the Work (and which were then harmless or stored, contained or otherwise dealt with in accordance with legal and regulatory requirements) were dealt with by the Contractor or anyone for whom the Contractor is responsible in a manner which does not comply with legal and regulatory requirements, or which threatens human health and safety or the environment, or material damage to the property of the Owner or others,

90 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page 12.4 Add new paragraph : For the purposes of this General Condition the term toxic and hazardous substances and materials shall be taken to mean and shall be limited to only substances as currently defined by applicable statutory and regulatory requirements GC 9.4 CONSTRUCTION SAFETY.1 Add new paragraph 9.4.2: The Contractor shall assume the role of the Constructor as defined by applicable legislation GC 9.5 MOULD.1 Add to subparagraph after the word Contractor, the words and the Consultant GC 10.1 TAXES AND DUTIES.1 Add new paragraph : The Contractor shall, at the request of the Owner, assist, join in, or at Owner s expense, make application on behalf of the Owner for any exemption, recovery or refund. Provide the Owner with copies, or where required, originals of records, invoices, purchase orders or other documentation as may be necessary to support such application GC 10.2 LAWS, NOTICES, PERMITS, AND FEES:.1 Delete from the first line of paragraph the word The and replace with the words Subject to paragraph , the GC 10.4 WORKERS COMPENSATION.1 Add to paragraph after the words Prior to commencing with the Work, the words with each application for payment, GC 11.1 INSURANCE.1 Add new paragraph : Insurance shall not be terminated until the Owner has been notified in writing of this intention by the insured and agrees to such termination GC 11.2 CONTRACT SECURITY.1 Add new paragraph :...

91 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page The Contractor, after receiving written notification from the Owner, shall provide a Performance Assurance in accordance with one (1) of the following two (2) options:.1 Performance bond and labour and materials payment bond as described in paragraphs , , , and ***OR***.2 An irrevocable Letter of Credit as described in paragraphs , and Add new paragraph : The Contractor, after receiving written notification from the Owner, within fortyeight (48) hours of such notification, and prior to the signing of the Contract, shall provide a performance bond and a labour and materials payment, bond, each in the amount of 50% of the Contract Price issued by a duly incorporated and nationally recognized surety company approved by the Owner, guaranteeing the faithful performance of the Contract in accordance with the Contract Documents including the requirements for warranties provided for the GC 12.3 WARRANTY, and the payment of all obligations incurred in the event of the Contractor s default, including, but not limited to the following:.1 The payment of all legal, accounting, architectural, engineering and other consultant s expenses incurred by the Owner in determining the extent of Work executed and any additional Work required as a result of the interruption of the Work, and its completion..2 The payment of additional expenses to the Owner in the form of security services, light, heat, power, and other related costs, payable over the period between the default of the Contract and commencement of the Work under the terms of this General Condition..2 Add new paragraph : Without limiting the foregoing in any way, the bonds shall indemnify and hold harmless the Owner for and against any and all costs and expenses (including legal and Consultant services and court costs) arising out of or as a consequence of any default of the Contractor under this Contract..3 Add new paragraph : The form of such bonds shall be in accordance with the latest edition of the CCDC approved bond forms, modified as may be necessary to incorporate the requirements stated herein..4 Add new paragraph : The Contractor shall be responsible for notifying the surety company of any changes made to the Contract during the course of construction..5 Add new paragraph :...

92 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page Should the Owner require additional bonds by the Contractor or any of his subcontractors, after the receipt of bids for the Work, the Contract Price shall be increased by all costs attributable to providing such bonds. The Contractor shall promptly provide the Owner, through the Consultant with any such bonds that may be required..6 Add new paragraph : The Contractor, after receiving written notification from the Owner, within fortyeight (48) hours of such notification, and prior to the signing of the Contract, shall provide an irrevocable Letter of Credit from a financial institution in a format acceptable to the Owner in the amount of not less than 25% of the Bid Price. Such irrevocable Letter of Credit shall be held in trust by the Owner until Total Performance is awarded, guaranteeing the faithful performance of the Contract in accordance with the Contract Documents including the requirements for warranties provided for the GC 12.3 WARRANTY, and the payment of all obligations incurred in the event of the Contractor s default, including, but not limited to the following:.1 The payment of all legal, accounting, architectural, engineering and other Consultant s expenses incurred by the Owner in determining the extent of Work executed and any additional Work required as a result of the interruption of the Work, and its completion..2 The payment of additional expenses to the Owner in the form of security services, light, heat, power, and other related costs, payable over the period between the default of the Contract and commencement of the Work under the terms of this General Condition..7 Add new paragraph : Without limiting the foregoing in any way, the irrevocable Letter of Credit shall indemnify and hold harmless the Owner for and against any and all costs and expenses (including legal and Consultant services and court costs) arising out of or as a consequence of any default of the Contractor under this Contract..8 Add new paragraph : The Contractor shall be responsible for notifying the financial institution providing the irrevocable Letter of Credit, of any changes made to the Contract during the course of construction GC 12.1 INDEMNIFICATION.1 Add new subparagraph : The Contractor shall indemnify and hold harmless the Consultant, its agents and employees from and against claims, demands, losses, costs, damages, actions, suits, or proceedings by third parties that arise out of, or are attributable to, the Contractor s performance of the Contract, provided such claims are attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property, and caused by negligent acts or omissions of the Contractor

93 SUPPLEMENTARY GENERAL CONDITIONS Project Number: Page 15 or anyone for whose acts the Contractor may be liable, and made in writing within a period of 6 years from the date of Substantial Performance of the Work as set out in the certificate of Substantial Performance of the Work, or within such shorter such period as may be prescribed by any limitation statute or the province or territory of the Place of Work..2 Add new paragraph : If a construction lien is registered or a construction action is commenced against the Owner for any reason whatsoever, the Contractor shall satisfy all judgments and pay all costs resulting from such liens and actions and shall fully indemnify the Owner against any and all expenses resulting from such liens and actions, including legal costs on a solicitor and his own client basis GC 12.3 WARRANTY.1 Delete from the first line of paragraph the word The and replace with the words Subject to paragraph , the..2 Add to the end of subparagraph : The Contractor warrants that the work is in compliance with the requirements of the Contract Documents..3 Add new paragraph : The Contractor shall be responsible for obtaining Product warranties from respective manufacturers where such warranties are required and/or offered by the manufacturer CCDC INSURANCE REQUIREMENTS.1 Delete from all paragraphs, the value $5,000,000 and replace with the value $2,000,000. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION...

94

95 GEOTECHNICAL INVESTIGATION Project Number: Page 1 PART 1 GENERAL 1.1 GEOTECHNICAL INVESTIGATION.1 Geotechnical investigations have been carried out by LVM/MERLEX, and the following report have been included herein:.1 Geotechnical Investigation Proposed Addition to Temiskaming Veterinary Services Building,, dated January 25, 2013, 33 pages..2 These documents are hereby offered to the bidder in good faith for general information and guidance. The Consultant assumes no responsibility for completeness and accuracy of these reports..3 Contractor shall not be entitled to extra payment and / or performance time for conditions that are reasonably inferable from geotechnical investigations..4 In case of discrepancies between recommendations contained in these reports and requirements of the Contract Documents, the latter shall govern. Advise Consultant in writing, prior to proceeding with Work, if any discrepancies are discovered. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION...

96

97 Temiskaming Veterinary Services Proposed Addition to Temiskaming Veterinary Services Building Geotechnical Investigation Final Report Date: March 27, 2013 Ref. N : 12/12/ Progress Court, North Bay (Ontario) Canada P1A 0C2 T F northbay@lvm.ca -

98 Temiskaming Veterinary Services Proposed Addition to Temiskaming Veterinary Services Building Geotechnical Investigation Final Report Prepared by: A.Tepylo, E.I.T. LVM Merlex Geotechnical Assessor Prepared by: Jake Berghamer, P. Eng. LVM Merlex Regional Manager LVM Merlex : 120 Progress Court, North Bay (Ontario) Canada P1A 0C2 T F

99 TABLE OF CONTENTS 1 INTRODUCTION FIELDWORK SUBSURFACE CONDITIONS Subsurface Summary Description Groundwater Data DISCUSSION AND RECOMMENDATIONS Overburden Discussion Frost Protection Site Development Settlement Options to Minimize Settlement Foundation Recommendations Bearing Capacity Lateral Earth Pressure Site Finishes and Other Considerations Slab on Grade Earthquake Parameters Drainage Excavation, Backfill, and Dewatering Flexible Pavement Design Compaction Service Life STATEMENT OF LIMITATIONS Appendices Appendix 1 Drawings Appendix 2 Subsurface Data Appendix 3 Lab Data Appendix 4 Basement Drainage 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES i

100 Property and Confidentiality "This engineering document is the work and property of LVM inc. and, as such, is protected under Copyright Law. It can only be used for the purposes mentioned herein. Any reproduction or adaptation, whether partial or total, is strictly prohibited without having obtained LVM inc. s and its client's prior written authorization to do so. Test results mentioned herein are only valid for the sample(s) stated in this report. LVM inc.'s subcontractors who may have accomplished work either on site or in laboratory are duly qualified as stated in our Quality Manual's procurement procedure. Should you require any further information, please contact your Project Manager." Client: Temiskaming Veterinary Services c/o Larocque Elder Architects 188 Fifth Avenue East North Bay, Ontario P1B 1N6 Attention: Ms. Ruth Elder REVISION AND PUBLICATION REGISTER Revision N Date Modification And/Or Publication Details DRAFT Report Issued Final Report Issued DISTRIBUTION 1 electronic copy Client 3 hard copies Client 1 hard copy File 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES ii

101 1 INTRODUCTION As requested, LVM MERLEX has carried out the geotechnical investigation for the proposed addition to the Temiskaming Veterinary Services building located at 191 Drive-In Theater Road in (see Key Plan, Drawing Nos. 1a and 1b, Appendix 1). For the purposes of this report, Drive-In Theater Road is considered to be oriented in an east-west direction. We have completed the field and laboratory testing programs and submit the factual results in this report along with our comments and recommendations. It is understood that it is proposed to construct a new one storey addition along the west site of the existing structure (see Drawing No. 2, Appendix 1). The building is proposed to have a slab on grade. The purpose of this geotechnical investigation was to assess the subsurface soil and groundwater conditions in the area of the proposed building and surrounding property to address the following items: Subsurface Information (i.e. soil classification, elevation of the water table at the time of investigation, refusal depths, etc.); Geotechnical Recommendations pertaining to this project/site (i.e. foundation type, bearing capacity, foundation depth, frost protection, drainage requirements, site classification for seismic site response, slab on grade construction, possible reuse of site excavated soil, imported fill, and/or excavations and backfilling). 2 FIELDWORK The fieldwork for this geotechnical investigation was carried out on January 8 th, The fieldwork consisted of two (2) sampled boreholes (Boreholes (BH) Nos. 1 and 2). The locations of the boreholes are shown on the Borehole Location Plan, Drawing No. 2 in Appendix 1. The boreholes and auger probes were advanced with a bombardier mounted CME-45B drill rig equipped with continuous flight hollow stem augers. The field work was under the full time direction of an experienced member of our engineering field staff who was responsible for underground service locates, logging individual borings, retrieving samples, field sample classification, plus overall field/drill supervision. At select boreholes, samples were obtained at frequent intervals of depth by using the Standard Penetration Test (SPT) method. The SPT method of sampling involves advancing a 50 mm outside diameter split spoon sampler with the force of a 63.5 kg hammer, freely dropping 760 mm, mounted in a trip (automatic) hammer. The number of blows per 300 mm penetration is recorded as the N value. All samples taken during this investigation were stored in labeled airtight containers for transport to our North Bay laboratory for visual examination and select laboratory testing. When cohesive deposits were encountered, the in-situ strength was measured using an N size field vane, vane collar, and calibrated torque meter. The routine laboratory testing consisted of natural moisture content determination and Atterberg Limits testing on select samples. Advanced laboratory testing 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 1

102 involved one-dimensional consolidation testing. Samples remaining following testing will be stored for a period of three months following the date of this report and then discarded unless otherwise instructed. In order to comply with the intent of Ontario Water Resources Act Regulation 903 amended to O. Reg. 128/03, the boreholes were sealed with reverse augering techniques for the full depth and, where appropriate, the surface was sealed with a bentonite plug. The ground surface elevations at the borehole locations were measured based on a temporary benchmark described as the top of the floor slab of the existing building. This temporary benchmark was reported by others to have an elevation of m. All measurements in this report are in Metric units (unless otherwise noted). 3 SUBSURFACE CONDITIONS Soil conditions are confirmed at the boring locations only and may vary between borings. The boundaries between stratums indicated on the borehole logs are inferred from non-continuous sampling, results of in-situ tests (i.e. SPT, etc.), observations during the drilling operations, and/or the response of the drilling equipment. These boundaries are approximations only and should not be regarded as exact planes of geological change as the actual transition may be gradual from one soil type to another. The description of compactness of the granular subsoils, in part, was based on the results of the SPT, DCPT and/or the response of the drilling equipment. The consistency of very fine cohesive subsoils, if encountered, was based on in-situ vane tests. Refusal is defined as the point at which the augers can no longer be practically advanced with the equipment used in this investigation. Refusal to further advance of the augers, DCPT and/or SPT may have been due to fill, the presence of very dense soils, cobbles/boulders in the underlying soils, or possibly bedrock. Defining the nature of auger refusal with diamond drilling operations was beyond the terms of reference for this project. Detailed descriptions of the subsurface conditions revealed at the boreholes are shown on the enclosed Record of Borehole Logs in Appendix 2. The following is a brief description of revealed subsurface conditions at this site. 3.1 SUBSURFACE SUMMARY DESCRIPTION The ground surface elevations at the borehole locations ranged from to m. At surface at BH Nos. 1 and 2, a layer of surficial organic soil some ±50 mm thick was penetrated. Underlying the surficial organic soil at BH Nos. 1 and 2, a deposit of brown silty clay was penetrated. A transition from brown to grey was observed at depths of 3.6 and 3.8 m at BH Nos. 1 and 2, respectively (elevation and m, respectively). The natural moisture content measured on samples of this deposit was in the order of 23 to 71%. Atterberg Limits testing was carried out on five (5) samples of this deposit, the results of which indicated a Liquid 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 2

103 Limit in the order of 64 to 88% and a Plastic Limit in the order of 23 to 27% (see Figure No. L-1, Appendix 3). One-dimensional odometer (consolidation) testing was carried out on one sample of the grey silty clay deposit. Results of the consolidation testing indicated a preconsolidation pressure in the order of 160 kpa. The over-consolidation ratio (ratio of preconsolidation pressure to overburden pressure) is in the order of 2.4. Based on this relationship, this clay is described as over-consolidated. Based on in-situ shear strengths of 34 to greater than 100 kpa, the consistency of this deposit was described as firm to very stiff. In general, the greater shear strengths were encountered within the upper 3 to 4 m thickness of the deposit. The sampling was terminated in this deposit at a depth of 6.9 m below existing grade at BH Nos. 1 and 2 (i.e. elevations ±204.2 and m, respectively). 3.2 GROUNDWATER DATA Groundwater and cave-in levels in the open boreholes were measured, where possible, during the advance of the individual borings and upon completion. At the time of the completion, the boreholes were dry. It is noted that there may have been insufficient time for the groundwater levels to stabilize in the boreholes prior to measurement. The brown to grey interface is generally a good indication of the permanent groundwater level. Based on the brown-grey interface, the groundwater level is estimated at elevations ±207.0 to m. Groundwater levels will fluctuate seasonally/yearly. 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 3

104 4 DISCUSSION AND RECOMMENDATIONS The existing Temiskaming Veterinary Services building is located at 191 Drive-In Theater Road in. It is understood that it is proposed to construct a new one storey addition along the west site of the existing structure (see Drawing No. 2, Appendix 1). The addition will be some 287 m 2. The building is proposed to have a slab on grade. It is understood that the area between the addition and west property line will be used for an access lane for deliveries. It is understood that the existing grade in the area of the proposed addition varies by up to 1.1 m. As such, consideration has been given to raising the grade around the proposed addition. 4.1 OVERBURDEN DISCUSSION The ground surface elevations at the borehole locations ranged from to m. In general, the overburden consists of firm to very stiff silty clay. The upper 3 to 4 m of the deposit was brown in colour indicating desiccation and the strength of the clay in this upper layer was described as very stiff. The depth to the groundwater table was estimated at between elevations ±207.0 to m. Groundwater levels will fluctuate seasonally/yearly. Based upon the geotechnical data, the existing native soils in their undisturbed state or with improvement where required, will support the proposed structure on conventional footings (i.e. reinforced concrete strip and spread footings). The placement of fill to raise the grade over a large area however, will be the constraining factor for development of this site. 4.2 FROST PROTECTION The estimated frost depth penetration for the area of the subject site is: ±2.2 m below exposed asphalt surfaces or for isolated, unheated foundations ±2.0 m for exterior footings in a heated structure below exposed surface (i.e. adjacent sidewalks, etc.); ±1.8 m for naturally insulated (i.e. snow cover) exterior footings for a heated structure. All exterior footings and isolated footings subject to frost penetration and stripped of the natural insulative value of snow cover must have frost protection (permanent and during construction) to the depths noted above. If a sufficient depth of earth cover cannot be provided for frost protection, equivalent expanded extruded polystyrene (EEP) insulation may be used in conjunction with available soils cover to provide frost protection. If EEP is used for frost protection, precautions must be taken to protect the insulation from accidental spillage of hydrocarbons, solvents or other destructive products. Foundations can be founded at a higher elevation (i.e. 600 to 900 mm below finished grade) provided they are supported on approved subgrades and insulated. The following insulation design can be used. The following insulation design was based on the generalized design 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 4

105 curves (Robinsky and Bespflug, 1973) for minimum insulation requirements for heated structures founded on silty or clayey soil. Synthetic insulation (i.e. Styrofoam HI-40 or equivalent), minimum 50 mm thick, should be placed down the face of the foundation wall to the top of the footing and then extend horizontally outwards beyond the foundation edges a minimum of 1.2 m. The horizontal insulation should be sloped downwards slightly (i.e. 2 to 3%) to promote drainage away from the structure. The insulation should be overlapped (or step jointed) and pegged or spot glued together. The insulation must be unbroken and any damaged pieces must be replaced. To reduce the risk of damage to the polystyrene insulation from an accidental hydrocarbon spill, it is recommended that the insulation be covered, where appropriate, with a layer of 6 mil polyethylene (i.e. maintenance areas, garage entrances, below parking lots, etc.). The founding subgrade must be protected from frost at all times during foundation excavation and construction operations. Concrete cannot be placed against materials with subzero temperatures (i.e. subgrade, rebar, formwork, etc.). Should freezing temperatures occur during construction, the founding subgrade must be insulated (straw, insulated traps, etc.) against frost until such a time that footings are adequately protected (soil cover, insulation etc.) and, if required based on footing depth, heat is supplied to the building. 4.3 SITE DEVELOPMENT The finished floor of the existing building is at The existing building has a basement with floor elevation at m. Grade elevation along the west side of the building is at ±211 m. As previously noted, the grade slopes down towards the west in the area of the proposed addition, ranging from elevation m to m at the western site boundary. Based upon the spot elevations provided on the survey drawing, it appears that the material removed for the basement was placed around the existing structure and tapered out. If the existing floor slab elevation is matched, this will require the grade to be raised by 0.8 m in the eastern area of the addition and by some ±1.5 m in the western area Settlement Based on the consolidation testing carried out at this location, a series of settlement estimates were carried out for various heights of fill used to raise the grade. It should be noted the settlement at this site will be differential, since the depth of fill, and thereby the load, will be differential. The estimates are tabulated below. GRADE RAISE (m) ESTIMATED RESULTING LOAD (kpa) ESTIMATED MAGNITUDE OF SETTLEMENT (mm) ± ± ± ± ±5 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 5

106 As noted, if the finished floor of the proposed addition is established at m, select areas of the site will require from 0.6 to 1.5 m of fill. Total settlements could therefore range from ±20 mm to 40 mm, and differential settlement would be excessive. As can be seen from these estimates, the placement of area loads could result in settlements outside of tolerable limits for this building addition. If fill placement is limited to small, isolated areas, the estimated settlements will be smaller in magnitude Options to Minimize Settlement In order to minimize total and differential settlement, the new loads placed on the site must be limited or settlement induced prior to construction. Firstly, the site could be preloaded to induce settlement to occur prior to construction; however, settlement will take several years to be substantially complete. This process could be quickened through the installation of wick drains and/or increasing the magnitude of the preload. Alternatively, the building finished floor could be lowered to minimize the need to raise the grade. Based on the settlement estimates, it is recommended that grade raise (both to the interior and exterior), be limited to a maximum of 600 mm or less above existing grades. If the finished floor of m must be maintained, consideration could be given to installing a basement or crawl space into the design. Alternatively, the use of lightweight fill, such as cellular concrete, or block insulation could be used to raise the grade. 4.4 FOUNDATION RECOMMENDATIONS Provided the site and subgrade is properly prepared as discussed herein, the proposed structure may be founded on conventional concrete strip and/or spread footings at the depth required for frost protection or higher, if insulated. However, it is again emphasized that the nature of the native silty clay at this site can result in excessive differential settlements of the site if the grade is raised, which can also influence the footings (see Section 4.3.1). To minimize differential movement, we recommend that the footings for the proposed structure be constructed of reinforced concrete and that the foundation walls be constructed of reinforced concrete dowelled into the footings, or masonry block, grouted and doweled into the footings. A control joint should be installed between the new addition and the existing building. The footings for the new addition should be established at the same elevation as the existing footings. At no time during the new construction shall the existing foundations be undermined without proper bracing/shoring. At 2 m perpendicular to the existing building the footings can then be stepped up or down to the founding elevation at the depth required for frost protection. The ground surface elevations at the borehole locations ranged from ±210.5 to m. The finished floor elevation has not been established, due to site constraints as noted above, however, the will be founded in the very stiff native silty clay. 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 6

107 Interior footings not subject to frost penetration and outside the area of influence of the exterior footings may be founded at a higher elevation provided they are a minimum of 600 mm below the underside of the slab on grade and founded on approved engineered fill supported on the approved native soils. If necessary, engineered fill below the footings should consist of an imported material meeting OPSS for Granular A or Granular B Type II (50 mm minus), compacted to 100% SPDD. It should be noted that Granular B Type II is a manufactured material consisting of 100% crushed quarry stone. Any granular material to be used as engineered fill on this site must be tested and approved by this office prior to delivery to the site. The area of influence below the foundation, in cross section, is described as a trapezoid that extends outwards, horizontally from the edges of the foundation, a minimum of 300 mm and then downwards on a 45 outward angle to undisturbed native competent soil. 4.5 BEARING CAPACITY All fill, organics, and other deleterious materials must be removed from the area of influence of the foundations down to native subgrade. The natural silty soils at this site are highly susceptible to disturbance when wet. Groundwater is not anticipated however, if encountered it must be properly controlled during the full period of foundation excavation and construction, to minimize the potential for subgrade disturbance. All founding subgrades must be inspected and approved by a qualified member of this firm prior to forming footings or placing engineered fill. The contractor should minimize worker traffic within the foundation formwork and the excavation must be maintained in an unwatered condition during foundation construction. If the founding subgrade is excessively disturbed during excavation and foundation construction operations, it may have to be subexcavated and replaced with engineered fill or non-shrink fill. Footings should be a minimum of 450 mm wide. The design is based upon the assumption that the footings will be properly formed and any required rebar is placed in accordance with RISI practices. Backfill around the foundations should consist of a well graded free draining Granular B Type III (see below). For footings established at the depth below finished grade required for frost protection (i.e. 2.0 m), and supported on approved native undisturbed soils or on properly constructed engineered fill (i.e. 100% SPDD) supported on undisturbed natural soils: Factored Geotechnical Resistance at ULS: 100 kpa Geotechnical Reaction at SLS of 25 mm total settlement: 78 kpa net bearing pressure increase For footings established at a shallow depth (i.e. 0.6 m) and insulated, and supported on approved native undisturbed soils or on properly constructed engineered fill (i.e. 100% SPDD) supported on undisturbed natural soils: Factored Geotechnical Resistance at ULS: 200 kpa 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 7

108 Geotechnical Reaction at SLS of 25 mm total settlement: 78 kpa net bearing pressure increase Based on this design bearing pressure, and assuming proper subgrade preparation, settlements of the foundation units on soil for the structure will be well within the generally accepted tolerance range for this type of structure (i.e. 25 mm total and 19 mm differential) Lateral Earth Pressure The foundation may be designed as retaining walls. Backfill behind retaining walls should be an imported well-graded free draining material (i.e. Granular B Type III) and be compacted to a minimum of 98% SPDD below settlement sensitive areas. Compaction efforts within 1.8 m of the retaining wall should be carried out with small hand operated compaction equipment and should not commence until the wall is properly supported with floor joist or braced. Drainage must be supplied behind the retaining wall to negate the risk of hydrostatic pressure buildup. The following parameters may be used for calculating lateral earth pressures. PARAMETER GRANULAR A GRANULAR B TYPE NATIVE SILTY CLAY III Unit Weight, γ (kn/m 3 ) Shear Strength (kpa) Angle of Internal Friction ( ) Coefficient of Active Earth Pressure (Ka) Coefficient of Passive Earth Pressure (Kp) Coefficient of Earth Pressure at Rest (Ko) Since the below grade reinforced foundation walls for a building are essentially rigid, the at rest (Ko) coefficient of earth pressure should be used in the design. 4.6 SITE FINISHES AND OTHER CONSIDERATIONS Connections to the building and/or running below the main floor (sewer or water lines, underground cables, etc.) should be flexible in nature and/or securely fastened to the rigid structure. Site finishes should be designed to allow future adjustment to accommodate future settlements. 4.7 SLAB ON GRADE Slab on grade construction may be used at the subject site. However, it should be noted that if the grade is raised to allow for slab on grade construction, differential settlement due to the increase load may occur as previously discussed. All deleterious materials (i.e. fill, organics, etc.) must be removed from below the slab on grade down to the natural subgrade and the resulting surface inspected and approved. The contractor should be prepared to locally excavate deeper to remove unacceptable areas that may become apparent during construction operations. The approved subgrade can then brought up to the underside of the vapour retarder 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 8

109 with engineered fill consisting of an imported granular material meeting OPSS SP110F13 for Granular B Type III compacted to a minimum 98% SPDD or better. A well-graded coarse grained soil is described as having no excess particles in any size range with no intermediate sizes lacking (i.e. smooth, concave distribution curve). Generally, the distribution curve for this backfill should fall in the middle of the specification and be limited to maximum sized particles of 75 mm or less (to prevent damage when backfilling against underground structures) and should contain at a minimum 2% fines to facilitate compaction efforts. The use of a well-graded material will facilitate compaction operations. The use of a vapour retarder will be dependent upon the floor coverings to be used and the floor covering manufacturers recommendations should be followed. For preliminary design, a manufactured vapour retarder system (i.e. min 6 mil polyethylene, etc.) over top of the engineered fill may be used. The vapour retarder manufacturer s specifications must be adhered to (minimum overlaps, taping/sealing at openings, sealed around utility and foundation or column perforations, etc.) and the integrity of the system must be maintained (i.e. no holes, tears, or other perforations). The concrete supplier and finisher should undertake to use a mix and placement methodology that will minimize the potential for slab curling. 4.8 EARTHQUAKE PARAMETERS Considering the variable overburden conditions and the known geotechnical values, soil liquefaction is not considered an issue, and based on NBCC 2005, Table A, Site Classification for Seismic Site Response, the subject site would have Site Class E. 4.9 DRAINAGE It is understood that the building will not have a below grade structure (i.e. basement) and, as such, full perimeter footing drains and underslab drainage should not be necessary provided the floor slabs are a minimum of 150 mm above exterior grade. The surface of the finished grade around the exterior of the building should be relatively impermeable and contouring of the perimeter exterior grade surface must direct all surface waters away from the structure. However, the permeable backfill around the foundations will collect water due to the relatively impermeable native soils. The water will drain towards the weeping tile around the existing building. Installing weeping tile around the addition will provide quicker drainage. As the existing building has a weeping tile with positive outlet, and in consideration of the economics of installing weeping tile for the addition, it is recommended that the addition include a perimeter weeping tile at the foundation level. If a crawl space or basement is used, the building must be provided with drainage. Properly installed continuous drainage will prevent groundwater from entering the lower levels of the structure and also reduce the risk of hydrostatic pressure buildup (see Figure A, Appendix 4). Drainage should consist of a minimum 100 mm diameter weeping tile or equivalent perforated pipe leading to a sump or other positive outlet. The weeping tile should be surrounded by an approved porous geotextile membrane to prevent the entry of fines into the system. For 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 9

110 perimeter drainage, the invert of the pipe should be established a minimum of 300 mm below the interior grade. On the interior, the obvert of the drains should be a minimum of 100 mm below the bottom of the crawl space grade. The pipes should be placed on a 100 mm thick bed of 19 mm clear stone and should also be surrounded on the sides and top with at least 100 to 150 mm of 19 mm clear stone or concrete sand. Perimeter drainage should be independent of interior drainage. Walls below exterior grade must, at a minimum, be damp proofed. Contouring of the perimeter exterior grade surface must direct all surface waters away from the structure and discharges from rainwater leaders must be adequately controlled. Backfill around the foundations and foundation walls should consist of a well-graded free draining granular material EXCAVATION, BACKFILL, AND DEWATERING Based on the Occupational Health and Safety Act Regulations for Construction Projects, the soil at this site is classified as Type 3. All excavations greater than 1.2 m in depth must be sloped or shored in accordance with the Occupational Health and Safety Act Regulations for Construction Projects. Short-term (i.e. day) open excavations will be stable above the groundwater table at a temporary angle of 1H:1V, however excavations established at this slope must not be left unattended at any time. Below the prevailing groundwater table, the slopes of open excavations will have to be flattened to 2H:1V or possibly shallower depending upon the method of dewatering employed. A dry subgrade condition must be maintained at all times during foundation construction until both footing and foundation wall construction, and backfilling, are a sufficient height above the prevailing water table (i.e. at a minimum 1 m). During these investigations, the groundwater table was estimated at elevations of ±207.0 to m. Temporary construction groundwater control can generally be carried out to a depth of approximately 750 mm to 1.0 m below the prevailing groundwater table using the conventional construction dewatering methods of using oversized excavations and installing perimeter drains/ditches leading to a sufficient number of strategically placed filtered sump holes located in the base of the excavation outside the area of influence of engineered fill and/or foundations. It is noted that the efficiency of conventional sump holes to control the groundwater depends highly upon the number of sumps, the depth of their base below the ultimate subgrade level, method of construction (i.e. cased and filtered sump hole versus a pump at the base of the excavation), and their spacing. In our experience, to be efficient at groundwater control, conventional sump holes should not be placed more than 10 m apart, preferably less, although placement is highly dependent upon soil types (permeability, etc.) and conditions, depth of sump holes, as well as the intent of the project. Where greater draw down is required, a more sophisticated dewatering system, such as vacuum well points, will have to be used to maintain an unwatered, stable subgrade. It is suggested that any dewatering system be installed and operated by a qualified dewatering subcontractor. In order to be effective any dewatering 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 10

111 operation must be started well in advance of the excavating operations and be run continuously throughout the subsurface construction operations. A permit to take water is required by the MOE when more than 50,000 litres/per will be removed. It must be emphasized that, when wet, silty soils (such as encountered at this site) can be easily disturbed through excavation operations, foot traffic, etc. and such disturbed soils can lose a significant amount of the native bearing. To minimize the potential for disturbance, the groundwater must be drawn down a sufficient depth below the base of the excavation (i.e. 500 mm to 1 m). Ultimately, the method of dewatering will be the choice of the contractor. The importance and benefits of maintaining a dry stable subgrade during excavation and foundation construction cannot be stressed enough. Failure by the contractor to adequately control the groundwater, and/or rainwater, surficial runoff, etc., can result in disturbance to the founding subgrades, which can result in having to carry out corrective measures (i.e. additional excavation, time delays, etc.) to improve the subgrade. Corrective measures required to improve subgrades where groundwater is not adequately controlled will be at the Contractors cost. As part of the Contractors proposed methodology of construction, the Contractor should be requested to submit a dewatering plan prior to commencement of the project that details how they will control groundwater. The plan should include all aspects from methodology (i.e. sump holes and pumps, drainage ditches, vacuum well points), to construction of system (sump hole details, placement, etc.), to operation of system, etc. Backfill around the foundations should consist of a well graded free draining Granular B Type III. The fill on site was not found to consistently meet OPSS for Granular B Type III. Native excavated soils can only be reused on site for landscaping purposes, or in areas where the future settlement of the ground surface is of negligible concern. The removal of any soil from the site must comply with Ontario Regulations. Any granular material to be used as engineered fill on this site must be tested and approved by this office prior to delivery to the site. It should be noted that engineered fill(s) should be placed in lifts of thickness less than the effective compaction depth of the equipment used to carry out the compaction operations (i.e. if using a heavy diesel Wacker lifts should be a maximum of 300 mm thick, etc.) FLEXIBLE PAVEMENT DESIGN The production of a long-lasting, quality pavement structure is highly dependent upon several factors. The pavement structure that supports and distributes the traffic load consists of three separate layers: the subbase, base, and wearing surface. This, in turn, is supported by the subgrade. The long term performance of the pavement structure is highly dependent upon the uniformity of these layers. A uniform subgrade cross-section must be maintained below the 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 11

112 entire pavement structure, free of depressions, and properly sloped towards adequate drainage facilities. Generally, the overburden at this site consists of native silty clay. Based on tactile review, the native sands generally have a low to medium susceptibility to frost heaving. The subgrade below the pavement structure must have a uniform (i.e. consistent subgrade type, moisture and density conditions, etc.) cross section within the depth of frost penetration to reduce differential heaving. Proper subgrade tapers must be provided between areas where the native subgrade is encountered at different depths below existing grade, where different types of subgrade are encountered, or where service trenches are installed below the pavement structure, to provide a uniform subgrade transition to minimize the risk of differential heaving. Proper frost tapers impart a gradual heave and as such are less noticeable. Standard frost tapers for highway construction are established at a minimum of 10H:1V slope for centerline culverts etc. Considering the low anticipated speeds in the parking lot these tapers may be reduced to 5H:1V, however, it must be noted that differential heaving will be more noticeable where the steeper taper is used. If service trenches are installed outside of the asphalt area, frost tapers will not be required. Every effort must be made to prevent disturbing the founding subgrade during excavating and construction operations. All deleterious surficial materials (i.e. fill, organic soil, topsoil, disturbed soil, etc.) should be stripped from below the area of influence of the pavement structure. Some isolated areas may require deeper excavations if areas of weak/poor subgrade become evident during construction. Once stripped, the subgrade must be approved by a qualified member of this firm. The surface of the subgrade underlying the subbase course must be crowned at a minimum of 3% cross fall gradient towards a positive drainage system (i.e. subdrains, ditch, etc.). Once the site is stripped of deleterious materials down to approved uniform subgrade, engineered fill may be required to raise the site from approved native subgrade to underside of the pavement structure. If backfill is required to raise the site from approved subgrade to underside of the pavement structure (subbase), it is recommended that, at a minimum, a material meeting OPSS for a well-graded Select Subgrade Material (SSM) is used. It is understood that a Superpave asphalt will be used for this project. As such, provided the subgrade is properly prepared and is uniform, we recommend the following pavement structure. PAVEMENT STRUCTURE HEAVY DUTY - MAIN ROADS, BUS ROUTES, ASSESS ROADS, ETC. LIGHT DUTY (I.E. CARS ETC.), PARKING LOTS HL3 or HL4 Surface Course 50 mm 50 mm HL4 Lower Binder 40 mm Base (OPSS Form 1010 Granular A) 150 mm 150 mm Subbase (OPSS Form 1010 Granular B Type I) 300 mm 300 mm 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 12

113 The binder course has been specified to be thinner than the surface course to allow the surface course to be of uniform thickness when paving beyond those areas requiring a binder course. If heavy duty design is used throughout the parking lot and access routes, the thickness of the binder course and surface course noted in the table should be reversed. As noted previously, the pavement structure cross-section and subgrade type must be uniform to reduce the impact of potential differential frost heaving. The surface of the pavement must be crowned at a crossfall of 2% towards ditches or other drainage facilities. The importance of draining the pavement structure (granulars) below the roadway areas cannot be stressed enough. Ditches or other drainage facilities should be provided to the paved areas. To provide positive drainage of the granular base and subbase material below the paved areas, the invert of the ditches should be placed at a minimum of 0.5 m below the underside of the subbase (i.e. Granular B Type I) level. Ditches require regular maintenance and cleaning to ensure positive drainage. If perforated drainage pipe is used for subsurface drainage, the invert of the drainage pipe should be located at the underside of the subbase layer. Based on the variable fines content in the subgrade material encountered in the borings, the perforated drainage pipe should be surrounded by an approved porous geotextile membrane or equivalent granular filter. The ditches and/or perforated drainage pipe must have a positive gradient towards an outlet or catch basin that will provide continuous drainage. Backfill around drains in trenches must be a free draining granular material Compaction All Granular A (base course) and Granular B Type I (subbase) material should be compacted to a minimum of 100% Standard Proctor Dry Density (SPDD). Imported fill (SSM) should be compacted to a similar density where possible above the prevailing ground water table Service Life A functional design life of 10 to 12 years has been used to establish the pavement recommendations. This represents the number of years to the first rehabilitation, assuming regular maintenance (i.e. route and seal, ditch cleaning, etc.) is carried out. The long-term performance of the pavement structure is highly dependent upon the subgrade support conditions. Stringent construction control procedures should be maintained to ensure that uniform subgrade moisture and density conditions are achieved. In addition, the need for adequate drainage cannot be overemphasized. The finished pavement surface and underlying subgrade should be free of depressions and should be sloped to provide effective drainage. Surface water should not be allowed to pond adjacent to the outside edges of pavement areas. 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 13

114 5 STATEMENT OF LIMITATIONS The design recommendations given in this geotechnical report are applicable only to the project described in the text and only if constructed substantially in accordance with details of alignment and elevations stated in the report. Since all details of the design may not be known, in our analysis certain assumptions had to be made. The actual conditions may however, vary from those assumed, in which case changes and modifications may be required to our geotechnical recommendations. We recommend, therefore, that we be retained and provided the opportunity during the design stage to review the design drawings, site survey information, proposed elevations, etc. to verify that they are consistent with our recommendations or the assumptions made in our analysis. It is further recommended that we be retained to review the final design drawings and specifications relative to the geotechnical recommendations. If, during construction, conditions in the field vary from those assumed at the design stage, an engineer from this office must be notified immediately. Proper subgrade preparation, groundwater control, compaction, etc. are all critical aspects of the bearing capacity of native soils. It must be noted that different aspects of the geotechnical design are based on the assumption that LVM MERLEX will be retained during site preparation and construction of the proposed works to ensure that both the geotechnical site characteristics and the construction operations/techniques are consistent with our recommendations. Should LVM MERLEX not be involved during the full construction phase, our liability is strictly limited to the factual information contained herein only. The comments in this report are intended solely for the guidance of the design engineer and address the geotechnical conditions only. The number of boreholes required to determine the localized conditions between boreholes directly affecting construction costs, equipment, scheduling, etc. would in fact be greater than what has been carried out for design purposes. Therefore, contractors bidding on this project or undertaking this work should make their own interpretations of the factual borehole results and carry out further work as they deem necessary to assess the scope of the project. Section 4 of this reported is intended for the use of the client and the design team only and is not intended to be included in the tender documents. Inclusion of the factual information (Sections 1 to 3 inclusive) in the tender documents is furnished merely for the general information of bidders and is not in any way warranted or guaranteed by or on behalf of the owner or the owner's consultants and its subconsultants or the consultants' or subconsultants' employees, and neither the owner nor its consultants or its employees shall be liable for any representations negligent or otherwise contained in the documents. 12/12/12248 G EOTEC H N IC AL IN VESTI G ATIO N PR O POS ED AD D ITIO N TO TE M IS KAM IN G VET SER V IC ES 14

115 Appendix 1 Drawings Drawing No. 1a Drawing No. 1b Drawing No. 2 Key Plan - Macro Key Plan - Micro Borehole Location Plan

116 MACRO KEY PLAN Drawing No. 1a PROJECT LOCATION GEOTECHNICAL INVESTIGATION Not to Scale Proposed Addition to Temiskaming Veterinary Services Building Reference No.: 12/12/12248 January 2013

117 MICRO KEY PLAN Drawing No. 1b PROJECT LOCATION Not to Scale GEOTECHNICAL INVESTIGATION Proposed Addition to Temiskaming Veterinary Services Building Reference No.: 12/12/12248 January 2013

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

Schedule T5. Tender Documents. This tender is for: Tender Documents: The documents issued for this tender include the following: Tender Schedules

Schedule T5. Tender Documents. This tender is for: Tender Documents: The documents issued for this tender include the following: Tender Schedules Schedule T Tender Documents T This tender is for: Contract: Location: Tender Documents: Norrie Home 56 Hardinge Road The documents issued for this tender include the following: Tender Schedules Schedule

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

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

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

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

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

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

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

PERMIT APPLICATION CHECKLIST Municipal Address, Phone & Fax NONRESIDENTIAL

PERMIT APPLICATION CHECKLIST Municipal Address, Phone & Fax NONRESIDENTIAL PERMIT APPLICATION CHECKLIST Municipal Address, Phone & Fax NONRESIDENTIAL Permit Application #: Date: mm/dd/yy Project Address Applicant s Name NOTE TO PERMIT APPLICANTS: All permit applications must

More information

Project #1139 Budget #82. $ Budgeted $ Billed to Date $ Paid to Date $ Due 210, , , ,158.50

Project #1139 Budget #82. $ Budgeted $ Billed to Date $ Paid to Date $ Due 210, , , ,158.50 Project #1139 Budget #82 $ Budgeted $ Billed to Date $ Paid to Date $ Due 210,087.68 120,979.20 120,979.20 77,158.50 Deposit Paid Deposit Due Phase I: Project Programming and Research $ Budgeted $ Billed

More information

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST City of North Royalton Mayor Robert A. Stefanik Community Development, Building Division Dan Kulchytsky Building Commissioner 11545 Royalton Road, North Royalton, OH 44133 Phone: 440-582-3000 Fax: 440-582-3089

More information

Addendum No. 1 Page 1 of 2

Addendum No. 1 Page 1 of 2 Addendum No. 1 Page 1 of 2 DATE: March 14, 2016 Joliet Junior College 1215 Houbolt Road Joliet, IL 60431 TO: Prospective Bidders SUBJECT: Addendum No. 1 PROJECT NAME: Parking Lot S7 Improvements JJC PROJECT

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

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS 1. INVITATION Sealed proposals for the following work will be received by the University of Kentucky, Construction Procurement Section, Peterson Service Building, 411 South Limestone,

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

ADDENDUM No 1 - date 9 April 2016 The Specifications and Bid Documents are modified as follows:-

ADDENDUM No 1 - date 9 April 2016 The Specifications and Bid Documents are modified as follows:- Page 1 of 3 SECTION 00 91 13 - ADDENDUM th ADDENDUM No 1 - date 9 April 2016 The Specifications and Bid Documents are modified as follows:- 1. DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS Section

More information

TENDER Brick Replacement, New Roof Covering & Site Improvements Whitestone Lake Central P.S. Dunchurch, ON

TENDER Brick Replacement, New Roof Covering & Site Improvements Whitestone Lake Central P.S. Dunchurch, ON TENDER Brick Replacement, New Roof Covering & Site Improvements Whitestone Lake Central P.S. Dunchurch, ON The invites qualified vendors to submit tenders for the above project. Documents may be downloaded

More information

Zoning- check the zoning on the property you are planning to build on, this can be done at the municipal office.

Zoning- check the zoning on the property you are planning to build on, this can be done at the municipal office. SINGLE DETACHED DWELLING Before your application can be deemed complete and ready for processing you will need the following: (Please hand in entire application package including this cover sheet) Zoning-

More information

The Homeowner s Building Application Checklist for Constructing a Residential Addition

The Homeowner s Building Application Checklist for Constructing a Residential Addition The Homeowner s Building Application Checklist for Constructing a Residential Addition This checklist provides homeowners a summary of the Building Permit submission requirements for constructing a residential

More information

C & H Schonsee. Edmonton, AB PROJECT SPECIFICATIONS

C & H Schonsee. Edmonton, AB PROJECT SPECIFICATIONS C & H Schonsee PROJECT SPECIFICATIONS ISSUED FOR PRICING May 29, 2017 C & H Schonsee Section 00 01 10 TABLE OF CONTENTS Project No.: 2164 Page 1 of 3 Division Section Section No. of Numbers Numbers Name

More information

CONTRACTOR S PREQUALIFICATION FORM

CONTRACTOR S PREQUALIFICATION FORM Toronto Catholic District School Board Materials Management Department 80 Sheppard Avenue East, Toronto, ON M2N 6E8 Phone: 416/222-8282 Fax: 416/512-3440 www.tcdsb.org CONTRACTOR S PREQUALIFICATION FORM

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

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. SEVEN Date: 07.11.17 Project: A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA A7.1

More information

LEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies

LEVEL TWO NUMBERS AND TITLES. Introductory Information. Bidding Requirements. Contracting Requirements. Facilities and Spaces. Systems and Assemblies MasterFormat LEVEL TWO NUMBERS AND TITLES Introductory Information 00001 Project Title Page 00005 Certifications Page 00007 Seals Page 00010 Table of Contents 00015 List of Drawings 00020 List of Schedules

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO. 16-01 RESTORATION OF THE HISTORIC TRANSPORTATION CENTER PHASE III BID RECEIPT: o Sealed bids shall be received

More information

Sfera Architectural Associates Inc. Architects SPECIFICATIONS ADDITION TO TECUMSEH ARENA. For. The Corporation of the.

Sfera Architectural Associates Inc. Architects SPECIFICATIONS ADDITION TO TECUMSEH ARENA. For. The Corporation of the. Architects SPECIFICATIONS ADDITION TO TECUMSEH ARENA For The Corporation of the Town of Tecumseh Dated: May 29, 2013 Bids & Construction: May 29, 2013 S P E C I F I C A T I O N OF LABOUR AND MATERIALS

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

BUILDING PERMIT GUIDELINES - RESIDENTIAL

BUILDING PERMIT GUIDELINES - RESIDENTIAL TOWN OF MIDLAND 575 Dominion Avenue Midland, ON L4R 1R2 Phone: 705-526-4275 Fax: 705-526-9971 building@midland.ca BUILDING PERMIT GUIDELINES - RESIDENTIAL Applicable Law Description Required Zoning Certificate

More information

BORTOLOTTO ADDENDUM #2

BORTOLOTTO ADDENDUM #2 BORTOLOTTO ADDENDUM #2 Project LI15-028 English Language Program Lakehead University Chancellor Paterson Library Project # el1606 Location 955 Oliver Road Thunder Bay, Ontario Date June 9, 2016 Pages 1

More information

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS April 1, 2009 CITY OF PORTSMOUTH Public Works Department Bid #54-09 2009 Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS This Addendum forms part of the original document marked Bid #54-09 2009

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

More information

Building Permit Application Instructions INFORMATION REQUIRED FOR ISSUANCE OF A BUILDING PERMIT

Building Permit Application Instructions INFORMATION REQUIRED FOR ISSUANCE OF A BUILDING PERMIT Building Permit Application Instructions NOTICE: Keep these instructions for your records. Please read and understand these instructions completely prior to completing and submitting your building permit

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

PLANNING AND EVALUATION PRELIMINARY DESIGN

PLANNING AND EVALUATION PRELIMINARY DESIGN PLANNING AND EVALUATION Project Initiation Discuss and refine client requirements Project brief, Schedule, Budget Confirm client's space needs and program Establish scope of work Obtain client-supplied

More information

DOCUMENT BID FORM - STIPULATED SUM

DOCUMENT BID FORM - STIPULATED SUM DOCUMENT 004113 BID FORM - STIPULATED SUM Architect s Project No. 2007024EXC Project: Excell Academy for Tenant: Excell Academy for Higher Learning, Inc. Higher Learning Interiors Package 6510 Zane Avenue

More information

PROJECT MANUAL PT 17-05

PROJECT MANUAL PT 17-05 PROJECT MANUAL PT 17-05 LOCATION: 176 Wilson Street Kingston, ON WORK: Kitchen Renovation (53) MANDATORY PRE-TENDER CLOSING SITE MEETING: Monday May 29, 2017 at 10:30 a.m. 176 Wilson Street Kingston, ON

More information

REQUEST FOR BIDDER QUALIFICATIONS

REQUEST FOR BIDDER QUALIFICATIONS CITY OF OCEAN CITY CAPE MAY COUNTY, NEW JERSEY 08226 REQUEST FOR BIDDER QUALIFICATIONS Phase II Improvements at the Ocean City Life Saving Station 801 4 th Street, Ocean City, NJ 08226 Pursuant to N.J.S.A.

More information

Report For Class D Construction Cost Estimate

Report For Class D Construction Cost Estimate Report For Class D Construction Cost Estimate Douglas McNeill Director Jon Gilford Senior Cost Manager Turner & Townsend 170 Laurier Avenue West Suite 604 Ottawa Ontario K1P 5V5 t: +1 (613) 221 9560 e:

More information

SPECIFICATIONS For Brisbin Family Chiropractic Office Renovation 150 Chippewa Road Sherwood Park AB

SPECIFICATIONS For Brisbin Family Chiropractic Office Renovation 150 Chippewa Road Sherwood Park AB SPECIFICATIONS For Brisbin Family Chiropractic 150 Chippewa Road Sherwood Park AB AS PREPARED BY May 15, 2017 TABLE OF CONTENTS Invitation to Provide Pricing Instruction to Bidders Bid Form List of Subcontractors

More information

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities

Table of Contents. Division 2 Site Work Site Preparation Site Demolition Tree Protection Excavation, Trenching, and Backfilling for Utilities Division 1 Requirements Design and Construction Quality Campus Master Plans Texas Tech University System Operating and Building Maintenance Project Administration Historically Underutilized Business (HUB)

More information

UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: McAdams Project #: CLT-17010

UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: McAdams Project #: CLT-17010 ADDENDUM NUMBER ONE Date: March 8, 2018 From: McAdams Re: UNC Charlotte Parking Lot 8 Expansion Charlotte, North Carolina SCO #: 17-17177-01 McAdams Project #: CLT-17010 NOTICE TO BIDDERS: Bidder is hereby

More information

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732) THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ 08904 PHONE (732)572-4420 February 10, 2017 Window Replacements at Samuel J Kronman Building and Park Terrace

More information

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit:

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit: TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION 355-7575 Ext. 395 Needed to Obtain Permit: 1. Building Permit Application, and/or residential plumbing permit application, as applicable, to be

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

The Blue Book. Procedural Recommendations for The Maine Building Industry. Jointly Recommended By The Maine Chapters Of

The Blue Book. Procedural Recommendations for The Maine Building Industry. Jointly Recommended By The Maine Chapters Of The Blue Book Procedural Recommendations for The Maine Building Industry Jointly Recommended By The Maine Chapters Of FOREWORD The information contained in this guide is offered as an industry recommendation

More information

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

More information

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4. OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, RFP NO.: 618-009 RFP OPENING DATE: APRIL 16, 2018 @ 3:00 PM ADDENDUM #4 April 9, 2018 THIS ADDENDUM IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS: NOTE:

More information

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications

More information

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor INVITATION FOR BIDS First Missionary Baptist Church The Church that is striving to become one of the most loving churches in all the world. 3509 Blue Spring Road, Huntsville, Alabama 35810 256-852-4318,

More information

Construction Summary

Construction Summary Construction Summary Project Name Item of Work Base Building Add-ons Total Cost Code Site Development $ 18,150.00 $ - $ 18,150.00 Landscaping $ 500.00 $ - $ 500.00 Cast-in-place Concrete $ 7,806.00 $ -

More information

Schedule of Values Cruise Terminal 2 Expansion

Schedule of Values Cruise Terminal 2 Expansion Schedule of Values The Schedule of Values outlined below is intended to reflect the standard format that would be used in a Contractors Application for Payment. Values reflect materials and labor. General

More information

GAYLORD COMMUNITY SCHOOLS PROJECT SF SINKING FUND PROJECTS

GAYLORD COMMUNITY SCHOOLS PROJECT SF SINKING FUND PROJECTS PROJECT MANUAL for GAYLORD COMMUNITY SCHOOLS PROJECT SF2.20 BID PACKAGE NO. 2 Gaylord High School Remodeling; and Annex Building (NCMC) Air-Conditioning Project PROJECT NO. 0151-18-Y March 30, 2018 and

More information

BUILDING PERMIT INFORMATION GUIDE FOR THE HOMEOWNER

BUILDING PERMIT INFORMATION GUIDE FOR THE HOMEOWNER THE CORPORATION OF THE MUNICIPALITY OF SOUTH HURON 322 Main Street South, P.O. Box 759, Exeter, Ontario N0M 1S6 PHONE: (519) 235-0310 FAX: (519) 235-3304 TOLL FREE: 1-877-204-0747 WEBSITE: www.southhuron.ca

More information

Concrete. Conveying Systems. Doors, Windows & Interiors

Concrete. Conveying Systems. Doors, Windows & Interiors Concrete Concrete : Cast-in-Place Concrete Concrete : Cementitious Decks Concrete : Concrete Accessories Concrete: Concrete Block & Brick Concrete : Concrete Coring & Sawing Concrete : Concrete Curing

More information

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09 INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE GENERAL Final restoration of areas within the public right-of-way associated with Street Excavation Permits shall be completed as determined

More information

STATE PROJECT NUMBER TZ MnDOT

STATE PROJECT NUMBER TZ MnDOT 1.1 NOTICE TO RESPONDERS ADDENDUM NUMBER SIX DATED 24 October 2014 MnDOT LITTLE FALLS TRUCK STATION 15038 Pine Avenue, Little Falls MN 56345 STATE PROJECT NUMBER TZ 90468 WIDSETH SMITH NOLTING 610 Fillmore

More information

Received by:* Date Received:* Zoning Approval:* Date:* PERMIT#:* *ZONING: *SETBACKS: FRONT ft/ SIDE ft/ REAR ft *FLOOD ZONE:

Received by:* Date Received:* Zoning Approval:* Date:* PERMIT#:* *ZONING: *SETBACKS: FRONT ft/ SIDE ft/ REAR ft *FLOOD ZONE: HENDRY COUNTY BUILDING, LICENSING & CODE ENFORCEMENT POST OFFICE BOX 2340 * 640 SOUTH MAIN STREET * LABELLE, FLORIDA 33975 * (863) 675-5245 * FAX: (863) 674-4194 1100 OLYMPIA ST CLEWISTON, FLORIDA 33440

More information

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT:

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT: ADDENDUM NO. 2 PROJECT: ARCHITECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No. 7-7 PETERS AND ASSOCIATES, ARCHITECTS, P.C. 427 Dayton Circle, Suite Omaha, Nebraska 6837-5558 Date

More information

BUILDING PERMIT APPLICATION PACKAGE

BUILDING PERMIT APPLICATION PACKAGE BUILDING PERMIT APPLICATION PACKAGE NOTICE TO BUILDING PERMIT APPLICANTS In addition to completed applications forms, the following documentation is required to accompany all building permit applications

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

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen:

March 6, Subject: Addendum No. 2 Invitation for Bid No Toyota Park Transit Center Phase II. Ladies and Gentlemen: March 6, 2018 Subject: Addendum No. 2 Toyota Park Transit Center Phase II Ladies and Gentlemen: This Addendum No. 2 is being issued to provide responses to questions submitted by potential bidders and

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

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

SIMON FRASER UNIVERSITY Facilities Management Project Stipulated Price Contract ARTS CENTRAL EXPANSION ACADEMIC QUADRANGLE SFU PROJECT # P302588

SIMON FRASER UNIVERSITY Facilities Management Project Stipulated Price Contract ARTS CENTRAL EXPANSION ACADEMIC QUADRANGLE SFU PROJECT # P302588 SIMON FRASER UNIVERSITY Facilities Management Project Stipulated Price Contract SFU PROJECT # P302588 SPECIFICATIONS OWNER: FACILITIES MANAGEMENT SIMON FRASER UNIVERSITY PRIME CONSULTANT: B. GORDON HLYNSKY

More information

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET

REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET REVISED NEW HANOVER COUNTY OGDEN SKATEPARK SPECIALTY PRE-QUALIFICATION PACKET This project is being readvertised due to the small number of prequalification packages received in response to the county's

More information

TOWNSHIP OF KILLALOE, HAGARTY AND RICHARDS REQUEST FOR PROPOSAL (RFP)

TOWNSHIP OF KILLALOE, HAGARTY AND RICHARDS REQUEST FOR PROPOSAL (RFP) THE COPRORATION OF THE TOWNSHIP OF KILLALOE, HAGARTY AND RICHARDS ROOFING, SOFFIT & FACIA REPLACEMENT KILLALOE WASTEWATER TREATMENT PLANT REQUEST FOR PROPOSAL (RFP) RFP 2017-02 The Municipality of the

More information

SITE PLAN AND ARCHITECTURAL REVIEW APPLICATION

SITE PLAN AND ARCHITECTURAL REVIEW APPLICATION SITE PLAN AND ARCHITECTURAL REVIEW APPLICATION CITY OF GENEVA, NEW YORK The purpose of the site plan and architectural review process is to secure compliance with the City s Zoning Ordinance and to promote

More information

institutions and Public Sector Undertakings for similar works.

institutions and Public Sector Undertakings for similar works. Limited Cuffe Parade, Mumbai 400 005 Ph: (022) 6655 3355; Fax: (022) 2218 0411 Notice inviting tender for Architects / Consultants for Electrical, HVAC and Allied Works at IDBI Office building at CBD Belapur,

More information

HOW TO OBTAIN A BUILDING PERMIT

HOW TO OBTAIN A BUILDING PERMIT HOW TO OBTAIN A BUILDING PERMIT A GUIDE TO THE HOMEOWNER Copies of this Guide can be obtained from the Building Department upon request THE CORPORATION OF THE TOWNSHIP OF GEORGIAN BAY BUILDING DEPARTMENT

More information

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,

More information

Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule.

Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule. FEMA 50% RULE - SUBSTANTIAL IMPROVEMENT SUBSTANTIAL IMPROVEMENT/DAMAGE Z101-0410 NOTICE TO PROPERTY OWNERS Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information

More information

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20

IRVINE UNIFIED SCHOOL DISTRICT CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 CONTRACTOR S PREQUALIFICATION QUESTIONNAIRE, 20 The Irvine Unified School District ( District ) has determined that bidders on an annual basis must be prequalified prior to submitting a bid on a project

More information

SCHOOL EQUIPMENT PRODUCTION UNIT

SCHOOL EQUIPMENT PRODUCTION UNIT SCHOOL EQUIPMENT PRODUCTION UNIT UPDATE OF THE REGISTER OF SUPPLIERS TENDER NO: SEPU/PQ/2016-2017 SUPPLY/PROVISION OF GOODS AND SERVICES FOR 2016-2017 CATEGORY APPLIED FOR DATE OF NOTICE: WEDNESDAY 4 th

More information

Location 1: 7800 Jane St., Vaughan, Ont. Retrofit. Location 2: 6750 Winston Churchill, Mississauga, Ont. Build-out of new leased premises

Location 1: 7800 Jane St., Vaughan, Ont. Retrofit. Location 2: 6750 Winston Churchill, Mississauga, Ont. Build-out of new leased premises Project Name Date: February 2, 2011 To: Re: Bidder COSTI Location 1: 7800 Jane St., Vaughan, Ont. Retrofit Location 2: 6750 Winston Churchill, Mississauga, Ont. Build-out of new leased premises Location

More information

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom Overview The (CBW) requests sealed bids from interested and qualified firms to provide a, on a one-time basis. Supplier shall furnish all labor, materials, tools, and equipment necessary for supplying

More information

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement

PROJECT MANUAL Volume 1. Project: Clayton Greenway System -Mark s Creek Bridge Replacement PROJECT MANUAL Volume 1 Project: Clayton Greenway System -Mark s Creek Bridge Replacement Owner: Town of Clayton Construction Manager: Lysaght & Associates Issued August 9, 2017 COVER SHEET 000000-1 TABLE

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) July 5, 2017 PROJECT Collaborative Spaces Furniture PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; most recently

More information

BUILDING PERMIT APPLICATION

BUILDING PERMIT APPLICATION TOWN OF LEICESTER 132 Main Street Post Office Box 197 Leicester, New York 14481 Phone: (585) 382-3231 FAX: (585) 382-9766 BUILDING PERMIT APPLICATION All Town of Leicester property owners are required

More information

10/16/2017 REQUEST FOR PROPOSALS. Accounting-Bookkeeping Services. Two (2) Year Term

10/16/2017 REQUEST FOR PROPOSALS. Accounting-Bookkeeping Services. Two (2) Year Term 10/16/2017 REQUEST FOR PROPOSALS Accounting-Bookkeeping Services Two (2) Year Term REQUEST FOR PROPOSALS Accounting-Bookkeeping Services CONTENTS 1.0 DESCRIPTION OF THE BRANDON & AREA PLANNING DISTRICT

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

Notice to Bidders Page 1 of 6

Notice to Bidders Page 1 of 6 Page 1 of 6 COYOTE CREEK LEVEE RODENT DAMAGE REPAIR DOWNSTREAM OF SR 237 Project No. 62084001, Task No. 5171 Contract No. C0637 1. Notice. Notice is hereby given that sealed Bids will be accepted by the

More information

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

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017 SECTION 01 8113.53 - SUSTAINABLE DESIGN REQUIREMENTS - GREEN GLOBES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions

More information

UMC El Paso Far East Clinic and Neighborhood Healthcare Center West Issue for Construction Page Project No and April 13, 2015

UMC El Paso Far East Clinic and Neighborhood Healthcare Center West Issue for Construction Page Project No and April 13, 2015 Page Project No. 414018 and 414019 April 13, 2015 Table of Contents Division Section Title Pages PROCUREMENT AND CONTRACTING DOCUMENTS GROUP DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS 003100

More information

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE ROOF AND HVAC REPLACEMENT PROJECT PW1320 REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE 2015 2016 ROOF AND HVAC REPLACEMENT PROJECT PW1320 Issued by: City of Stockton Public Works Department 22 E. Weber Avenue, Room 301 Stockton, CA 95202

More information

New Outdoor Firing Range Facility Project Manual

New Outdoor Firing Range Facility Project Manual Pinellas County Sheriff s Office New Outdoor Firing Range Facility Project Manual April 5, 2010 Project Address: 3410 118 th Avenue North Pinellas Park, Florida 337625 Owner: Pinellas County Sheriff s

More information

REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES

REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES If your home or business incurred damage, the engineering department, in conjunction with the Flood Mitigation Officer, will

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project BID INSTRUCTIONS Montour County Courthouse Retaining Wall Repair Project The Montour County Commissioners are receiving bids for the Courthouse Retaining Wall Repair Project. The parking lot is located

More information

Tender #T J.D. Kline Water Treatment Plant Caustic System Installation

Tender #T J.D. Kline Water Treatment Plant Caustic System Installation Procurement Services 450 Cowie Hill Rd., PO Box 8388, RPO CSC Halifax, NS B3K 5M1 Telephone: (902) 490-4998 Tender #T12.2017 J.D. Kline Water Treatment Plant Caustic System Installation Bids submitted

More information

Work Write Up / Specification of Repairs HUD DIVISION 1. MASONRY HUD DIVISION 2. SIDING. Toll Free

Work Write Up / Specification of Repairs HUD DIVISION 1. MASONRY HUD DIVISION 2. SIDING. Toll Free / / Paperport 2000 official estimating report Work Write Up / Specification of Repairs Toll Free 1-877-932-7177 Clients Name. GREAT CLIENT Property Address. NUMBER ONE GOOD ROAD METRO, VA 20000 Primary

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 151-2017 Title: Description: SEMINOLE TRIBE OF FLORIDA INVITATION TO BID General Home Repairs (Big Cypress Reservation) The Housing Department of the Seminole Tribe of Florida is requesting

More information

REQUEST FOR TENDER - SERVICES RFT HOUSE DEMOLITION 7958 BEAVERDAMS RD., NIAGARA FALLS, ON.

REQUEST FOR TENDER - SERVICES RFT HOUSE DEMOLITION 7958 BEAVERDAMS RD., NIAGARA FALLS, ON. REQUEST FOR TENDER - SERVICES 1. PURPOSE AND SCOPE This specification is intended to govern the supply of all labour, materials and equipment for the dismantling, demolition of a single dwelling on the

More information