Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF...

39
THE CORPORATION OF THE TOWN OF FORT ERIE INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August 12, 2014 at 11:30 a.m. Due: Thursday, August 21, 2014 at 2:00p.m.

Transcript of Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF...

Page 1: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

THE CORPORATION OF THE TOWN OF FORT ERIE

INFRASTRUCTURE SERVICES

TENDER

FOR

THE RENOVATION OF THE SOCCER CLUBHOUSE

CONTRACT NO.: ISF-14T-AODA14

Pre-bid Site Visit: Tuesday, August 12, 2014 at 11:30 a.m.

Due: Thursday, August 21, 2014 at 2:00p.m.

Page 2: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________

SUBMISSION LABEL

Please firmly affix the following labels to the envelopes containing your submission OR address your envelopes as indicated below.

………………………………………………………………………………………………………………..

ENVELOPE “A”

AGREEMENT TO BOND/TENDER DEPOSIT

………………………………………………………………………………………………………………

ENVELOPE “B”

FORM OF TENDER

………………………………………………………………………………………………………………

ENVELOPE “C”

CONTAINS ENVELOPES “A” & “B”

………………………………………………………………………………………………………………

ON THE FRONT OF ENVELOPE “C”, PLEASE AFFIX THE FOLLOWING LABELS

………………………………………………………………………………………………………

Note: The Town of Fort Erie cannot be held responsible for documents submitted in envelopes that are not labeled in accordance with the above instructions.

If you have any questions regarding this document, please feel free to contact those references herein.

ANY OR ALL BID SUBMISSION NOT NECESSARILY ACCEPTED

TOWN OF FORT ERIE 1 MUNICIPAL CENTRE DRIVE

FORT ERIE ON L2A 2S6

TENDER FOR SOCCER CLUB RENOVATION

CONTRACT NO. ISF-14T-AODA14

DUE DATE: THURSDAY AUGUST 21, 2014 @ 2:00 PM

SUBMITTED BY: ________________________________

Page 3: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________ TABLE OF CONTENTS

Title Page

Submission Label

Table of Contents

Special Instructions to Bidders

Instructions to Bidders

Form of Tender

- Form of Tender Declaration

- Schedule of Quantities

- Statement A - List of Sub-Contractors

- Statement B - Tenderer’s Experience in Similar Work

Agreement to Bond

Form of Contract Agreement

Schedule of Drawings

Certificate of Insurance

Special Provisions – General Supplementary

Appendix “A” – Project Drawings and Specifications

Page 4: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________

SPECIAL INSTRUCTIONS TO BIDDERS

Page 5: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________ SPECIAL INSTRUCTIONS TO BIDDERS

I N D E X No. Description Page 1. Named Parties SIB-1 2. Tender Procedure SIB-1 3. Estimated Tender Price SIB-2 4. Tender Award SIB-3 5. Maintenance Holdback SIB-3 6. Modification of Quantities/Scope of Work SIB-3 7. Liquidated Damages SIB-3 8. Additional Insured SIB-3 9. Agreement to Bond/Letter of Intent SIB-3 10. F.O.I. Notice Provisions SIB-4 11. Bonding/Surety Requirements SIB-4 12. Workplace Safety & Insurance Board SIB-5 13. Scheduling of Work SIB-5 14. Vehicles and Equipment SIB-5 15. Location of Utilites SIB-5 16. Pre-Tender Meeting and Site Visit SIB-5

Page 6: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________ SPECIAL INSTRUCTIONS TO BIDDERS

1. Named Parties

For the purposes of this contract the following parties are identified:

Owner: The Corporation of the Town of Fort Erie

Project Manager: Sean Hutton, Facility Manager, Ext. 2430 Email: [email protected] Telephone No.: 905-871-1600 Fax No.: 905-871-6100

Contract Administrator: The Corporation of the Town of Fort Erie

2. Tender Procedure

The following policy regarding the submission of tenders and the tender opening procedures will be applicable for this project. Tenderers are requested to adhere strictly to the instructions concerning submission.

(a) All tenders must be sealed and submitted to:

Name: Carolyn J. Kett

Title: Town Clerk, Town of Fort Erie

Address: The Corporation of the Town of Fort Erie, 1 Municipal Centre Drive,

Fort Erie, Ontario, L2A 2S6 By the following time: Time: 2:00 p.m. Date: Thursday, August 21, 2014

(b) Tenders received later than the time specified will not be accepted, regardless of the postal seal date. Tenders must be plainly marked to reveal the contents and the Tenderer's name and address.

(c) Tenders shall be submitted in the two envelopes supplied, as follows:

i) Envelope ‘A’ shall contain:

* "Agreement to Bond/Letter of Intent to provide an Irrevocable Standby

Letter of Credit”, duly signed and sealed (no copies or facsimiles will be accepted).

Page 7: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________ * Tender deposit in the form of a Bid Bond, Certified Cheque, Bank

Draft/Money Order and in the amount of Two Thousand Dollars ($2,000.00).

ii) Envelope ‘B’ shall contain:

* Completed Form of Tender (including addenda if applicable).

Please note that the tender specifications shall not be included in the second envelope. In the event the first envelope does not contain the proper documents, the second envelope will not be opened. Envelopes ‘A’ and ‘B’ shall be submitted together inside Envelope ‘C’.

(d) Form of Tender and/or Addendum(s) must be completed in ink or by typewriter/

electronic print. Photocopies of Tender Forms will not be accepted. (e) Tenders will be opened the same day that tenders close.

Time: 2:00 p.m.

Location: Conference Room #1, Town Hall, 1 Municipal Centre Drive

The public, including all Firms submitting tenders, will be permitted to attend the tender opening. Tender results will be posted on the Town of Fort Erie website at www.town.forterie.ca no later than 9:00 am on the following business day.

(f) The total tender price will be announced for each tender opened, (including

H.S.T.). 3. Estimated Tender Price

The estimated tender price of the project is as follows (including H.S.T.).

Estimated Tender Price………………………. $30,000.00

4. Tender Award

If award of this tender is subject to the Owner obtaining approval from: Fort Erie Town Council

The intent to award the entire scope of work under one contract, to one contractor. Tentatively, construction may commence, but is not guaranteed, by: October 1, 2014

Page 8: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________ 5. Maintenance Holdback

A maintenance holdback of five percent (5%) of the final contract value (excluding H.S.T.) will be in effect for a period of six (6) months following completion of this project. The Town will accept a holdback in in the form of cash or Irrevocable Letter of Credit.

6. Modification of Quantities/Scope of Work

The Town reserves the right to modify the scope of work and the Tender Award due to the nature of the work and funding availability. The Town has a budget for this project that must be adhered to. Therefore, to ensure that the budget is maintained, the Town may delete items. The Contractor must consider this in the bid provided to the Town and must accept any deletions to the Form of Tender without receiving a cost adjustment for other tender items.

7. Liquidated Damages

The liquidated damages for this contract shall be Three Hundred Fifty Dollars ($350.00) for each and every day’s delay as outlined in Special Provisions - General.

8. Additional Insured

The Corporation of the Town of Fort Erie shall be identified and named as additional insured for this project.

9. Agreement to Bond/Letter of Intent Each tender shall be accompanied by the “Agreement to Bond” form. In place of the “Agreement to Bond” the tenderer may substitute a Letter of Intent to provide an Irrevocable Standby Letter of Credit for performance sureties in the amount of 100% of the total price including H.S.T.

10. F.O.I. Notice Provisions

This information is being collected pursuant to the provisions of the Municipal Freedoms of Information and Protection of Privacy Act and will only be used to make a decision concerning the acceptance of this tender. The name of the tenderer and the total price will be made public. All other information contained in this document will be confidentially viewed by the council if necessary and appropriate staff.

This tender document is received in confidence save and except the name of the tenderer and the total tender amount. However, the successful tender document will be made public by forming part of the accepting by-law and/or contract. Further information may be obtained by contacting the Municipal Clerk/Freedom of Information Co-coordinator and/or the Manager of Supply and Service, Town of Fort Erie (905) 871-1600.

Page 9: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________ 11. Bonding/Surety Requirements

Bonding When bonding is required by the tender, a performance bond and labour and materials payment bond shall be provided in the amount of 100% of the total tender price.

The bonding company shall be authorized by law to carry on business in the Province of Ontario and shall be satisfactory to the Town. The liability of the bonding company shall carry all extensions and modifications to the contract within the limit of the bond. The bonding company shall not replace a contractor without the prior approval of the Town of Fort Erie. Irrevocable Standby Letter of Credit

In place of bonding, a tenderer may provide an Irrevocable Standby Letter of Credit in the amount of 100% of the total tender price subject to the following:

(a) Letters of Credit shall be issued by Schedule 1 or Schedule 2 chartered banks.

Letters of Credit from trust companies or credit unions are not acceptable. (b) The wording of the Letter of Credit shall be in the form annexed hereto as Exhibit

“1", including clauses relating to the Letter of Credit being irrevocable and the automatic extension clause.

(c) All original copies of Letters of Credit shall be maintained by the Corporate Services

and all notifications to the bank for reduction or cancellation must be signed by the Director of Corporate Services.

12. Workplace Safety & Insurance Board Certificate of Clearance

A generic and/or specific Certificate of Clearance shall be provided to the Project Manager or designate and the Certificate shall be valid for sixty (60) days from the date of commencement of the project. All bidders shall furnish the Workplace Safety & Insurance Board account number in the form of tender where indicated. Prior to release of each and every progress draw if the payment falls out of the sixty (60) day validity period, the successful bidder shall be required to provide a Certificate of Clearance from the Workplace Safety & Insurance Board to the Corporation. Such a Certificate shall indicate that the bidder has complied with the requirements of the Workplace Safety & Insurance Board and is in good standing in the records of the Board.

13. Scheduling of Work

The Contractor is required to provide a detailed construction schedule prior to the contracts preconstruction meeting for review by the Town. The Contractor will have full availability to the facility with no restrictions during the construction.

Page 10: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________

14. Vehicles and Equipment

The contractor shall be responsible for the licensing and maintenance function of all vehicles and equipment to a safe working order according to law and industry standards.

15. Location of Utilities

It is the responsibility of the contractor to attain all utility locates required for this work.

16. Non-Mandatory Pre-bid Site Visit

A non-mandatory pre-bid site visit has been arranged to be held on Tuesday, August 12, 2014 at 11:30 a.m. at

The Soccer Clubhouse, 865 Ferndale Rd., Fort Erie, Ontario NOTE: Where a non-mandatory site meeting has been arranged, bid submissions shall be considered from all interested bidder, even if they have not attended the site meeting. However, Bidders, by not attending such meeting, do so at their own peril. No claim for extra payment will be allowed for work or difficulties encountered due to conditions of the site which were visible or reasonably inferred during the site meeting. Therefore bidders are strongly encouraged to take this opportunity to familiarize themselves with the site and the nature of work involved.

Page 11: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________

INSTRUCTIONS TO BIDDERS

Page 12: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________ INSTRUCTIONS TO BIDDERS

INDEX

No. Description Page

1 Return of Tender Deposits IB-1

2 Tender Deposits IB-1

3 Withdrawal of Tenders IB-1

4 Acceptance or Rejection of Tenders IB-2

5 Unbalanced Tenders and Discrepancies IB-2

6 Informal Tenders IB-2

7 Omissions and Discrepancies IB-3

8 Examination of Site IB-3

9 Liability Insurance IB-3

10 Sub-contractors IB-3

Page 13: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________ INSTRUCTIONS TO BIDDERS

1. Return of Tender Deposits Following the opening of tenders and the checking of tenders and a recommendation to

award the contract to a specific bidder, tender deposits of all bidders other than the successful bidder and the second low bidder shall be returned to the applicable bidders by mail to the last known place of business or by hand. If a tender deposit is returned by hand, a letter acknowledging receipt must be signed by the bidder. The tender deposit shall be forwarded to the Director of Corporate Services and held until the contract is executed.

2. Tender Deposits The tender deposit, shall serve as surety that, upon acceptance of the bid, a contract

will be entered into for the proper performance of the work within fourteen (14) days of contract award.

The said tender deposit shall be forfeited and surrendered as the agreed amount of

liquidated damages, in case of failure of the Contractor to enter into a contract as described above. The said tender deposit will be returned after the contact has been signed, and the required Bonds, Workplace Safety and Insurance Board Clearance Certificate, and Insurance Certificate(s) have been furnished and approved by the Owner.

3. Withdrawal of Tenders A tenderer who has already submitted a tender may submit a further tender at any time

up to the official closing time. The last tender received shall supersede and invalidate all tenders previously submitted by that Tenderer. A Tenderer may withdraw his tender at any time up to the official closing time by delivery of a letter bearing his signature and seal as in his tender, to the Owner. No other means of notification will be considered. Where the Owner calls several tenders for opening on the same date and a tenderer submits tenders on all or more than one of the tenders, it is permissible, after the opening of tenders on one job, for a tenderer to withdraw tenders from further jobs, providing the tenderer is the low bidder on the tender call just opened and the further tenders have not been opened. Tenders withdrawn under this procedure cannot be reinstated.

4. Acceptance or Rejection of Tenders The Owner reserves the right to reject any or all bids as the interests of the Owner may

require, without stating reasons therefore, and the lowest or any tender will not necessarily be accepted.

IB-1

Page 14: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________

Tenderers shall keep their tenders open for acceptance for sixty (60) days after the closing date. Withdrawal during this period will result in forfeiture of the tender deposit.

5. Unbalanced Tenders and Discrepancies Tenders that contain prices, which appear to be so unbalanced as likely to adversely

affect the interests of the Owner, may be rejected. When in a tender the amount tendered for an item does not agree with the extension of

the estimated quantity and the tendered unit price, the unit price shall govern and the amount of the total Tender Price shall be corrected accordingly.

In the case of an error in addition, the correct sum of the amounts shown for each

tendered item shall be deemed to be the total tender price regardless of the amount submitted by the tenderer.

6. Informal Tenders Prior to posting official results, all submissions will be checked for compliance to the

Town’s Purchasing By-Law 2-10. Bidders are strongly encouraged to review this By-Law, specifically schedule “ C” which lists all bid irregularities and the Town’s response. The Purchasing By-Law 2-10 can be found at www.forterie.on.ca under “ Doing Business” followed by “ Purchasing”

Tender award will be made on the basis of the specified items. 7. Omissions and Discrepancies If a tenderer finds discrepancies in, or omissions from, the drawings, specifications or

other tender documents, or if he is in doubt as to their meaning, he should advise the Contract Administrator immediately. A written addendum will be sent to all tenderers if, in the opinion of the Contract Administrator, it is required.

8. Examination of Site Tenderers are required to satisfy themselves as to existing conditions of the site and

make appropriate allowances in preparing the tender. The Owner assumes that the information provided is the best available at the time of tender advertising and that tenderers will use the available information as a basis for pricing in the tender. The tenderer shall allow for any conditions deemed reasonable and appropriate for the performance of the work as outlined in the tender documents and incorporate such reasonable allowances in the pricing of the tender.

IB-2

Page 15: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________ 9. Liability Insurance Tenderers are required to provide liability insurance as defined in Special Provision -

General- Section G1 and stated in Special Provisions General– Supplementary SPGS-1. 10. Sub-Contractors

The bidder shall list all Sub-Contractors that will be used on this project as per “ Statement A” of this form of tender.

IB-3

Page 16: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________

FORM OF TENDER

INDEX

DESCRIPTION PAGE

Form of Tender FT-1 to FT-2

Schedule of Quantities FT-3

Tender Summary FT-3

List of Sub-Contractors - Statement “ A” FT-4

Tenderer’s Experience In Similar Work - Statement “ B” FT-5

FT-1

Page 17: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________

FORM OF TENDER We, the undersigned Contractor(s) have carefully examined the attached documents as herein listed and forming part of this tender.

DOCUMENTS INCLUDED

IN CONTRACT

Special Provisions Special Instructions to Bidders Instructions to Bidders General Conditions Supplementary General Conditions Standard Specifications Appendix “ A” – Project Drawings and Specifications Addenda (if applicable) and have carefully examined the site and location of the work to be done under this contract. We, the undersigned Contractor(s), understand and accept the said drawings and contract documents, and, for the prices set forth in this Tender, hereby offer to furnish all machinery, labour, tools, apparatus and other means of construction, furnish all materials except as otherwise specified in the Contract, and to complete the work in strict accordance with the drawings and contract documents referred to above, for the total tender price of Dollars. ($ ) Including H.S.T. We acknowledge that we have received Addendum/Addenda No. inclusive, and that all changes specified in the Addendum/ Addenda have been included in the prices submitted.

ADDENDA

We agreed to commence work as specified to proceed continuously to the completion and to complete all the work within ___________* working days. (* Contractor to fill in)

COMMENCEMENT AND COMPLETION

We agree that this tender is to continue open to acceptance and irrevocable until the formal contract has been executed by the successful tenderer for the said work, and the bond or bonds as specified have been executed by the approved surety or sureties, and that the Owner may, at any time, within 45 (forty-five) calendar days of closing date, accept this tender without notice, whether any tender has been previously accepted or not.

TENDER IS OPEN TO ACCEPTANCE & IRREVOCABLE

FT-1

Page 18: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________ OFFERED ON BEHALF OF THE CONTRACTOR

Insert Workplace Safety and Insurance Board Account No. __________

Signature Signature

Company Name Contractor’s Seal

Address Witness Witness Address NOTE: (a) If the Tenderer is a Corporation, the corporate seal must be affixed under the signature of

a duly authorized officer or officers of the Corporation. (b) If the Tenderer is not a Corporation or a Partnership, the Tenderer must sign in the

presence of a witness who must also sign. (c) If the Tenderer is a Partnership, each member of the Partnership must sign in the presence

of a witness who must also sign.

FT-2

Page 19: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________

SCHEDULE OF QUANTITIES

Item Description Est. Quantity Unit Amount

A TECHNICAL UNIT PRICE SECTION

A-1 Demolition, Excavation and Removal 1 L.S. $___________________

A-2 Masonry and Concrete 1 L.S. $___________________

A-3 Mechanical & Plumbing materials and labour 1 L.S. $___________________

A-4 Electrical materials and labour 1 L.S. $___________________

A-5 Roofing materials and labour 1 L.S. $___________________

A-6 Doors and Hardware 1 L.S. $___________________

A-7 Drywall, Insulation and finishes. 1 L.S. $___________________

A-8 Replacement of Existing Roofing (alternate price) 1 L.S. $___________________

A-9 Contingency Allowance 1 L.S. $ 2,000.00

Total Technical Cost $____________________

TENDER SUMMARY THE CORPORATION RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF WORK AWARDED TO THE SUCCESSFUL TENDER BASED ON BUDGETARY RESTRAINTS.

SECTION "A" - TECHNICAL $

13% H.S.T. $

TOTAL TENDER INCLUDING H.S.T. $

FT-3

Page 20: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________

STATEMENT “A”

LIST OF SUB-CONTRACTORS

The bidders shall list hereunder the names of all sub-contractors intended to be used in the execution of this work subject to the approval of the Contract Administrator. All work not performed directly by the Contractor's forces shall be included in this list. Unless this list is properly completed, the Tender may be disqualified. The Contract Administrator must approve all changes to this list.

SUB-TRADE NAME OF SUB-CONTRACTOR ADDRESS OF SUB-CONTRACTOR

FT-4

Page 21: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________ STATEMENT “B”

TENDERER'S EXPERIENCE IN SIMILAR RENOVATIONS (Provide 3 minimum in last 5 years)

YEAR COMPLETED

DESCRIPTION OF WORK FOR WHOM WORK PERFORMED

VALUE

FT-5

Page 22: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

FORM OF CONTRACT AGREEMENT

Page 23: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

RFT # ISF-14T-AODA14: THE RENOVATION OF THE SOCCER CLUBHOUSE at 865 FERNDALE RD, FORT ERIE, ON.

_____________________________________________________________________________________________ FORM OF CONTRACT AGREEMENT

INDEX

NO. DESCRIPTION PAGE

A-1 Agreement between Owner and Contractor to Perform the Work FA-1

A-2 Contract Documents FA-2

A-3 Contract Price FA-3

A-4 Payment FA-4

A-5 Rights and Remedies FA-4

A-6 Receipt and Addresses for Notices FA-4

A-7 Law of the Contract FA-5

A-8 Language of the Contract FA-5

A-9 Succession FA-6

FA - 2

Page 24: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

AGREEMENT BETWEEN OWNER AND CONTRACTOR

This Agreement made on the day of in the year two thousand and fourteen. (2014) by and between The Corporation of the Town of Fort Erie hereinafter called the "Owner" and hereinafter called the "Contractor" witnesses: that the parties agree as follows ARTICLE A-1 THE WORK The Contractor shall: (a perform the work required by the Contract Documents, as described in Article A-2 for

The Renovation of the Soccer Clubhouse at the following location:

865 Ferndale Road, Fort Erie, Ontario which have been signed by the parties, and which were prepared by

The Corporation of the Town of Fort Erie – Contract Administrator acting as and hereinafter called the Administrator

(b) do and fulfill everything indicated by this Agreement, and (c) commence the work by the 1st day of October, 2014 and attain Substantial Performance of

the work, as certified by the Contract Administrator, by the 31st day of November, 2014.

Page 25: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

ARTICLE A-2 CONTRACT DOCUMENTS The following is an exact list of the Contract Documents referred to in Article A-1 of this Agreement. This list is subject to subsequent amendments in accordance with the provisions of the Contract and agreed upon between the parties.

1. Title Page

2. Table of Contents

3. Special Instructions to Bidders

4. Instructions to Bidders

5. Form of Tender

a. Form of Tender Declaration

b. Schedule of Quantities

c. Statement A - List of Sub-Contractors

d. Statement B - Tenderer’s Experience in Similar Work

6. Agreement to Bond

7. Form of Contract Agreement

8. Certificate of Insurance

9. Special Provisions General (Refer to Niagara Peninsula Standard Contract Document)

10. Special Provisions General - Supplementary

11. Special Provisions Contract Items (Refer to Niagara Peninsula Standard Contract Document)

12. Special Provisions Contract Items - Supplementary

13. Special Provisions - Labour Conditions and Fair Wage Schedule (If Applicable)

(Refer to Niagara Peninsula Standard Contract Document)

14. Bid Documents – Specifications and Drawings

15. Supplementary General Conditions of Contract

(Refer to Niagara Peninsula Standard Contract Documents)

Appendix “A” – Project Drawings and Specifications

ARTICLE A-3 CONTRACT PRICE (a) The contract price shall be equal to the total tender including HST price as identified in the

Tender Summary on FT-5. $ in Canadian Funds (Including H.S.T.)

FA - 2

Page 26: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

ARTICLE A-4 PAYMENT (a) The Owner shall pay the Contractor in Canadian funds for the performance of the Contract,

the amounts being determined by actual measured quantities of the individual work items contained in the Schedule of Tender Unit Prices in Article A-3 (c) of this Agreement, and measured in accordance with the methods of measurement given in the specifications.

(b) Subject to applicable legislation and the provisions of the Contract Documents, and in

accordance with legislation and statutory regulations respecting holdback percentages and, where such legislation or regulations do not exist or apply, subject to five percent (5%)

6 Month Maintenance Holdback and a ten percent (10%) 45-day Statutory Holdback, the Owner shall:

(1) make monthly payments to the Contractor on account of the work performed

as certified by the Contract Administrator, and (2) upon completion of the Work as certified by the Contract Administrator pay

to the Contractor the unpaid balance of holdback monies then due, and (c) If the Owner fails to make payments to the Contractor as they become due under the terms

of this Contract or in an award by arbitration or court, interest of one percent (1%) per annum on such unpaid amounts shall also become due and payable until payment. Such interest shall be calculated and added to any unpaid amounts monthly.

ARTICLE A-5 RIGHTS AND REMEDIES (a) The duties and obligations imposed by the Contract Documents and the rights and remedies

available there under shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law.

(b) No action or failure to act by the Owner, Contract Administrator or Contractor shall

constitute a waiver of any right or duty afforded any of them under the Contract, nor shall any such action or failure to act constitute an approval of or acquiescence in any breach there under, except as may be specifically agreed in writing.

ARTICLE A-6 RECEIPT OF AND ADDRESSES FOR NOTICES Communications in writing between the parties or between them and the Contract Administrator shall be considered to have been received by the addressee on the date of delivery if delivered by hand to the individual or to a member of the firm or to an officer of the corporation for whom they are intended or if sent by fax, to have been delivered within five (5) working days of the date of mailing, or dispatch when addressed as follows: The Owner at: The Corporation of the Town of Fort Erie

Page 27: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

SPECIAL PROVISIONS GENERAL SUPPLEMENTARY

1 Municipal Centre, Fort Erie, ON, L2A 2S6 The Contractor at: The Contract Administrator at: The Corporation of the Town of Fort Erie 1 Municipal Centre Drive, Fort Erie, ON, L2A 2S6 ARTICLE A-7 LAW OF THE CONTRACT The law of the Place of the Work shall govern the interpretation of the Contract. ARTICLE A-8 LANGUAGE OF THE CONTRACT This Agreement is drawn in English at the request of all parties hereto.

Page 28: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

SPECIAL PROVISIONS GENERAL SUPPLEMENTARY

ARTICLE A-9 SUCCESSION The General Conditions of the Unit Price Contract hereto annexed, and the other aforesaid Contract Documents, are to be read into and form part of this Agreement and the whole shall constitute the Contract between the parties and subject to law and the provisions of the Contract Documents shall ensure to the benefit of and be binding upon the parties hereto, their respective heirs, legal representatives, successors and assigns. In witness whereof the parties hereto have executed this Agreement under their respective corporate seals and by the hands of their proper officers thereunto duly authorized. SIGNED, SEALED AND DELIVERED in the presence of: OWNER The Corporation of the Town of Fort Erie Name

Signature Douglas G. Martin - Mayor Name and Title Witness

Signature Name and Title Carolyn J. Kett – Town Clerk Name and Title CONTRACTOR Name

Signature

Name and title Witness

Signature Name and Title

Name and title

Page 29: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

SPECIAL PROVISIONS GENERAL SUPPLEMENTARY

SCHEDULE OF DRAWINGS AND SPECIFICATIONS

(Attached as Appendices A)

Page 30: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

SPECIAL PROVISIONS GENERAL SUPPLEMENTARY

SCHEDULE OF DRAWINGS AND SPECIFICATIONS

Drawing No. Title

A0 Code Sheet

A1 Main Floor Plan and Elevations

Page 31: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

SPECIAL PROVISIONS

GENERAL - SUPPLEMENTARY

Page 32: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

SPECIAL PROVISIONS

GENERAL - SUPPLEMENTARY

INDEX

1. Execution of Contract 2 2. Occupational Health and Safety Act 2 3. First Aid Equipment 3 4. Emergencies 3 5. Construction Schedule 3 6. Payment for Inspection 3 7. Existing Utilities 3 8. Materials 4 9. Reinstatements 4 10. Working Days 4 11. Subcontractors 4 12. Disposal of Materials 4 13. Specifications 4 14. Extra Work 4 15. Claims 5 16. Public Safety 5 17. Private Lands 5 18. Drainage 5 19. Guarantee Maintenance 5

Page 33: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

SPECIAL PROVISIONS GENERAL SUPPLEMENTARY

1. Execution of Contract

Special Provisions General Item - G1 (b) I, ii, iii shall be replaced with the following

b) A certified copy of third party liability in the form satisfactory to the Clerk shall be provided to the Department Director or designate as follows:

i) Policy to be written on the comprehensive for including contractual liability and

complete operations with an inclusive limit of two million dollars ($2,000,000.00) bodily injury and property damage with a deductible not greater than one thousand dollars ($1,000.00).

The Liability Insurance Policy shall not contain any exclusions or liability for

damage, etc. to property, support of any property, building or land arising from the removal or weakening of support of any property, building or land whether such support is natural or otherwise.

ii) Standard Automobile Policy on both owned and non-owned vehicles and

inclusive limits of not less than two million dollars ($2,000,000.00) bodily injury and property damage with a deductible not greater than one thousand dollars ($1,000.00).

iii) Excess umbrella liability coverage of three million dollars ($3,000,000.00) for

all risks included in (I) and (ii) above with a retained limit of up to ten thousand dollars ($10,000.00). Primary coverage of at least five million dollars ($5,000,000.00) will eliminate this requirement.

The Town shall be added as additional insured to the Comprehensive Liability Policy.

2. Occupational Health and Safety Act

Special Provisions General Item 6(b) shall have the following added to it.

The Contractor’s attention is directed to both the Occupational Health and Safety Act and the Town of Fort Erie’s Health and Safety Policy and Procedures Manual. The Contractor shall comply with the requirements of this manual also and where these are at variance with those of the Occupational Health and Safety Act, the more stringent shall apply. No claim will be entertained as a result of delays caused by work stoppage for safety infringements.

Indemnify and Save Harmless Clause

“And the said Contractor further agrees to indemnify and save harmless the owners and officers, servants and agents thereof from all and any manner of loss, damage or injury, suit, claims, liens and demands of every nature and description incurred or brought against the owner or their officers, servants, and agents by a person or person whomsoever, or for any monies paid by them in settlement of or for or on account of any injuries received or sustained by them, or by any part of parties whomsoever by or from the Contractor or his/her servants or agents, in the prosecution or performance of said work, or by or in consequence of any negligence whatever in the performance of said work or in guarding the same, or of any improper material used in its construction, or by or on account of any act or omission of the Contractor or his/her agents, or for monies paid by the owner in discharge of any lien upon the said work which may be registered under the provisions of any statute in that behalf, or for any monies paid by the owner in respect

SPGS - 2

Page 34: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

SPECIAL PROVISIONS GENERAL SUPPLEMENTARY

of any assessment made upon the Contractor under the Workplace Safety and Insurance Board Act; and the Contractor further agrees that the whole or so much of the monies due to him/her under and by virtue of this Agreement as shall or may be considered necessary by the owner shall or may be retained by the owner until all such loss, damage, injury, suits, claims, liens and demands aforesaid shall have been settled and evidence to that effect furnished to the satisfaction of the owner.”

The Contractor to be deemed the Constructor

The Contractor’s attention is directed to the latest edition/revision of the Occupational Health and Safety Act including Regulation 213/91, Section 6. The Contractor shall comply with the requirements of this act, amendments thereto and shall be deemed to be the “constructor” as defined in the Act.

3. First Aid Equipment

The Contractor shall provide and maintain the necessary First Aid items and equipment as called for under the first aid regulations of the Workplace Safety & Insurance Board Act.

4. Emergencies

The Contractor shall supply to the Town in writing, the name, address and telephone number of one of his/her employees who may be reached twenty-four (24) hours a day and seven (7) days a week. This employee shall be responsible for taking calls concerning the job during hours when no one would be available at the job site and shall be required to place or replace barricades and lanterns as may be required, and to make any minor emergency repairs. He/she shall be equipped with spare barricades and lanterns at all times.

5. Construction Schedule

The Contractor shall, within seven (7) working days after being awarded the contract, submit his/her proposed construction schedule to the Project Manager for approval. No work can commence until the Project Manager approves the schedule.

6. Payment for Inspection

If reports indicate non-compliance or any other comments indicating that the work is inadequate, the work will be redone at the cost of the Contractor and no extra payment will be paid for this work.

Prior to use, representative samples of all materials shall be submitted for review by Project Manager.

7. Existing Utilities

Any information shown in the drawings regarding the location, type, condition or size of existing utilities is approximate only. The Contractor shall verify the location and size of the utilities before commencing with that portion of the work affected. Any extra work or damages caused by the existence of utilities shall be included in the unit price for the work so affected. All existing utilities shall be saved from harm during construction and protected and supported in accordance with the standards of the subject utility owner while crossing under or over them.

SPGS - 3

Page 35: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

SPECIAL PROVISIONS GENERAL SUPPLEMENTARY

Any costs charged by the utilities, associated with this work, are to be paid by the Contractor and are to be included in the tender prices bid.

8. Materials

Payment of materials and labour will only be made on those materials acceptable for use and installed at the site. The Project Manager has the right to reject any such materials that do not meet specifications.

9. Reinstatements

Special Provisions - General Item – G13 shall have the following added. Any areas that require reinstatement that is outside the work area will be repaired to ‘original or better condition’.

10. Working Days

Special Provisions – General – Item G17 shall have the following amendment added. The tenderer shall bid on all items under the Form of Tender. The Project Manager will deal only with the prime Contractor, whose name is shown in the Agreement, or his appointed representative.

11. Subcontractors

The Project Manager must approve any changes to the subcontractors listed in Statement ‘A’ of the Form of Tender in writing.

12. Disposal of Materials

Disposal of all material, waste and debris will be the responsibility of the Contractor, including any associated tipping fees. It is the responsibility of the contractor to obtain all necessary approvals and to adhere to all applicable legislation for the use of any equipment used in, and any operations carried out for, the management of waste including the collection, handling, transportation, storage, processing or disposal of waste and/or debris. All costs associated with these requirements shall be incorporated into the appropriate unit price and no additional payment will be made.

13. Specifications

Work under this contract shall be done in accordance with the Contract Documents. 14. Extra Work

Extra work is work that is required, but not described in the contract documents or on the plans.

SPGS - 4

Page 36: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

SPECIAL PROVISIONS GENERAL SUPPLEMENTARY

No work shall be regarded as extra work unless it is approved in writing by the Project Manager, and with the agreed price and method of payment as specified in the said approval, provided the said price is not otherwise determined by this contract. All notifications of claims for extra work must be made to the Manager before the extra work is started.

15. Claims

When a Contractor considers that he/she has a legitimate claim for compensation for costs which he/she has incurred or for loss he/she has suffered during the performance of his/her duties on the contract, when the actual circumstances encountered were at variance with those described in the terms of the contract, then he/she will follow the procedure set out below.

The Contractor will advise the Owner, in writing, of the intent to claim prior to the commencement of the work.

The keeping of “Daily Work Records” by the Project Manager is never to be construed as acceptance of the claim.

Upon receipt of such a written notice of claim, the Project Manager will immediately arrange to meet the Contractor in order to arbitrate the claim.

16. Public Safety

Notwithstanding the provisions of the General Conditions, the Project Manager may in cases of danger or public safety, make such immediate arrangements for repair as he/she sees fit, and the Project Manager will inform the Contractor of such action. The cost of such emergency work shall be borne by the Contractor.

17. Private Lands

The Contractor shall not enter upon or occupy with men, tools or materials of any nature, any lands outside of the work area as shown on the plans or as described herein, except after consent has been received by him/her from the proper parties, a certified copy of which consent shall be furnished to the Project Manager.

18. Drainage

The Contractor shall keep all portions of his/her work well, properly and efficiently drained during construction and completion, and he/she will be held responsible for all damage which may be caused or result from water backing up or flowing over, through, from or along any part of the work or which any of his/her operations may cause to flow elsewhere.

19. Guarantee Maintenance

The Contractor shall maintain the works, and every part thereof, in perfect order and in complete repair during the space of six (6) months from the date of completion thereof, as herein provided, and make good in a permanent manner satisfactory to the Project Manager any and all damage or injury to the works, both during their construction and during the period of maintenance as aforesaid and should the Contractor, from any cause, fail to do so when ordered, then the Project Manager, at his/her option, after giving the Contractor twelve (12) hours written notice, may do

SPGS - 5

Page 37: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

SPECIAL PROVISIONS GENERAL SUPPLEMENTARY

so, and the whole costs, charges and expenses so incurred maybe deducted or collected by the Owner as provided herein. The decision of the Project Manager is to be final as to the necessity of repairs or of any work done or required to be done under the provisions of this or any other clause in the Specifications of these General conditions, and for the amounts expended there under.

a) Maintenance Guarantee Period

The Maintenance Guarantee Period for the works shall commence on the date of the completion and extend for a minimum period of six (6) months (unless otherwise agreed in writing) and until final acceptance of the works by the Town.

b) Repairs During Maintenance Guarantee Period

i) Emergency Repairs

During the Maintenance Guarantee Period, where a deficiency develops or is discovered which requires immediate remedial measures (i.e. threatening damage to property or danger/hazard to persons), the Owner will undertake (or arrange to have undertaken) the necessary work. The Owner will not be required to notify the Contractor before these repairs are undertaken and the cost of such repairs shall be the responsibility of the Contractor. The decision of the Project Manager will be final as to the necessity of repairs done or required and the amount expended for these repairs.

ii) Non-Emergency Repairs

The Contractor shall undertake repairs to the works to the satisfaction of the Project Manager within twelve (12) hours written notice unless otherwise instructed. Should the Contractor fail to effect the repairs within the time stipulated, or should the status of the deficiency become emergency in nature, the Owner shall undertake the repairs and the Owners costs in this regard shall be the responsibility of the Contractor.

When the Contractor undertakes repairs during construction or during the Maintenance Guarantee Period, such repairs shall be made in the presence of Project Manager unless otherwise authorized by the Project Manager. If the works required are due to faulty workmanship or material, the Contractor shall pay the Owners costs.

SPGS - 6

Page 38: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

INCLINE MIRROR 1"FROM VERTICAL

INSULATED PIPES

S.S.GRABBAR

WATER CLOSETS MUST BE INSTALLED WITH: - A 400mm TO 460mm SEAT HEIGHT - ACCESSIBLE HAND OPERATED CONTROLS - A SEAT LID AND/OR TANK - PROVIDE ELONGATED TOILET BOWL

900

mm

900 mm 300 mm

450 mm

CLEAR40 mm

MIN

.23

0 m

m

MA

X.

1000

mm

MAX.485 mm

MA

X.

840

mm

MIN

.

735

mm

MIN

.

685

mm

TOILET PAPERDISPENSER

300 mm MAX.

MIN

.

600

mm

BACK SUPPORTE.G. SEAT LID COVER OR TANK

TYPICAL ELECTRICAL ORTELEPHONE WALL OUTLET

TYPICAL ELECTRICAL SWITCH,DIMMER, THERMOSTAT, ETC.

COAT HOOK (WHERE OCCURS)

1980 mm

760 mm 300 mm

1040 mm 460 mm

2235

mm

1500 mm

760

mm

300

mm

460

mm

460

mm

AC

CE

SS

IBLE

CO

AT

HO

OK

HE

IGH

T =

137

0 m

m

MA

X.

1200

mm

1000

mm

EQ EQS.S. GRABBAR

300 mm 760 mm

900

mm

150 mm MIN.

630

mm

760

mm

400

mm

230

mm

760

mm

OPTIONAL INCLINED BAR

CLEAR40 mm

REFER TO DOOR SCHEDULEFOR DOOR TYPE

LEVER HANDSET

SEE WALL TYPES FOR WALLCONSTRUCTION - (TYP.)

DOOR - REFER TO DOORSCHEDULE

CONT. SEALANT- BOTH SIDES (TYP.)

H.M. DOOR FRAME- 3 ANCHORSPER JAMB MIN.-PRIME AND TWO COATS PAINT-(TYP.)

4" x 3 1/2" STEEL ANGLES

H.M. DOOR FRAME,GROUT SOLID. PRIME AND TWOCOATS PAINT (TYP.)

SEE WALL TYPES FOR WALLCONSTRUCTION - (TYP.)

DOOR - REFER TODOOR SCHEDULE

CONT. SEALANT- BOTH SIDES (TYP.)

CEILING

T.O. FLOOR

PARGE PRIME & PAINT

CEILING

T.O. FLOOR

PRIME & PAINT

PRIME & PAINT

CEILING

T.O. FLOOR

PRIME & PAINT

CEILING

T.O. FLOOR

PRIME & PAINT

INSULATION

ALL THERMAL INSULATION AND AIR / VAPOUR BARRIERS SHALL BE INSTALLEDIN ACCORDANCE WITH O.B.C. SECTION 12 RESOURCE CONSERVATION ANDSECTION 9.25

MINIMUM INSULATION REQUIREMENTS

2X6 EXTERIOR WALLS = R19CEILING BELOW ATTIC OR ROOF SPACE = R40ROOF ASSEMBLY WITHOUT ATTIC OR ROOF SPACE = R282X10 VAULTED CEILINGS = R282X12 VAULTED CEILINGS = R34FLOORS, OTHER THAN SLAB ON GRADE = R25BASEMENT WALLS = R12FROST WALLS = R10 (2" POLYSTYRENE)

CEILING INSULATION MAY BE LOOSE FILL TYPE OR BATT TYPE.

WALLS AND CEILINGS BETWEEN RESIDENCE AND ATTACHED GARAGE SHALLBE INSULATED.

NONCOMBUSTIBLE INSULATION SHIELDS, WHICH ARE OF SUFFICIENTTHICKNESS SO THAT THEY WILL NOT DEFORM DURING INSTALLATION, ARETO BE INSTALLED AROUND CHIMNEYS AND GAS VENTS TO ENSURE THATAPPROPRIATE CLEARANCES ARE MAINTAINED WHEN INSULATION IS USED INTHE ATTIC.

INSTALL BAFFLES WHERE REQUIRED TO PREVENT CONSTRICTION OF CLEARVENTILATION.

INSTALL NON EXPANDING TYPE FOAM INSULATION IN SHIM SPACE AT DOORAND WINDOW OPENINGS.

ALL THE THERMAL INSULATION AND MEASURES TO CONTROLCONDENSATION SHALL CONFORM TO AND BE INSTALLED IN ACCORDANCE

WITH SECTION 9.25. OF THE O.B.C.

COPYRIGHT

THESE PLANS ARE COPYRIGHTED, AND ALL RIGHTS ARE RESERVEDINCLUDING THE RIGHT OF REPRODUCING IN WHOLE OR IN PART, EXCEPT BYTHE ARCHITECT'S WRITTEN CONSENT.

THESE PLANS MAY NOT BE REPRODUCED BY ANYONE, BY ANY METHODINCLUDING SCANNING, BLUEPRINTING, PHOTOCOPYING, PHOTOGRAPHY,TRACING, REDRAWING OR BY ANY OTHER MEANS.

THESE PLANS MAY NOT BE USED FOR REPEAT CONSTRUCTION OR ANYMARKETING WITHOUT THE WRITTEN CONSENT OF THE ARCHITECT.

IF ANY BUILDING IS CONSTRUCTED FROM THESE PLANS OTHER THAN THEONE FOR WHICH THEY WERE INTENDED FOR, THE ARCHITECT HAS THE RIGHTUNDER THE COPYRIGHT LAW TO RECOVER THE VALUE OF THE BUILDING LESSTHE COST OF CONSTRUCTION.

GENERAL CONDITIONS, CODES AND STANDARDS

ALL WORK SHALL CONFORM TO LOCAL BUILDING CODES AND BYLAWS.

THE OWNER AND/OR CONTRACTOR SHALL INSURE THAT THE CONSTRUCTIONCOMPLIES WITH ALL NATIONAL, PROVINCIAL, AND LOCAL STATUES,ORDINANCES, AND REGULATIONS.

PRIOR TO PROCEEDING WITH CONSTRUCTION, THE CONTRACTOR MUSTVERIFY ALL INFORMATION, DIMENSIONS AND SPECIFICATIONS CONTAINED INTHESE DRAWINGS.

THE ARCHITECT DOES NOT ASSUME LIABILITY FOR ANY ERRORS OROMISSIONS IN THESE DRAWING, UNLESS ADVISED IN WRITING OF SUCHERRORS OR OMISSIONS PRIOR TO COMMENCEMENT OF CONSTRUCTION.PLEASE ADVISE THE ARCHITECT IF ANY DISCREPANCIES ARE OBSERVED OREXPLANATIONS ARE REQUIRED.

THE ARCHITECT SHALL NOT BE RESPONSIBLE FOR ANY DEPARTURE FROMTHESE DRAWINGS OR SPECIFICATIONS ADVISED BY ANY OFFICIAL,APPROVING AUTHORITY OR PROFESSIONAL CONSULTANT AT ANY TIMEDURING CONSTRUCTION. FURTHER, ANY SUCH DEVIATION OR CHANGESNULLIFIES ANY RESPONSIBILITY THAT THE ARCHITECT MAY HAVE WITHRESPECT TO THESE DRAWINGS OR CONSEQUENT CONSTRUCTION.

THE ARCHITECT IS NOT RESPONSIBLE FOR CONSTRUCTION MEANS,METHODS, TECHNIQUES, SEQUENCES OR PROCEDURES, TIME OFPERFORMANCE, OR FOR ANY PROGRAMS OR SAFETY PRECAUTIONS INCONNECTION WITH THE CONSTRUCTION WORK.

CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL PERMITS AND FORMAKING ARRANGEMENTS FOR ALL REQUIRED INSPECTIONS.

AIR / VAPOUR BARRIERS

VAPOUR BARRIER SHALL BE 6 MIL POLYETHYLENE AND SHALL CONFORM TOTHE REQUIREMENTS OF CAN/CGSB-51.34-M.

6 MIL VAPOUR BARRIER SHALL BE INSTALLED TO PROTECT THE WARM SIDEOF THE ENTIRE SURFACES OF THERMALLY INSULATED WALL, CEILING ANDFLOOR ASSEMBLIES. TAPE ALL SEEMS AND CONTINUE BACKSIDE OFELECTRICAL DEVICE / TELE / DATA BOXES.

ALL PENETRATIONS OF AIR / VAPOUR BARRIER SUCH AS THOSE CREATED BYTHE INSTALLATION OF DOORS, WINDOWS, SKYLIGHTS, ELECTRICAL WIRING,PLUMBING OR DUCTWORK, SHALL BE SEALED TO MAINTAIN THE INTEGRITYOF THE AIR / VAPOUR BARRIER OVER THE ENTIRE SURFACE.

ALL JOINTS IN THE AIR / VAPOUR BARRIER SHOULD BE SEALED WITHACOUSTICAL CAULKING OR LAPPED A MINIMUM OF 4" AND CLAMPEDBETWEEN FRAMING MEMBERS, BLOCKING AND DRYWALL.

AIR BARRIER: INSTALL TYVEK OR TYPAR HOUSE WRAP TO FACE OF EXTERIORWALL SHEATHING, IN ACCORDANCE WITH MANUFACTURER'S SPECIFICATION.

CAULK ALL EXTERIOR JOINTS AT WINDOW AND DOOR FRAMES, JOINTSBETWEEN WALLS AND ROOF / CEILING, OPENING AT UTILITY PENETRATIONS,AND OTHER JOINTS WITH A SILICONE LATEX, PAINT ABLE TYPE. CAULK ALLUTILITY OPENINGS THROUGH WALL PLATES, FLOORS, AND CEILINGS ATAREAS EXPOSED TO AMBIENT.

VENTILATION

VENTILATION OF ROOF SPACES SHALL CONFORM TO N.B.C. / O.B.C. SECTION9.19. ROOF SPACES OR ATTICS OVER INSULATED CEILING FOR ROOFS WITHA SLOPE OF 2/12 OR GREATER SHALL BE VENTILATED WITH 1 S.F. OFUNOBSTRUCTED VENT AREA FOR EVERY 300 S.F. OF INSULATED CEILINGAREA. FOR ROOFS WITH A SLOPE OF LESS THAN 2/12 OR THOSECONSTRUCTED WITH ROOF JOISTS THE UNOBSTRUCTED VENT AREA SHALLBE NOT LESS THAN 1 S.F. FOR EVERY 150 S.F. OF INSULATED CEILING AREA.

ALL ROOF SPACES SHALL BE VENTILATED WITH SOFFIT, ROOF, OR GABLEVENTS OR A COMBINATION OF THESE, EQUALLY DISTRIBUTED BETWEEN THETOP OF THE ROOF SPACE AND SOFFITS.

SECURITY

ALL EXTERIOR DOORS SHALL CONFORM TO SUBSECTION 9.6.5.

ALL GLASS IN DOORS, SIDELIGHTS AND WINDOWS WITHIN 3'-0" (915 MM) OFDOOR LOCKS SHALL CONFORM TO SUBSECTION 9.6.6.

ALL EXTERIOR DOOR HARDWARE SHALL CONFORM TO SUBSECTION 9.6.8.

ALL EXTERIOR WINDOWS WITHIN 6'-6" (2.0M) OF ADJACENT GROUND SHALLCONFORM TO ARTICLE 9.7.6.1.

SHEET TITLE:

SCALE:

SHEET NO:

REVISION: ISSUED:

JOB #:

JASON PIZZICAROLA DESIGN - ARCHITECT296 RIDGE ROAD N

RIDGEWAY, ONTARIO, L0S 1N0T. 905-894-8300F. 905-894-8400

e-mail [email protected]

No:

CERTIFICATE OF PRACTICE : # 4053

BARRIER-FREE WASHROOMS

THE INTERNATIONAL SYMBOL OF ACCESSIBILITY SHALL BE INSTALLED WHERENECESSARY TO INDICATE, THE LOCATION OF THAT ENTRANCE, AND THE LOCATIONOF RAMPS LOCATED IN THE REQUIRED BARRIER-FREE PATH OF TRAVEL SERVINGTHAT ENTRANCE.

BARRIER-FREE WASHROOMS SHALL BE INSTALLED PER OBC 3.8, 3.8.3.8, 3.8.3.9, AND3.8.3.11.

TOILET PARTITION DOOR SHALL BE CAPABLE OF BEING LATCHED FROM THE INSIDEWITH A MECHANISM THAT IS OPERABLE BY ONE HAND AND BE EQUIPPED WITH ASPRING-TYPE OR GRAVITY HINGE SO THAT THE DOOR CLOSES AUTOMATICALLY.PROVIDE A DOOR PULL ON THE OUTSIDE, NEAR THE LATCH OF THE DOOR.

PROVIDE A HOOK MOUNTED NOT MORE THAN 1200mm (47") ABOVE THE FLOOR ON ASIDE WALL AND PROJECTING NOT MORE THAN 50mm (2") FROM THE WALL.

GRAB BARS SHALL RESIST A MINIMUM LOAD OF 1.3 kN APPLIED VERTICALLY ORHORIZONTALLY.

FAUCETS SHALL OPERATE AUTOMATICALLY OR HAVE LEVER TYPE HANDLES THATDO NOT CLOSE UNDER SPRING ACTION.

THE BOTTOM OF VISION PANELS IN DOORS WITHIN A BARRIER-FREE PATH OF TRAVELMUST NOT BE HIGHER THAN 36" FROM THE TOP OF THE FINISHED ADJACENT FLOORSURFACE.

ENERGY

THIS BUILDING IS REQUIRED TO BE DESIGNED FOR ENERGY EFFICIENCYSUCH AS DESCRIBED IN ASHRAE/IES 90.1-1989 AND THE "GUIDELINESFOR THE INTERPRETATION OF ASHRAE/IES 90.1-1989"

EMERGENCY LIGHTING

EMERGENCY LIGHTING SHALL CONFORM TO OBC 9.9.11.3

EMERGENCY LIGHTING SHALL BE PROVIDED IN EXITS, PRINCIPALROUTESPROVIDING ACCESS TO EXIT IN AN OPEN FLOOR AREA, CORRIDORSUSED BY THE PUBLIC, UNDERGROUND WALKWAYS, AND PUBLICCORRIDORS.

EMERGENCY LIGHTING REQUIRED SHALL BE PROVIDED FROM ASOURCE OF ENERGY SEPARATE FROM THE ELECTRICAL SUPPLYOF THE BUILDING.

LIGHTING SHALL BE AUTOMATICALLY ACTUATED FOR A PERIOD OFNOT LESS THAN D30 MIN WHEN THE ELECTRIC LIGHTING IN THEAFFECTED AREA IS UNINTERRUPTED.

ILLUMINATION SHALL BE PROVIDED TO AVERAGE LEVELS OF NOTLESS THAN 10 1x (0.9 FT-CANDLES) AT THE FLOOR OR TREADLEVEL.

ACCESS TO EXITS:

ACCESS TO EXITS SHALL BE MAINTAINED FREE OF OBSTRUCTIONS, INACCORDANCE WITH THE ONTARIO FIRE CODE.

ELECTRICAL PANELS AND EQUIPMENT REQUIRE AT LEAST 2' OF CLEARSPACE AROUND THE PANEL AND EQUIPMENT TO PROVIDE ACCESS IN THEEVENT OF AN EMERGENCY.

1. LIGHT FIXTURES, EXIT SIGNS, SPRINKLERS, AND OTHER CEILINGELEMENTS SHALL BE LOCATED IN THE CENTER OF INDIVIDUAL CEILINGTILE (U.O.N.).

2. FINISHED CEILING SHALL BE LEVEL WITHIN THE TOLERANCE OF 1/8" IN12'-0". SEE PLANS FOR CEILING HEIGHTS.

3. CONTRACTOR SHALL COORDINATE THE WORK OF ALL TRADES INVOLVEDIN THE CEILING WORK TO ENSURE CLEARANCES FOR FIXTURES, DUCTS,PIPING, CEILING SUSPENSION SYSTEM, ETC., NECESSARY TO MAINTAINTHE FINISHED CEILING HEIGHT.

4. EXHAUST FANS TO BE PROVIDED AS NOTED ON REFLECTED CEILINGPLAN. SIZE AND CIRCUITRY TO BE DETERMINED BY MECHANICALDESIGN-BUILD CONTRACTOR.

5. ALL LIGHT CONTROL SYSTEMS TO BE BUILDING STANDARD (U.O.N.).

6. ALL LIGHT SWITCHING TO CONFORM TO O.B.C. AND TO ALLAPPLICABLE CODES.

7. ELECTRICAL ENGINEER TO DETERMINE NUMBER OF LIGHT CONTROLDEVICES REQUIRED.

8. EXIT SIGNS AND ILLUMINATIONS TO CONFORM WITH REQUIREMENTS OF OBC

9. IN THE EVENT OF DISCREPANCIES BETWEEN THE ARCHITECTURAL ANDTHE ENGINEERING DRAWINGS, THE ENGINEERING DRAWINGS SHALL TAKEPRECEDENCE WITH RESPECT TO QUANTITY OF FIXTURES ANDNUMBER/WATTS OF LAMPS FOR COMPLIANCE WITH ENERGYCONSERVATION STANDARDS. THE ARCHITECTURAL DRAWINGS SHALLTAKE PRECEDENCE WITH RESPECT TO LOCATION AND FIXTURE TYPE.

10. CONTRACTOR SHALL NOTIFY ARCHITECT IMMEDIATELY OF ALL SUCH DISCREPANCIES.

11. THE REFLECTED CEILING PLAN INDICATES THE LOCATION OF CEILINGTYPES, CEILING FIXTURES, SWITCHING AND ASSOCIATED ITEMS. REFERTO ENGINEER'S DRAWINGS (LIGHTING PLAN) FOR CIRCUITING, WIRINGLAYOUT, APPROXIMATE SWITCH LOCATIONS AND ADDITIONALINFORMATION.

12. OWNER TO PROVIDE BLINDS IN WAITING ROOM & CONFERENCE ROOM TOREDUCE HEAT GAIN

REFLECTED CEILING NOTES

1. PAINTING: N0 PAINTING OR INTERIOR FINISHING SHALL BE DONEUNDER CONDITIONS WHICH JEOPARDIZE THE QUALITY OR APPEARANCEOF SUCH WORK.

A ALL COLORS ARE TO BE SELECTED BY THE OWNER.CONTRACTOR SHALL PROVIDE THREE 8" X 10" BRUSH-OUT CARDSOF EACH OPAQUE FINISH COLOR AND OBTAIN ARCHITECT'SAPPROVAL OF SAMPLES PRIOR TO APPLICATION. FORTRANSPARENT FINISHES, PROVIDE THREE 8" X 10" SAMPLES OFEACH FINISH ON THE SPECIES OF WOOD SPECIFIED AND OBTAINARCHITECT'S APPROVAL OF SAMPLES PRIOR TO COMMENCING WORK.

B EXAMINE ALL SURFACES TO BE FINISHED UNDER THIS CONTRACTAND SEE THAT THE WORK OF OTHER TRADES HAS BEEN LEFT ORINSTALLED IN SATISFACTORY CONDITION TO RECEIVE PAINT, STAINOR SPECIFIED FINISH. THE APPLICATION OF THE FIRST COATSHALL INDICATE ACCEPTANCE OF THE SURFACE.

C ALL SURFACES SHALL BE IN PROPER CONDITION TO RECEIVE THESPECIFIED FINISH. WOODWORK SHALL BE HAND-SANDED ANDDUSTED CLEAN. ALL KNOT HOLES, PITCH POCKETS OR SAPPYPORTION SHALL BE SCRAPED AND SHELLACKED OR SEALED WITHKNOT SEALER. NAIL HOLES, CRACKS OR DEFECTS CAREFULLYPUTTIED AFTER FIRST COAT, WITH PUTTY MATCHING COLOR OFSTAIN OR PAINT FINISH.

D INTERIOR GYPSUM WALLBOARD SURFACES SHALL BE WIPED WITHDAMP CLOTH JUST PRIOR TO APPLICATION OF THE FIRST COAT, INORDER TO LAY FLAT ANY NAP WHICH MAY HAVE FORMED DURINGTHE SANDING PROCESS.

E CLEANING AND RETOUCHING:

i) AT COMPLETION OF PAINTING, ALL PAINT MATERIALS ANDEQUIPMENT SHALL BE REMOVED, ALL PAINT SPOTS REMOVEDAND ALL AREAS THOROUGHLY CLEANED. ANY DIRT OR DEBRISCAUSED BY WORK SHALL BE CLEANED UP AS WORKPROGRESSES.

ii) RETOUCH OR REFINISH PAINTED SURFACES DAMAGED BYSUBSEQUENT WORK AS DIRECTED BY GENERAL CONTRACTOR.THE COST OF SUCH WORK SHALL BE BORNE BY THE TRADERESPONSIBLE FOR THE DAMAGE.

F WALL SURFACES TO MATCH EXISTING FINISH & COLOR, U.O.N.

G PAINTED DOORS AND FRAMES TO BE SEMI-GLOSS FINISH IN COLORTO MATCH ADJ. WALLS, U.O.N.

FINISH NOTES

ELECTRICAL

INSTALLATION OF ELECTRICAL ITEMS MUST COMPLY WITH LOCALELECTRICAL CODES AND REGULATIONS AND WITH LOCAL ELECTRICALPOWER REQUIREMENTS IN ALL RESPECTS.

ELECTRICAL SHALL COMPLY WITH THE ONTARIO BUILDING CODE.

ELECTRICAL SUBCONTRACTOR SHALL PROVIDE ELECTRICAL DISTRIBUTIONDESIGN. WORK SHALL BE INSTALLED IN STRICT ACCORDANCE WITH CODESBY LICENSED CONTRACTORS, AND SHALL BE INSPECTED BY LOCALAUTHORITIES. MATERIALS AND EXECUTION SHALL CONFORM TOMANUFACTURERS' PRINTED INSTRUCTION.

CONTRACTOR AND ELECTRICAL SUB TRADE SHALL PERFORM A WALK-THROUGH WITH THE OWNER TO DETERMINE PREFERRED LOCATION OFOUTLETS, SWITCHES, LIGHT FIXTURES, TELEPHONE, DATA AND ALL OTHERDEVICES.

INSTALL ALL WIRING AND DEVICES AS REQUIRED BY CODE AND AS REQUIREDTO ACCOMMODATE INDICATED APPLIANCES AND EQUIPMENT.

SUPPLY AND INSTALL EXHAUST FANS IN EACH BATHROOM.

COORDINATE WITH OWNER'S SECURITY SYSTEM PROVIDER.

INSTALL HARDWIRED SMOKE / FIRE DETECTORS, AND CO2 DETECTORS ONALL FLOORS AS REQUIRED PER CODE.

INSTALL 3-WAY SWITCHES AT SPACES WITH MULTIPLE ENTRANCES.

OUTLETS, SWITCHES, PLATES, ETC. SHALL BE "DECORA" STYLETHROUGHOUT. COLOR BY OWNER.

PROVIDE LIGHTING AT ALL ENTRANCES PER O.B.C.

PLUMBING

ALL PLUMBING SHALL CONFORM TO PART 7 OF THE OBC ANDALL MUNICIPAL BY-LAWS.AN INSPECTION IS REQUIRED OF ALL PLUMBING SANITARY / STORM SEWERCONNECTIONS AND SYSTEMS, BUILDING DRAINS AND / OR ROUGHED-INPLUMBING UNDER TEST. ALL UNDERGROUND PIPING TO BE INSPECTEDPRIOR TO BACKFILL.

INSTALL WATER AND GAS SERVICES AS REQUIRED; COORDINATE METERLOCATIONS WITH OWNER.

INSTALL FOAM RUBBER GROMMETS WHERE PLUMBING SUPPLY AND WASTELINES PENETRATE WOOD FRAMING.

ALL APPLIANCES TO BE INSTALLED PER MANUFACTURERS INSTRUCTION.

As indicated

10/07/2014 12:39:54 PM

A0

CODE & SPEC.SHEET, ELEVATIONS

& DETAILS

TENDER

SOCCER CLUB

865 FERNDALE AVE.,FORT ERIE, ON L2A 5E1

N/A

N/A

N/A

N/A

N/A

N/A

N/A

EXISTING TO REMAIN

17' - 6" (APPROX.)

0 (NONE)1 (ONE)

RENOVATION & ADDITION TO WASHROOM FACILITIES

OR DESCRIPTION (SG-2)

LISTED DESIGN NO.

( ) PART 11( ) PART 9( ) PART 3

MEZZANINE: N/A

ROOF: N/A

FLOORS: N/A

SUPPORTING MEMBERS FRR

REQUIRED FIRE RESISTANCE RATING

OR DESCRIPTION (SG-2)

LISTED DESIGN NO.

MEZZANINE: N/A

ROOF: N/A

FLOORS: N/A

HORIZONTAL ASSEMBLIES FRR

REQUIRED FIRE RESISTANCE RATING

( ) NO( X ) YESBATHROOM EXHAUSTN/AKITCHEN EXHAUST

( X ) NO( ) YESHARDWIRED SMOKE/CO2 DETECTOR

( ) NO( X ) YESBARRIER-FREE DESIGN

1 PERSONTOTAL OCCUPANCY LOAD

MEZZANINE(S) AREA

( X ) BOTH( ) NON-COMBUSTIBLE( ) COMBUSTIBLECONSTRUCTION

( X ) NO( ) YESHIGH BUILDING: 3.2.6.

( ) NO( X ) YESWATER SERVICE/SUPPLY IS ADEQUATE

( X ) NO( ) YES( X ) NO PROVIDED:( ) YESFIRE ALARM REQUIRED:

( X ) NO( ) YES( X ) NO PROVIDED:( ) YESSTANDPIPE REQUIRED:

( X ) NOT REQUIRED( ) BASEMENT ONLY

( ) IN LIEU OF ROOF RATING( ) ENTIRE BUILDINGSPRINKLER SYSTEM:

NUMBER OF STREETS/ACCESS ROUTES:

BUILDING CLASSIFICATION(S): 3.2.2.28 GROUP 'A2' UP TO 1 STOREYS

HEIGHT OF BUILDING:

BELOW GRADE:ABOVE GRADE:NUMBER OF STOREY'S

GROSS AREAS

FLOOR AREAS

SUBSIDIARY: A, B, C, D, E, FMAJOR OCCUPANCY: A , B, C, D, E, F

OBC REFERENCE

WARD NUMBER:

( ) CHANGE OF USE( X ) ALTERATION( X ) ADDITION

PROJECT DESCRIPTION:

( ) NEW

ONTARIO BUILDING CODE SUMMARY FORM

LOCATION:

BUILDING CODE DATA MATRIX

865 FERNDALE AVE., FORT ERIE, ON L2A 5E1

3/16" = 1'-0"1 BARRIER FREE DETAILS

1 : 102 H.M. JAMB DETAIL (MASONRY WALL)

1 : 103 H.M. HEAD DETAIL (MASONRY WALL)

1/2" = 1'-0"4 EXISTING WALL

1/2" = 1'-0"5 PROPOSED ENTRY

1/2" = 1'-0"6 PROPOSED SINK

1/2" = 1'-0"7 PROPOSED TOILET

MAIN FLOOR

2070 SF

EXISTING

75 SF

PROPOSED

MAIN FLOOR

2070 SF

EXISTING

75 SF

PROPOSED

Page 39: Due: Thursday, August 21, 2014 at 2:00p.m. · INFRASTRUCTURE SERVICES TENDER FOR THE RENOVATION OF THE SOCCER CLUBHOUSE CONTRACT NO.: ISF-14T-AODA14 Pre-bid Site Visit: Tuesday, August

8'-10 1/2" 5'-1 1/2" 8'-8"

LOCKER ROOM

(E) B.F. W/R W/R (E) B.F. W/R

1'-6"

10" 3'-0"

WALL HUNG SINKWHITE PIPE INSULATION

36" HOLLOW METALDOOR & FRAME

BARRIER FREE ALUM.THRESHOLD

8'-8"

1'-0

"

1'-0"2'-0"

3'-0"

2'-6

"ELONGATEDTOILET W/ TANK

1'-6" 8'-8

"

ø 5' - 0"

8'-0"

7'-4

"

NEW HANDDRYER

NEW TILTED MIRROR

PROVIDE NEW TILTED MIRRORIN EXISTING WASHROOMS

PROVIDE NEW TILTED MIRRORIN EXISTING WASHROOMS

S.S. GRAB BARSAS PER O.B.C.

REQUIREMENTS

PROVIDE NEW GRAB BARSIN EXISTING WASHROOMS

PROVIDE NEW GRAB BARSIN EXISTING WASHROOMS

PROVIDE NEW HAND DRYERSIN EXISTING WASHROOMS

8

A1

CONNECTED AUTOMATICDOOR OPENER W/ TIMER

EXISTING SINK TO BE REPLACED

EXISTING TOILET TO BE REPACED

EXISTING SINK TO BE REPLACED

EXISTING TOILET TO BEREPACED

PROVIDE NEW HAND DRYERSIN EXISTING WASHROOMS

REMAINDER OF BUILDING NOT IN CONTRACT REMAINDER OF BUILDING NOT IN CONTRACT

RE

MA

IND

ER

OF

BU

ILD

ING

NO

T IN

CO

NT

RA

CT

EXISTING DOORREMOVE DOOR HANDLE &REPLACE WITH ACCESSIBLELEVER HANDLE

EXISTING DOORREMOVE DOOR HANDLE &REPLACE WITH ACCESSIBLELEVER HANDLE

NEW FLOORING PAINT NEW FLOORING PAINT

FD

1

NEW DOWNSPOUT

PROVIDE 15M BARS @ 24" O.C. VERT. TO TIE INTO EXISTING WALL.

GROUT VOIDS SOLID.

8'-8"

PROVIDE 15M BARS @ 24" O.C. VERT. TO TIE INTO EXISTING WALL.

GROUT VOIDS SOLID.

N

DOOR TYPE 136" x 84" HOLLOW METAL DOOR &FRAME EQUIPPED WITH CLOSER,LATCH, PRIVACY LOCK & KICKPLATES

FDFLOOR DRAIN

ZURN - ZN-211-B-P, CAST IRON FLOOR DRAIN WITH 5" ROUNDNICKEL BRONZE STR. LINER AND 1/2" TRAP PRIMER CONNECTION

CLEANOUTSZURN - ZN-1602 ADJUSTABLE ROUND MEDIUM-DUTY BRONZE

1

MAIN FLOOR PLAN LEGEND

MAIN FLOOR PLAN NOTES

1. WATER WILL BE TURNED OFF IN WINTER. PROVIDE FOR EASY DRAINAGE

2. BUILDING WILL NOT BE HEATED IN WINTER.

3. PROVIDE NEW LOCKSET & HARDWARE. MATCH EXISTING STORAGE. LOCKS TOBE COORDINATED WITH MASTER KEY SYSTEM.

4. ALL CONCRETE BLOCK TO BE 8" MOISTURE RESISTANT WITH INSULATIONINSERTS. MATCH EXISTING COLOUR AND STYLE.

5. CEILING SHALL BE 5/8" MOISTURE RESISTANT GYPSUM BOARD.

6. NEW AND EXISTING BATHROOM INTERIOR WALLS AND CEILING TO BE PAINTEDWITH SEMI-GLOSS. COLOUR BY OWNER.

7. PARGE EXISTING CONCRETE BLOCK WALLS AT WASHROOM INTERIOR.

8. RUN NEW PLUMBING AND ELECTRICAL IN CONCRETE BLOCK WALLS.

9. PLUMBING FIXTURES / FAUCETS SHALL BE KOHLER, AMERICAN STANDARD, ORAPPROVED EQUAL.

10. ALL PLUMBING PER THE OBC. PROVIDE COLD / HOT WATER, WASTE & VENTPIPING AS REQUIRED.

11. PROVIDE NEW CONCRETE EPOXY COATING TO NEW AND EXISTINGBATHROOM FLOORS

12. OWNER TO PROVIDE SOAP DISPENSER, TOILET PAPER DISPENSER & PAPERTOWEL DISPENSER

13. REMOVE CONCRETE SIDEWALK IN LOCATION OF NEW ADDITION. PROVIDENEW CONCRETE SIDEWALK AS REQUIRED TO MATCH UP WITH EXISTINGSIDEWALK

14. REMOVE ALUMINUM EAVESTROUGH & DOWNSPOUT ON NORTH SIDE.PROVIDE NEW EAVESTROUGH & DOWNSPOUT ALONG NORTH SIDE. TIE INTOEXISTING.

15. REMOVE SIGN ON NORTH SIDE & RETURN TO TOWN.

16. CONNECT NEW PLUMBING TO EXISTING PLUMBING AS REQUIRED.

17. CONNECT NEW SANITARY LINES TO EXISTING SANITARY LINES EITHERINTERNALLY OR EXTERNALLY.

SPEC. LISTTOILET AMERICAN STANDARD - CHAMPION 4 - RIGHT

HEIGHT ELONGATED TOILET 4266 504 LINED TANK (WHITE)

TOILET SEAT CENTOCO - ANTIMICROBIAL INSTITUTIONAL COMMERCIAL820 SERIES - AM820STS

SINK AMERICAN STANDARD - MURRO UNIVERSAL DESIGNWALL-HUNG LAVATORY - 0954.000 (WHITE)

SINK FAUCET DELTA - 21C133

CLEANOUT ZURN - ZN-1602 ADJUSTABLE ROUND MEDIUM-DUTY NICKEL BRONZE CLEANOUT

FLOOR DRAIN ZURN - ZN-211-B-P, CAST IRON FLOOR DRAIN WITH 5" ROUND NICKEL BRONZE STR. LINER AND 1/2" TRAP PRIMER CONNECTION

EXHAUST FAN PANASONIC - WHISPERCEILING VENTILATION FANS

DOOR HORTON AUTOMATICS - HD-SWING SERIES 4100LE -OPERATOR HEAVY DUTY LOW ENERGY SWING DOOR -SURFACE APPLIED

RUTHERFORD CONTROLS - TD365 - 365 DAY TIMER

HAND DRYER XLERATOR ECO - Model XL-W-ECO

8

A1

MATCH EXISTING FOUNDATION DEPTHSTEP AS REQUIRED TO A MIN. 4' - 0" BELOW GRADE

PROVIDE 15M BARS @ 24" O.C. VERT.TO TIE INTO EXISTING FOUNDATION WALL.GROUT VOIDS SOLID.

MATCH EXISTING FOUNDATION DEPTHSTEP AS REQUIRED TO A MIN. 4' - 0" BELOW GRADE

PROVIDE 15M BARS @ 24" O.C. VERT. TOTIE INTO EXISTING FOUNDATION WALL.GROUT VOIDS SOLID.

UNEXCAVATED

8'-8"

8'-8

"

PROVIDE GRANULAR 'A' IN 12" COMPACTED LIFTS

CEILING

T.O. FLOOR

PRE ENG TRUSSES @ 24" O.C.OR 2" x 6" RAFTERS @ 16" O.C. C/W

2" x 6" CEILING JOISTS @ 16" O.C.

6 MIL VAPOUR BARRIER5/8" TYPE "X" GYPSUM BOARD

SURFACE MOUNTLIGHT FIXTURE

2" RIGID FOAM (STYRO FOAM)INSULATION UNDERAREA OF NEW SLAB

4" CONCRETESLAB C/W 6x6x6 WWF

TILTEDMIRROR

VERIFY & MATCH EXISTING ROOF PITCH

VERIFY & MATCH EXISTINGROOF OVERHANG

V.I.F. V.I.F.

NEW 8" CONCRETE WALLC/W DAMPROOFING

8'-1

"4'

-0"

NEW 8" x 18" CAST IN PLACECONCRETE FOOTING

C/W 2 - 15M BARSCONTINUOUS IN FOOTING

40 YEAR LAMINATESHINGLES - GAF/ELK SET ON

1/2 PLYWOOD C/W H-CLIPS

2" x 8" WOOD PLATE W/ANCHOR BOLT

ROOF VENT

R40 INSULATION

CONT. VENTING

GRANULAR 'A'COMPACTED IN 12" LIFTS

10M BENT BARS @ 24" O.C.INTO SLAB

10M BENT BARS @ 24" O.C.

NATIVE SOIL

15M DOWELS @ 24" O.C.GROUT VOIDS SOLID @ REBARLOCATIONS

HORIZONTAL JOINTREINFORCEMENT @ EVERYSECOND COURSE

EPOXY COATING

EQ

EQ

EQ EQ

PROVIDE NEW 1/2" DRYWALL CEILING INEXISTING WASHROOMS

PROVIDE NEW LIGHT FIXTURE(MATCH NEW WASHROOM)

PROVIDE NEW EXHAUST FAN(MATCH NEW WASHROOM)

EXISTING SWITCHING &ELECTRICAL TO REMAIN

24" x 24" ACCESSPANEL INSULATED

SWITCH w/ OCCUPANCYSENSOR (DECORA STYLE)

SPEC: LIGHTOLIER - PRISMALYTE(PNB) PNB SERIES 132/232/332 -1' x 4' SURFACE BOX FLUORESCENT,PREMIUM SPECIFICATION GRADELENSED 2 LAMP T8/T12

EXHAUST TO OUTSIDE

SWITCH

GFI OUTLET

RCP & ELECTRICAL PLAN LEGEND

ATTIC VENTS

6" / 12"

6" /

12"

6" /

12"

6" / 12"

6" /

12"

V.I.F.

V.I.

F.

TO

MA

TC

HE

XIS

TIN

G S

LOP

ET

O M

AT

CH

EX

IST

ING

SLO

PE

TO MATCHEXISTING SLOPE

PROVIDE ICE AND WATER SHIELD AT ALL EAVES ANDVALLEYS 36" WIDE (TYPICAL)

VALLEY

VALLEY

RIDGE

EXISTINGROOF

EXISTINGROOF

NEW ROOFSHINGLES TO

MATCHEXISTING

NEW DOWNSPOUT

NEW EAVESTROUGH

NEW EAVESTROUGH

NEW EAVESTROUGHEXISTING EAVESTROUGH

ALTERNATE 1:

SHEET TITLE:

SCALE:

SHEET NO:

REVISION: ISSUED:

JOB #:

JASON PIZZICAROLA DESIGN - ARCHITECT296 RIDGE ROAD N

RIDGEWAY, ONTARIO, L0S 1N0T. 905-894-8300F. 905-894-8400

e-mail [email protected]

No:

CERTIFICATE OF PRACTICE : # 4053

As indicated

10/07/2014 12:40:00 PM

A1

MAIN FLOOR PLAN &ELEVATIONS

TENDER

SOCCER CLUB

865 FERNDALE AVE.,FORT ERIE, ON L2A 5E1

1/2" = 1'-0"1 MAIN FLOOR PLAN

1/2" = 1'-0"7 FOUNDATION PLAN

1/2" = 1'-0"8 SECTION 3/8" = 1'-0"9 RCP & ELECTRICAL PLAN

1/2" = 1'-0"2 ROOF PLAN

PROVIDE SEPARATE PRICE FORNEW SHINGLES, DRIP EDGE, VENTS(5), ICE & WATER SHIELD AT EAVES.SHINGLES SHALL BE GAF/ELK 40 yr.