51
THE CORPORATION OF THE TOWN OF INNISFIL REQUEST FOR QUOTATIONS FOR Renovation at Innisfil Accelerator Hub, 8000 Yonge Street QUOTATION #: Q-19-116 BID SUBMISSION DEADLINE DATE: Friday, November 29, 2019 TIME: 11:00 A.M. Eastern local time NON-MANDATORY SITE MEETING See Section 10 Thursday, November 21, 2019 @ 9:30 a.m. QUESTION & ANSWER PERIOD Question period deadline: Friday, November 22, 2019 @ 4:30 p.m. Answer response date: Tuesday, November 26, 2019 The Corporation of the Town of Innisfil reserves the right to accept or reject all or part of any Bid and also reserves the right to accept other than the lowest Bid and to cancel this Call for Bid at any time. ELECTRONIC BID SUBMISSIONS ONLY

THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

THE CORPORATION OF THE TOWN OF INNISFIL

REQUEST FOR QUOTATIONSFOR

Renovation at Innisfil Accelerator Hub,8000 Yonge Street

QUOTATION #: Q-19-116

BID SUBMISSION DEADLINE

DATE: Friday, November 29, 2019

TIME: 11:00 A.M. Eastern local time

NON-MANDATORY SITE MEETING

See Section 10 Thursday, November 21, 2019 @ 9:30 a.m.

QUESTION & ANSWER PERIOD

Question period deadline: Friday, November 22, 2019 @ 4:30 p.m.Answer response date: Tuesday, November 26, 2019

The Corporation of the Town of Innisfil reserves the right to accept or reject all or part of any Bid andalso reserves the right to accept other than the lowest Bid and to cancel this Call for Bid at any time.

ELECTRONIC BID SUBMISSIONS ONLY

Page 2: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 2 of 33 November 14, 2019

Table of Contents

DEFINITIONS .................................................................................................................................. 5

PART I INSTRUCTIONS TO BIDDERS ............................................................................... 7

1. ELECTRONIC TENDERING SYSTEM .................................................................................. 72. CETA/CFTA TRADE AGREEMENTS – NOT APPLICABLE TO THIS RFQ........................... 73. BID CLOSING TIME AND DATE ........................................................................................... 74. REQUEST FOR QUOTATIONS ............................................................................................ 75. INQUIRIES, OMISSIONS, DISCREPANCIES AND INTERPRETATIONS ............................. 86. COMPETITION INTENDED .................................................................................................. 87. ADDENDUM/ADDENDA ....................................................................................................... 88. WITHDRAWAL/AMENDMENT OF SUBMISSION ................................................................. 99. IRREVOCABILITY OF SUBMISSIONS ................................................................................. 910. NON-MANDATORY SITE MEETING ................................................................................. 911. DATE OF BIDDING DOCUMENT .................................................................................... 1012. MANDATORY BID REQUIREMENTS .............................................................................. 1013. BID DEPOSIT & CONTRACT SECURITY – NOT APPLICABLE TO THIS RFQ .............. 1014. RESERVATION OF RIGHTS AND PRIVILEGE CLAUSE ................................................ 1115. EXECUTION OF CONTRACT UPON AWARD ................................................................ 1216. STATEMENT OF UNDERSTANDING ............................................................................. 1317. PRICE COMPONENTS ................................................................................................... 1318. SCHEDULE OF PRICES ................................................................................................. 1419. PROVISIONAL ITEMS AND QUANTITIES ...................................................................... 1420. ALTERNATIVE DISPUTE RESOLUTION (ADR) ............................................................. 1421. FREEDOM OF INFORMATION ....................................................................................... 1422. ACCESS TO RECORDS ................................................................................................. 1423. ANTI-LOBBYING ............................................................................................................. 1524. BLACKOUT PERIOD ....................................................................................................... 15

PART II STANDARD CONDITIONS OF CONTRACT ........................................................... 16

25. PURCHASING PREFERENCE ........................................................................................ 1626. PURCHASE ORDER ....................................................................................................... 1627. INSURANCE .................................................................................................................... 1628. WORKPLACE SAFETY AND INSURANCE BOARD (WSIB) ........................................... 1629. DAMAGE CLAIMS ........................................................................................................... 1730. OCCUPATIONAL HEALTH AND SAFETY....................................................................... 1731. WHMIS REQUIREMENTS ............................................................................................... 1832. SAFETY STANDARDS .................................................................................................... 1833. ACCESSIBILITY FOR ONTARIANS WITH DISABILITIES ............................................... 1934. LAWS AND REGULATIONS ............................................................................................ 1935. NON-WAIVER ................................................................................................................. 1936. NON-ASSIGNMENT ........................................................................................................ 1937. DISPUTES ....................................................................................................................... 1938. INSPECTION AND TESTING .......................................................................................... 1939. EMERGENCY TELEPHONE NUMBER ........................................................................... 2040. MEETINGS ...................................................................................................................... 2041. ALTERATIONS AND AMENDMENTS ............................................................................. 2042. DEFECTIVE OR UNSUITABLE ....................................................................................... 2043. REJECTED COMMODITIES............................................................................................ 2144. DELIVERY SCHEDULE ................................................................................................... 21

Page 3: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 3 of 33 November 14, 2019

45. FORCE MAJEURE .......................................................................................................... 2146. PERSONAL PROPERTY SECURITY ACT ...................................................................... 2147. TOWN NOT EMPLOYER ................................................................................................. 2148. INDEMNIFICATION ......................................................................................................... 2149. THIRD PARTY CLAIMS/INSURANCE CLAIMS ............................................................... 2150. DEFAULT ........................................................................................................................ 2251. TERMINATION ................................................................................................................ 2252. EVALUATION OF PERFORMANCE ................................................................................ 2253. TOWN OF INNISFIL PURCHASING POLICY BY-LAW NO. 032-17 ................................ 2354. WORKING LANGUAGE ................................................................................................... 2355. TOWN OF INNISFIL PAYMENT TERMS & METHODS ................................................... 2356. PAYMENT HOLDBACK FOR UNSATISFACTORY PERFORMANCE ............................. 24

PART III GENERAL PROVISIONS ..................................................................................... 25

57. INTRODUCTION ............................................................................................................. 2558. SCOPE OF WORK .......................................................................................................... 2558.1 Permits ......................................................................................................................... 2558.2 Demolition and Disposal ............................................................................................... 2558.3 Walls ............................................................................................................................ 2558.4 Windows and Doors ..................................................................................................... 2558.5 Lighting/Electrical ......................................................................................................... 2658.6 Kitchen ......................................................................................................................... 2658.7 Washrooms .................................................................................................................. 2658.8 Ceiling .......................................................................................................................... 2658.9 Flooring ........................................................................................................................ 2659. EXCLUSIONS OF SCOPE OF WORK ............................................................................. 2760. DATE OF COMMENCEMENT ......................................................................................... 2761. TIME FOR COMPLETION ............................................................................................... 2762. PRICING .......................................................................................................................... 2863. HOURS OF WORK .......................................................................................................... 2864. SITE ACCESS ................................................................................................................. 2865. ENVIRONMENTAL CONSIDERATIONS ......................................................................... 2866. SITE MAINTENANCE AND CLEANUP ............................................................................ 2867. WASTE CONTAINER ...................................................................................................... 2968. RESTORATION ............................................................................................................... 2969. INSPECTION ................................................................................................................... 2970. GUARANTEED MAINTENANCE AND WARRANTY ........................................................ 2971. SUBCONTRACTORS ...................................................................................................... 2972. COORDINATION OF WORKS ......................................................................................... 29

PREVIEW OF CONTRACT FORM OF AGREEMENT ................................................................... 30

PART IV AGREEMENT ...................................................................................................... 31

PART V APPENDICES ..................................................................................................... 33

Appendix A – Floor Plan 1.............................................................................................................. 33

Appendix B – Floor Plan 2.............................................................................................................. 33

Appendix C – Ceiling Plan.............................................................................................................. 33

Appendix D – Mechanical Plan ...................................................................................................... 33

Page 4: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 4 of 33 November 14, 2019

Appendix E – Electrical Plan .......................................................................................................... 33

Appendix F – Look and Feel .......................................................................................................... 33

Page 5: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 5 of 33 November 14, 2019

DEFINITIONS

The following definitions apply to the interpretation of the Bid Documents;1. “ADDENDUM” means a written change, addition, alteration, correction or revision to a bid,

proposal or contract document. Addendum/Addenda may be issued following a pre-bid sitemeeting/conference or as a result of a specification or work scope change to the solicitation.

2. “BIDDER” refers to any legal enterprise making a submission in response to this Call for Bid.3. “BID FORM” is the standard forms provided in the Town’s Bidding System. Bidders must

complete and submit the forms in order to provide the necessary information for the evaluationof the bids and to create a legally binding bid.

4. “BUSINESS DAY” means any day from Monday to Friday between the hours of 8:30 am and4:30 pm, excluding statutory or civic holidays observed by the Corporation of the Town ofInnisfil.

5. “CALL FOR BID” means a formal or informal request for bid, on the terms and conditions setforth in the Town’s bid documents that may be in the form of a Request for Quotation,Proposal, Tender, Prequalification or Standing Offer.

6. “BID SUBMISSION DEADLINE” is the closing date and time that is provided in the Call forBid document that a Bidder’s proposal must be received by the Town’s Bidding System.

7. “BID PRICE” means the total price proposed by a Bidder in its Bid for the performance of theWork.

8. “BID SUBMISSION” means the information submitted by a Bidder in response to this Requestfor Quotations, also referred to as BID or SUBMISSION.

9. “BUSINESS DAY” means any day from Monday to Friday between the hours of 8:30 am and4:30 pm, excluding statutory or civic holidays observed by the Corporation of the Town ofInnisfil

10. “CONTRACT” means a legal document and any attachments that bind the Town and all otherparties subject to the provisions of the Contract.

11. “CONTRACTOR” means any Successful Bidder who has entered into a Contract with theTown.

12. “CONTRACT PRICE” means full and total compensation that the Town shall pay to theContractor for the full, timely and complete performance of the Work in compliance with allterms and conditions of the Contract.

13. “ELECTRONIC TENDERING SYSTEM” means the web based platform used by the Town forcompetitive bid solicitations, also referred to as Bidding System.

14. “MAY” used in this document denotes permissive.15. “PURCHASING” / “SUPERVISOR OF PURCHASING” means the purchasing

representative(s) working within the finance department, who are responsible for the Town’scentralized purchasing function and are hereby authorized to act as agent for the Town in allsuch matters pertaining thereto.

16. “REQUEST FOR QUOTATIONS” or “QUOTATION” means the document issued by the Town.17. “SHALL” and “WILL” used in this document denotes imperative.18. “SUCCESSFUL BIDDER(S)” means a Bidder whose Bid(s) has been awarded by the Town.19. “TOWN” means the Corporation of the Town of Innisfil.20. “WORK” means the total services required by the Contract.

Page 6: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 6 of 33 November 14, 2019

21. “WORKING DAY” means any day from Monday to Friday commencing at 7:00 AM. No workwill be permitted on a Saturday, Sunday or Statutory Holiday.

Page 7: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 7 of 33 November 14, 2019

PART I INSTRUCTIONS TO BIDDERS1. ELECTRONIC TENDERING SYSTEM

All Bidders shall have a Bidding System Vendor account and be registered as a Plan Taker for thisBid opportunity, which will enable the Bidder to download the Call for Bid Document, to receiveAddenda/Addendum email notifications, download Addendums and to submit their bidelectronically through the Bidding System.To ensure receipt of the latest information and updates via email regarding this bid or if a Bidderhas obtained this Bid Document from a third party, the onus is on the Bidder to create a BiddingSystem Vendor account and register as a Plan Taker for the bid opportunity at:https://innisfil.bidsandtenders.ca/Module/Tenders/enThe Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’sBidding System, hereafter called the “BIDDING SYSTEM”.The Bidding System will send a confirmation email to the Bidder advising that their bid wassubmitted successfully.HARD-COPY BID SUBMISSIONS SHALL NOT BE ACCEPTED.

2. CETA/CFTA TRADE AGREEMENTS – NOT APPLICABLE TO THIS RFQNot applicable to this RFQ.

3. BID CLOSING TIME AND DATEELECTRONIC BID SUBMISSIONS ONLY, shall be received by the Bidding System, no later than11:00:00 a.m. (11:00:00 hours) Eastern local time, on Friday, November 29, 2019.The closing time shall be determined by the Bidding System web clock.Bidders are cautioned that the timing of their Bid Submission is based on when the Bid isRECEIVED by the Bidding System, not when a Bid is submitted by a Bidder, as Bid transmissioncan be delayed in an “Internet Traffic Jam” due to file transfer size, transmission speed, etc.For the above reasons, the Town recommends that Bidders allow sufficient time to upload theirBid Submission and attachment(s) (if applicable) and to resolve any issues that may arise. Theclosing time and date shall be determined by the Town’s Bidding System web clock.The Bidding System will send a confirmation email to the Bidder advising that their bid wassubmitted successfully. If you do not receive a confirmation email, contact technical support atbids&tenders via email: [email protected] Submissions shall not be accepted by the Town’s Bidding System.All Bids shall be irrevocable and shall remain open for acceptance, at the prices quoted, for up toninety (90) calendar days from the Bid Submission Deadline. In submitting a Bid, each Bidderagrees that, notwithstanding anything to the contrary, the Town may notify the Successful Bidderat any time within the Bid validity period that its Bid has been awarded.

4. REQUEST FOR QUOTATIONSTask Date

Date of Posting Thursday, November 14, 2019Non-Mandatory Site Visit Thursday, November 21, 2019 @ 9:30 a.m.Deadline for Questions Friday, November 22, 2019 @ 4:30 p.m.Post Answers Tuesday, November 26, 2019Bid Submission Deadline Friday, November 29, 2019 @ 11:00 a.m.

Note: Although every attempt will be made to meet all dates, the Town reserves the right to modifyany or all dates at its sole discretion.

Page 8: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 8 of 33 November 14, 2019

5. INQUIRIES, OMISSIONS, DISCREPANCIES AND INTERPRETATIONSAll Inquiries concerning this Call for Bid including specifications, process and results are to bedirected in writing through the Town’s Bidding System.

The Purchasing Services contact on this Call for Bid is:Allison BluntPurchasing Agent

Inquiries shall not be directed to any other Town employees. No Inquiries will be accepted bytelephone. A transcript of the questions and answers will be posted on the Town’s Bidding Systemin the form of an addenda on or before the date as listed in this document.The Town shall not be held liable for any errors or omissions in any part of this Call for Biddocument. While the Town has used considerable efforts to ensure an accurate representation ofinformation in this document, the information contained herein is supplied solely as a guideline forBidders. The information is not guaranteed or warranted to be accurate by the Town, nor is itnecessarily comprehensive or exhaustive. Nothing in the document is intended to relieve the Bidderfrom forming their own opinions and conclusions with respect to the matters addressed in this Callfor Bid document.Should a Bidder find omissions or discrepancies in any part of this Call for Bid document or shouldthe Bidder be in doubt as to the meaning of any part of such documents, the Bidder shall notify thedesignated contact without delay.No oral explanation or interpretation will modify any of the requirements or provisions of theDocuments. The Town of Innisfil will assume NO responsibility for oral instructions orsuggestions.

6. COMPETITION INTENDEDIt is the Town’s intent that this Call for Bid will permit competition. It shall be the Bidder’sresponsibility to advise the Purchasing Services contact in writing through the Bidding System, ifany language, requirement, specification, etc., or any combination thereof, inadvertently restrictsor limits the requirements stated in this Call for Bid to a single source. Such notification must bereceived by the Bidding System no later than seven (7) calendar days prior to the Bid SubmissionDeadline.

7. ADDENDUM/ADDENDAAddenda if required will be issued by Purchasing Services and shall hereby form part and parcelof the said Project.Bidders shall acknowledge receipt of any addenda when submitting their Bid through the BiddingSystem. Bidders shall check a box for each addendum/addenda and any applicable attachmentsthat has been issued before a Bidder can submit their Bid submission online.Addendum/Addenda will be issued through the Bidding System, typically Forty-eight (48) Hoursprior to Closing Time and Date.In the event an addendum is issued within Forty-eight (48) Hours prior to Closing Time and Date,it may include an extension of the Closing Time and Date. It is the responsibility of the Bidder tohave received all Addendum/Addenda that have been issued. Bidders should check online athttps://innisfil.bidsandtenders.ca/Module/Tenders/en prior to submitting their Bid and up untilBid closing time and date in the event additional addendums are issued.The Town encourages Bidders not to submit their Bid prior to forty-eight (48) hours before theBid closing time and date, in the event that an addendum is issued. If a Bidder submits their bidprior to this or at any time prior to the bid closing and an addendum/addenda is issued by theTown, the Bidding System shall WITHDRAW their Bid submission and change their Bid

Page 9: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 9 of 33 November 14, 2019

submission to an INCOMPLETE STATUS (NOT accepted by the Town) and the Withdrawn Bidcan be viewed by the Bidder in the “MY BIDS” section of the Bidding System. The Bidder is solelyresponsible to:

i) make any required adjustments to their Bid; andii) acknowledge the addendum/addenda; andiii) ensure the re-submitted Bid is RECEIVED by the Bidding System no later than 11:00:00

a.m. (11:00:00 hours) Eastern local time, on the Bid Closing Date.

NOTE: Additional company contacts are recommended for the reasons outlined below:

· Do not invite any additional contacts that you do not want to have access to view, edit, submitand/or withdraw or who may be in direct competition for example (a company may have twodivisions that could compete for the same Bid Opportunity).

· Bidders are strongly encouraged when creating or updating a Bidding System Vendor accountto add additional company employees to create their own login to the Bidding System. Thiswill permit those additional employees that have created their own login to manage (register,submit, edit and withdraw) Bids that the Bidder is a Registered Plan Taker for. In the eventthe Bidder’s employees are on vacation, or due to illness, etc. these additional appointedemployees may act on the Bidder’s behalf and have the authority to; receive addendumnotifications from the Bidding System, and where permitted by the terms and conditions of theBid Call Document, to submit Bids electronically through the Bidding System and/or withdrawand/or edit and/or acknowledge addendum/addenda.

· If additional employees are invited by the Bidder, it is imperative that these employeescreate their login from the link contained in the email invitation. Do NOT go directly tohttps://innisfil.bidsandtenders.ca/Module/Tenders/en website and create a separatevendor account.

8. WITHDRAWAL/AMENDMENT OF SUBMISSIONBidders may amend or withdraw their Submission prior to the closing time and date. However theBidder is solely responsible to:

i) Withdrawal – Ensure the submission is WITHDRAWN from the Bidding System nolater than 11:00:00 a.m. (11:00:00 hours) Eastern local time, on the Bid Closing Date;

ii) Amendment - Ensure the re-submitted bid is RECEIVED by the Bidding System nolater than 11:00:00 a.m. (11:00:00 hours) Eastern local time, on the Bid Closing Date.

9. IRREVOCABILITY OF SUBMISSIONSUpon bid submission deadline, all submissions become irrevocable for ninety (90) calendar days.By submission of a Bid, the Bidder agrees that should the Town issue the award of the contract tothem as the Successful Bidder, the Bidder will enter into a Contract with the Town.

10. NON-MANDATORY SITE MEETINGBidders are invited to attend a one-time non-mandatory site meeting to be held at the InnisfilAccelerator Hub located at 8000 Yonge Street, Innisfil, Ontario on Thursday, November 21, 2019commencing at 09:30 a.m.Bidders are to meet the Town’s representatives outside of the front entrance at the commencementtime and will be required to sign in. Bidders will also be required to sign out.It is the Bidders discretion to attend the site meeting, however it is the Town’s recommendationthat all interested Bidders should attend.The purpose of the site meeting will be to allow each Bidder to observe personally the localconditions to be met during the performance of the Work.

Page 10: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 10 of 33 November 14, 2019

Each Bidder shall examine the surrounding and adjacent public and private properties for existingconditions including, but not limited to, the rights and interests of other parties that may beinterfered with during construction. No Bidder shall claim, at any time after the Bid SubmissionDeadline that there was any misunderstanding about the terms and conditions of the Contractrelating to site conditions. No adjustment to the schedule or to the Contract price will be made fordifficulties encountered during construction due to conditions, features, and peculiarities of the sitethat were evident at the time of the Bid Submission Deadline.The purpose of the site meeting is also to provide additional information, if required, and to answerquestions concerning this Call for Bid.All verbal communications at the site meeting are non-binding and any new information or changesprovided at or as a result from the site meeting will be summarized in an Addendum.

11. DATE OF BIDDING DOCUMENTBid Documents date:

The official bid documents are dated as follows, unless otherwise amended:· November 14, 2019

12. MANDATORY BID REQUIREMENTSFailure to adhere to the following mandatory submission requirements shall result in a Bid beingdeclared non-compliant:

a. Submissions shall be received by the Bidding System before the Bid SubmissionDeadline;

b. Submissions shall be complete and in the original Bid Form as supplied without anyunauthorized alterations, additions, deletions or qualifying statements made to orprovided with the Bid Form;

c. The Bid Form shall clearly identify the Bidder’s business name, first and last name andtitle of the individual who is a duly authorized official of the Bidder;

d. If applicable, for a joint Bid, the Bidder as identified in the Bid submission will beconsidered the lead Bidder and is responsible for identifying that the Bid is a Joint Bid andshall provide the other joint party’s identification information within their Bid Submission;

e. If applicable, the Bid and/or Contract Security, Surety Consent Form to be drawn againstan Ontario based Surety Company shall be submitted signed with the submissioncontents and reflect the correct amount;

f. If applicable, the Bidder shall be previously qualified, under a related pre-qualificationprocess;

g. All submissions comply with the terms and conditions of the RFP Documents;h. For greater certainty, any failure by a Bidder to insert a unit price where required shall be

deemed to be a $ “0” value; andi. No claims or litigation proceedings have been instituted by the Bidder against the Town,

or in turn by the Town against the Bidder.

A complete list of Bid Irregularities and the action taken for each irregularity is found in thePurchasing By-law on the Town’s website at:https://innisfil.ca/mygovernment/budgetsfinance/purchasingservices

13. BID DEPOSIT & CONTRACT SECURITY – NOT APPLICABLE TO THIS RFQNot applicable to this RFQ.

Page 11: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 11 of 33 November 14, 2019

14. RESERVATION OF RIGHTS AND PRIVILEGE CLAUSEThe Town has the right to accept or reject any and all Bids, in whole or in part.

The Town has the right to cancel this Quotation at any time and for any reason without any liabilityto any Bidder.

The Town reserves the right to reject unbalanced bids and the determination of unbalanced is atthe Town’s sole discretion.

The Town reserves the right to award the Contract in its entirety or in part, to one or more Bidders,in accordance with the Quotation.

The Town has the right to waive strict compliance with the terms of the Quotation if, in the opinionof the Town, the non-compliance does not affect the Bid in any material way, materiality to bedetermined in the sole discretion of the Town.

The Town reserves the right, privilege, entitlement and absolute discretion, and for any reasonwhatsoever to:

a. accept a Bid other than the lowest Bid or reject the lowest Bid;b. cancel this Quotation at any time, either before or after the Bid Submission Deadline;c. accept or reject any and all Bids, whether in whole or in part;d. accept the Bid deemed most favourable to the interest of the Town or that may provide

the greatest value and benefit to the Town based upon and not limited to:i. priceii. abilityiii. quality of workiv. servicev. past experiencevi. past performancevii. qualification

e. with the exception of Section 12 Mandatory Bid Requirements, waive any informalities,requirements, discrepancies, errors, omissions, or any other defects or deficiencies in anyBid Form or Bid Submission.

The Town may consider the total Bid price, inclusive of the prices tendered for any provisional oroptional items, or only the price stipulated for the base contract work, or any combination thereof,in determining which Bid best meets its needs and interests.The Town reserves the right to seek clarification of the contents of any Bid, or to require a Bidderto submit further documentation.In its evaluation of the Bids, the Town may consider the following:

a. information provided in response to inquiries of credit, experience and industry referencesset out in the Bid;

b. information received in response to inquiries made by the Town of third parties apart fromthose disclosed in the Bid in relation to the reputation, reliability, experience andcapabilities of the Bidder;

c. the experience and qualification of the Bidder’s senior management, and projectmanagement.

d. The compliance of the Bidder with the Town ’s requirements and specifications; ore. Bidders with known poor safety records or with inadequate qualifications or equipment

shall not be considered for Award.

Page 12: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 12 of 33 November 14, 2019

The Town reserves the right to verify any information from third parties and receive additionalinformation regarding any Bidder, its directors, officers, shareholders or owners, and any otherparty associated with the Bid, as the Town may require.

The Town has the right to reject any Bidder who is involved in litigation with the Town.

Under the following circumstances:a. If only one Bid is received, the Town has the right to elect to:

i. open the Bid;ii. open the Bid and cancel the RFQ;iii. open the Bid and the Town may enter into negotiations with the Bidder if it is a

compliant Bid; oriv. not open the Bid and cancel the RFQ.

b. If only one compliant Bid is received, the Town has the right to elect to:i. enter into negotiations with the Bidder; orii. cancel the RFQ; oriii. cancel the RFQ and reissue the Bid document at a later date.

c. If no Bids or no compliant Bids are received, the Town has the right to elect to:i. cancel the RFQii. cancel the RFQ and reissue the Bid Document at a later date;iii. cancel the RFQ and to single source the works to any one person or entity

whatsoever at its sole discretion.

The Bidders acknowledge that the Work, or portions thereof, are subject to the procurement andissuance of certain permits, authorizations, licenses, easements and other approvals (theApprovals) as may be required from third parties, including applicable government agencies, underapplicable laws, statutes and regulations in order to commence and perform the Work. In theevent, and to the extent, any such Approvals are not issued in order to permit commencement orperformance of the Work, the Town reserves the right to either:

a. not award the Contract and cancel the Call for Bid; orb. award the Contract in whole or in part, subject to the right of the Town to cancel all or part

of the Contract at any time after award in the event any required Approvals cannot beobtained; or

c. delay the consideration of the award of the Contract until such time as the requiredApprovals have been obtained.

By submitting a Bid, the Bidder acknowledges the Town’s rights under this Section and absolutelywaives any right, or cause of action against the Town, by reason of the Town’s failure to acceptthe Bid submitted by the Bidder, whether such right or cause of action arises in contract,negligence or otherwise.

15. EXECUTION OF CONTRACT UPON AWARDThe Successful Bidder, if any, shall sign, scan and upload in “.pdf” format, the required documentsto the Town’s Bidding System within ten (10) business days of written notification of award. Shouldthe awarded Bidder either; attempt to withdraw their Bid, or fail to or refuse to execute the Contractand/or provide the necessary documentation, within the time specified, the Town may award tothe next lowest compliant Bidder and reserves the right to execute the Default clause in this Callfor Bid and blacklist the Bidder from bidding with the Town for up to two (2) years.The following are the required documents:

Page 13: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 13 of 33 November 14, 2019

a. Agreement*;b. Vendor Maintenance and Electronic Funds Transfer Form;c. Contract Key Contacts Form;d. Current Insurance Certificate on the Town’s Standard Insurance Form; ande. Current copy of the Workplace Safety and Insurance Board Certificate of Clearance.

The Agreement* may be executed in two or more counterparts, each of which together shall bedeemed an original, but all of which together shall constitute one and the same instrument. In theevent that any signature is delivered by facsimile transmission or by e-mail or other electronicdelivery of a ".pdf" format data file, such signature shall create a valid and binding obligation of theparty executing (or on whose behalf such signature is executed) with the same force and effect asif such facsimile or ".pdf" signature page were an original thereof.

16. STATEMENT OF UNDERSTANDINGEach Bidder shall be deemed to have carefully examined the Call for Bid document prior tosubmitting its Bid for the Work, and if it should discover any omissions, errors, discrepancies,ambiguities or other anomalies or have any questions or doubts as to the meaning of any portionthereof, it shall, before submitting its Bid, communicate the same in writing to the Town throughthe Bidding System. At the Town’s sole discretion, some or all of the corrections, questions andanswers may be incorporated into an Addendum.Each Bidder warrants and represents that it has substantial and significant experience inundertaking work of a nature and scope similar to that contemplated herein, and that it possessesthe competence, skills, experience and expertise required to successfully carry out the Work andthat in preparing its Bid, it has satisfied itself that it has secured all necessary information requiredby a competent, experienced contractor to prepare a responsible and complete Bid.Bidders are solely responsible for their own expenses in preparing their Submission. If the Townelects to reject any or all Submissions, the Town will not be liable to any Bidder for any claims,whether for costs or damages incurred by the Bidder in preparing their Submission, loss ofanticipated profit in connection with any final Contract, or any other matter whatsoever.

17. PRICE COMPONENTSAll prices will be quoted in Canadian Funds.Prices must be expressed in accordance with the unit of measure specified in the document.Prices documented shall be net prices including transportation and delivery charges fully prepaidby the Bidder to any specified destination within the limits of the Town of Innisfil, unless abreakdown is requested on the Pricing Schedule.Taxes

a. The Town is subject to payment of Provincial and Federal taxes imposed by the Provincialand Federal Governments. Should there be any approved variation in any tax or dutyimposed by the Province of Ontario or the Government of Canada which becomes directlyapplicable to the goods/services and construction to be purchased or provided during theterm of the Contract, the Successful Bidder and the Town mutually agree to allow theappropriate increase or decrease in the prices as of the date they become effective. Theonus is on the Successful Bidder to bring to the Town’s attention any such changes.

b. The Successful Bidder shall allow in their prices for all Sales Taxes that they may berequired to pay on materials and equipment to be utilized or expended in theirperformance of the Work. Except where the Successful Bidder is in the position to claimfor Sales Tax Rebate on the materials used.

It is the Successful Bidder’s responsibility to obtain up-to-date directives.Transportation and Delivery Charges

Page 14: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 14 of 33 November 14, 2019

Prices documented shall be net prices including transportation and delivery charges fully prepaidby the Successful Bidder to any specified destination within the corporate limits of the Town, unlessa breakdown is requested on the Bid Form.Firm PricesPrices tendered are to be in Canadian Funds and are to remain firm for acceptance for a period ofninety calendar (90) days after the Bid Submission Deadline unless otherwise stated herein.

18. SCHEDULE OF PRICESThe Bidder understands and accepts that the quantities shown in the RFQ Document areapproximate estimates only and are subject to increase, decrease or deletion entirely if found notto be required at the discretion of the Town.

19. PROVISIONAL ITEMS AND QUANTITIESItems listed in the Bid Form as “Provisional Items” may or may not be required for completion ofthe Work called for under the Contract. The Town shall determine the necessity and/or actualquantities of these items as the Work progresses. Should any of these items be required, theBidder shall be compensated on the basis of the unit prices(s) quoted. In the event that any or allof these items are found not to be required, the Bidder may not claim extra payment for loss ofanticipated profits.

20. ALTERNATIVE DISPUTE RESOLUTION (ADR)Bidders may request to participate in an Alternative Dispute Resolution Process (ADR) tounderstand the bid process that occurred and to assist them in improving future bids to the Town.A written request for a debrief must be received by the Town within ten (10) calendar days of thepublished award decision. The complete Town’s ADR Process can be found on the Town’s websiteat: https://innisfil.ca/mygovernment/budgetsfinance/purchasingservices

21. FREEDOM OF INFORMATIONAll submissions to the Town become the property of the Town and as such are subject to the“Municipal Freedom of Information and Protection of Privacy Act.”

Bidders may identify any part of their Quotation as confidential except for the total Contract priceand the Bidder’s name. The Town will use its best efforts not to disclose any information so markedbut shall not be liable to a Bidder where information is disclosed by virtue of an order of the PrivacyCommissioner or otherwise as required by law.Upon award the Town will publish the Company name, the name of the contact person and phonenumber unless the Town is notified otherwise in writing in which case the Town will only publishthe name and phone number of the Successful Bidder.

22. ACCESS TO RECORDSThe Town reserves the right to request, at any time during the duration of the contract, access toall logs and/or records held by the Successful Bidder pertaining to the works detailed herein.The Successful Bidder shall provide the requested documents to the Town within seven (7)business days of the initial date of request.It is the responsibility of the Successful Bidder to adhere to the Municipal Freedom of Informationand Protection of Privacy Act (MFIPPA) with respect to protecting any personal informationcollected on behalf of the Town during the duration of the contract.Upon completion of the contract, original copies of all final drawings and documents shall beprovided to the Town for retention and archive.

Page 15: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 15 of 33 November 14, 2019

23. ANTI-LOBBYINGAny attempt on the part of a Bidder, or its employees, agents, contractors, sub-contractors orrepresentatives, to contact an employee of the Town, Elected Official or Appointed Officer, otherthan the designated Purchasing Services contact person as outlined in this document, to influencethe outcome of the purchasing process or subsequent award in any manner, including but notlimited to collusion, bribery, gratuity, or fraud, shall result in the disqualification of the Bidder fromthe bidding process.At the discretion of the Town, any Bidder who violates the provisions of this clause may beprohibited from submitting a future bid to the Town for up to two (2) years or in some cases,indefinitely.

24. BLACKOUT PERIODThe Town prohibits communications with respect to this bid opportunity initiated by a Bidder to anyTown official, consultant or employee for the period of time from the date of issuance of the Bid onthe Town’s electronic Bidding System up to and including the date that the contract has beenformally awarded. This is called the “Blackout Period” of a competitive bid process.Any communication between a Bidder and the Town during the Blackout Period will be initiated bya representative from the Town’s Purchasing Services division for reasons as outlined in theReservation of Rights and Privilege clause in this document. Any communication initiated by aBidder during the Blackout Period in contradiction to this clause, may be grounds for disqualifyingthe Bidder from consideration for the Contract Award.

Page 16: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 16 of 33 November 14, 2019

PART II STANDARD CONDITIONS OF CONTRACT25. PURCHASING PREFERENCE

No preference will be given to any business for goods and/or services provided to the Town.26. PURCHASE ORDER

The Work shall not commence until all of the required documents have been delivered toPurchasing Services and the Contract has been executed by the Successful Bidder and theappropriate Town authorities.A Purchase Order shall be generated and issued to the Successful Bidder for payment purposes.The Successful Bidder must reference the Purchase Order number on every invoice submitted tothe Town.

27. INSURANCEThe Contractor shall maintain and pay for Comprehensive General Liability Insurance with aninsurer acceptable to the Town. The coverage shall include premises and all operations liability tobe performed by the Contractor. This insurance coverage shall be subject to limits of not less thanFive Million Dollars ($5,000,000.00) inclusive per occurrence for bodily injury, death anddamage to property including loss of use thereof for any one occurrence.The policy shall include The Corporation of the Town of Innisfil as an additional insured in respectof all operations performed by or on behalf of the Contractor.The Contractor shall be entirely responsible for the cost of any deductible that is maintained in anyinsurance document.The Insurance Policy shall not be altered, cancelled or allowed to expire or lapse, without thirty(30) days prior written notice to the Town.Where applicable the Contractor shall carry standard automobile and non-owned automobileliability insurance and shall protect them against all liability arising out of the use of owned orleased vehicles, used by the Contractor, its employees or agents. The limits of the liability for bothowned and non-owned vehicles shall not be less than Two Million Dollars ($2,000,000.00) peroccurrence.Where applicable the Successful Bidder must also carry insurance coverage as set-out in this PartII, Standard Conditions of Contract, section titled “Workplace Safety and Insurance Board (WSIB)”

28. WORKPLACE SAFETY AND INSURANCE BOARD (WSIB)The Contractor shall supply a Certificate from the Workplace Safety and Insurance Board prior tothe start of the contract indicating that all of the assessments the Contractor or any Subcontractoris liable to pay under the Worker's Safety Insurance Board Act or successor legislation have beenpaid and they are in good standing with the Board.Effective January 1, 2013, Bill 119 legislates that all Contractors and Sub-Contractors categorizedunder Class G: Construction, shall have a WSIB account and clearance coverage prior tocommencing any contract.Alternatively, if the Contractor is an Independent Operator and is not categorized under Class G:Construction, the Contractor shall submit a letter from the WSIB confirming that s/he hasIndependent Operator Status under the WSIB Act. If the Contractor does not have IndependentOperator Status, the Bidder shall;

I. Complete an Independent Operator Status Questionnaire upon being awarded theContract; and,

II. fund all costs associated with any appeal of a determination by WSIB that the Bidder isnot an Independent Operator; and,

Page 17: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 17 of 33 November 14, 2019

III. provide proof of Employer’s Liability Insurance (provided either by WSIB or theContractor’s insurance provider.

The Contractor acknowledges and agrees that the Town is not hiring an employee(s) to performthe work associated with this Call for Bid. As such, the Town reserves the right to terminate allContracts associated with this Call for Bid if all appeals have been exhausted and the Contractoris determined by WSIB or court or tribunal of competent jurisdiction to be an employee. Any andall monies paid to the Contractor shall be returned regardless of the extent of work that has beencompleted to that point, and all material and documents associated with the Call for Bid, as wellas Town property, shall be returned to the Town. The Contractor acknowledges and agrees thatany work completed to the date when the appeal process has been completed, and anunfavourable determination is made, will be provided to the Town for free and without anyexpectation of compensation. The risk associated with completing any work while there is anappeal process underway is entirely born by the Contractor.

29. DAMAGE CLAIMSThe Contractor shall be responsible for all damages caused by it, its employees, agents, anyworkers or persons employed by it, or under its control, or arising from the execution of the Work,or by reason of the existence, location, or condition of Work, or of any materials, plant or machineryused thereon or therein, or goods supplied in execution of the Contract, or which may happen byreason of their failure or the failure of those for whom they are responsible, to do or perform anyor all of the several acts or things required to be done by them under the Contract.

30. OCCUPATIONAL HEALTH AND SAFETYThe following requirements and conditions shall be included in all agreements with Contractors(and Sub-Contractors) engaged by or on behalf of the Town.Contractors with known poor safety records or with inadequate qualifications or equipment shallnot be considered for award.Contractors acknowledge that they have read and understood the Occupational Health and SafetyAct OHSA (R.S.O. 1990 C. 0.1) and regulations, made under that statute.The Contractor shall comply with all health and safety requirements established by the OHSA andregulations, the Town and any applicable industry standards. The Contractor agrees to assumefull responsibility for the enforcement of same.The Contractor shall participate in a pre-project meeting to verify its full understanding of the majorcontractual requirements and expectations in the area of health and safety before the start of anyWork.The Contractor shall understand that its performance shall be monitored and that their overallperformance shall be a major consideration for future Contracts with the Town. The frequencyand detail of ongoing project monitoring shall be dependent upon the nature of the Work and safetyprecautions specified.The Contractor shall allow access to the Work site on demand to representatives of the Town.The Town shall take all action necessary to support the Contractors health and safety efforts andto ensure that the Town owned and controlled environments in the vicinity of the project are freefrom hazards.The Contractor acknowledges and agrees that any breach or breaches of health and safetyrequirements, whether by the Bidder or any of its Sub-Contractors may invalidate the Contract.The Contractor acknowledges and agrees that any damages or fines that may be assessed againstthe Town by reason of a breach or breaches of the OHSA by the Contractor or any of its Sub-Contractors shall entitle the Town to set off the damages so assessed against any monies that the

Page 18: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 18 of 33 November 14, 2019

Town may from time to time owe the Contractor under this Contract or any other Contract what soever.The Contractor shall provide a list of all controlled hazardous materials or products containinghazardous materials, all physical agents or devices or equipment producing or omitting physicalagent and any substance, compound, product or physical agent that is deemed to be or containsa designated substance in accordance with the Workplace Hazardous Materials InformationSystem (WHMIS) as defined under the Occupational Health and Safety Act and shall provideappropriate Material Health and Safety Data Sheets for these substances used for theperformance of the required Work, all prior to the performance of said Work.Where hazardous materials, physical agents and/or designated substances are used in theperformance of the required work, the Contractor shall ensure that the requirements of theOccupational Health and Safety Act and associated regulations are complied with.The Contractor shall follow Workplace Hazardous Materials Information Systems (WHMIS)requirements and ensure all employees are given required training and support.The Contractor shall have a clearly defined safety plan/rescue plan for its workers involved inhazardous activities. This plan shall include, but not be limited to, procedures for entering aconfined space on the Work site.The Contractor agrees at all times to comply with Occupational Health and Safety Standards inthe workplace and further agrees to adhere to Health and Safety Standards set out in applicablestatutes and regulations and to comply with written Health and Safety Policies of the Town.

31. WHMIS REQUIREMENTSThe Contractor must supply a valid supplier label and appropriate Material Safety Data Sheetunder the Workplace Hazardous Materials Information System (“WHMIS) legislation for allcontrolled products to be supplied in accordance with this Quotation. Any controlled goodssupplied without appropriate data sheet and proper labelling will not be accepted and will bereturned at the sole cost of the Contractor.

32. SAFETY STANDARDSIt is the responsibility of the Contractor to work in a safe and orderly manner so as not to constituteany safety hazards. The following standards are some of the standards that shall be compliedwith; by the Contractor when working on the project:

a. The Contractor shall be responsible for the placement of appropriate physical barriersbetween the Work area, public and staff occupied areas.

b. The Contractor shall control pedestrian and vehicular traffic as required and inaccordance with current manual of Traffic Control Devices.

c. When operating Equipment in a School or Playground Zone; appropriate physical barriersand personnel shall be in place to ensure the safety of the public.

d. No loose clothing shall be worn in the vicinity of moving or rotating equipment.e. The Contractor shall not operate or tamper with Town equipment unless given express

permission to do so.f. Housekeeping standards are to be maintained in the Work area. Debris and material are

not to be allowed to accumulate.g. Keep extension cords and hoses off the floor and out of traffic aisles. Highlight any

tripping, slipping, or bump hazards by using cones, hazard tape or other meansappropriate to the situation.

Page 19: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 19 of 33 November 14, 2019

h. The Contractor shall have and use a "Lock, Tag and Try" procedure that, as a minimum,meets the requirements of the Regulations made under the Occupational Health andSafety Act.

i. The Contractor is responsible for ensuring that all reasonable precautions for theprotection and safety of workers in addition to those listed above are maintained.

j. The Contractor shall provide written notice to the Town in advance of the need to closeany exit or emergency exit, electrical system etc. that may affect a potential evacuationof a Town’s workplace or facility.

k. The Contractor and the Town shall communicate through a designated channel/liaisonperson at all times to avoid any confusion or misunderstanding.

33. ACCESSIBILITY FOR ONTARIANS WITH DISABILITIESThe Bidder shall comply with the provisions of the Accessibility for Ontarians with Disabilities Act,2005, and the Regulations, as amended, with regard to provision of the goods and/or servicescontemplated herein. The Bidder, when applicable, shall ensure that its employees, agents,volunteers and representatives receive training regarding the provision of the goods and servicesto person with disabilities. The Bidder acknowledges that the Corporation of the Town of Innisfil,in deciding to purchase goods or services through its procurement process, is required to considerthe accessibility for persons with disabilities, when applicable and practical to do so.

34. LAWS AND REGULATIONSThe Contractor shall comply with all applicable statutes, laws, by-laws, regulations, ordinancesand orders whether Federal, Provincial, Municipal or otherwise, at any time in effect during thecurrency of this Contract, and all rules and requirements of the Police and Fire departments, orother governmental authorities, and all C.S.A. approvals, if required. The Contractor shall obtainand pay for all necessary permits and licenses, and shall not do or suffer to be done anything inviolation of any such laws, ordinances, rules or requirements. If the attention of the Contractor iscalled to any such violation on his/her part, or of any person employed or engaged by theContractor, he/she shall immediately desist from and/or correct such violation.

35. NON-WAIVERNo act or omission by the Town shall be construed by the Contactor as a renunciation or waiverof any rights or recourses for any breach by the Contractor of its obligations set out in this Quotationand in the Contract, unless the Town provided the Contractor with an express waiver in writing.Any Work completed by the Town required by this agreement to be done by the Contractor shallnot relieve the Contractor of his/her obligations to do that Work.

36. NON-ASSIGNMENTThe Contractor may not assign this Contract in whole or in part or any work performed inaccordance with the Contract without the prior written consent of the Town. Such written consent,however, shall not relieve the Contractor of his/her liabilities and obligations under anycircumstances and shall be within the sole and unfretted discretion of the Town.

37. DISPUTESContract disputes between the Successful Bidder and the Town will be handled in accordance withthe Town’s Alternative Dispute Resolution Process. The complete Town’s ADR Process can befound on the Town’s website at:https://innisfil.ca/mygovernment/budgetsfinance/purchasingservices

38. INSPECTION AND TESTINGThe inspection of the Work shall be carried out by the Town or the Town’s consultant to determinewhether or not it meets the requirements of the Quotation.

Page 20: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 20 of 33 November 14, 2019

Any material or workmanship that fails in any way to meet the terms of the Quotation is subjectto rejection or to be purchased on an adjusted price basis. The decision of the Town shall befinal.All cost associated with the inspection or testing of any service/material that does not meet theTown's specification, shall be charged to the Contractor.The Contractor shall give 24 hours’ notice of any operation that shall require either inspection ormeasurements by the Town.

39. EMERGENCY TELEPHONE NUMBERIf applicable, prior to commencing, the Work, the Contractor shall provide the Town with thename(s) and telephone number(s) of his/her representative(s) who can be contacted on a 24-hourbasis in case of an emergency during the term of the Contract.

40. MEETINGSIf applicable, the Contractor's representative(s), as requested by the Town, shall attend allmeetings required prior to and or during the project at their own expense.The Contractor's representative(s) attending meetings shall be experienced, skilled and qualifiedand shall have the authority to make the necessary decisions and commitments with respect tomatters agreed upon at the meetings.

41. ALTERATIONS AND AMENDMENTSThe Town shall have the right at any time to order changes in the Work in accordance with theConditions of Contract. Any such change shall be made pursuant to a Town of Innisfil’s ContractChange Order Form executed by the Contractor and the Town prior to the Contractor undertakingWork pursuant to this Change Order.Except as stated in the Contract Change Order, the Work shall remain unaltered and the rightsand obligations of the Parties shall remain unaltered and in full force and effect. Each ContractChange Order shall set out the change in Work, the cost of such change, including costs to theContractor and where required and change to the Work schedule. Each Contract Change Order,unless otherwise specified, shall be deemed to incorporate the terms and conditions of theContract and shall be deemed to be part thereof.Any changes in price and/or schedule agreed upon by both the Town and Contractor will beconsidered to be a fair and equitable adjustment for the Contractor’s direct and indirect costs. Themodification provides full compensation for the changed work, including both Contract costs andContract time. The contract price adjustment agreed upon by both the Town and Contractor willbe acknowledged as inclusive of full and final compensation for any cumulative impact of thecurrent and all prior changes. The Contractor hereby releases the Town from any and all liabilityunder the Contract for further equitable adjustment attributable to the Modification.The Town and Contractor shall have the right to change, amend or modify the form or content ofa Contract document in regard to matters, which do not affect the nature of Work, by Contractamendment, which shall be executed by the Town and Contractor. Contract documents, exceptto the extent stated in the Contract amendment, shall remain unaltered and in full force and effect.

42. DEFECTIVE OR UNSUITABLEItems purchased in this document which are later found to be defective or unsuitable for theirintended use shall be returned to the Contractor forthwith, whether the material(s) are on the jobsite or held in inventory. Such products shall be subject to replacement or 100% refund ofpurchase price, at the Town's discretion, and shall not be subject to any re-stocking charges.

Page 21: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 21 of 33 November 14, 2019

43. REJECTED COMMODITIESUpon rejection of commodity(s) the same shall be removed by the Contractor from the premisesof the Town within five (5) business days after notification unless public health and safety requireimmediate destruction or other disposal or such rejected commodities in which case the Town maytake such actions, as it deems necessary. Rejected items left longer than five (5) business daysshall be considered as abandoned and the Town shall have the right to dispose of them as its ownproperty.

44. DELIVERY SCHEDULETime is of the essence for the delivery or provision of the goods and services or either of themrequested herein. The delivery date shall be adhered to, as the Town is relying on that date fortheir part of its operations. Failure to comply with the time schedule herein, in providing the goodsand services may result in the Town taking further action to obtain an alternative Supply, in whichevent the additional cost incurred shall be charged to the Contractor. If the Contractor does notpay such cost, it shall be deducted from the balance of the purchase price owing. Where it is notpossible to obtain the goods and services on or before the date of delivery, the Town shall chargeback to the Contractor the difference in cost between the price submission and the acquisition costof the alternative goods and services.

45. FORCE MAJEUREDates and times by which a party is required to render performance under the Contract shall bepostponed automatically to the extent and for the period of time that such party is prevented frommeeting them by reason of any cause beyond its reasonable control, provided the party preventedfrom rendering performance notifies the other party immediately and in detail of thecommencement and nature of such cause and the probable consequences thereof, and providedfurther that such party uses its reasonable efforts to render performance in a timely manner utilizingto such end all resources reasonably required in the circumstances, including obtaining suppliesor services from other sources if same are reasonably available. The benefit of this provision shallnot apply to the performance of an obligation which is thirty (30) or more days in default.

46. PERSONAL PROPERTY SECURITY ACTThe Contractor warrants that the goods/inventory/equipment being supplied to the Town, are freeand clear of all liens, charges, encumbrances, mortgages, hypothecations, copyrights, patents orany third party statutory claims.

47. TOWN NOT EMPLOYERThe Contractor agrees that the Town is not to be understood as the employer to any Contractornor to such Contractor’s personnel or staff for any work, services, or supply of any products ormaterials that may be awarded as a result of this Quotation document. The Contractor herewithagrees to be the “Constructor” as defined in the Occupational Health and Safety Act.

48. INDEMNIFICATIONThe Contractor shall indemnify and save harmless the Town from and against all claims, actions,losses, costs, damages, or other proceedings by whomsoever made, including substantialindemnity legal costs, which the Town, its employees, officers or agents may suffer as a result ofor in any way caused by negligent acts or omissions by the Contractor or any of its officers,directors, employees, or agents, in connection with the Services performed.

49. THIRD PARTY CLAIMS/INSURANCE CLAIMSClaims or alleged claims received by the contractor relating to property damage, personal injuryor otherwise, shall be dealt with immediately by the Contractor as follows:

a) The Contractor shall retain an independent adjuster who will determine the Contractor’sliability for all third party claims and advise the claimants in writing of the determination of

Page 22: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 22 of 33 November 14, 2019

liability within thirty (30) days of service of the claim on the contractor. Copies of suchdetermination shall be forwarded to the Town.

b) If the Contractor or the Contractor’s independent adjuster fails to respond within the timenoted in (a), the Town reserves the right to have another independent adjuster review theclaim and determine liability thereof. The cost of the additional third party review, anymonies paid by the Town in satisfaction of any third party claim determined to be thecontractor’s liability and all associated costs will be deducted from monies owing to thecontractor by the Town.

c) If a claim is settled, the contractor shall submit to the Town a copy of the Claimant’srelease. The claimant’s release shall cover both the Town and the Contractor in therelease form.

50. DEFAULTThe Town reserves the right to restrict any Bidder and/or Successful Bidder that is in breach of itsobligations from future eligibility to submit bids to the Town for up to two (2) years.In the event the Successful Bidder fails to comply with the specifications, scope, terms andconditions of this document properly, fully and promptly, at any time throughout the duration of theContract, the Town reserves the right to:

a. order the Successful Bidder, on written notice, to discontinue all work under theContract;

b. advertise for new Bids; or,c. carry out the Work(s) in any way at its sole discretion, that deems to be in the best

interest of the Town.The Successful Bidder further agrees to save and hold harmless the Town, and/or its officers,agents, or servant from all loss, damage, liability, cost, charge or expense whatsoever which it,they or any of them may suffer, incur or be put to be reason of such default or failure.

51. TERMINATIONIn the event that the Contractor fails to comply with any provision of the Contract or otherwise failsto perform its obligations hereunder in a competent manner satisfactory to the Town, the Townmay give notice in writing to the Contractor of such failure. In the event that the Contractor hasnot remedied its failure within ten (10) days of the said notice, the Town shall be entitled to exerciseany one or more of the following remedies:

a. the Town may terminate the Contract without further notice and exercise its rights tothe performance security provided by the Contractor;

b. the Town may withhold any payment due to the Contractor hereunder until theContractor has remedied its failure;

c. the Town may engage the services of others to remedy the Contractor’s failure, andobtain reimbursement therefore from the Contractor. Such reimbursement may beobtained either through deduction from any amount owing to the Contractor or throughany other legal means available to the Town;

d. the Town may assert any other remedy available to it in law or equity; and/ore. The Town reserves the right to terminate the contract at any time without cause and

without liability upon thirty (30) days written notice.52. EVALUATION OF PERFORMANCE

Upon completion of the Contract, the Town may complete an evaluation of the Contractors'performance. The evaluation shall be placed on file and a copy of this evaluation may be providedto the Contractor. This information may be made available to persons requesting Town referencesfor the Contractor and also may be reviewed and may form part of the criteria when awarding

Page 23: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 23 of 33 November 14, 2019

future bids by the Town. In the event of documented poor performance, non-performance orconflict of interest, the Town may put the Contractor on a no-bid list (also known as a blacklist)and will not accept bids from the Contractor for up to two (2) years.The Contractor hereby authorizes the maintenance and release of this information.

53. TOWN OF INNISFIL PURCHASING POLICY BY-LAW NO. 032-17The terms and requirements of the Town of Innisfil Purchasing By-Law constitute an integral partof this RFQ and are incorporated by reference into this RFQ. It is the responsibility of all Biddersto become familiar and comply with the requirements of the Town of Innisfil Purchasing By-Law,which is available on the Town’s website:https://innisfil.ca/mygovernment/budgetsfinance/purchasingservices

54. WORKING LANGUAGEThe working language of the Town of Innisfil is English and all responses to this Quotation mustbe English.

55. TOWN OF INNISFIL PAYMENT TERMS & METHODS55.1 The Town’s standard payment terms are NET 28 days from the date of receipt of a Proper

Invoice, as defined in Section 55.3.

55.2 All payments will be processed using a Town Purchasing Card or electronic funds transfer(EFT). If any deviation from the accepted method of payment is necessary such deviationshall be mutually agreed upon and confirmed in writing by both the vendor and the Town.

New or existing vendors will be provided with the Town’s Electronic Funds Transfer Format the time of award of the contract and can also access the form via the following link:Town of Innisfil Vendor Maintenance and Electronic Funds Transfer Form.

Remittance advices indicating the invoice number, account number, amount beingdeposited and the date of deposit are sent via email to the email address provided onElectronic Funds Transfer Form provided by the vendor.

The Contractor must notify the Town’s Accounts Payable representative, in writing viaemail to [email protected], of any changes to company name, address, email, contact,remittance or banking information, etc.

Inquiries regarding payment status shall be directed to [email protected].

55.3 For the purposes of this Contract, an invoice will be deemed as a Proper Invoice where itis compliant with all of the following requirements:a) Includes all of the following information as required of a proper invoice as defined in

the Construction Act, R.S.O. 1990, c. C.30:1. The contractor’s name and address.2. The date of the proper invoice and the period during which the services or

materials were supplied.3. Information identifying the authority, whether in the contract or otherwise, under

which the services or materials were supplied.4. A description, including quantity where appropriate, of the services or materials

that were supplied.5. The amount payable for the services or materials that were supplied, and the

payment terms.6. The name, title, telephone number and mailing address of the person to whom

payment is to be sent.7. Any other information that may be prescribed.

Page 24: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 24 of 33 November 14, 2019

b) Includes the Purchase Order number, where applicablec) Includes the contract title and numberd) Includes a current copy of WSIB Certificate of Clearancee) Is submitted to and received by the Town’s Accounts Payable representative via

email to [email protected]

55.4 In accordance with the Construction Act, R.S.O. 1990, c. C.30, the Contractor will providea Proper Invoice on a monthly basis for construction work, unless otherwise directed inwriting by the Town.

55.5 The Contractor agrees that any notification forms as required by O. Reg. 303/18: Formsunder the Construction Act, R.S.O. 1990, c. C.30 will be issued via email between theparties. Email addresses will be provided on the Town’s prescribed Contract Key ContactsForm which will be provided to the Successful Bidder at the time of award and will form partof the contract documents.

56. PAYMENT HOLDBACK FOR UNSATISFACTORY PERFORMANCEThe Town shall not pay the final invoice to the Successful Bidder for the work, services, productsor materials stated in these documents until the Town is fully satisfied that all terms and conditionsin these documents and all work, service preformed, products or materials delivered shall bedeemed to have been completed, installed or delivered to the complete satisfaction of the Town.

Page 25: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 25 of 33 November 14, 2019

PART III GENERAL PROVISIONS

57. INTRODUCTIONThe Town of Innisfil is calling for the complete bid submissions from qualified Contractors tocomplete interior renovations at the new Innisfil Accelerator Hub, 8000 Yonge St, Second Floor,as detailed herein. The Accelerator Hub is a leased space of approximately 4000 square feet and,once complete, will house 6-8 private companies in a mix of private office space, and flexible, openoffice space. These companies will receive mentorship and training to help their business grow inInnisfil, along with subsidized space in the community for between 6 and 12 months. At that time,a new company will move into the space to begin the process anew.Work will include demolition of some existing walls, installation of new walls, fixtures, flooring, dropceiling work, and lighting replacements. As an overview, the renovation will not involve anystructural walls and the vast majority of the existing mechanical system will remain intact. The vastmajority of the existing plumbing will be used, with some minor changes as identified in the plansin one (1) washroom.The Contractor will be required to provide all materials, equipment and labour necessary tocomplete the renovations.

58. SCOPE OF WORKBidders shall reference the multiple appendices referenced throughout and included at the end ofthis document, detailing the structural, mechanical, and electrical requirements for the renovation.

58.1 PermitsThe Contractor will be responsible for obtaining the Electrical Safety Authority Permit, at noadditional cost to the Town.The Town will obtain the Building Permit.

58.2 Demolition and DisposalThe Contractor will be responsible for the removal and disposal of walls as identified in Floor Plan1 (Appendix A). No structural walls are included in the demolition.The Contractor will also be responsible for the removal and disposal of all existing cabinetry, wallmirrors, existing flooring, toilets, sinks, applicable baseboards and any other materials that are notable to be reused.All materials shall be disposed of in accordance with any applicable legislation.

58.3 WallsThe Contractor will be responsible for the construction of the new walls, as identified in Floor Plan2 (Appendix B).All new drywall shall be primed.The Contractor will be required to paints all walls (new and existing) on the 2nd floor and in the rearentrance lobby and staircase using primarily bright white, with some coloured accent walls asdetailed in Appendix F. The Contractor will be required to use paint in colours as similar as possibleto those identified in Appendix F.All paint selections will be subject to pre-approval by the Town, therefore the Contractor will berequired to advise the Town’s representative a minimum of one (1) business day prior to theplanned date of purchase of the paint.

58.4 Windows and DoorsThe Contractor will be responsible for the supply an installation of two large windows (sizing asoutlined in Appendix B) in the wall separating the Open Office Area 219 and Meeting Area 222.

Page 26: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 26 of 33 November 14, 2019

The Contractor shall replace all internal existing doors with new, lockable doors of the same size.All replacement doors shall include windows with glazing, except for the three washroom doorswhich shall not have any windows but shall still be lockable.Doors leading to external lobby areas are not required to be replaced.Sample door styles are provided in Appendix F, the Contractor shall provide doors the same orsimilar to those shown.

58.5 Lighting/ElectricalThe Contractor will be responsible for the supply and replacement of all existing lighting withcomparable LED fixtures.The Contractor will be responsible for the supply and installation of one new light in the DataCloset. The light shall be of similar style and size to the light currently in the Storage Room.Electrical Works shall be completed as per Appendix E.All electrical outlet covers shall be replaced with new, white covers.The Contractor shall rough in for data cables, consisting of a cut-out in the drywall at appropriateheight (similar to electrical outlets in most cases, or raised in areas where TV installation isexpected) with a pull string into the ceiling space to allow for future installation by the Town’s ITContractor. Locations are shown on the Electrical Plan (Appendix E)The Contractor shall supply and install all necessary fire exit signage and emergency lighting, inaccordance with Appendix E.

58.6 KitchenThe Contractor shall complete all of the following, as per Appendix B:

· Supply and install bright white, mid-grade upper and lower cupboards/cabinets;

· Install dishwasher (to be supplied by Town);

· Supply and install stainless steel, double basin (two compartment) kitchen sink;

· Supply and install grey, laminate countertops; and

· Supply and install an island with grey laminate countertop.58.7 Washrooms

The Contractor shall remove all existing toilets and sinks and replace with mid-grade, grey vanities(single sink in each) and low flow, white toilets.The Contractor will be required to move plumbing in one washroom to accommodate a new door,as identified in Appendix B.The Contractor shall ensure working order of existing bathroom fans.The shower will remain as is.

58.8 CeilingThe Contractor shall utilize the existing drop ceiling in most areas, replacing only those ceiling tilesthat are damaged and/or stained with similar.In areas where wall demolition or construction takes place, the Contractor shall supply and installnew drop ceiling, as identified in Appendix C.

58.9 FlooringThe Contractor will replace all flooring within the space, including the washrooms, with grey, vinylplank in a herringbone pattern. Bidders shall reference Appendix F for look and feel of the flooring.

Page 27: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 27 of 33 November 14, 2019

The Contractor will reuse the existing white baseboard from the reception area where everpossible. Where not possible, baseboard shall be replaced with a similar style and colour. All otherareas shall also be finished with similar style and colour baseboard.

59. EXCLUSIONS OF SCOPE OF WORKThe Contractor will not be required to perform any of the following works:

· Installation of televisions or any other Information Technology equipment;

· Installation of any signage exterior to the building;

· Supply or installation of any wall graphics, plants, wall art, etc.;

· Supply, construction or installation of any movable furniture or appliances with theexception of the dishwasher which will be supplied by the Town and installed by theContractor; or

· Supply or installation of any other fixtures (e.g. blinds, paper towel holders, etc.).60. DATE OF COMMENCEMENT

The Contractor shall commence the Work as soon as possible (as agreed upon with the Town)and no later than within seven (7) Working Days of execution of the Contract, but not prior tosubmission of the appropriate Contract documents and/or issuance of a Purchase Order.Should the Contractor find that he/she shall be unable to commence the Work as specified above,he/she shall, prior to the expiration of said seven (7) Working Days, submit to the Town in writinga request for extension of time and in his/her request shall show just cause why, in his/her opinion,the extension of time should be granted.Upon receipt of such written request, the Town representative may, at his/her own discretion, if inhis/her opinion such written request does not conflict with the best interests of the Town , grant therequired extension in full or any portion thereof, thereby fixing a new date from which the chargingof Working Days shall be calculated;OrIf in the opinion of the Town, the Contractor has failed to show cause acceptable to the Town orshould such cause be not in the best interest of the Town, any request for extension of time maybe denied.In any event, the decision of the Town in this matter shall be final and binding.

61. TIME FOR COMPLETIONThe Contractor shall complete the Work by no later than sixty-five (65) calendar days followingexecution of the contract.The Contractor is deemed to have thoroughly understood the requirements for completing theWork within the specified time for completion and allowed for any additional and/or augmenteddaylight shifts in his Bid should it be in his/her opinion that there may not be sufficient time forcompletion by him/her Working a normal number of hours each day or week on a single daylightshift basis. Any additional costs occasioned by compliance with these provisions shall beconsidered to be included in the prices Bid and no additional compensation shall be allowedtherefore.Working time shall be charged until the date of acceptance of the Work by the Town at which timeall Work required in the contract, including all final clean up shall be completed.If the Contractor is delayed in the completion of the Work:

a. By any negligent act of the Town or any Town employee;

Page 28: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 28 of 33 November 14, 2019

b. By other utility Contractors such as - Telephone, Cable, Gas, Hydro Contractors unlessotherwise stated; other than delay caused by timing of Contractor request for Work to bedone by the utilities.

c. For any cause beyond the reasonable control of the Contractor or by acts of God or ofthe Public Enemy Acts of the Province or of any foreign state, fire, flood, epidemics,quarantine restrictions, embargoes or delays of sub-contractors due to such causes.

Then the time for completion shall be extended in writing at any time on such terms and for suchperiod as shall be determined by the Town, notwithstanding such extensions, time shall continueto be deemed of the essence of this Contract.An application by the Contractor for an extension of time once the Work has been commencedshall be made to the Town in writing within five (5) Working Days of the occurrence of the incidencecausing the delay. In the event such application is approved by the Town, all bonds or otherContract surety furnished to the Town by the Contractor shall be amended where necessary at theexpense of the Contractor to provide coverage beyond the date of any extension of time grantedand the Contractor shall furnish the Town with evidence of such amendment of the surety.If the time for completion of the Contract is affected by additional Work, the Town shall increasethe number of Working Days established in the original Contract to compensate for such Work.

62. PRICINGThe Total Lump Sum Price quoted shall include all costs associated with the required serviceincluding but not limited to rental/supply, delivery, installation, construction, labour, cleaning,environmental and energy surcharges, but excluding HST. The Town will not pay any additionaldelivery, service, fuel or minimum use charges in addition to the price quoted.

63. HOURS OF WORKThe hours of Work shall be adhered to by the Contractor, and shall be 07:00:00 hours (7:00a.m.) to 20:00:00 hours (8:00 p.m.) as per the Town of Innisfil’s By-law 122-16 unless otherarrangements have been made with the Town.A "Working Day" is defined in “Definitions”.The Contractor shall not carry on his/her Work under this Contract on a day other than a WorkingDay, without permission in writing from the Town, except in case of emergency wherebyretrospective approval is required. The Contractor acknowledges that his/her Bid has been basedon this normal Working Day and hours requirement.Should the Contractor wish to carry on his/her operations on a day other than a Working Day, thatis a holiday on which the Town employees are not required to Work, written application for approvalshall be made at least twenty-four hours (24 hrs) in advance of such event. Such permission mayor may not be granted at the discretion of the Town and no claim for extension of time may bemade should permission not be granted. If the Contractor is granted permission by the Town toperform Work during a day other than a normal Working Day or Works in an emergency situation,the Town may recover from the Contractor, all cost incurred with the granting of the request,including but not limited to the overtime payment of Town staff.

64. SITE ACCESSThe Contractor will be provided access the site via the rear entrance to the building

65. ENVIRONMENTAL CONSIDERATIONSThe Contractor shall comply with all environmental legislation and restrictions in force untilcompletion of the Work. If the restrictions change after the Award of the Bid any resulting increasein cost shall be borne by the Town.

66. SITE MAINTENANCE AND CLEANUP

Page 29: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 29 of 33 November 14, 2019

The Contractor shall ensure that the worksite is maintained in a neat and tidy manner at all timesthrough the duration of the Work. All doorways and emergency exits shall remain free fromobstructions.Upon completion of the Work, the Contractor shall ensure that the worksite is cleaned and left ina state that is satisfactory to the Town.

67. WASTE CONTAINERThe Contractor will be permitted to place a waste container in the parking lot for the disposal ofmaterials. The container shall be placed on wood 2x4 planks or similar in order to avoid damageto the parking surface. The container shall be placed near the existing waste containers at rear ofthe parking lot. The Town reserves the right to approve the placement of the waster container.

68. RESTORATIONThe Contractor shall restore all features damaged or destroyed during the completion of the Workunder this Contract to the satisfaction of the Town and at no cost to the Town.

69. INSPECTIONWork will be subject to inspection and approval by the Town’s representative.

70. GUARANTEED MAINTENANCE AND WARRANTYUpon completion of the Work, the Contractor shall maintain the Work for a warranty period oftwenty-four (24) months after the date the Work is completed to the satisfaction of the Town. TheContractor shall correct any imperfections due to material or workmanship. The decision of theTown as to the nature and cause of any imperfections and the necessity for the type of repair shallbe final.The warranty given pursuant to this section shall not limit extended warranties on any items ofequipment or material called for elsewhere in the Contract.The Contractor shall, to the extent permitted by the manufacturer and/or supplier, assign to theTown the benefit of any warranty by any manufacturers and/or suppliers in addition to the warrantyas mentioned above.

71. SUBCONTRACTORSThe Contractor will be responsible for hiring all applicable subcontractors with the exception of anyInformation Technology (IT) needs, which will be completed by the Town.Bidders shall list their subcontractors in the bidding system or indicate if work will be performed bytheir own forces.

72. COORDINATION OF WORKSThe Contractor may be required to work in coordination with the Town’s IT contractor who mayrequire access to the worksite to install data cabling, or other equipment, as required.

Page 30: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 30 of 33 November 14, 2019

PREVIEW OF CONTRACT FORM OF AGREEMENT

Please find following a preview only of the contract form of Agreement that the successfulProponent will be required to complete and submit as part of the execution of contract upon awardprocess.

The Proponent acknowledges that the preview below is provided as a courtesy only and thatits form and/or contents are subject to change if necessary.

Page 31: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 31 of 33 November 14, 2019

PART IV AGREEMENT

THIS INDENTURE made on this day of 2019.BETWEEN:THE CORPORATION OF THE TOWN OF INNISFIL hereinafter called the "TOWN", the party of theFIRST PART

-AND-

[Insert Contractor Name]

Herein after called the "CONTRACTOR", The Party of the SECOND PART WHEREAS the Town hasawarded to the Contractor the Contract for the:

QUOTATION #: Q-19-116Innisfil Accelerator Hub Renovation

According to plans, specifications and general requirements herein referred to, the Contractor havingput in a Bid therefore, a copy of which is hereto annexed, which Bid was accepted and awarded bythe Town on the day of , 2019; at a total Bid price of $_______.

NOW THEREFORE THESE PRESENT WITNESS that the Contractor does hereby covenant andagree with the Town in the manner following namely:

1. To execute and perform the term of Contract herein mentioned with due expedition and in athoroughly professional manner in strict accordance with the provisions of this Contract andthe Contract Documents and thereafter to maintain the same as therein provided and that inthe execution and performance of the Contract, the Contractor shall carry out, perform,observe, fulfill and abide by all the covenants, agreements, stipulations, provisions andconditions mentioned and contained in the Contract Documents to be carried out, performed,observed and fulfilled by the Contractor to the same extent and as fully as if each of them wasset out and specifically repeated herein.

2. To indemnify and keep indemnified and save harmless the Town and each of its officers,employee, servants and agents from and against all actions, suits, claims, executions anddemands which may be brought against or made upon the Town , its officers, servants andagents and from all losses, costs, charges, damages, liens and expenses which may be paid,sustained or incurred by the Town , its officers, servants and agents by reason of or onaccount, or in consequence of the execution and performance of the Contract or of the non-execution or imperfect execution thereof or of the Supply and non-Supply of plant or materialtherefore.

3. To pay to the Town on demand, all losses and costs, damages or expenses which may bepaid, sustained or incurred by the Town or any of its officers, servants or agents inconsequence of any such action, suit claim, lien, execution or demand and any monies paidor payable by the Town or any of its officers, servants or agents in settlement or in dischargethereof or on account thereof and that in default of such payment all such loss, costs, damagesand expenses and any monies so paid or payable by the Town , its officers, servants or agentsand also any monies payable by the Contractor under any of the Contractor then remainingin the possession of the Town on account of this or any other Contract or may be recoveredfrom the Contractor hereto attached in any court of competent jurisdiction as monies paid attheir request.

4. AND the Contractor hereby authorizes and empowers the Town or its solicitor for the timebeing, to defend, settle or compromise any such actions, suits, claims, liens, execution ordemands as the Town or its solicitor may deem expedient, and also hereby agrees to ratifyand confirm all the acts of the Town or its solicitor and shall pay on demand the reasonable

Page 32: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 32 of 33 November 14, 2019

costs of defending, settling or compromising any such actions, suits, claims, liens, executionsor demands as the Town may deem it expedient to defend, settle or compromise and that indefault of such payment the same may be deducted from any monies payable by the Townto the Contractor on any account whatever. Provided, however, that the Contractor may atthe expense of the Contractor, subject to the consent of the Town take charge of and conductin the name of the Town, the defence to any such action, claim or suit.

5. The Town covenants with the Contractor that if the Contract, including all authorized extrasin connection therewith, shall be duly and properly executed as aforesaid and if the Contractorshall carry out, perform, observe, fulfill, keep and abide by all the covenants, agreements,stipulations, provisions, terms and conditions of this Contract and the Contract Documents,and subject to the terms and conditions of this Contract and the Contract Documents, theTown shall pay the Contractor therefore the sums calculated in accordance with the actualmeasured quantities and unit prices mentioned in Bid and for such additional quantities at therates or unit prices mentioned in the Bid. Such payments are to be made subject to deductionsin relation to the monies and liquidated damages referred to in the Contract Documents.

6. AND it is understood and agreed between the parties hereto as follows:THAT this Agreement and covenants and conditions herein, and in the Contract and ContractDocuments contained shall extend to and be binding upon the heirs, executors,administrators, successors and assigns of the Contractor and the Town respectively.

7. IN this Agreement, and in the Contract, of which this Agreement forms a part, the words "Bid",“shall”, "may", "herein", "Goods and Services, "Contract", “Contract Documents”, “ContractSecurity”, "Contractor", "Town", and the words used in the singular number or the masculinegender shall have the meaning and effect given to them in the Contract Documents whereindicated, or in the Interpretation Act as amended.

8. This Agreement may be executed in two or more counterparts, each of which together shallbe deemed an original, but all of which together shall constitute one and the sameinstrument. In the event that any signature is delivered by facsimile transmission or by e-mailor other electronic delivery of a ".pdf" format data file, such signature shall create a valid andbinding obligation of the party executing (or on whose behalf such signature is executed)with the same force and effect as if such facsimile or ".pdf" signature page were an originalthereof.

IN WITNESS WHEREOF the Parties have caused this Agreement to be executed on its behalf, onthe day above written

CONTRACTOR

SIGNED ANDDELIVERED Signature: ___________________________________

Signature: ___________________________________

Position(s): __________________________________(I/we have authority to bind the Company)

THE CORPORATION OF THE TOWN OF INNISFIL

____________________________ Per: ______________________________________Allison Blunt Dan TaylorPurchasing Agent Economic Development Catalyst

Page 33: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Renovation at Innisfil Accelerator Hub, 8000 Yonge St RFQ #: Q-19-116

THE CORPORATION OF THE TOWN OF INNISFIL Page 33 of 33 November 14, 2019

PART V APPENDICES

Appendix A – Floor Plan 1

Appendix B – Floor Plan 2

Appendix C – Ceiling Plan

Appendix D – Mechanical Plan

Appendix E – Electrical Plan

Appendix F – Look and Feel

Page 34: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

APPENDIX A

Page 35: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

APPENDIX B

Page 36: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

APPENDIX C

Page 37: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

PROJECT:

ACCELERATOR SPACE

TOWN OF INNISFIL

8000 YONGE STREET

INNISFIL, ON

DRAWN BY: CHECKED BY: SCALE:

PD CL

DATE: PROJECT NUMBER: DRAWING NUMBER:

OCT/2019

9-5758

DRAWING TITLE:

OCT.

22/19

- ISSUED FOR PERMIT PD

OCT.

21/19

-

ISSUED FOR COORDINATION /

REVIEW

PD

DATE NO. DESCRIPTION BY

R E V I S I O N S

MARK VOID ALL PRINTS DATED

PREVIOUS TO FINAL DATE ABOVE

CONTRACTOR MUST CHECK AND VERIFY ALL

DIMENSIONS AND CONDITIONS IN THE FIELD AND

REPORT ANY DISCREPANCIES TO THE ENGINEER PRIOR

TO PROCEEDING WITH WORK.

THIS DRAWING IS THE PROPERTY OF THE ENGINEER

AND MUST BE RETURNED UPON COMPLETION OF THE

WORK. REPRODUCTION OF THIS DRAWING IS

FORBIDDEN WITHOUT THE ENGINEER'S WRITTEN

CONSENT.

DRAWINGS ARE PREPARED FOR PRINTING ON ARCH D

PAPER(24"x36"). DRAWINGS ARE ARE NOT TO BE

SCALED.

Hubbert EME Engineering

[email protected]

90 WINGES ROAD, SUITE 201

VAUGHAN, ON L4L 6A9

TEL: (905) 851-5492

67 HIGH STREET

BARRIE, ON L4N 1W5

TEL: (705) 735-1133

MECHANICAL SPECIFICATIONS

NTS

M-001

PLUMBING AND DRAINAGE

1. GENERAL CONDITIONS

(a) The General Requirements of the Contract Documents, and the Supplementary Requirements for Mechanical Work, shall form an integral part of this Specification.

2. WORK INCLUDED

(a) This Contractor shall do all plumbing, drainage, and fire protection work, including all underground services within the building lines, except where specifically noted otherwise.

Remove all obsolete piping from the site, and cap all unused services.

(b) This contractor to cut new trench on existing floor for all new buried sanitary drain and provide wall opening to accommodate new mechanical equipment and piping. exact location

shall be coordinated with the Architect.

(c) This contractor to patch up and make good on any floor and wall opening where mechanical equipment and piping being removed.

3. WORK NOT INCLUDED

(a) Electrical wiring

4. SERVICE CONNECTIONS

(a) Provide all work from the existing service connection points and coordinate on site exact locations of any existing service points with Site Engineer as to the exact location. Start all

drain work at the connection point to ensure that connection provided by the existing service will be at an elevation equal to or lower than the design.

5. DRAINAGE SYSTEMS

(a) Provide complete drainage systems as shown on the drawings and/or modified as required, all as noted.

6. PIPE AND FITTINGS FOR PLUMBING AND DRAINAGE

(a) Unless otherwise noted, all buried drainage pipes shall be SDR-35 or acceptable alternative piping as noted below. When located on unstable soil special bedding in reinforced

concrete shall be used.

(b) All above ground domestic water piping shall be Certified copper type "L" or PEX-A piping can also be used where permitted by local codes, waste and vent piping shall be System

15 or System XFR DWV (or equal alternate), see specifications below. Where piping runs in return air plenum or penetrating through fire rated wall, piping shall be copper, cast iron

hubless (MJ) depending on size, or System XFR, see specifications below. All rain water leaders shall be hub & spigot cast iron with caulked joints and hub support at each floor, or

System 15 or System XFR (or equal alternate), see specifications below

"Sanitary Drainage System"

Pipe and Fitting Requirements:

(O.B.C. 3.1.5.16 Combustible Piping Materials)

In compliance with the Ontario Building Code 7.2.5.12, this pipe and fitting system shall be Tested and Certified to CAN/CSA-B181.2 for Drain, Waste and Vent applications. In

addition, in compliance with the requirements outlined in the O.B.C. 3.1.5.16, when installed in buildings Classified as Low-rise non-combustible, this pipe and fitting system shall be

Tested and Listed to CAN/ULC-S102.2-M and have a "flame-spread rating" not more than 25 (IPEX System 15 or equal alternate). Further, when installed in plenums as noted by

O.B.C. 3.6.4.3 (1a) or buildings Classified as High Building as noted by O.B.C. 3.2.6 or parking garages, this pipe and fitting system shall also have a smoke developed classification

not more than 50 (IPEX System XFR or equal alternate).

"Storm Drainage System"

Pipe and Fitting Requirements:

(O.B.C. 3.1.5.16 Combustible Piping Materials)

In compliance with the Ontario Building Code 7.2.5.12, this pipe and fitting system shall be Tested and Certified to CAN/CSA-B181.2 for Drain, Waste and Vent applications. In

addition, in compliance with the requirements outlined in the O.B.C. 3.1.5.16, when installed in buildings Classified as Low-rise non-combustible, this pipe and fitting system shall be

Tested and Listed to CAN/ULC-S102.2-M and have a "flame-spread rating" not more than 25 (IPEX System 15 or equal alternate). Further, when installed in plenums as noted by

O.B.C. 3.6.4.3 (1a) or buildings Classified as High Building as noted by O.B.C. 3.2.6 or parking garages, this pipe and fitting system shall also have a smoke developed classification

not more than 50 (IPEX System XFR or equal alternate).

(c) All sewer lines shall be graded as shown on the drawings and inside the building drains shall be sloped at not less and 1%, except where noted. Flush all lines after installation, and

chlorinate all water piping.

7. ROOF AND FLOOR DRAINS

(a) All floor drains shall be cast iron floor drains complete with sump, adjust-to-level strainer, and double drainage flange with weeper holes and primer connection. Strainers shall be

polished bronze 150mm diameter in all areas. Floor drains for wet areas with membrane floor finish such as "Altro" shall have membrane clamp integral with the drain and strainer as

above.

(b) All floor drains shall be 4" except where noted otherwise, and each shall be primed and vented to Code requirements through the use of a proper trap seal primer device.

"RD" ROOF DRAIN

Refer to drawings for roof drain specifications

"FD" FLOOR DRAIN

Ancon Watts Series FD-200-A epoxy coated and cast iron floor drain with serrate anchor flange, weepholes, seepage collection sump (100mm outlet size) nickel bronze strainer and

c/w extension to suit floor level.

"FFD" FUNNEL FLOOR DRAIN

Ancon Watts Series FD-200-EF epoxy coated and cast iron floor drain with anchor flange, weepholes, seepage collection sump (100mm diameter funnel ) nickel bronze strainer and

c/w extension to suit floor level. (Applicable when shown on plans)

"TP" TRAP PRIMER

P.P.P. Inc. Model # PO-500 automatic trap seal primer valve, serving individual or remote area drains with 1/2" (12.7mm) NPT connections with strainer and integral backflow

preventer and vacuum breaker All traps for floor drains to be protected with trap primers.

"CO" CLEAN OUT

Smith Series #4100, and line clean out Smith Series #4420. Finished floor cleanouts with adjustable tops to suit floor finishes.

Alternative manufacturers: ZURN, MIFAB, JAY R. SMITH.

8. VALVES

(a) Provide isolation water valves for each fixture, group of fixtures, each main

(b) Valves shall be certified for the use, and minimum 150 psi pressure rated, except where noted otherwise.

(c) Wall hydrants or hose bibs shall be with detachable key and with inside stop and waste valve located in common area.

(d) Wherever isolating valves are located behind wall finishes, provide suitably sized access doors in the proper location to permit access.

9. PIPE SUPPORTS

(a) Pipe supports shall be provided at maximum 8' intervals, more frequent intervals for smaller sizes. Where structural members are not spaced accordingly, provide intermediate

support members as required.

(b) Hangers shall be clevis type with threaded rod supports fastened into the structure. Isolate pipe from hanger where dissimilar materials exist such as copper on steel or aluminum

hanger straps. Perforated strap material shall not be accepted under any circumstances. Where hangers are supporting large diameter pipes subject to lateral movement provide spring

isolation.

(c) Vertical piping shall be supported at each floor, and all elbows at the bottom of, or offset in stacks shall be independently supported to eliminate longitudinal force in the MJ clamp.

Use riser clamps to fasten the pipe, and isolate the clamp from bearing on concrete with neoprene pads.

10. EXPANSION COMPENSATION

(a) Make adequate provision for pipe expansion through the use of pipe loops with anchors at the appropriate points and use swing offset take-offs at each branch.

(b) Make sure that pipes are free of structure so that they can move without noise.

(c) Provide anchors in all horizontal piping networks to constrain overall movement, and prevent branch breakage.

11. CLEANOUTS

(a) Provide cleanouts at every change in direction, ends of lines and wherever else in necessary for the proper maintenance of the drainage system. Cleanout spacing shall not exceed

50' on all pipe sizes up to 4" and 100' for larger sizes.

(b) Extend all cleanouts in buried drains up to the floor level, and provide bronze screw cap, or special cover for tile or carpet insert as directed on site. Clarify with the Architect prior

to ordering.

(c) For stack cleanouts, provide Barrett style at the base of the stack, and ensure accessibility by locating cover on proper side of stack. Provide access door as required.

12. TRAPS AND VENTS

(a) Provide every fixture and drain with a proper trap and vent as required by the Code. Provide certified flashing cone fitting for each vent penetrating the roof.

13. SHOCK ABSORBERS

(a) Provide "shockstops" at the top of all risers, and in the water piping, hot and cold, at each group of fixtures.

14. DOMESTIC HOT WATER SYSTEM

(a) Provide system as shown on the drawings, complete with all required fittings, pumps, tanks, and heaters etc. Vents will be provided by Heating Contractor.

15. PLUMBING FIXTURES

(a) Provide fixtures as shown on the drawing and as listed in specification.

(b) All fixtures shall be new and be complete with all trim and support hardware specified or required.

16. PIPE INSULATION

(a) Compliance: Materials shall conform to Flame Spread and Smoke Developed requirements of the Ontario Building Code. Pipe Insulation shall be Greenguard Certified

(b) All exposed domestic water piping shall be insulated as with thermal cell insulation.

(c) PVC jacket and fittings shall be installed according to the manufacturer's recommendations. All longitudinal and circumferential joints shall be sealed with a clear manufacturer

approved bonding compound. Taping or rivets are not acceptable closure methods. White silicon shall be applied where necessary to seal and finish where jacket and/or fittings attach or

terminate.

16. PIPE SLEEVES

(a) Provide sleeves for all piping passing through walls or floors of a sufficient size to accommodate insulation.

(b) Sleeves for wet floors shall extend 6" above the floor level to prevent water damage to the insulation.

(c) Stop all sleeves with Listed firestopping applied over packing as shown on drawing.

17. SCHEDULE OF PLUMBING FIXTURES

(a) See "Plumbing Fixture Connection Schedule" for specifications

18. PLUMBING FIXTURES

(a) Provide plumbing fixtures and trim and as shown on the plans. This Contractor shall also obtain a copy of the latest Architectural plans for exact type and quantity of plumbing fixtures. Any

discrepancies between the plans are to be reported to Engineer at once.

(b) Provide thermostatic mixing valve on all lavatory and sinks "Lawler" # TMM-1000 Mechanical Mixing Valve with Thermostatic Limit Stop, with temperature adj. dial and with integral back checks.

Set valve temperature at 115º F (46º C), shut-off temp. at 120º F (48.8º C). Mixer installed in H & CW supplies to provide tempered water to hot side of faucet.

(c) All fixtures shall be new and free from flaws or blemishes. All finished surfaces shall be clear,smooth and bright and guaranteed not to craze, colour or scale. All visible parts of all fixtures including

faucets, escutcheons, of the trimmings wastes, strainers, traps, supplies, etc., shall be chrome plated.

(d) Fixtures shall be complete with all accessories, supplies, frames, all hangers, etc. Fixtures shall be accurately installed to structure and lavatories shall be supplied with steel brackets accurately

attached to masonry walls.

(e) All plumbing fixtures pre-selected by client.

GENERAL REQUIREMENTS FOR MECHANICAL WORK

1. SCOPE OF WORK

(a) Conform to the applicable provisions of the General conditions of the Contract.

(b) This General Specification shall apply to and form a part of each of the sections covering Mechanical and Electrical Trades work.

2. EXAMINATION OF SITE AND INFORMATION

(a) Each Contractor before tendering, shall examine the site, the Architectural, Structural, Mechanical, Electrical and any other relevant documents, and fully familiarize himself

with the designer's intent, so that the tender price will include everything necessary for the proper completion of the work in accordance with the intent of the documents. Obtain

the approval of the Engineer, Architect and Project Manager before any alterations to the work indicated.

(b) Ensure that all products and materials necessary for the execution of the contract can be brought into the spaces where they are to be located, either through specified

openings or partially assembled. Any cutting or restoration work required, due to failure to accomplish this, will be the responsibility of this subcontractor.

3. RELATIONSHIP TO OTHER TRADES

(a) The Contractor shall confer with other trades working in the area, to ensure that his installation will be the result of co-operation between all parties. All devices must be

accessible for service, and the recommendations of the equipment suppliers shall govern.

(b) Ensure that all work will be installed within the prescribed limited of the building, such as ceiling heights, and notify and General trade of any requirements for inserts,

sleeves, openings, curbs and bases in sufficient time to have the items completed in the normal course of construction.

(c) Confirm with the Electrical trade, the available electrical power supply characteristics, before finalizing equipment orders. No compensation will be allowed to change any

device due to this subcontractor's failure to verify the supply.

(d) Any cutting or patching required, for whatever reason, shall be done by qualified trades people in the required trade.

4. SHOP DRAWINGS AND ALTERNATIVE EQUIPMENT

(a) This review is for General conformity only and does not relieve the supplier and/or subcontractor from providing the necessary product (s) to meet the design intent.

(b) Provide eight (8) copies of submittal drawings for each piece of equipment, including pumps, AC and Air Handling units, Fixtures, etc., to the Engineer for review. Certify to

the Engineer that the drawings correctly identify the equipment that will be supplied, that the equipment will fit the space allotted, and perform the service intended.

(c) Equipment described either generically or by brand name is to establish the minimum standard required for the installation. Alternative equipment may be suggested by

the bidder, but the equivalence shall be determined by the Engineer. Bidders must tender on the basis of the specified equipment, an if alternatives are proposed, they will be

considered on their own merits, after the close of tenders. Any lowering of the price based on alternative suppliers will be permitted with the savings being passed to the Owner.

5. REQUIREMENTS OF INSPECTION DEPARTMENTS

(a) All work shall comply with the governing Codes and local requirements. Any items required to accomplish this, whether explicitly noted or not, shall be provided.

(b) Where the Inspecting person requests items not deemed to included, the matter shall be immediately referred to the Engineer for a ruling. No extra will be considered if

the work done by the Contractor to satisfy such a request, could have been avoided by discussion between the Inspector and the Engineer.

(c) Provide notice to Inspectors as required for the progress of the project, and ensure that such inspections are carried out, before work is covered.

6. CERTIFICATES, PERMITS AND FEES

(a) Obtain all required permits, and pay all inspections fees, except where specifically noted to the contrary.

(b) Furnish to the Owner any certificates that may be necessary as evidence that the work as installed conforms to all the laws and regulations of those authorities having

jurisdiction. Before final certificates are issued, make these alterations that are required by the authority having jurisdiction, and accepted by the Engineer as a law, or regulation

that should have been followed by the contractor.

7. GUARANTEE

(a) Guarantee all material and workmanship for two full years from the date of certified substantial completion by the Owner, or his authorized agent. This shall not supercede

any warranties for specific items of equipment, which may be for a longer term.

(b) The cost of repair of damage to any other work, caused by the failure of either material or workmanship within the period covered by the guarantee noted in (a), shall be

included in this warranty.

(c) Where equipment is put into operation prior to completion of the work the period of guarantee covering such equipment shall still commence as noted in item 7(a) above.

The putting into operation of any equipment prior to completion of the work shall only be with written approval of the Engineer and Owner. No equipment shall be started up

without first ascertaining that all systems and services associated with its operation are functioning and that responsibilities for equipment maintenance have been arranged.

8. DRAWINGS

(a) The drawings produced by the Engineer are generally schematic in nature and are issued for the express purpose of obtaining tenders for the work and for the erection of

the systems described in the scope of work to be done. Unless specifically shown, the responsibility for the installation and workability of the system (s) rest with the Contractor.

(b) Where necessary, the Contractor shall prepare interference drawings to ensure that the installation will be coordinated with all services to be installed in the area. The

Engineer and other Professionals of Record may have to approve of these proposals.

9. RESPONSIBILITY AND LIABILITY

(a) This Contractor is responsible for the laying-out of his work, and it shall be done in cooperation with all other trades working in the area. The work of these other

subtrades shall be protected from damage by this sub's forces, or restitution made for any damage.

(b) Notify the Engineer of any discrepancies for inconsistencies and abide by the decision of the Engineer. Failure to notify the Engineer will not relieve this Contractor of the

responsibility to provide a fully working system.

10. CLEAN-UP AND PROTECTION

(a) Maintain a clean working area to minimize danger to others on site, and protect all work in progress from damage due to construction work, weather, or from undue dirt

entry.

11. OPERATOR TRAINING AND INSTRUCTIONS

(a) Provide complete operating and Maintenance instructions for all equipment supplied, complete with parts lists and the names of the suppliers.

(b) Provide a written description of the systems and the operating characteristics, for use by the system operators/maintenance personnel, and to instruct the users how to set

thermostats, fan control switches, etc. Consult the Engineer when preparing this instruction sheet, to ensure that the system will be operated as intended.

(c) Provide a Balancing Report for all air and hydronic systems, which has been prepared by an INDEPENDENT Testing company approved by the Engineer.

(d) Touch up or repaint as necessary, all scratches or other finish defects, that have occurred on any devices supplied under this contract.

12. EXTRAS AND CREDITS

(a) Where extra or deleted work is requested, contractor shall be permitted a mark-up applied to both overhead and profit as outlined in the contractual agreement with the

client. Where extras and credits occur simultaneously, the credit shall be deducted from the extra, prior to the application of these mark-ups. Credits for deleted work will not be

subject to any mark-up as it is assumed that the overhead, labour and profit on these deleted materials was included at the time the work was bid.

(b) The contractor shall negotiate any changes including additions and deletions ensuring credits are issued for work deleted from scope.

13. ELECTRICAL WIRING AND CONTROLS

(a) All power wiring for all mechanical equipment shall be done by Division 26 - Electrical, except where specifically noted otherwise.

(b) The Mechanical division shall provide all starters, relays, control devices, and any built-in safety switches. The Electrical will provide all field-mounted safety disconnects.

(c) The Mechanical division shall provide all connections and wiring for controls, and interlocks.

(d) All electrical devices shall be Canadian where possible and all motors up to 1/3 HP shall be single phase, larger motors 3 phase, except as noted. CONFIRM ALL

ELECTRICAL CHARACTERISTICS ON SITE.

14. COMPLETION, TESTING, BALANCING AND ADJUSTMENTS

(a) Certify to the Engineer that all systems have been completely installed per the documents, set in operation, and adjusted to the requirements of the project.

(b) Replace all filters, and any indicator lights that have burned out, and lubricate all rotating devices immediately prior to turn over to the Owner or his agent.

(c) Contractor to provide an electronic copies of as built drawings upon the project completion

15. ACCESS DOORS AND FIRE STOPPING

(a) Provide adequately sized access doors to permit servicing of any mechanical device, cleanout, check valve, etc. The doors will be installed by the Trade providing the

surface where the door is to be located. This Contractor shall be fully responsible for accurately locating the door, considering all obstructions.

(b) Provide sleeves for pipes passing through walls and floors where pipe movement is possible. Use Schedule 40 pipe sections for masonry walls, large enough to

accommodate pipe insulation. Floor sleeves through drainable floors shall extend up above the finished floor

level.

(c) Fire stop all sleeves passing through fire separations with an approved fire stopping material, and make waterproof. Provide escutcheons for all exposed penetrations through

walls, and floors as directed.

16. WORKMANSHIP

(a) Only first class workmanship will be accepted, not only with regards to safety, efficiency, durability, etc., but also with regards to the neatness of detail. All pipe work shall

be lined up parallel, or at right angles to the building walls where possible. Equipment must be accurately set, plumb and level, and all hangers must be in true vertical alignment.

In general, the entire work shall be first class and workman like and present a neat clean appearance upon completion.

MECHANICAL NOTES AND SPECIFICATIONS

HEATING, VENTILATING AND AIR CONDITIONING

1. GENERAL CONDITIONS

(a) The General Requirement of the Contract Documents and the Supplementary General Requirements for Mechanical work shall form an integral part of this Specification.

2. WORK INCLUDED

(a) This contractor shall do all heating, ventilation and air conditioning work as shown on the drawings, including flue gas vents, and provision of any gas fired equipment.

(b) Provide all gas piping, thermostatic controls, interlocking devices, damper controls and wiring for them, except as may be specifically noted.

(c) Provide all duct insulation as shown and specified, and except for acoustic lining, all insulation shall be done by a qualified sub-contractor.

3. WORK NOT INCLUDED

(a) Power wiring to all equipment and provision of safety disconnects, EXCEPT where the piece of equipment comes with a built-in disconnect provided as a part of the package.

4. TESTING, START-UP AND GUARANTEE

(a) Start up all systems in conjunction with manufacturer's representative, and log all operating conditions such as temperature rise, air volume and pressure and file three copies of the report and

Balancing Report with the Engineer.

(b) Lubricate all equipment, change filters and any indicator lamps, and provide a warranty letter to the Owner recording the date of start and the duration of warranty.

(c) Warranty on all systems is one full year parts and labor, and an additional one year on all all refrigeration systems including labor.

5. HEATING & VENTILATING UNITS

(a) Provide units as shown on the drawings complete with discharge modulating thermostat with electronic modulation gas valve for smooth linear discharge temperature. As per NFPA 90A, units with

air capacities of 2000 cfm or greater shall have smoke sensing device installed on the supply duct downstream of the air filters and upstream of any branch ducts, and wired to stop the system on

activation. Provide factory standard high temperature cutoff limit, all to suit AGA requirements.

(b) Make sure that unit will not draw in air from exhaust fans or gas or plumbing vents. If this is a possibility, extend the vents to maintain 10 feet above the unit.

(c) Provide manufacturer's standard high velocity filter system and make sure that filter scan be easily removed from the unit. Provide 2 spare sets of filters.

6. DUCTWORK

(a) Provide ductwork as shown and required. All metal shall be prime coat galvanized cold rolled steel with gauges and construction per SMACNA and ASHRAE standards.

Longest Side USG

12" or less 26

13 to 30" 24

31 to 54" 22

55 and up 20

(b) Where ducts are acoustically lined, duct sizes shown are net.

(c) Ducts shall be supported using angle iron trapeze hangers with threaded rod supports. 18ga. Strips are acceptable for ducts less than 18" longest side.

(d) Elbows shall be round throat where possible with one duct width radius. Square throat or back elbows shall only be used where space does not permit standard elbows and turning vanes shall be

installed.

(e) All take-offs shall be fitted with dampers and shall be expanded throat type, except spin-in fittings are acceptable for diffused branches.

(f) Flex ducts shall not exceed 10' in length and where flex ducts connect to a diffuser, a metal elbow shall be mounted on the diffuser and connected to the duct, to provide equal flow out of the

diffuser.

(g) Provide flex connections to all pieces of equipment, and where the unit is outside, provide a rain shield over the top of the connection. For exterior ducts, break the duct on top to provide positive

rain shedding, and brace from inside if necessary.

7. DUCT INSULATION

(a) All supply ducts shall be insulated with 1" foil faced fiberglass duct insulation for the first 10' from the unit, and for the entire length in non-conditioned space and in bulkheads. All ducts handling

outside air shall be insulated as for non-conditioned space.

(b) Mold proof acoustic duct liner (25mm) 1" thick shall be applied to supply duct to a distance of 4.5m (15'-0") duct run from the supply fan discharge unless indicated otherwise, complete with metal

retainer strips on the leading edge on each section of duct.

(c) Completely line the return air duct to the unit with (12mm) 1/2" thick mold proof acoustic liner applied as above, from plenum pick up or 4.5m (15'-0") whichever is shorter, unless indicated

otherwise.

(d) All exhaust ductwork (with the exception of kitchen exhaust ductwork) shall be externally wrap with 25mm (1") thick fiber glass vinyl jacket insulation for a minimum of 6'-0" (1.8m) from exterior

wall or with insulation sleeve approved for application.

(e) Insulate supply air, return air and exhaust air ductwork with 2" thick insulation c/w vapour barrier inside attic space (typical for all ductwork route throughout attic)

(f) All exterior ductwork shall have 1" (25mm) mold proof acoustic insulation inside duct and shall be covered with 2" thick rigid thermal insulation c/w vapor barrier and covered with an overcalling of

26 ga. Galvanized steel, 22 ga. Aluminum or Aluma-Clad along the top and sides of the duct, and extending below the insulation but clear of water ponding on the roof. Tie the sections together to

ensure stability of the final cladding. Provide all necessary supports for exterior ductwork before thermal covering is installed.

(g) All ductwork from VVT terminal up to roof top Air conditioning unit shall be of medium pressure duct standard.

(h) All air conditioning ductwork shall be sealed with high pressure duct sealer.

8. FIRE DAMPERS

(a) Fire dampers shall be provided at each duct opening in a fire separation and the dampers shall be Listed types and installed in accordance with the Manufacturer's instructions.

9. LOUVRES, GRILLES, DIFFUSERS AND REGISTERS

(a) Provide units as shown on the plans and listed in the schedule.

(b) Ceiling diffusers shall be adjustable pattern, lay-in style in off-white color to match ceiling grid. Each unit shall have a volume damper and where close to a wall provide additional blank-off baffles

to prevent downdraft.

(c) Registers shall be double deflection, with front bars to suit throw pattern as listed on drawings, and be complete with OB damper. All ceiling registers shall have curved blades,except where noted

otherwise, and all wall registers for corridor supplies shall be curved blade style.

(d) Return grilles shall be ½" aluminum grid for ceilings and steel, framed units with fixed 35 deg. bars for wall or ceiling installation with ducted return, complete with OB damper. Exhaust grilles

same.

(e) Door grilles shall be single vane with frame on both sides.

(f) All wall grilles and louvres to be complete with bird screen

10. EXHAUST FAN

(a) Provide exhaust fans as shown on the drawings complete with back draft damper and control as listed.

(b) Roof mounted fans shall be provided with integral disconnect switch, and shall be mounted on a prefabricated curb with a neoprene insulation strip on top of curb, under the fan. For direct drive

fans provide integral electronic speed control mounted under the cover.

11. GAS PIPING

(a) Provide all gas piping as shown on the drawings to the requirements of the National Fuel Code, most recent edition. Piping shall be welded for 2½" and larger sizes and where located in plenums

or concealed spaces.

(b) Paint all exposed gas piping to Code and identify all gas piping in other area with colored banding.

(c) Where higher gas pressures are used, provide pounds to inches gas regulators with internal relief, for each appliance or group and vent the relief to the exterior in a safe manner.

12. GAS FIRED HEATING APPLIANCES

(a) Provide gas fired furnaces, or other heating appliances as shown on the drawings, complete with approved venting system, controls and gas piping.

(b) Condensing units to be mounted on concrete slab pad. Refrigeration piping sized as per equipment manufacture recommendation.

2019/10/23

APPENDIX D

Page 38: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

PLUMBING & DRAINAGE SYMBOL LEGEND

SYMBOL DESCRIPTION

SANITARY BELOW GRADE

SANITARY ABOVE GRADE

DRAIN LINE

DOMESTIC COLD WATER ABOVE GRADE

DOMESTIC HOT WATER ABOVE GRADE

DOMESTIC COLD WATER BELOW GRADE

DOMESTIC HOT WATER BELOW GRADE

PRESSURE REDUCING VALVE (PRV)

MIXING VALVE

BALL VALVE

CHECK VALVE

FLOOR DRAIN

TRAP

FLOOR CLEAN OUT

WALL CLEAN OUT

ELBOW UP

ELBOW DOWN

WATER METER

BACKFLOW PREVENTER

C.T.E. CONNECT TO EXISTING

D

C.O.

M

C.O.

FD

PLUMBING AND DRAINAGE KEYNOTES

REMOVE LAVATORY. REMOVE AND CAP IN WALL CAVITY EXISTING DHW AND DCW

SUPPLY PIPING AND SANITARY DRAIN LINE.

REMOVE TOILET. REMOVE AND CAP IN WALL CAVITY EXISTING DCW SUPPLY PIPING.

CAP AND LEVEL DRAIN PIPE. TO BE TILED OVER.

CONNECT TO EXISTING COLD AND HOT WATER PIPES. CONTRACTOR TO CONFIRM

EXACT LOCATION AND SIZE. MODIFY TO SUIT.

REFER TO DETAIL 2 ON M-101 FOR CONNECTION OF DISHWASHER.

GENERAL NOTES:

- REFER TO "PLUMBING FIXTURE CONNECTION SCHEDULE" FOR CONNECTION SIZES.

- VENT ALL PLUMBING FIXTURES AS PER PROVINCIAL CODE. PROVIDE MIN 3"∅ VENT SIZE

AT ROOF TERMINATION.

- PROVIDE CLEANOUTS AND TRAP PRIMING FOR SANITARY DRAINAGE SYSTEM AS

REQUIRED BY PROVINCIAL CODE

- EXACT LOCATION OF EXISTING SERVICES TO BE VERIFIED ON SITE BY CONTRACTOR

1

2

3

4

DN

DN

102

EX'G STAIRS

219

OPEN OFFICE

AREA

220

PHONE RM

214

213

SUPPLY

ROOM

221

KITCHEN

222

MEETING AREA

223

MEETING RM

224

MEETING RM

201

RECEPTION

101

EX'G STAIRS

OPEN TO BELOW

IS

LA

ND

RE

F.

203

LOUNGE

204

EX'G OFFICE

205

OFFICE

206

OFFICE

207

EX'G OFFICE

208

MEETING RM.

218

OFFICE

217

DATA CL.

216

STORAGE RM

215

EX'G W.C

212

PHONE

RM

211

210

PHONE

RM

202

MINI LOUNGE

209

HALL

EX'G DUCT

EX'G DUCT

GLAZING

1220 A.F.F

GLAZING

1220 A.F.F

D.W

EX'G W.C

EX'G W.C

1

2

3

4

PLUMBING FIXTURE CONNECTION SCHEDULE

SYMBOL DESCRIPTION HW CW WASTE VENT

"KS" KITCHEN SINK

12MM

(1/2")

12MM

(1/2")

40MM

(1-1/2")

32MM

(1-1/4")

"DW" DISHWASHER

12MM

(1/2")

12MM

(1/2")

40MM

(1-1/2")

40MM

(1-1/2")

GENERAL NOTES:

- PROVIDE ISOLATING VALVES ON HOT AND COLD WATER LINES TO EACH PLUMBING FIXTURE (TYPICAL

UNLESS OTHERWISE NOTED)

- SIZES NOTED ABOVE ARE MINIMUM SIZES AS NOTED IN OBC TABLE 7.6.3.2.A. PLEASE REFER TO FIXTURE

SPECIFICATIONS FOR ACTUAL SIZES REQUIRED IF NOT SHOWN ON DRAWINGS.

CONNECT TO SANITARY

2"∅ WASTE & TRAP

1/2"∅ H.W. LINE

LAV

1/2"∅ C.W. LINE

COUNTER

1 1/4"∅ VENT LINE

FLOOR

TO DISHWASHER

1 1/2"∅ DRAIN CONNECT

SINK PIPING CONNECTION DETAIL

N.T.S.

1/2"∅ VALVED H.W.

TO DISHWASHER

DEMO AND PROPOSED FLOOR PLAN

PLUMBING AND DRAINAGE LAYOUT

3

16

" = 1'0"

M-101

PROJECT:

ACCELERATOR SPACE

TOWN OF INNISFIL

8000 YONGE STREET

INNISFIL, ON

DRAWN BY: CHECKED BY: SCALE:

PD CL

DATE: PROJECT NUMBER: DRAWING NUMBER:

OCT/2019

9-5758

DRAWING TITLE:

OCT.

22/19

- ISSUED FOR PERMIT PD

OCT.

21/19

-

ISSUED FOR COORDINATION /

REVIEW

PD

DATE NO. DESCRIPTION BY

R E V I S I O N S

MARK VOID ALL PRINTS DATED

PREVIOUS TO FINAL DATE ABOVE

CONTRACTOR MUST CHECK AND VERIFY ALL

DIMENSIONS AND CONDITIONS IN THE FIELD AND

REPORT ANY DISCREPANCIES TO THE ENGINEER PRIOR

TO PROCEEDING WITH WORK.

THIS DRAWING IS THE PROPERTY OF THE ENGINEER

AND MUST BE RETURNED UPON COMPLETION OF THE

WORK. REPRODUCTION OF THIS DRAWING IS

FORBIDDEN WITHOUT THE ENGINEER'S WRITTEN

CONSENT.

DRAWINGS ARE PREPARED FOR PRINTING ON ARCH D

PAPER(24"x36"). DRAWINGS ARE ARE NOT TO BE

SCALED.

Hubbert EME Engineering

[email protected]

90 WINGES ROAD, SUITE 201

VAUGHAN, ON L4L 6A9

TEL: (905) 851-5492

67 HIGH STREET

BARRIE, ON L4N 1W5

TEL: (705) 735-1133

Scale: 1:75

PROPOSED PLUMBING AND DRAINAGE LAYOUT

1

NTS

DISHWASHER CONNECTION DETAIL

2

2019/10/23

Page 39: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

HVAC SYMBOL LEGEND

SYMBOL DESCRIPTION

SUPPLY DUCT

SUPPLY DUCT - SPIRAL WITH HOLES

RETURN DUCT

EXHAUST FAN

SUPPLY DIFFUSER - CEILING

SUPPLY DIFFUSER - GRILLE

SPIN COLLAR WITH MANUAL DAMPER

EXHAUST AND RETURN AIR GRILLE -

CEILING

EXHAUST AND RETURN AIR GRILLE -

WALL

SUPPLY AIR DUCT UP - THROUGH SLAB

SUPPLY AIR DUCT UP

SUPPLY AIR DUCT DOWN

RETURN AIR DUCT UP - THROUGH SLAB

RETURN AIR DUCT UP

RETURN AIR DUCT DOWN

GAS LINE

THERMALLY INSULATED DUCT

MANUAL DAMPER

SPLIT DAMPER

OCCUPANCY SENSOR

THERMOSTAT

DENOTES: AIR QUANTITY (CFM)

DENOTES: (08) DIFF. NECK SIZE

DENOTES: SUPPLY DIFFUSER TYPE

DENOTES: (24"X24") DIFF. FRAME SIZE

GAS

DENOTES: RETURN GRILLE SIZE

DENOTES: RETURN GRILLE TYPE

T

S

SD

MD

A

2408

245

A

12X6

R/A

HVAC KEYNOTES

NEW RETURN AIR GRILLE, TITUS 45F TO SUIT CEILING GRID OR APPROVED

EQUIVALENT

REPLACE ALL RETURN AIR GRILLES WITH TITUS 45F TO SUIT CEILING GRID, OR

APPROVED EQUIVALENT.

EXISTING BATHROOM EXHAUST TO REMAIN. CONFIRM EXHAUST RATE MINIMUM OF

70 CFM.

RELOCATE EXISTING BATHROOM EXHAUST TO DATA ROOM 217. CONFIRM EXHAUST

RATE MINIMUM OF 70 CFM.

GENERAL NOTES:

- LOCATION OF DIFFUSER TO BE COORDINATED WITH DIVISION 26.

- THE CONTRACTOR SHALL BALANCE THE AIRFLOW RATES FOR ALL DIFFUSERS AND PROVIDE

AIR BALANCING REPORT.

- ALL DUCTWORK, GRILLES AND DIFFUSERS TO BE CLEANED OF DUST AND DEBRIS

1

2

3

4

DN

DN

102

EX'G STAIRS

219

OPEN OFFICE

AREA

220

PHONE RM

214

213

SUPPLY

ROOM

221

KITCHEN

222

MEETING AREA

223

MEETING RM

224

MEETING RM

201

RECEPTION

101

EX'G STAIRS

OPEN TO BELOW

IS

LA

ND

RE

F.

203

LOUNGE

204

EX'G OFFICE

205

OFFICE

206

OFFICE

207

EX'G OFFICE

208

MEETING RM.

218

OFFICE

217

DATA CL.

216

STORAGE RM

215

EX'G W.C

212

PHONE

RM

211

210

PHONE

RM

202

MINI LOUNGE

209

HALL

EX'G DUCT

EX'G DUCT

GLAZING

1220 A.F.F

GLAZING

1220 A.F.F

D.W

EX'G W.C

EX'G W.C

R

1

2

2

2

2

2

2

R

R

R

R

R

R

R

R

R

R

3

3

1

R

R

R

R

4

R

R

R

1

2

"

DOOR U/C

1

2

"

DOOR U/C

3

105cfm100cfm

125cfm

120cfm

130cfm

90cfm

90cfm

90cfm

90cfm

90cfm

80cfm

80cfm

85cfm

115cfm

115cfm

R

120cfm

60cfm

60cfm

80cfm

80cfm

80cfm

80cfm

EXISTING HVAC UNIT SCHEDULE

SYMBOL DUTY

LOCATION OF

UNIT

MANUFACTURER MODEL CFM

HEATING

INPUT (BTU/HR) OUTPUT (BTU/HR)

UPPER NORTH BASEMENT LENNOX G515MP-48C-090

1,030 88,000 82,000

UPPER SOUTH BASEMENT KEEPRITE N9MSB0801716B9

1,040 80,000 78,000

FURN

FURN

METAL FLEXIBLE ROUND

DUCT NOT TO EXCEED 10FT.

(3M) IN TOTAL LENGTH

SPIN-ON FITTING

COLLAR C/W MANUAL

DAMPER

MINIMUM 3 SHEET

METAL SCREWS AND

DUCT TAPE JOINTS

90° SHEET MEATL

ROUND DUCT ELBOW

SAME SIZE AS NECK

DIFFUSER

MINIMUM 3 SHEET

METAL SCREWS AND

DUCT TAPE JOINTS

S/A DIFFUSER

MAIN

SUPPLY

AIR

DUCT

SUSPENDED

CEILING

TYPICAL DETAIL OF FLEXIBLE / RIGID

DUCT CONNECTION TO DIFFUSER

SUSPENDED CEILING

N.T.S.

DEMO AND PROPOSED FLOOR

HVAC LAYOUT

1:75

M-102

PROJECT:

ACCELERATOR SPACE

TOWN OF INNISFIL

8000 YONGE STREET

INNISFIL, ON

DRAWN BY: CHECKED BY: SCALE:

PD CL

DATE: PROJECT NUMBER: DRAWING NUMBER:

OCT/2019

9-5758

DRAWING TITLE:

OCT.

22/19

- ISSUED FOR PERMIT PD

OCT.

21/19

-

ISSUED FOR COORDINATION /

REVIEW

PD

DATE NO. DESCRIPTION BY

R E V I S I O N S

MARK VOID ALL PRINTS DATED

PREVIOUS TO FINAL DATE ABOVE

CONTRACTOR MUST CHECK AND VERIFY ALL

DIMENSIONS AND CONDITIONS IN THE FIELD AND

REPORT ANY DISCREPANCIES TO THE ENGINEER PRIOR

TO PROCEEDING WITH WORK.

THIS DRAWING IS THE PROPERTY OF THE ENGINEER

AND MUST BE RETURNED UPON COMPLETION OF THE

WORK. REPRODUCTION OF THIS DRAWING IS

FORBIDDEN WITHOUT THE ENGINEER'S WRITTEN

CONSENT.

DRAWINGS ARE PREPARED FOR PRINTING ON ARCH D

PAPER(24"x36"). DRAWINGS ARE ARE NOT TO BE

SCALED.

Hubbert EME Engineering

[email protected]

90 WINGES ROAD, SUITE 201

VAUGHAN, ON L4L 6A9

TEL: (905) 851-5492

67 HIGH STREET

BARRIE, ON L4N 1W5

TEL: (705) 735-1133

Scale: 1:75

PROPOSED HVAC LAYOUT

1

NTS

DUCT CONNECTION TO DIFFUSER DETAIL

2

2019/10/23

Page 40: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

OCT

22/19

- ISSUED FOR PERMIT RC

OCT

21/19

-

ISSUED FOR

REVIEW/COORDINATION

RC

DATE NO. DESCRIPTION BY

PROJECT:

ACCELERATOR SPACE

TOWN OF INNISFIL

8000 YOUNG STREET

INNISFIL, ON

Hubbert EME Engineering

R E V I S I O N S

[email protected]

DRAWN BY: CHECKED BY: SCALE:

RC CL

DATE: PROJECT NUMBER: DRAWING NUMBER:

OCT/2019

9-9578

DRAWING TITLE:

MARK VOID ALL PRINTS DATED

PREVIOUS TO FINAL DATE ABOVE

CONTRACTOR MUST CHECK AND VERIFY ALL

DIMENSIONS AND CONDITIONS IN THE FIELD AND

REPORT ANY DISCREPANCIES TO THE ENGINEER PRIOR

TO PROCEEDING WITH WORK.

THIS DRAWING IS THE PROPERTY OF THE ENGINEER

AND MUST BE RETURNED UPON COMPLETION OF THE

WORK. REPRODUCTION OF THIS DRAWING IS

FORBIDDEN WITHOUT THE ENGINEER'S WRITTEN

CONSENT.

DRAWINGS ARE PREPARED FOR PRINTING ON ARCH D

PAPER(24"x36"). DRAWINGS ARE ARE NOT TO BE

SCALED.

90 WINGES ROAD, SUITE 201

VAUGHAN, ON L4L 6A9

TEL: (905) 851-5492

67 HIGH STREET

BARRIE, ON L4N 1W5

TEL: (705) 735-1133

GENERAL ELECTRICAL NOTES

NTS

E-001

GENERAL

THE CONTRACTOR SHALL REVIEW THE PROJECT DRAWINGS (ALL DISCIPLINES) AND PLANS PRIOR TO ANY

CONSTRUCTION, AND SHALL REPORT IN WRITING POTENTIAL CONFLICTS THAT WILL OBSTRUCT OR IMPEDE

THE CONSTRUCTION TO THE ENGINEER OF RECORD.

ALL WORKS SHALL BE COMPLETED IN ACCORDANCE WITH THE APPLICABLE CODES AND STANDARDS.

THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL PERMITS AND INSPECTIONS.

THE CONTRACTOR SHALL COMPLETE ALL WORK IN A NEAT AND TIDY MANNER.

THE CONTRACTOR SHALL MAINTAIN A WELL-KEPT SITE FOR THE DURATION OF CONSTRUCTION.

RECYCLABLES AND WASTE SHALL BE DISPOSED OF LEGALLY OFF SITE AT THE CONTRACTORS COST.

THESE DRAWINGS ARE NOT INTENDED TO DESCRIBE EVERY DETAIL WHICH MAY BE NECESSARY TO COMPLETE

THE INSTALLATION.

ALL CONTRACTOR SUPPLIED MATERIALS AND EQUIPMENT SHALL BE APPROVED FOR THE SPECIFIC USE IN

CANADA.

THE ELECTRICAL CONTRACTOR SHALL CORRECT ANY DEFICIENCIES NOTED BY THE OWNER OR ENGINEER OF

RECORD AT THE CONTRACTOR'S COST.

IT IS THE CONTRACTOR'S RESPONSIBILITY TO REVIEW THE WORK SITE NOTING ALL EXISTING CONDITIONS

THAT MAY AFFECT CONSTRUCTION.

ADJACENT DEVICES IN FIRE SEPARATIONS SHALL NOT BE CLOSER THAN 300MM.

DEVICE MOUNTING HEIGHTS SHALL BE COORDINATED WITH OTHER DISCIPLINES.

FIRE STOP SHALL BE OF A TYPE TO SUIT THE USE AND PURPOSE.

IT IS THE CONTRACTORS RESPONSIBILITY TO COMPLETE ALL CUTTING AND PATCHING AS REQUIRED TO

COMPLETE THE ELECTRICAL INSTALLATION.

ROOF SLEEVES SHALL BE COMPLETE WITH ROOF FLASHING AND RAIN SHIELDS.

STRUCTURAL MEMBERS SHALL NOT BE CUT WITHOUT THE CONSENT OF THE STRUCTURAL ENGINEERS ON THE

SITE.

FLOOR MOUNTED ELECTRICAL EQUIPMENT (SWITCHGEAR, TRANSFORMERS, ETC) SHALL BE MOUNTED ON

HOUSEKEEPING PAD (MINIMUM 4"), SUPPLIED BY THE CONTRACTOR. IT IS THE RESPONSIBILITY OF THE

CONTRACTOR TO PROVIDE STRUCTURAL DRAWINGS.

AT THE COMPLETION OF THE PROJECT, THE CONTRACTOR SHALL COMPLETE TESTING TO DEMONSTRATE

THAT THE ELECTRICAL SYSTEMS FUNCTION AS INTENDED.

THE CONTRACTOR SHALL ENSURE THE ELECTRICAL LOADS ARE BALANCED IN ALL PANELS (ADJUST TO BE

WITHIN 15%).

IT IS THE CONTRACTOR'S RESPONSIBILITY TO OBTAIN ALL NECESSARY PERMITS AND INCLUDE ALL

INSPECTION FEES IN THE BID PRICE.

ANY CHANGES OR ALTERATIONS REQUIRED BY INSPECTORS SHALL BE RECTIFIED AT THE ELECTRICAL

CONTRACTOR'S COST.

EQUIPMENT PROTECTION

THE CONTRACTOR SHALL PROTECT EXISTING EQUIPMENT DURING CONSTRUCTION.

EXISTING EQUIPMENT TO BE REUSED SHALL BE CHECKED BY THE CONTRACTOR FOR PROPER OPERATION.

ALL ELECTRICAL EQUIPMENT SHALL BE DELIVERED TO THE SITE AND SHALL BE PROTECTED ALL AROUND

WITH A PLASTIC COVERING. ADDITIONAL ON SITE PROTECTION MUST BE PROVIDED TO KEEP THE

EQUIPMENT PROTECTED FROM THE ELEMENTS AND OTHER TRADES. IF THERE IS ANY SIGN OF RUSTING OR

CORROSION OR SIGNIFICANT PHYSICAL ABUSE ON THE EQUIPMENT, THE AFFECTED PARTS SHALL BE

REPLACED AT NO COST TO THE OWNER.

THE ELECTRICAL CONTRACTOR SHALL ENSURE ALL EQUIPMENT IS SAFELY STORED PRIOR TO INSTALLATION.

THE CONTRACTOR SHALL BE RESPONSIBLE FOR ANY THEFT OF EQUIPMENT PRIOR TO INSTALLATION.

SHOP DRAWINGS

THE CONTRACTOR SHALL PROVIDE SHOP DRAWINGS (DATA SHEETS) FOR ALL COMPONENTS TO BE USED IN

THE CONSTRUCTION. ONLY EMAIL SUBMITTALS AS PDF DOCUMENTS WILL BE ACCEPTED.

REVIEW OF SHOP DRAWINGS PROVIDED BY THE CONTRACTOR IS NOT INTENDED TO SERVE AS THE FINAL

CHECK.

BEFORE SUBMISSION, ALL SHOP DRAWINGS SHALL BE CHECKED FOR ACCURACY AND INCLUSION OF ALL

NECESSARY DETAILS.

RECORD DRAWINGS

IT IS THE CONTRACTOR'S RESPONSIBILITY TO RECORD RED LINES ON THE CONSTRUCTION DRAWINGS AND

PLANS. THE CONTRACTOR SHALL CONVERT THE RECORD DRAWINGS TO ELECTRONIC AUTOCAD (LATEST

VERSION) DRAWING FORMAT AND PROVIDE A COPY TO THE ENGINEER AND OWNER.

WARRANTEE

THE ELECTRICAL CONTRACTOR SHALL PROVIDE A WRITTEN 1-YEAR GUARANTEE COVERING ALL WORK FROM

DEFECTS OF WORKMANSHIP AND MATERIALS FROM THE DATE OF PROJECT SUBSTANTIAL COMPLETION.

ANY REPAIRS WITHIN THE WARRANTEE PERIOD, THE ELECTRICAL CONTRACTOR WILL REPAIR AND REPLACE

IN A TIMELY MANNER (30 DAYS AFTER NOTICE) WITHOUT COST TO THE OWNER.

EQUIPMENT COORDINATION

THE ELECTRICAL CONTRACTOR SHALL COORDINATE EXACT ELECTRICAL REQUIREMENTS FOR ALL MECHANICAL

EQUIPMENT REFERENCING THE MECHANICAL SHOP DRAWINGS AND ACTUAL NAMEPLATE DATA.

EXTRAS AND CREDITS

WHERE EXTRA OR DELETED WORK IS REQUESTED, CONTRACTOR SHALL BE PERMITTED A MARK-UP APPLIED TO

BOTH OVERHEAD AND PROFIT AS OUTLINED IN THE CONTRACTUAL AGREEMENT WITH THE CLIENT. WHERE

EXTRAS AND CREDITS OCCUR SIMULTANEOUSLY, THE CREDIT SHALL BE DEDUCTED FROM THE EXTRA, PRIOR TO

THE APPLICATION OF THESE MARK-UPS. CREDITS FOR DELETED WORK WILL NOT BE SUBJECT TO ANY MARK-UP

AS IT IS ASSUMED THAT THE OVERHEAD, LABOUR AND PROFIT ON THESE DELETED MATERIALS WAS INCLUDED

AT THE TIME THE WORK WAS BID.

THE CONTRACTOR SHALL NEGOTIATE ANY CHANGES INCLUDING ADDITIONS AND DELETIONS ENSURING CREDITS

ARE ISSUED FOR WORK DELETED FROM SCOPE.

ELECTRICAL CIVIL WORKS

THE ELECTRICAL CONTRACTOR SHALL COORDINATE ALL CIVIL WORKS WITH THE GENERAL CONTRACTOR

INCLUDING BUT NOT LIMITED TO THE EXCAVATION, BACKFILL, COMPACTION, RESTORATION, ETC.

THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ALL LOCATES TO ENSURE THAT THE

NEW INSTALLATION WILL NOT INTERFERE WITH EXISTING SERVICES.

THE ELECTRICAL CONTRACTOR SHALL BE RESPONSIBLE FOR THE RESTORATION OF GRASS AREA, SIDEWALKS,

ROADWAYS, LANDSCAPED AREAS, ETC. TO THE ORIGINAL CONDITION. GRASS AREAS SHALL BE RE-SODDED, NOT

SEEDED.

THE ELECTRICAL CONTRACTOR SHALL COORDINATE INSPECTION OF ALL UNDERGROUND INSTALLATIONS BY THE

LOCAL UTILITY AND ELECTRICAL SAFETY AUTHORITY PRIOR TO POURING CONCRETE OR BACKFILLING.

EQUIPMENT IDENTIFICATION GENERAL

PROVIDE ALL NAMEPLATES FOR ELECTRICAL EQUIPMENT (SUCH AS BUT NOT LIMITED TO PANELS, DISCONNECT

SWITCHES, TRANSFORMERS, ETC.) NAMEPLATES MUST INDICATE EQUIPMENT NAME AND ELECTRICAL

CHARACTERISTICS (AMPACITY, VOLTAGE, PHASES, NUMBER OF CONDUCTORS), I.E.: 'PANEL A', 200A, 120/208V,

3-PHASE 4-WIRE.

NAMEPLATES MUST BE WHITE WITH BLACK LETTERING LAMACOID 1.5MM THICK MINIMUM.

NAMEPLATE ENGRAVING SHALL BE AS FOLLOWS:

-ELECTRICAL EQUIPMENT NAME: 0.5", (13MM) HIGH.

-ELECTRICAL EQUIPMENT CHARACTERISTICS: 0.25", (6MM) HIGH.

PROVIDE TYPED DIRECTORY CARDS IN ALL NEW AND REVISED DISTRIBUTION PANELS. HAND WRITTEN

DIRECTORY CARDS ARE NOT ACCEPTABLE.

ALL EMPTY OR SPARE CONDUIT SHALL BE IDENTIFIED WITH BLACK PERMANENT MARKER CLEARLY INDICATING

THE SOURCE AND THE DESTINATION.

ALL JUNCTION BOXES SHALL BE IDENTIFIED WITH BLACK PERMANENT MARKER INDICATING THE SOURCE PANEL,

CIRCUIT NUMBER AND SYSTEM (I.E., LIGHTING, RECEPTACLES, FIRE ALARM, ETC.).

CONDUIT WIRE & CABLE GENERAL

ALL WIRING MUST TO BE INSTALLED IN CONDUIT UNLESS OTHERWISE NOTED. ARMOURED FLEXIBLE CABLE MAY

BE USED WHEN NOT VISIBLE (WITHIN WALLS, CEILING SPACES, ETC).

ALL EMPTY CONDUIT AND RACEWAY SYSTEMS SHALL BE INSTALLED COMPLETE WITH NYLON PULL STRING

WHICH SHALL BE SECURELY FASTENED AT EACH END OF THE CONDUIT.

EXPOSED OR CONCEALED CONDUITS ABOVE CEILINGS SHALL BE RUN IN STRAIGHT LINES PARALLEL TO BUILDING

STRUCTURE. DIAGONAL RUNS WILL NOT BE PERMITTED.

IF THE CONDUIT LENGTHS/BENDS EXCEED THAT LISTED BELOW, A PULL BOX SHALL BE INSTALLED.

- NO MORE THAN (3) 90° BENDS IN A CONDUIT RUN ARE ALLOWED.

- 65', 20M MAXIMUM - THREE 90° BENDS.

- 100', 30M MAXIMUM - TWO 90° BENDS.

- 150', 45M MAXIMUM - ONE 90° BEND.

- 200', 60M MAXIMUM - NO BENDS.

DEVICES

DEVICES MUST BE WHITE COLOUR UNLESS NOTED OTHERWISE.

DEVICES FOR GENERAL PURPOSE SHALL BE OF HEAVY DUTY SPECIFICATION GRADE.

TIME CONTROLS EXTERIOR LIGHTING & SIGN CONTROL

THE ELECTRICAL CONTRACTOR MUST PROVIDE AN ELECTRONIC PROGRAMMABLE TIMER WITH THE MINIMUM

REQUIREMENTS OF 7 DAY, 2 CIRCUIT, 1 TO 70 ON/OFF OPERATIONS/WEEK, 120V, 30A RATED CONTACTS.

THE ELECTRICAL CONTRACTOR MUST PROGRAM TIME CLOCK FOR INDEPENDENT CONTROL OF TWO EXTERIOR

LIGHTING ZONES ON A SEVEN DAY SCHEDULE AS NOTED BY THE OWNER AND ENGINEER. SCHEDULES AND

INSTRUCTION SHEETS SHALL BE PROVIDED TO THE OWNER.

ELECTRICAL DEVICE NOTES

INSTALL SWITCHES WITH HANDLE IN THE "UP" POSITION WHEN THE SWITCH IS IN THE "ON" POSITION.

REMOVE PLASTIC PROTECTIVE FILM ON STAINLESS STEEL PLATES ONLY AFTER PAINTING AND OTHER WORK HAS

BEEN COMPLETED IN THAT AREA.

DO NOT USE COVER PLATES DESIGNED FOR FLUSH OUTLET BOXES ON SURFACE MOUNTED BOXES.

DO NOT USE OUTLET BOXES DESIGNED FOR RECESSED MOUNTING IN SURFACE MOUNT APPLICATIONS.

ALL DEVICES SHALL HAVE PERMANENT LABELS AFFIXED CLEARLY INDICATING THE SOURCE CIRCUIT NUMBER

AND PANEL NAME. TEXT ON THE LABEL SHALL BE 1/4" (6.35MM) IN HEIGHT.

INSTALLATION

MOUNTING HEIGHTS TO CENTER OF DEVICE ABOVE FINISHED FLOOR (AFF), UNLESS NOTED OTHERWISE:

LIGHT SWITCHES:

TO BE MOUNTED NOT LESS THAN 35.4" (900MM) AND NOT MORE THAN 43.3" (1100MM) ABOVE FINISHED FLOOR

RECEPTACLES:

TO BE MOUNTED 16" (400MM) AFF.

WHEN ABOVE A COUNTERTOP, TO BE MOUNTED 4" (100MM) ABOVE A COUNTERTOP.

WHEN PROVIDED FOR MECHANICAL EQUIPMENT, COORDINATE WITH FINAL MECHANICAL EQUIPMENT LOCATION

WHERE A CONFLICT OF DEVICE MOUNTING OCCURS, THE ELECTRICAL CONTRACTOR SHALL CONTACT THE

ENGINEER FOR CLARIFICATION.

DISTRIBUTION EQUIPMENT GENERAL

ALL DISTRIBUTION EQUIPMENT MUST BE RATED FOR USE WITHIN THE SPACE. ALL ELECTRICAL EQUIPMENT

MUST BE COMPLETE WITH DRIP SHIELDS AT A MINIMUM OR OTHERWISE LISTED AS SUITABLE FOR USE IN A

SPRINKLERED ENVIRONMENT AS REQUIRED.

PANEL BOARDS

PROVIDE SURFACE OR RECESSED PANELS AS INDICATED ADHERING TO TYPE, VOLTAGE, AMPERE CAPACITY,

NUMBER OF POLES, BRANCH CIRCUIT, CAPACITY, ETC. AS SPECIFIED PROVIDE BOLT-ON BREAKERS (SLASH

RATED BREAKERS ARE NOT ACCEPTABLE).

ALL ELECTRICAL PANELS MUST HAVE A STEEL DOOR, FLUSH MOUNTED LOCKS AND CONCEALED HINGES.

THE ELECTRICAL CONTRACTOR MUST BALANCE ALL PANELS TO GIVE AS NEAR AS POSSIBLE EQUAL CURRENT ON

ALL PHASES UNDER TYPICAL OPERATING CONDITIONS (ADJUST TO BE WITHIN 15%).

DISCONNECT SWITCHES

THE MAIN SERVICE SWITCH MUST MEET THE REQUIREMENTS OF THE LOCAL UTILITY; INCLUDING LOCKABLE,

VISIBLE WINDOW TYPE, ETC.

ALL DISCONNECTS MUST BE LOCKABLE IN OFF SWITCH POSITION BY ONE LOCK. THE SWITCH MUST BE

MECHANICALLY INTERLOCKED WITH SWITCH DOOR, CONTAINING DEFEAT TO PREVENT OPENING WHEN HANDLE

IN ON POSITION.

FUSES & BREAKERS

FUSES WITHIN THE MAIN SERVICE SWITCH SHALL BE CLASS J (6OOA AND UNDER). FUSE RATING SHALL BE AS

NOTED OR AS REQUIRED FOR PROPER PROTECTION. FUSES SHALL BE RATED FOR 200kAIC.

FUSES SERVING AS OVER CURRENT PROTECTION ON THE PRIMARY SIDE OF A TRANSFORMER FEEDING A PANEL

BOARD SHALL BE RK5 (TIME DELAY).

WHEN CIRCUIT BREAKERS ARE USED THEY SHALL BE RATED FOR THE VOLTAGE OF THE SYSTEM TO WHICH THEY

ARE CONNECTED

CONTACTORS

CONTACTORS SHALL BE OF THE VOLTAGE, AMPACITY AND NUMBER OF POLES AS INDICATED ON THE DRAWINGS.

CONTACTS SHALL HAVE MIXED LOAD RATINGS (LIGHTING AND MOTOR) AND A WITHSTAND RATING OF 100kA.

CONTACTS SHALL BE ELECTRICALLY HELD.

TRANSFORMERS

TRANSFORMERS SHALL BE DRY-TYPE, 115 DEG C TEMP RISE, LESS THAN 4.5% REGULATION AT UNITY POWER

FACTOR, LESS THAN 5% TOTAL LOSSES AT FULL LOAD, 3.5% MINIMUM IMPEDANCE, ALUMINIUM OR COPPER

WOUND. THE TRANSFORMER MUST BE OF THE VOLTAGE AND SIZE AS SHOWN ON THE DRAWINGS. IF THE

INSTALLATION LOCATION IS SPRINKLERED, USE NEMA SPRINKLER PROOF, OR NEMA 3R.

TRANSFORMERS SPECIFIED MUST NOT BE REPLACED WITH AN ALTERNATIVE T WOUND OR AUTO TRANSFORMER

UNLESS DIRECTLY REVIEWED AND APPROVED BY THE ENGINEER.

CONDUCTORS SHALL NOT BE RUN IN THE TOP OF THE TRANSFORMER CASE DUE TO HIGH AMBIENT

TEMPERATURES.

DRY-TYPE TRANSFORMERS SHALL HAVE INTERNAL VIBRATION ABSORBING PADS AND OPTIONAL EXTERNAL

MOULDED NEOPRENE AND STEEL VIBRATION ISOLATORS.

WHEN WYE-WOUND STEP-UP/DOWN TRANSFORMERS ARE USED, A WYE WINDING SHALL NOT FACE A WYE

SERVICE WINDING.

TRANSFORMERS SHALL HAVE FOUR (4) 2.5% FULL CAPACITY TAPS. CONNECTIONS ON HV AND LV SIDES SHALL

BE FLEXIBLE CONDUIT OR EQUIVALENT.

TRANSFORMERS MOUNTED ON COMBUSTIBLE FLOORS OR ABOVE PEDESTRIAN TRAFFIC SHALL BE INSTALLED

WITH PROTECTION PLATES, SUCH THAT IN THE EVENT OF A FAILURE THERE IS NO HAZARD OF MOLTEN METAL.

GROUNDING & BONDING

THE ELECTRICAL CONTRACTOR SHALL INCLUDE IN HIS TENDER GROUNDING AND BONDING AS REQUIRED BY

ELECTRICAL SAFETY AUTHORITY INSPECTION DEPARTMENT.

LIGHTING GENERAL

SUPPLY AND INSTALL LIGHTING FIXTURES WITH ALL ACCESSORIES AND LAMPS AS SHOWN IN LIGHTING

FIXTURE SCHEDULE, AND AS DESCRIBED.

THE ELECTRICAL CONTRACTOR MUST ENDEAVOUR TO PROVIDE A MOUNTING SOLUTION THAT IS VISUALLY

APPEALING TO THE OWNER WHEN NOT DIRECTLY SPECIFIED IN THIS DRAWING PACKAGE, AT NO ADDITIONAL

COST TO THE OWNER.

THE ELECTRICAL CONTRACTOR SHALL SUBMIT SHOP DRAWINGS CONTAINING THE FOLLOWING INFORMATION:

- FIXTURE MANUFACTURER (INCLUDE ADDRESS AND TELEPHONE NUMBER).

- IMAGE OF THE FIXTURE, FIXTURE MODEL NUMBER, FIXTURE COLOUR.

- MOUNTING DETAILS, PHOTOMETRIC DATA.

- HIGHLIGHT SELECTABLE OPTIONS.

EXITS

ALL NEW EXIT FIXTURES MUST BE INTERNALLY LIT OR A PHOTOLUMINESCENCE TYPE. CONTRACTOR TO

CONFIRM TYPE WITH CLIENT PRIOR TO PURCHASE.

NEW EXIT SIGNS SHALL BE THE GREEN RUNNING MAN TYPE.

EXIT FIXTURES MUST BE WALL OR CEILING MOUNTED. EXIT FIXTURE LOCATION AND MOUNTING

ARRANGEMENTS MUST BE COORDINATED ONSITE. EACH EXIT FIXTURE MUST BE VISIBLE FROM THE EXIT

APPROACH.

WALL MOUNTED EXITS SHALL BE MOUNTED AT 96" (2430MM) ABOVE FINISHED FLOOR OR 12" (300MM) ABOVE

DOORS.

EXIT FIXTURES MAY BE CEILING MOUNTED IF THE CEILING HEIGHT DOES NOT EXCEED 144" (3658MM).

EMERGENCY LIGHTING (BATTERY SYSTEM) GENERAL

THE EMERGENCY LIGHTING MUST ACTIVATE UPON LOSS OF POWER TO THE LIGHTING CIRCUIT THAT IS

SERVICING THE SPACE WHERE THE EMERGENCY LIGHTING IS PROVIDED. THE BATTERY MUST AUTOMATICALLY

RECHARGE AFTER NORMAL POWER IS RESTORED.

THE ELECTRICAL CONTRACTOR MUST SUPPLY AND INSTALL AN EMERGENCY LIGHTING SYSTEM CONSISTING OF

24 VDC BATTERY UNIT(S), LIGHTING HEADS, CONDUIT, WIRING, ETC.,

THE ELECTRICAL CONTRACTOR SHALL TEST THE EMERGENCY LIGHTING SYSTEM AND REPAIR ANY

NON-CONFORMING FIXTURES OR DEFICIENCIES TO ENSURE A MINIMUM LIGHTING LEVELS ARE MAINTAINED.

DEDICATED BATTERY UNITS MUST BE WALL MOUNTED AT 84", (2250MM). POWER FEED FOR BATTERY PACKS

SHALL BE MOUNTED AT 96", (2450MM) WHERE POSSIBLE. PROVIDE CONNECTION FROM CONSTRUCTION

LIGHTING CIRCUIT. UNLESS OTHERWISE NOTED.

WALL MOUNTED REMOTE HEADS SHALL BE MOUNTED AT 96", (2450MM) AFF. ELECTRICAL CONTRACTOR TO SITE

VERIFY LOCATIONS ON SITE AS REQUIRED.

THE ELECTRICAL CONTRACTOR SHALL CONFIRM THE WIRE SIZE AND LENGTH LIMIT VOLTAGE DROP TO FIVE

PERCENT TO THE MOST REMOTE FIXTURES. ALL WIRING SHALL BE IN DEDICATED CONDUITS.

ELECTRICAL HEATERS

SUPPLY AND INSTALL OF HEATERS AS LISTED, IN COORDINATION WITH THE MECHANICAL TRADE, AT THE

RATED SIZE AND VOLTAGE INDICATED ON THE DRAWINGS.

SUPPLY AND INSTALL ALL CONTROLS AND WIRING AS SHOWN, TO PROVIDE A COMPLETE AND OPERATING

HEATING SYSTEM.

RUN CONDUIT FOR T-STAT OF UNIT HEATERS AS REQUIRED BY MECHANICAL TRADE.

COMMUNICATION AND DATA CONDUITS

THE ELECTRICAL CONTRACTOR SHALL INSTALL ALL EMPTY CONDUITS AND CONDUIT COMPONENTS TO ALLOW

FOR COMMUNICATION CONTRACTOR TO INSTALL DATA AND PHONE CABLES AS SHOWN IN THE DRAWINGS

WITHOUT CUTTING AND PATCHING.

ALL CONDUIT FOR THE PURPOSE OF COMMUNICATIONS WITHIN THE CEILING SPACE, ROOM OR CLOSETS MUST

STUB INTO THE OPEN SPACE A MINIMUM OF 3" (75MM) WITHOUT A BEND.

ELECTRICAL NOTES AND SPECIFICATIONS

2019/10/23

APPENDIX E

Page 41: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

ELECTRICAL SYMBOL LEGEND

SYMBOL DESCRIPTION

15A/120V DUPLEX RECEPTACLE

120V DUPLEX RECEPTACLE (GFI)

120V RECEPTACLE (WEATHERPROOF)

20A/120V DEDICATED RECEPTACLE

120V QUAD RECEPTACLE

POWER POINT (REFER TO DRAWINGS)

DATA OUTLET

PHONE OUTLET

DATA/PHONE OUTLET

PUSH BUTTON

AFF ABOVE FINISHED FLOOR

GFI

WP

DN

DN

102

EX'G STAIRS

219

OPEN OFFICE

AREA

220

PHONE RM

214

213

SUPPLY

ROOM

221

KITCHEN

222

MEETING AREA

223

MEETING RM

224

MEETING RM

201

RECEPTION

101

EX'G STAIRS

OPEN TO BELOW

IS

LA

ND

RE

F.

203

LOUNGE

204

EX'G OFFICE

205

OFFICE

206

OFFICE

207

EX'G OFFICE

208

MEETING RM.

218

OFFICE

217

DATA CL.

216

STORAGE RM

215

EX'G W.C

212

PHONE

RM

211

210

PHONE

RM

202

MINI LOUNGE

209

HALL

EX'G DUCT

EX'G DUCT

GLAZING

1220 A.F.F

GLAZING

1220 A.F.F

D.W

EX'G W.C

EX'G W.C

GFI 48" AFF

D.W

GFI 48" AFF

H.D

H.D

H.D

OCT

22/19

- ISSUED FOR PERMIT RC

OCT

21/19

-

ISSUED FOR

REVIEW/COORDINATION

RC

DATE NO. DESCRIPTION BY

PROJECT:

ACCELERATOR SPACE

TOWN OF INNISFIL

8000 YOUNG STREET

INNISFIL, ON

Hubbert EME Engineering

R E V I S I O N S

[email protected]

DRAWN BY: CHECKED BY: SCALE:

RC CL

DATE: PROJECT NUMBER: DRAWING NUMBER:

OCT/2019

9-9578

DRAWING TITLE:

MARK VOID ALL PRINTS DATED

PREVIOUS TO FINAL DATE ABOVE

CONTRACTOR MUST CHECK AND VERIFY ALL

DIMENSIONS AND CONDITIONS IN THE FIELD AND

REPORT ANY DISCREPANCIES TO THE ENGINEER PRIOR

TO PROCEEDING WITH WORK.

THIS DRAWING IS THE PROPERTY OF THE ENGINEER

AND MUST BE RETURNED UPON COMPLETION OF THE

WORK. REPRODUCTION OF THIS DRAWING IS

FORBIDDEN WITHOUT THE ENGINEER'S WRITTEN

CONSENT.

DRAWINGS ARE PREPARED FOR PRINTING ON ARCH D

PAPER(24"x36"). DRAWINGS ARE ARE NOT TO BE

SCALED.

90 WINGES ROAD, SUITE 201

VAUGHAN, ON L4L 6A9

TEL: (905) 851-5492

67 HIGH STREET

BARRIE, ON L4N 1W5

TEL: (705) 735-1133

Scale: 1:75

POWER LAYOUT

1

POWER PLANS

1:75

E-101

2019/10/23

AutoCAD SHX Text
N
Page 42: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

LIGHTING SYMBOL LEGEND

SYMBOL DESCRIPTION

LIGHT SWITCH

3 WAY LIGHT SWITCH

OCCUPANCY SENSOR

RECESSED DOWNLIGHT

WALL MOUNTED LIGHT

PENDANT CYLINDER LIGHT

LOW BAY FIXTURE

2'x4' FIXTURE

1'x4' FIXTURE

2'x2' FIXTURE

STRIP LIGHT

NOTES

D - DIMMER, SM - SURFACE MOUNTED,

VC - VOLUME CONTROL

DN

DN

102

EX'G STAIRS

219

OPEN OFFICE

AREA

220

PHONE RM

214

213

SUPPLY

ROOM

221

KITCHEN

222

MEETING AREA

223

MEETING RM

224

MEETING RM

201

RECEPTION

101

EX'G STAIRS

OPEN TO BELOW

IS

LA

ND

RE

F.

203

LOUNGE

204

EX'G OFFICE

205

OFFICE

206

OFFICE

207

EX'G OFFICE

208

MEETING RM.

218

OFFICE

217

DATA CL.

216

STORAGE RM

215

EX'G W.C

212

PHONE

RM

211

210

PHONE

RM

202

MINI LOUNGE

209

HALL

EX'G DUCT

EX'G DUCT

GLAZING

1220 A.F.F

GLAZING

1220 A.F.F

D.W

EX'G W.C

EX'G W.C

LT1

LT1

LT1

LT1

LT1

LT1

LT1

LT1

LT1

LT1

LT1 LT1

LT1LT1

LT1

LT1

LT1

LT1

LT1

LT1

LT1

LT1

LT1

LT1

LT1

LT1

LT1LT1

LT1 LT1

LT1 LT1

LT1 LT1

LT1

2

2

2

LT1

LIGHTING KEYNOTES

ALL EXISTING LIGHTING TO BE DECOMMISSIONED AND REMOVED.

ALL NEW LIGHT FIXTURES TO BE 2' x 4' LED TYPE AND APPROVED

BY CLIENT.

GENERAL NOTES:

- ALL SWITCHES TO BE COMMERCIAL GRADE.

- WHEN WIRING BETWEEN LIGHT FIXTURES IS EXPOSED, IT SHALL BE IN

CONDUIT, BX IS NOT PERMITTED OR ACCEPTED.

- ALL FIXTURES SHALL BE ADEQUATELY SUPPORTED IN COORDINATION

WITH THE MANUFACTURERS REQUIREMENTS AND AVAILABLE CEILING

MEMBERS.

1

2

Scale: 1:75

LIGHTING LAYOUT

1

LIGHTING PLANS

1:75

E-102

OCT

22/19

- ISSUED FOR PERMIT RC

OCT

21/19

-

ISSUED FOR

REVIEW/COORDINATION

RC

DATE NO. DESCRIPTION BY

PROJECT:

ACCELERATOR SPACE

TOWN OF INNISFIL

8000 YOUNG STREET

INNISFIL, ON

Hubbert EME Engineering

R E V I S I O N S

[email protected]

DRAWN BY: CHECKED BY: SCALE:

RC CL

DATE: PROJECT NUMBER: DRAWING NUMBER:

OCT/2019

9-9578

DRAWING TITLE:

MARK VOID ALL PRINTS DATED

PREVIOUS TO FINAL DATE ABOVE

CONTRACTOR MUST CHECK AND VERIFY ALL

DIMENSIONS AND CONDITIONS IN THE FIELD AND

REPORT ANY DISCREPANCIES TO THE ENGINEER PRIOR

TO PROCEEDING WITH WORK.

THIS DRAWING IS THE PROPERTY OF THE ENGINEER

AND MUST BE RETURNED UPON COMPLETION OF THE

WORK. REPRODUCTION OF THIS DRAWING IS

FORBIDDEN WITHOUT THE ENGINEER'S WRITTEN

CONSENT.

DRAWINGS ARE PREPARED FOR PRINTING ON ARCH D

PAPER(24"x36"). DRAWINGS ARE ARE NOT TO BE

SCALED.

90 WINGES ROAD, SUITE 201

VAUGHAN, ON L4L 6A9

TEL: (905) 851-5492

67 HIGH STREET

BARRIE, ON L4N 1W5

TEL: (705) 735-1133

2019/10/23

AutoCAD SHX Text
3
AutoCAD SHX Text
OS
AutoCAD SHX Text
N
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
3-OS
AutoCAD SHX Text
3-OS
AutoCAD SHX Text
3-OS
AutoCAD SHX Text
3-OS
AutoCAD SHX Text
3-OS
AutoCAD SHX Text
3-OS
AutoCAD SHX Text
3-OS
AutoCAD SHX Text
3-OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
OS
AutoCAD SHX Text
3-OS
AutoCAD SHX Text
3-OS
Page 43: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

LIFE SAFETY SYMBOL LEGEND

SYMBOL DESCRIPTION

EMERGENCY LIGHT REMOTE HEAD

EMERGENCY LIGHT WITH BATTERY

EMERGENCY LIGHT REMOTE HEAD

EMERGENCY LIGHT/EXIT SIGN COMBO

DIRECTIONAL EXIT SIGN

WALL MOUNTED EXIT SIGN

DN

DN

102

EX'G STAIRS

219

OPEN OFFICE

AREA

220

PHONE RM

214

213

SUPPLY

ROOM

221

KITCHEN

222

MEETING AREA

223

MEETING RM

224

MEETING RM

201

RECEPTION

101

EX'G STAIRS

OPEN TO BELOW

IS

LA

ND

RE

F.

OBC TRAVEL DISTANCE ALLOWED: 40m

PROVIDED TRAVEL DISTANCE: 23.38m

203

LOUNGE

204

EX'G OFFICE

205

OFFICE

206

OFFICE

207

EX'G OFFICE

208

MEETING RM.

218

OFFICE

217

DATA CL.

216

STORAGE RM

215

EX'G W.C

212

PHONE

RM

211

210

PHONE

RM

202

MINI LOUNGE

209

HALL

EX'G DUCT

EX'G DUCT

GLAZING

1220 A.F.F

GLAZING

1220 A.F.F

D.W

EGRESSEGRESS

EGRESS

EX'G W.C

EX'G W.C

2

2

TYP.

LIFE SAFETY KEYNOTES

ALL EXISTING LIFE SAFETY EQUIPMENT TO BE DECOMMISSIONED, REMOVED AND

REPLACED WITH NEW EQUIPMENT.

ALL NEW LIFE SAFETY EQUIPMENT TO BE APPROVED BY ENGINEER.

GENERAL NOTES:

- ALL EMERGENCY BATTERY LIGHTING TO SUPPLY POWER FOR A MINIMUM 30 MINUTES.

- ALL EMERGENCY EXIT SIGNS TO BE GREEN RUNNING MAN TYPE.

- ALL EMERGENCY LIGHTS TO BE MOUNTED MAXIMUM 8' (96") ABOVE FINISHED FLOOR

(A.F.F.)

- ALL EXIT SIGNS TO BE MOUNTED ABOVE EXIT DOORS AND IN LOCATIONS SHOWN ON

DRAWINGS. CONTRACTOR TO MOUNT EXIT SIGNS AS PER MANUFACTURER SPECIFICATIONS

AND ACCORDING TO ALL APPLICABLE CODES AND STANDARDS.

- CONTRACTOR TO VERIFY DC VOLTAGE DROP AND NOTIFY EOR IF ANY WIRING

DISCREPANCIES EXIST

1

2

OCT

22/19

- ISSUED FOR PERMIT RC

OCT

21/19

-

ISSUED FOR

REVIEW/COORDINATION

RC

DATE NO. DESCRIPTION BY

PROJECT:

ACCELERATOR SPACE

TOWN OF INNISFIL

8000 YOUNG STREET

INNISFIL, ON

Hubbert EME Engineering

R E V I S I O N S

[email protected]

DRAWN BY: CHECKED BY: SCALE:

RC CL

DATE: PROJECT NUMBER: DRAWING NUMBER:

OCT/2019

9-9578

DRAWING TITLE:

MARK VOID ALL PRINTS DATED

PREVIOUS TO FINAL DATE ABOVE

CONTRACTOR MUST CHECK AND VERIFY ALL

DIMENSIONS AND CONDITIONS IN THE FIELD AND

REPORT ANY DISCREPANCIES TO THE ENGINEER PRIOR

TO PROCEEDING WITH WORK.

THIS DRAWING IS THE PROPERTY OF THE ENGINEER

AND MUST BE RETURNED UPON COMPLETION OF THE

WORK. REPRODUCTION OF THIS DRAWING IS

FORBIDDEN WITHOUT THE ENGINEER'S WRITTEN

CONSENT.

DRAWINGS ARE PREPARED FOR PRINTING ON ARCH D

PAPER(24"x36"). DRAWINGS ARE ARE NOT TO BE

SCALED.

90 WINGES ROAD, SUITE 201

VAUGHAN, ON L4L 6A9

TEL: (905) 851-5492

67 HIGH STREET

BARRIE, ON L4N 1W5

TEL: (705) 735-1133

Scale: 1:75

LIFE SAFETY LAYOUT

1

LIFE SAFETY PLANS

1:75

E-103

2019/10/23

AutoCAD SHX Text
N
Chris Langford
Snapshot
Chris Langford
Snapshot
Chris Langford
Snapshot
Chris Langford
Snapshot
Page 44: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Innisfil Accelerates | Incubator and Coworking Space

Colour and Material

The colours and materials will reflect the goal of professionalism and contemporary innovation. It should be a place that is both comfortable, engaging and a place where members will be proud to bring clients and mentors.

The floor and the primary walls will be light grays and neutrals, with a strong accent navy wall in the main lounge and occasional accent details in yellow.

Accent wall

Occasional accents

Furniture - light tan leather

Grey vinyl wood textured planks - herringbone pattern

Wood - Light oak finishPrimary wall color - bright white

INC

UB

AT

OR

AN

D

CO

WO

RK

ING

SP

AC

ELo

ok

an

d F

eel

Colour andMaterial

Inn

isfi

l A

cc

eler

ates

Tow

n o

f In

nis

fil

80

00

Yo

ng

e S

tree

tIn

nis

fil,

On

tari

o L

9S

1L5

CA

50

4.2

58

.84

28U

S 2

06

.84

9.2

93

3ka

tie@

kan

aw

ha

.des

ign

htt

ps/

/ka

na

wh

a.d

esig

n

0 2

Date: Oct 18, 2019Scale: NTS

APPENDIX F

Page 45: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

I

A

Tow

n of

Inni

sfil

800

0 Y

onge

Str

eet

Inni

sfil,

Ont

ario

L9S

1L5

0 2

Date : August 28, 2019Scale : 1/8” = 1’

INC

UB

AT

OR

AN

DC

OW

OR

KIN

G S

PA

CE

Des

ign

Dra

win

gs

Proposed Plan

CA

604.

258.

8428

US

206.

849

.293

3N

Date : Aug 30, 2019

W/C

Storage Room

East Entrance

Duct Space

Duct Space

W/C

Middle Office4 seats

Kitchen

DataCloset

Closet

Officesupply area

SE Office6 seats

SW Office5 seats

Lounge

Reception

NE Open Desk A rea = 21 seats

Open Desk/Meeting Area

MiniLounge Area

W MeetingRoom5 seats

NW MeetingRoom5 seats

PhoneRoom

West Entrance

Member wall andProgram documentation

Screen

ScreenScreen

ScreenE MeetingRoom5 seats

Existing beamCoworking Space - ProposedScale: 1/8 = 1'

Notes- Office Seats - 22- Open Desk Seats -21- Total Seats - 43- Flex seats - kitchen/meeting - 10- Washrooms - 3- Meeting Rooms - 3- Phone Rooms - 3- Average open desk size - 30" x 60"- Average office desk size - 30" x 36"/seat

- Remove indicated walls aroundwest entrance

- Convert west closets to phonerooms (include elex and ventilation)

- Add wall mounted screens tomeeting rooms and meeting area -See low voltage plan

- Add or remove indicated doors- Add half height walls with glass and

custom millwork - design TBD- Add indicated walls- Add data closet to existing storage

room (add ventilation, louvereddoor and elex)

- Add kitchen- Replace flooring- Replace all W/C fixtures and

finishes, move sink in S W/C- Replace dropped ceiling and

lighting fixtures- Possibly add custom built desks in

offices- Add wall in S Office

Scope

S Office Lg4 seats

S Office Sm2 - 3 seats

Lock

ers

PhoneRoom

PhoneRoom

S W/C

Innisfi l Accelerates | Incubator and Coworking Space

Door samples and glazing treatment

The doors to the private offi ces and meeting rooms will have windows for light and transparency. Included are samples of door designs and glazing options.

Doors to replace - Confi rm dimensions of all doors

Options for offi ce doors - oak fi nish

Options for entrance doors

Suggestion for meeting & phone room doors - oak fi nish

Custom glazing - use vinyl graphics to identify meeting rooms and create sense of place

INC

UB

AT

OR

AN

D

CO

WO

RK

ING

SP

AC

ELo

ok

an

d F

eel

CustomMillwork

Inn

isfi

l A

cc

eler

ates

Tow

n o

f In

nis

fil

80

00

Yo

ng

e S

tree

tIn

nis

fil,

On

tari

o L

9S

1L5

CA

50

4.2

58

.84

28U

S 2

06

.84

9.2

93

3ka

tie@

kan

aw

ha

.des

ign

htt

ps/

/ka

na

wh

a.d

esig

n

0 3

Date: Oct 18, 2019Scale: NTS

Page 46: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

I

A

Tow

n of

Inni

sfil

8000

Yon

ge S

treet

Inni

sfil,

Ont

ario

L9S

1L5

0 2

Date : August 28, 2019Scale : 1/8” = 1’

INC

UB

AT

OR

AN

D

CO

WO

RK

ING

SPA

CE

Des

ign

Dra

win

gs

Proposed Plan

CA

60

4.25

8.84

28U

S 20

6.84

9.29

33

N

Date : Aug 30, 2019

W/C

Storage Room

East Entrance

Duct Space

Duct Space

W/C

Middle Office4 seats

Kitchen

DataCloset

Closet

Officesupply area

SE Office6 seats

SW Office5 seats

Lounge

Reception

NW Open Desk Area = 21 seats

Open Desk/Meeting Area

MiniLounge Area

W MeetingRoom5 seats

NW MeetingRoom5 seats

PhoneRoom

West Entrance

Member wall andProgram documentation

Screen

ScreenScreen

ScreenE MeetingRoom5 seats

Existing beamCoworking Space - ProposedScale: 1/8 = 1'

Notes- Office Seats - 22- Open Desk Seats -21- Total Seats - 43- Flex seats - kitchen/meeting - 10- Washrooms - 3- Meeting Rooms - 3- Phone Rooms - 3- Average open desk size - 30" x 60"- Average office desk size - 30" x 36"/seat

- Remove indicated walls aroundwest entrance

- Convert west closets to phonerooms (include elex and ventilation)

- Add wall mounted screens tomeeting rooms and meeting area -See low voltage plan

- Add or remove indicated doors- Add half height walls with glass and

custom millwork - design TBD- Add indicated walls- Add data closet to existing storage

room (add ventilation, louvereddoor and elex)

- Add kitchen- Replace flooring- Replace all W/C fixtures and

finishes, move sink in S W/C- Replace dropped ceiling and

lighting fixtures- Possibly add custom built desks in

offices- Add wall in S Office

Scope

S Office Lg4 seats

S Office Sm2 - 3 seats

Lock

ers

PhoneRoom

PhoneRoom

S W/C

Blue accent wall

Innisfil Accelerates | Incubator and Coworking Space

Lounge Accents

It is important to develop a sense of place - coworking spaces frequently use the entryway to express brand, display member photos and establish the space’s identity.

Included are some examples of coworking entrance graphics. We recommend either an extension of the Innisfil brand or a mural by a local artist or designer.

Customized graphic wall

Customized graphic wall

INC

UB

AT

OR

AN

D

CO

WO

RK

ING

SP

AC

ELo

ok

an

d F

eel

LoungeAccents

Inn

isfi

l A

cc

eler

ates

Tow

n o

f In

nis

fil

80

00

Yo

ng

e S

tree

tIn

nis

fil,

On

tari

o L

9S

1L5

CA

50

4.2

58

.84

28U

S 2

06

.84

9.2

93

3ka

tie@

kan

aw

ha

.des

ign

htt

ps/

/ka

na

wh

a.d

esig

n

0 6

Date: Oct 18, 2019Scale: NTS

Page 47: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

PREVIEW OF BIDDING SYSTEM FORMS/TABLES, ETC.

Please find following a preview only of the Town’s Bidding System forms/tables, etc., that the Bidder will be required to complete,upload or acknowledge, where and as indicated, as part of their electronic bid submission in response to this Call for Bid Document.

The Bidder acknowledges that the preview below is provided as a courtesy only and that its form and/or content are subject tochange if necessary through an Addendum.

Page 48: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Schedule of Prices

The Bidder hereby Bids and offers to enter into the Contract referred to and to supply and do all or any part of the Work which is set out or called for in thisBid, at the unit prices, and/or lump sums, hereinafter stated. HST is additional.

* Denotes a "MANDATORY" field

Do not enter $0.00 dollars unless you are providing the line item at zero dollars to the Owner.

If the line item and/or table is "NON-MANDATORY" and you are not bidding on it, leave the table and/or line item blank.Do not enter a $0.00 dollar value.

Schedule of Prices

Bidders are responsible for reviewing the complete RFQ document prior to completing their submission to ensure they fully understand the Work asdetailed therein.

Bidders should specifically reference Sections 17-19 and 62 of the RFQ regarding pricing.

Description Quantity Unit Lump Sum Price *

Provide the Total Lump Sum price to complete all Work as detailed in the RFQ. 1 LumpSum(LS)

*

Subtotal:

Summary Table

Bid Form Amount

Schedule of Prices

HST (13%) $ 0.00

Total Contract Amount:

Specifications

Bidders Information Form

LineItem

Description Response

1 Company Name *

2 Bidder’s Main Contact Individual *

3 Address (include postal code) *

4 Office Phone & Extension # *

5 Toll Free #

6 Cellular # *

7 E-mail address *

Page 49: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

All references stated shall be for the same or similar scope as the one described in this Bid.

For newly formed business entity including, corporations, partnerships and sole proprietors or a Contractor teaming arrangement you shall state below inthe Client Column that you were not the “Contractor” for the named project and should state whose past experience on the named project is relevant to thatreference.

Ability & Experience Form

The Bidder shall provide below three (3) separate Customers other than the Town having purchased a similar size and design of goods and/or servicesas specified herein for a previous three (3) year period from the issuance of this document.

The Town reserves the right to call references if in its sole discretion finds a need to do so.

The Town reserves the right to check other references other than listed herein.

LineItem

Company Name * Contact Name *PhoneNumber *

Email Address *Date ofContract/Services *

Description of Goods/ServicesProvided *

1

2

3

Sub-Contractors

The Town reserves the right to approve all proposed Sub-Contractors and where the Town objects to the use of any proposed Sub-Contractor, the Biddershall use another sub-contract Bidder acceptable to the Town. Any proposed changes to the approved list of Sub-Contractors subsequent to ContractAward shall be subject to the approval of the Town.

The awarded Bidder may be required to produce schedule of references for all or any proposed Sub-Contractors.

The Awarded Bidder shall only use those Sub-Contractors approved by the Town and shall be held fully responsible to the Town for the acts and omissionsof its Sub-Contractors.

Sub-Contractors

Bidders shall not indicate “TBD” (To Be Determined) or “TBA” (To Be Announced) or similar wording and shall not indicate multiple choices ofSubcontractor names for any Subcontractor category in their list of Subcontractors.

By clicking here I confirm that there are no Subcontractor(s) and the Bidder shall perform the project with their “OWN FORCES”.

Type of work Sub-Contractor Contact name Contact Number

*

Page 50: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

Declarations & Addendums

In submitting a bid submission or prequalification (hereinafter “bid”) to The Corporation of the Town of Innisfil, in response to the Call for Bid (hereinafter“call”) made by The Corporation of the Town of Innisfil, theCompany (“Bidder”) has read, understands and agrees to be bound by the following Declarations and Addendums:

1. THAT the person submitting this bid is authorized by the Bidder to acknowledge the Declarations and Addendums, and to submit the accompanyingbid, on behalf of the Bidder;

2.THAT if applicable, each person whose signature appears on the accompanying bid has been authorized by the Bidder to determine the terms of, andto sign, the bid, on behalf of the Proponent;

3. THAT the Bidder has carefully examined the locality and site of the proposed Works, as well as the Call for Bid document and if any, the appendicesand addendum/addenda, relating thereto, prepared, submitted and rendered available by the Town, by and on behalf of the Municipality and herebyacknowledges the same to be part and parcel of any Contract to be awarded for the Work therein described or defined;

4. THAT the Agreement may be executed in two or more counterparts, each of which together shall be deemed an original, but all of which together shallconstitute one and the same instrument. In the event that any signature is delivered by facsimile transmission or by e-mail or other electronic delivery of a".pdf" format data file, such signature shall create a valid and binding obligation of the party executing (or on whose behalf such signature is executed) withthe same force and effect as if such facsimile or ".pdf" signature page were an original thereof;

5. THAT this Bid is made without any connections, knowledge, comparison of figures or arrangements with any other company, firm or person making aBid for the same Work and is in all respects fair and without collusion or fraud and have read, understand and acknowledge the contents of the Certificateof Independent BidDetermination;

6. THAT no member of the Council, and no officer or employee of the Town, is, or has become interested, directly or indirectly, as a contracting party,partner, stockholder, surety or otherwise howsoever in or on the performance of the said Contract, or in the supplies, Work or business in connection withthe said Contract, or in any portion of theprofits thereof, or of any supplies to be used therein, or in any monies to be derived there from;

7. THAT the several matters stated in the said Bid are in all respects true accurate and complete;

8. THAT the Bidder does Bid and offer to enter into a Contract to supply and deliver all materials mentioned and described or implied therein including inevery case freight, duty, currency exchange, H.S.T. in effect on the date of the acceptance and award of bid, and all other charges on the provisions thereinset forth and to accept in full payment therefore, in accordance with the prices and terms set forth in the Bid herein;

9. THAT additions or alterations to or deductions from the said Contract, if any, shall be made in accordance with the prices stated in the Schedule ofPrices in strict conformity with the requirements of the Bid and in the unit measurements stated and if applicable, all unused monies in Provisional Itemsshall be deducted from the final cost of the Work and any quantities exceeding those shown shall be added;

10. THAT this Bid is irrevocable and open to acceptance until the formal Contract is executed by the awarded Bidder for the said Work or Ninety (90)Calendar days from the Submission Deadline, and prices for as long as stated elsewhere in the document, whichever event first occurs and that the Townmay at any time within that period without notice, accept this Bid whether any other Bid has been previously accepted or not;

11. THAT if the Bidder withdraws this Bid before the formal Contract is executed by the awarded Bidder for the said Work or Ninety (90) Calendar daysfrom the Submission Deadline, whichever event first occurs, the amount of the Bid deposit (if applicable) accompanying this Bid shall be forfeited to theTown;

12. THAT the awarding of the Bid, by the Town, is based on this submission, which shall be an acceptance of this Bid;

13. THAT if the Bid is accepted, the Bidder agrees to furnish all documentation, security and certifications as required by the Call for Bid Document andto execute the agreement within Ten (10) Business days after notification of award. If the Bidder fails to do so, the Town may accept the next lowest or anyBid or to advertise for new bids, or to carry out completion of the works in any other way they deem best and the Bidder also agrees to pay to the Town the difference between this Bid and any greater sum which the Town may expend or incur by reason of such default or failure or by reason of such actionas aforesaid on their part, including the cost of any advertisement for new Bids, and shall indemnify and save harmless the Town and their officers from allloss, damage, cost, charges and expense which they may suffer or be put to by reason of any such default or failure on the Bidder’s part. Town may alsochoose to blacklist the Bidder from bidding for up to two (2) years for solicitation opportunities from the Town;

14. THAT the Bidder agrees to save the Town, its agents, or employees, harmless from liability of any kind for the use of any composition, secret process,invention, article or appliance furnished or used in the performance of the Contract of which the Bidder is not the patentee, assignee, or licensee;

15. THAT the Bidder agrees to adhere to all Occupational Health and Safety standards and requirements as set out within the Occupational Health andSafety and the Safety Standards Sections of the Call for Bid document;

16. THAT the Bidder acknowledges that it shall perform all Work in accordance with the Occupational Health and Safety Act and all its associatedregulations. The Bidder has a written Occupational Health and Safety policy which is reviewed, maintained and implemented in accordance with theOccupational Health and Safety Act and all its associated regulations;

17. THAT the Bidder hereby accepts and agrees that the Addendum/Addenda referred to in this Call for Bid document form part and parcel of the saidContract. It is the responsibility of the Bidder to have received all Addendum/Addenda that have been issued by the Town of Innisfil on the ElectronicBidding System;

18. THAT the Bidder acknowledges that the Date of Substantial Performance and the Date of Completion must be achieved by the dates stipulated in theCall for Bid document; and

Page 51: THE CORPORATION OF THE TOWN OF INNISFIL€¦ · The Town of Innisfil shall only accept and receive Electronic Bid submissions through the Town’s Bidding System, hereafter called

19. THAT the Bidder acknowledges that it is required to comply with the Accessibility for Ontarians with Disabilities Act, 2005 including but not limited tothe Accessibility for Customer Service and the Integrated Accessibility Standard Regulation. The Bidder confirms that its employees, agents,volunteers and representatives who are required to receive training under the Act have completed the required training. The Bidder will provide to TheCorporation of the Town of Innisfil any further documentation that confirms this training upon its request. The Bidder will indemnify the Corporation of TheTown of Innisfil (“Town”) from and against any costs, expenses, fines, penalties, damages or losses that may arise or may be incurred as a result of itsfailure to comply with these requirements. The Bidder declares that it has read, understands and will meet all enacted accessibility standards asamended from time to time. The Bidder further declares that if applicable, it will undertake to ensure any sub-contractors hired by for the completion ofWork contracted for the Town will also comply with the above requirements.

I/WE agree to be bound by the above declarations and have authority to bind the Corporation and submit this Bid on behalf of the Bidder. The bidder shall declare any potential conflict of interest that could arise from biddingon this bid. Do you have a potential conflict of interest? Yes No

The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document

Please check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda.

File Name

I have reviewed thebelow addendum and

attachments (ifapplicable)

Pages

There have not been any addenda issued for this bid.