S F H

advertisement
SYNTHETIC FIELDS AT
HJORTH ROAD &
NEWTON ATHLETIC PARKS
SUPPLY & INSTALLATION OF
SYNTHETIC TURF
RFP No. #1220-30-36-09
REQUEST FOR PROPOSALS (RFP)
March 2010
Prepared for the City of Surrey by:
R.F. Binnie & Associates Ltd.
ENGINEERS, PROJECT MANAGERS & SURVEYORS
101-19232 Enterprise Way
Surrey, BC V3S 6J9
Ph 604-574-3336
File: 09-395-08
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
REQUEST FOR PROPOSALS
TABLE OF CONTENTS
1. GENERAL .................................................................................................................... 01
1.1 Intent of the Request For Proposals ....................................................................... 02
1.2 Project Description/Scope of Work ......................................................................... 02
1.3 RFP Documents..................................................................................................... 04
1.4 Relationship Between RFP Documents.................................................................. 04
1.5 Proposal Process and Time Schedule ................................................................... 04
1.6 Project Plans Available from the City ..................................................................... 08
1.7 Responsibilities of the City ..................................................................................... 08
1.8 Responsibilities of the Contractor ........................................................................... 09
1.9 Construction Payment Schedule ............................................................................ 09
1.10 City’s Project Team ................................................................................................ 09
1.11 Evaluation Process ................................................................................................ 09
2. SCOPE OF WORK ....................................................................................................... 11
3. PERFORMANCE SPECIFICATIONS ........................................................................... 13
4. PROPOSAL DOCUMENTS TO BE SUBMITTED ......................................................... 31
4.1 Corporate Performance Proposal ........................................................................... 31
4.2 Financial Proposal ................................................................................................. 31
4.3 Technical Proposal ................................................................................................ 31
APPENDICES
APPENDIX 1 – TECHNICAL PRODUCT DATA SHEET ..................................................... 36
APPENDIX 2 – FORM OF PROPOSAL .............................................................................. 38
APPENDIX 3 – SCHEDULE OF PRICES............................................................................ 40
APPENDIX 4 – CONSTRUCTION SCHEDULES ....................................................................
APPENDIX 5 – SUB-CONTRACTORS ...................................................................................
APPENDIX 6 – MATERIAL SUPPLIERS ................................................................................
APPENDIX 7 – CITY OF SURREY CERTIFICATE OF INSURANCE ................................ 47
APPENDIX 8 – SAMPLE CONTRACT & CCDC 2 SUPPLEMENTARY G.C. ...................... 55
Attachments:
1. Project Drawings ........................................................................................................... 56
 Hjorth Road Park, Field Layout & Grading Plan,
Drawing No. 09395-1-C2, Rev. #5, dated January 28, 2010.


Newton Athletic Park, Synthetic Turf Field #4 (Field Markings and Layout),
Drawing No. 09395-2-T1.
R.F. BINNIE & ASSOCIATES LTD.
MAY 2008
i
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
CITY OF SURREY
REQUEST FOR PROPOSALS
REFERENCE No. 1220-30-36-09
Proposals are invited for RFP #1220-30-36-09, Hjorth Road & Newton Athletic Parks - Supply &
Installation of Synthetic Turf. The work includes the supply and installation of infilled synthetic
turf surfacing at two new fields in the City of Surrey, British Columbia, Canada. The locations
include Hjorth Road Park (103 Avenue at 146 Street), and Newton Athletic Park (128 Street at
74 Avenue). Note that the field base construction (turf edge anchor, field aggregates, fencing,
drainage, etc.) has already been awarded under a separate contract with the City and is
therefore not part of the scope of work included in this RFP.
Five (5) copies of the proposal are to be submitted, of which one will be unbound. Two
representative samples of each synthetic turf product being proposed are to be included. All
shipping materials are to clearly identify the Proponent and their contents. Proposals will be
received by the Purchasing Department no later than 2:00 pm (Local Time) on March 25, 2010.
Sealed Proposals marked “Request For Proposals – Hjorth Road, & Newton Athletic Parks Supply & Installation of Synthetic Turf, RFP #1220-30-36-09”, Confidential – Do Not Open, will
be received at City of Surrey Purchasing Department, Attn: Acting Manager, Purchasing and
Accounts Payable, 6645 – 148th Street, Surrey, BC, V3S 3C7 – not later than 2:00 p.m.(local
time), on Thursday, March 25th, 2010.
Electronic copies of the Request for Proposals documents may be obtained from the City of
Surrey Website and BC Bid Website at no charge.
All inquiries shall be directed to Catherine Eiswerth, Project Manager, R.F. Binnie & Associates
Ltd., #101, 19232 Enterprise Way, Surrey, BC V3S 6J9, Phone: (604) 574-3336, e-mail:
ceiswerth@binnie.com.
Submissions will be evaluated based on the Proponents’ (and their subcontractors)
qualifications and track record, recent experience with similar synthetic turf projects, overall
project cost, proposed construction schedule, demonstrated ability to complete the project within
the proposed schedule, as well as any other any factors the City deems to be relevant to the
project success. The City of Surrey reserves the right to reject any or all proposals, and to
waive informalities in any or all proposals.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page ii
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
1.
GENERAL
1.1
INTENT OF THE REQUEST FOR PROPOSAL
The purpose of this Request for Proposal (RFP) is to invite proposals for the supply and
installation of synthetic turf surfacing at two new fields in the City of Surrey, British Columbia,
Canada. The locations include Hjorth Road Park (103 Avenue at 146 Street), and Newton
Athletic Park (128 Street at 74 Avenue).
Throughout this document, reference is made to the “Proponent” as the entity preparing the
response to the RFP including its Prime Members. The term “Contractor” is used to represent
the successful Proponent after the Agreement is signed.
“Preferred Proponent” is the Proponent judged to have the “best overall Proposal” which is
selected to enter into negotiations leading to an Agreement with the City. If negotiations are
unsuccessful, the next highest rated Proponent would be deemed the Preferred Proponent and
negotiations would be commenced with it.
1.2
PROJECT DESCRIPTION/SCOPE OF WORK
The scope of work includes the provision of all labour, material, equipment, transportation and
services to supply and install complete a new vertical draining synthetic turf surfacing system on
two fields. Note that the City may award each field to a different Proponent, or all fields to one
Proponent, or some other combination the City desires, all at the City’s sole discretion.
The synthetic turf surfacing system for each field is to be as shown on the Project Drawings and
specified in this RFP, including, but not specifically limited to the following:
1. Coordination and cooperation with all other trades relating to and affecting the
installation of the synthetic turf system and related work.
2. Review and acceptance or certification of installed work of other trades directly
affecting the Work of this Proposal, especially of the gravel base as applicable to
installation of turf plus warranty implementation.
3. Supply and installation of a complete vertical draining infilled synthetic turf surfacing
system as follows:


Hjorth Road Park – finished surface area of approximately 8,140 square metres
(74m x 110m).
Newton Athletic Park – finished surface area of approximately 8,360 square metres
(76m x 110m).
A complete infilled synthetic turf system will include the supply and installation of the
synthetic turf including all infill material and other items described in the Specifications.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 1
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
5. The surface areas quoted above refer to the finished surface area of the turf portion of
each field and do not account for any additional material required for either joining turf
material or anchoring the turf around the edges. The amount proposed for the field will
apply, providing the actual final total surface area of the synthetic turf field is within 1%
(one percent) of the total field areas as described above.
6. Provide installation and final survey of all tufted in and inlaid (as applicable) field lines
and markings in accordance with the Specifications.
7. Provide extra turf materials to Surrey for future repair and protective purposes as
described in the Specifications.
8. Provide soccer flags.
9. Provide maintenance and operating manuals as described in the Performance
Specifications.
10. Provide full replacement warranty in accordance with the requirements of the
Performance Specifications.
11. Hire independent testing agency approved by Surrey to complete G-Max. testing in
accordance with ASTM F355 Procedure A at the times indicated in the Performance
Specifications and Warranty.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 2
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
1.3
RFP DOCUMENTS
This RFP package consists of the following documents, which together with any Addenda
issued, collectively constitutes the RFP documents. The Request for Proposal consists of four
Sections and related Appendices as follows:
Section 1:
Section 2:
Section 3:
Section 4:
General: describes the proposal submission, the proposal process to be
followed, and the general proposal submission and evaluation
requirements;
Scope of Work: defines the requirements for the design and construction of
the Project;
Performance Specifications: defines the technical specifications and
standards to be followed in the delivery of the Project.
Proposal Documents to be Submitted: defines the submittal requirements
of the RFP.
Appendices:
Appendix 1 – Technical Product Data Sheet;
Appendix 2 – Form of Proposal;
Appendix 3 – Schedule of Prices;
Appendix 4 – Construction Schedules;
Appendix 5 – Sub-Contractors;
Appendix 6 – Material Suppliers;
Appendix 7 – City of Surrey Certificate of Insurance; and
Appendix 8 – Sample Contract & CCDC-2 Supplementary General Conditions.
Attachment 1: – Project Drawings
1.4

Hjorth Road Park, Field Layout & Grading Plan, Drawing No. 09395-1-C2, Rev. #5,
dated January 28, 2010; and,

Newton Athletic Park, Synthetic Turf Field #4 (Field Markings and Layout), Drawing
No. 09395-2-T1.
RELATIONSHIP BETWEEN RFP DOCUMENTS
The documentation submission requirements of the RFP are in Section 4. Upon selection of the
best overall “Proposal”, the Performance Specifications, Technical Product Data Sheet and the
Proposal submitted by the Proponent, will become the Schedules to the Agreement, which will
then be signed by the City and the successful Proponent.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 3
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
1.5
PROPOSAL PROCESS AND TIME SCHEDULE
Proponent will submit its Proposal for delivering the Project on the basis of the requirements of
the RFP, the Proponent’s further investigations, and careful consideration of the Site. The City
will not accept any liability arising from investigations or other work done or not done by a
Proponent in preparing its Proposal.
The Proponent will be required to schedule the Proponent’s work activities to coordinate with
the other contractors who will be working on the site during the term of this Contract. It is
intended that the synthetic turf field area will be made available to the Proponent and that the
base preparation, the installation of the drainage system, wet-down sprinkler system and the
construction of the perimeter concrete anchoring system will be completed by others. The
Proponent will also be required to accept the work of other trades prior to commencing work on
the installation of the synthetic turf on the field. Note that the City awarded the field base
construction contract for all fields to Cedar Crest Lands Inc.
The current schedule for the availability of each field, ready for turf installation, is as follows:
Location
Field Ready for Turf
Turf Installation Complete
Hjorth Road Park
May 3, 2010
June 7, 2010
Newton Athletic Park
July 1, 2010
August 3, 2010
The actual date that each field will be ready for turf installation may vary from the above dates,
as it is dependent on the Site Work Contractor’s schedule and activities. The Proponent will be
advised of any anticipated changes to the schedule of field availability. The schedule will be
confirmed or updated on a weekly basis throughout the months of April and July.
It is intended that the synthetic turf installation is fully completed within 5 weeks of the start
dates indicated above, or within 5 weeks of the date that the field base is ready for turf
installation (as applicable).
1.5.1
Examination of Documents
Each Proponent will be solely responsible for examining all the RFP Documents, including any
Addenda issued during the Request for Proposal period, and for independently informing itself
with respect to any and all information contained therein, and any and all conditions, which may
in any way, affect the Proposal.
1.5.2
Interpretation of Documents
Each Proponent will review all RFP documents and will promptly report and request clarification
of any discrepancy, deficiency, ambiguity, error, inconsistency or omission contained therein.
Any such request should be submitted to the City’s Consultant:
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 4
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
RF Binnie & Associates Ltd.
Attention: Catherine Eiswerth
101-19232 Enterprise Way
Surrey, British Columbia V3S 6J9
Telephone: (604) 574-3336, Fax: (604) 574-7355
E-mail: ceiswerth@binnie.com
Where such request results in a change or a clarification to the requirements of the RFP, the
City will prepare and issue an Addendum to this RFP.
Information given orally by City staff or the Consultant will not be binding on the City and will not
be considered in any form or manner in the evaluation of the proposals.
1.5.3
Addenda
If the City determines that an amendment is required to this RFP, the City Representative will
post a written addendum on the City Website that will form part of this RFP. No amendment of
any kind to the RFP is effective unless it is posted in a formal written addendum on the City
Website. Upon submitting a Proposal, Proponents will be deemed to have received notice of all
addenda that are posted on the City Website.
1.5.4
Access to the Site
Proponents may access the site during normal park hours of operation. To access any areas of
the project under construction, report to Cedar Crest Lands (B.C.) Ltd’s construction site trailer.
1.5.5
Preparation of Proposal
All Proposals will be prepared by and at the expense of the respective Proponent.
The Proposal submitted by each Proponent should be signed by an Authorized Representative
of the Proponent. The Form of Proposal will be accompanied by the following documents:
A. If the Proponent is a partnership or joint venture, a letter furnished by each partner or
joint venture and signed by an officer of the respective company stating that the
respective company agrees to be held jointly and severally liable for any and all duties
and obligations of the Proponent under any agreement arising there from.
B. A letter signed by an officer of the company of the Proponent stating that they:
 Have read the Request for Proposal
 Understand and are fully aware of the commitments made on their behalf in the
Proposal
 Have authorized the Proponent to make the commitments set out in the Proposal
 Confirm that neither the Proponent nor its Prime Members, have had any interest
whatsoever in the Proposal of any other Proponent, either directly or indirectly, nor
has it entered into any agreement before the Proposal Due Date that could create
such an interest.
The City reserves the right to reject any and all Proposals, modify the schedule, or cancel this
RFP for any reason without compensating the Proponents.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 5
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
1.5.6
Submission of Proposals
The Proposal deliverables are specified in Section 4. They consist of three components:
1. Financial Proposal
- Form of Proposal
2. Technical Proposal
3. Product Samples
Five (5) copies of the proposal are to be submitted, of which one will be unbound. Two
representative samples of each synthetic turf product being proposed are to be included. All
shipping materials are to clearly identify the Proponent and their contents. Proposals will be
received by the Purchasing Department no later than 2:00 pm (Local Time) on March 25,
2010. Each Proposal will be submitted in a sealed package clearly addressed as follows:
SYNTHETIC FIELDS AT
HJORTH ROAD & NEWTON ATHLETIC PARKS
SUPPLY & INSTALLATION OF SYNTHETIC TURF
RFP No. 1220-30-36-09
City of Surrey
Purchasing Department
Attn: Acting Manager, Purchasing and Accounts Payable
6645 – 148 Street, Surrey, BC V3S 3C7
CONFIDENTIAL - DO NOT OPEN
It is the Proponent's sole responsibility to see that its proposal is received on time. Late
submissions will not be considered for evaluation.
1.5.7
Incomplete Proposals
The City reserves the right to reject or accept any Proposal whether or not completed properly
and whether or not it contains all required information. Without prejudice to this right, the City
may request clarification where in the sole opinion of the City, the Proponent’s intent is unclear.
1.5.8
Acceptance of Proposals
Each Proposal will be valid until award.
The City reserves the right to waive informalities in any or all proposals, or to reject any or all
proposals without any obligation or any reimbursement to the Proponents. If, in the sole opinion
of the City, the price provided by a Proponent is unreasonably low (i.e., the work could not
possibly be completed for the quoted price), the City reserves the right to disqualify the
submission without discussion with the Proponent.
The City may reject any proposal in which, in the opinion of the City, the proposed project
schedule does not accurately reflect the time required to perform the work.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 6
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
1.5.9
Award Process
The City plans to award this project after the evaluation team has completed their evaluation
and the recommendation has been approved, and will make every effort to expedite this award
process.
The City reserves the right to negotiate changes to the preferred Proponent's proposal and the
Agreement with the preferred Proponent. The City may choose to award to either award one
field to a single Proponent, or two fields to a single Proponent. The final decision on how each
field will be awarded will depend on the evaluation of each submission, the available budget and
any other factor the City deems relevant.
In the case that an Agreement is not successfully executed with the preferred Proponent, the
City may, at its sole discretion, disqualify that Proponent and commence negotiations with the
second best Proponent.
1.5.10 Execution of Agreement
Upon conclusion of negotiations, the City will provide the successful Proponent with three (3)
copies of the Agreement to be executed.
The CCDC2 - 1994 documents will be utilized for this project and will form the basis of the
Contract between the Owner and the successful Proponent following Award. The Agreement
between the Owner and Contractor, the Definitions and the General Conditions shall be based
on those contained in Canadian Construction Document’s Committee CCDC 2 Stipulated Price
Contract, amended and supplemented as indicated in Appendix 5.
Within Ten (10) business days of the Proponent’s receipt of these documents, the Proponent
will return them to the City full executed, together with the “Performance Bond” and “Labour and
Material Payment Bond”, each in the amount of 50% of the Contract Price, and Insurance
Certificates as defined in the RFP. As a condition precedent to award of Contract, the
successful Proponent must have or obtain a City of Surrey business license from the Owner,
which must be maintained throughout the term of the Work.
1.6
PROJECT PLANS AVAILABLE FROM THE CITY
The City will make the project plans available to each Proponent.
1.7
RESPONSIBILITIES OF THE CITY
Subject to the provisions of the Agreement, the City or its designated Representative will
monitor the design and construction of the Project as a knowledgeable owner and will perform
Quality Audit reviews to ensure delivery of quality, durable, and environmentally acceptable
infrastructure.
The role of the City during the execution of the Work will be to monitor the progress of Work to
ensure that the Contractor conforms to its Proposal (as defined by the Specifications and
Proposal Plans) and the other requirements of the Agreement and Contract Documents, and
makes adequate provisions for safety of the public. As part of its Quality Audit process, the City
will provide compliance reviews, issue change orders, stop orders and work orders, accept
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 7
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
payment requests, issue payments, accept substantial completion and total completion subject
to the procedures defined in the Agreement.
1.8
RESPONSIBILITIES OF THE CONTRACTOR
The scope of Work includes, but is not limited to all responsibilities for engineering, design,
construction, environmental protection, quality control, and quality assurance required to deliver
the work identified in the RFP Documents.
The Contractor will request compliance reviews from the City, submit change requests, submit
progress billings, submit payment requests and submit other documentation as defined in the
RFP and the Agreement.
1.9
CONSTRUCTION PAYMENT SCHEDULE
Payments to the successful Proponent (Contractor) for work performed under the Construction
Contract will made in accordance with the following schedule:



The first payment will be made based on a maximum of 25% of the Guaranteed Maximum
Price when 100% of the required synthetic turf has been delivered to the site, has passed all
of the required tests and at least 50% of the synthetic turf has been installed over the field
surface.
The second payment will be made when the synthetic turf installation is complete and has
passed all of the required tests and inspections including, but not limited to, initial Gmax
testing. The value of the second payment will be made on the value of the Work completed,
less any allowances for deficiencies, hold backs and other Contract amounts.
Subsequent payments will be made in accordance with the Contract.
Payments will be subject to Builders Lien Holdback Legislation. All payments may be subject to
a deficiency holdback. The amount of any deficiency holdback will be determined by the
Contract Administrator.
1.10 CITY’S PROJECT TEAM
The City will designate a Project Manager to act on its behalf with respect to all powers, duties
and authorities vested in the City under the Agreement.
The City’s Prime Consultant and Contract Administrator is R.F. Binnie & Associates Ltd.
1.11 EVALUATION PROCESS
This RFP is being advertised on the BC Bid and City of Surrey web site and is therefore open to
any interested synthetic turf company. No prequalification has been carried out. The City may
also distribute the RFP to known manufacturers/installers of infilled synthetic turf. The invitation
of any Proponent to submit a Proposal shall not, in any way, be construed as pre-approval of
any product, process or contractor.
The City of Surrey reserves the right to reject any or all Proposals, and to waive informalities in
any or all Proposals.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 8
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
It is recognized that there may be significant variation in supply and installation costs between
Proposals and the different synthetic turf products that are proposed by Proponents. While total
cost implications will be taken into consideration by Surrey, cost will not be the only, nor even
necessarily the major, consideration in the evaluation process.
The following criteria will be taken into consideration in determining the Preferred Proponent
and the preferred synthetic turf option:



Proponent Corporate Performance Criteria
Financial Criteria
Product Technical Criteria
The evaluation of Proposals may also take into consideration any other criteria which will be
used to assess which Proposal is in the best interests of Surrey as determined by Surrey at its
sole discretion.
1.11.1 Final Rating and Ranking
The City will perform a final evaluation and ranking of Proponents as described in the RFP.
Once the Preferred Proponent has been identified, the City will enter into contract discussions to
clarify any outstanding issues and agree to contract terms. It is not the City’s intent to revise the
Financial Proposal at these discussions, unless cost-related adjustments to the Technical
Proposal are identified by the City and/or the Proponent.
If discussions are successful, the City and the Preferred Proponent will develop a formal
contract for contract award and commence the Project. If discussions are unsuccessful, the
City reserves the right to enter into contract discussions with other Proponents, and/or to decide
not to award a contract at all.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 9
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
2.
SCOPE OF WORK
The scope of work includes the provision of all labour, materials, equipment, plant,
transportation and services to supply and install complete a new vertical draining synthetic turf
surfacing system on two fields.
The synthetic turf surfacing system for each field is to be as shown on the Project Drawings and
specified in this RFP, including, but not specifically limited to the following:
1. Coordination and cooperation with all other trades relating to and affecting the
installation of the synthetic turf system and related work.
2. Review and acceptance or certification of installed work of other trades directly
affecting the Work of this Proposal, especially of the gravel base as applicable to
installation of turf plus warranty implementation.
3. Supply and installation of a complete vertical draining infilled synthetic turf surfacing
system as follows:


Hjorth Road Park – finished surface area of approximately 8,140 square metres
(74m x 110m).
Newton Athletic Park – finished surface area of approximately 8,360 square metres
(76m x 110m).
A complete infilled synthetic turf system will include the supply and installation of the
synthetic turf including all infill material and other items described in the Specifications.
5. The surface areas quoted above refer to the finished surface area of the turf portion of
each field and do not account for any additional material required for either joining turf
material or anchoring the turf around the edges. The amount proposed for the field will
apply, providing the actual final total surface area of the synthetic turf field is within 1%
(one percent) of the total field areas as described above.
6. Provide installation and final survey of all tufted in and inlaid (as applicable) field lines
and markings in accordance with the Specifications.
7. Provide extra turf materials to Surrey for future repair and protective purposes as
described in the Specifications.
8. Provide soccer flags.
9. Provide maintenance and operating manuals as described in the Performance
Specifications.
10. Provide full replacement warranty in accordance with the requirements of the
Performance Specifications.
11. Hire independent testing agency approved by Surrey to complete G-Max. testing in
accordance with ASTM F355 Procedure A at the times indicated in the Performance
Specifications and Warranty.
3.
PERFORMANCE SPECIFICATIONS
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 10
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
PART 1 - GENERAL
1.01
SCOPE OF WORK
A. Refer to Section 2 – Scope of Work for the detailed scope of work.
1.02
STANDARD SPORT RULES AND SPECIFICATIONS
A. Federation Internationale de Football Association (FIFA) – Soccer
B. International Lacrosse Federation (ILF) – Lacrosse
C. International Hockey Federation (FIH) – Field Hockey
1.03
STANDARD PRODUCT AND MATERIAL SPECIFICATIONS
A. American Standard Testing Materials, (ASTM)
B. City of Surrey Standards and requirements
C. Synthetic Turf Council Suggested Guidelines for the Essential Elements of Synthetic Turf
Systems
1.04
FIBER MANUFACTURERS
A. The synthetic turf manufacturer shall furnish written documentation in the form of a signed
affidavit certifying the source of the fiber used for the field including both green and any
other colours used for the lines and markings.
1.05
PROJECT SUBMITTALS
A. Key Personnel: Submit a listing of the key members of the Contractor’s team. This shall
include the Project manager, Project construction superintendent, quality control
representative, testing agency, and any other important Project participants. The list shall
include phone and fax numbers for each team member and 24-hour emergency telephone
number for contacting job responsible personnel in an emergency.
B. Field Shop Drawing Submittal: Submit five sets of the field shop drawings to the Consultant
for review and approval. The submittal shall include an electronic copy of the plans and the
Specifications. The plans shall include field edging details, insert details, seam details,
seam layout, gluing patterns, provisions for goals, dimensional shop drawing for all field
lines, markings and boundaries.
C. Schedule of Values: Submit a schedule of values for the estimated breakdown of costs for
lump-sum items in an allocation and form subject to approval by the Consultant before
partial payments will be approved for such items. This estimated breakdown of costs shall
include items for the main classification of the Work, and shall total the amount of the lumpsum Proposal.
D. Schedule: Submit a schedule for all activities indicating dates and locations of specific tasks
to be completed. Provide clarification and additional information as directed by Consultant.
Update as needed and submit corrected schedule to the Consultant prior to dates altered on
the schedule.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 11
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
1.06
CONSTRUCTION SUBMITTALS
A. Submit the following synthetic turf samples to the Consultant for approval prior to
commencing with the production of the synthetic turf field:
1. Two 50 cm x 50 cm samples each of green turf showing backing with perforations.
2. Two 50 cm x 50 cm samples each of turf showing method of seam makeup with
perforations. One sample to have example of inlaid lines.
3. Two 20 cm x 30 cm samples each of the other colors proposed for use on the field for
lines and markings.
4. Two 1-kg samples of the proposed infill materials, each type.
B. Submit the synthetic turf Warranty package and a computer diskette (CD) containing the
operation and maintenance manual to the Consultant for approval prior to commencing with
the field construction. Provide descriptions of any equipment required or recommended for
field area conversions, maintenance and repair, citing specific vendors for each unit.
Provide a separate section stating the approved activity usage for the turf and activities not
recommended, all relative to the Warranty. Include maintenance recommendations including
recommended coverings for special events, small repair procedures, minor seam repair,
discussion of precautions to be practiced, general maintenance, and uses to avoid to protect
turf surface and to maintain installation's Warranty.
C. Synthetic Turf Testing and Quality Control: Submit to the Consultant results certified by an
independent testing laboratory experienced in synthetic turf testing for the following tests
performed on the synthetic field surfacing system:
Pile Yarn Type
Yarn Denier
Yarn Breaking Strength
Yarn Melting Point
Pile Height
Pile Weight
Total Weight
Backing Perforations
Tuft Bind (without infill)
Grab Tear Strength
Impact Attenuation
Pill Burn Test
FTIR Spectrograph
ASTM D1577
ASTM D2256
ASTM D789
ASTM D418
ASTM D418
ASTM D418
Perforation Diameter and Spacing
ASTM D1335
ASTM D1682
ASTM D355
ASTM D2859
D. Site Acceptance: Submit a letter confirming that an inspection of the finished field bases
has been conducted, noting all discrepancies, problems and conflicts. If no problems are
found, this shall be so indicated. The Contractor’s inspection shall include acceptance of
the field base materials for both planarity and permeability, as well as any other factors the
Contractor considers relevant to the synthetic turf installation. The Contractor’s certification
letter shall also include acceptance of the field subgrade and base as being totally suitable
for the application of the Work, with the assurance that the synthetic turf installation work
carried out on the field subgrade and base will result in a "superior quality" athletic surface,
fully warranted for the period and conditions specified herein. The Owner will provide
permeability testing results conducted on the field bases to the Contractor for the
Contractor’s review and acceptance. The Consultant will produce a field bases planarity
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 12
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
inspection report summarizing the field planarity. This planarity report will be provided to the
Contractor for the Contractor’s review and acceptance. Note that the Contractor will not be
held responsible for any hidden substandard field(s) subgrade and base conditions, or for
the repair of field(s) subgrade and base work installed by others outside of the Contract
(unless expressly provided for in the Contract).
1.07
PRE-INSTALLATION CONFERENCE
A. The Consultant will conduct a conference at the Project site. The following issues shall be
discussed at this meeting:
1.
2.
3.
4.
5.
6.
7.
8.
9.
1.08
Schedule.
Submittal and approval of materials.
Coordination issues with other Contractors.
Stockpiling of materials.
Testing and inspection of materials and installation.
Coordination with turf supplier.
Acceptance of work area from other Contractors.
Field protection during and upon completion of surface installation.
Turnover to Owner.
QUALITY CONTROL
A. Submit to the Consultant for approval a quality control plan. The plan shall designate a
quality control representative for the Contractor’s team. The plan shall also clearly specify
the testing procedures for the field materials.
B. Prior to shipment of the synthetic turf materials for the field to the job site, synthetic turf
material from every sixth roll shall be randomly sampled and then tested by an independent
testing laboratory experienced with testing synthetic turf materials. The testing laboratory
shall be completely independent with no ties to the turf manufacturer. The testing shall
include the following:
Item
ASTM
Property
1.
FTIR Spectrograph
Pile Composition
2.
D418
Pile Weight
3.
D418
Total Weight
4.
D418
Pile Height
5.
D418
Backing Perforation Diameter and Spacing
6.
D1335
Tuft Bind (without infill)
7.
D1682
Grab/Tear Strength.
C. Copies of the test results shall be transmitted to the Owner and Consultant directly from the
testing laboratory. The synthetic turf materials shall not be shipped to the site without
written authorization from the Consultant after the Owner and Consultant have approved the
test results.
D. Samples of the synthetic turf material tested from every sixth roll shall also be transmitted to
the Consultant for approval by the independent testing laboratory prior to shipment of the
synthetic turf materials to the job site. Sample size shall be minimum 20 cm x 20 cm.
E. All fees and costs associated with the pre-shipment sampling and testing shall be paid by
the Contractor.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 13
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
1.09
CONSTRUCTION SUPERINTENDENCE
A. The Contractor shall at all times employ personnel who are skilled in their respective work
areas. Incompetent, careless or negligent employees or agents shall be forthwith discharged
upon written request of the Consultant.
B. All work under the Contract shall be performed under the continuous on-site supervision of a
competent superintendent who is thoroughly experienced in the class of work specified.
There shall be on site at all times work is being performed, a designated superintendent in
the employ of the Contractor, and approved by the Consultant, in responsible charge,
managing the Project construction. The Superintendent shall have the authority to make
decisions for the Contractor.
C. The superintendent shall be satisfactory to the Consultant in all respects, and Consultant
shall have the right to require the Contractor to dismiss from the Project any superintendent
whose performance is not satisfactory to Consultant, and to replace such superintendent
with a superintendent satisfactory to Consultant. The lack of proper supervision by the
Contractor or supervisory personnel shall, at the Owner’s sole discretion, be just cause for
suspension of the Work or termination of the Contract by the Owner.
1.10
TRAFFIC REGULATION
A. Conduct operations in such a manner to avoid unnecessary interference to existing traffic.
Minimize heavy vehicle traffic to and from site during peak traffic hours. Do not park
vehicles in traffic lanes. Provide flagmen as required. Conform to City traffic control
requirements.
B. Contractor shall be responsible for all traffic control and emergency call outs resulting from
Contractor operations.
C. Maintain fire lanes, roadways and alleys to existing buildings continuously, as required by
the fire department having jurisdiction.
1.11
DELIVERY, STORAGE, AND HANDLING
A. Packing and Shipping: Deliver products in original unopened packaging with legible
manufacturer's identification.
B. Storage and Protection:
1. Comply with manufacturer's recommendations.
2. Store in dry place out of direct sunlight.
3. Protect from damage by the elements and construction procedures.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 14
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
C. Bulk Materials: Deliver materials in clean, washed and covered trucks to eliminate
contamination during transportation. Onsite stockpiling location is to be coordinated with
Consultant. Stockpile only in areas free of debris and away from drainage routes. Cover
with plastic or geotextile if material is to be stockpiled for more than 24 hours.
1.12
FIELD SYSTEM HOLD HARMLESS
A. The Contractor shall hold the City of Surrey and RF Binnie & Associates Ltd. harmless from
infringement of any current or future patent issued for the synthetic field surfacing system,
installation methods and vertical draining characteristics of the synthetic turf system. The
Contractor shall also cover the legal defence costs, turf replacement and any other costs (as
applicable) incurred by the City of Surrey and RF Binnie & Associates Ltd. related to
infringement of any current or future patent issued for the synthetic field surfacing system.
1.13
FIELD DIMENSIONS AND LAYOUT
A. The Contractor will be responsible for furnishing, setting and marking of all line, grade and
location stakes, including offsets and general construction staking.
B. The Contractor shall have on site at all times when work requiring control is being
performed, all necessary equipment, supplies and instruments related thereto. A qualified
technician must be assigned to the crew for this work. The equipment and technician must
be available, at no additional cost, to the Consultant for checking, verifying and certifying
construction control on site.
1.14
PROTECTION OF UTILITIES AND STRUCTURES
A. The Contractor shall take special care to protect any existing structures and utilities.
1.15
CONSTRUCTION RECORD "AS-BUILT" DRAWINGS AND SPECIFICATIONS
A. An accurately marked construction record set of drawings and specifications shall be kept
on site as the job progresses. All changes or deviations from the original Contract
Documents shall be recorded in red thereon for Work under the Contract.
B. The record set shall be kept up-to-date at all times and shall be submitted periodically to the
Consultant covering all work for which progress payment is being requested. Failure to
have the record set up-to-date shall, at the discretion of the Consultant, be reason to
withhold payment until such information is recorded or submitted.
C. Upon completion of the project and prior to final payment, the Contractor shall forward a
complete record set of drawings and specifications showing the as-built notations to the
Consultant.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 15
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
1.16
WARRANTY OF SYNTHETIC TURF SYSTEM
A. Warranty shall cover, in general, the usability of the turf surface, accessories, use
characteristics, and suitability of the installation. All items covered by the Warranty are to be
replaced or repaired with new materials, including installation at the sole expense of the
warranting Contractor for the period of ten (10) years to the Owner, for the designated uses
enumerated as follows:
1. Soccer
2. Lacrosse
3. Field Hockey
4. Rugby
5. Baseball
6. Softball
7. Football
8. Ultimate (Frisbee)
9. Marching band
10. Physical exercises
11. Physical education activities
12. Pneumatic rubber-tired maintenance and service vehicles
13. Field cover for special events and concerts
14. Pedestrian traffic and other similar uses
15. Military/Police marching drills
16. Other miscellaneous sport and recreation activities, except where the Contractor,
acting reasonably, has provided written notice to the Owner prohibiting any such
activity.
B. The Warranty shall be signed by a principal of the applicable firm, duly authorized to make
contracts. The term "Contractor" contained in the Warranty means the firm furnishing
Warranty. "Owner" is the City of Surrey. Warranty period shall be a minimum of ten years
from date of acceptance of the installed system by the Owner.
C. If the firm manufacturing and supplying the synthetic turf system is not the same entity as
the Contractor, the Warranty shall be co-signed by the turf manufacturer and supplier.
Should the Warranty be co-signed by the turf manufacturer and supplier, both the Contractor
and the turf manufacturer and supplier will be jointly and equally liable for all commitments
made under the Warranty.
D. All claims by the Owner under this Warranty must be made in writing to Contractor’s
address within 60 days after the Owner learns of the defect giving rise to the claim. This
Warranty shall constitute a Contract made in the Province of British Columbia and shall be
governed by the laws thereof
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 16
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
1.17
FORM OF WARRANTY OF SYNTHETIC TURF SYSTEM
A. Contractor hereby warrants to the Owner, subject to the limitations and conditions set forth
below, that its synthetic turf system consisting of synthetic turf described as
___________________________________________, and the adhesives used in the
installation, are free from defects in material and workmanship and shall, for a period of ten
years from the date of acceptance by the Owner, remain serviceable for multiple sports
activities.
B. Contractor warrants to the Owner that its synthetic turf materials shall not fade, fail, shrink,
wrinkle, or reflect excessive wear. Contractor shall, at the Contractor’s sole expense and
cost, replace such areas of the synthetic turf system not performing to these standards for
the life of the Warranty.
C. Definitions
1. The term "not fade" in the context of this Warranty shall mean that the synthetic turf
material shall remain a uniform shade of green, or other colors installed, with no
significant loss of color.
2. The term "not fail" or "excessive wear" as used in the context of this Warranty shall
mean that the length and weight of the face yarn or pile material in the synthetic turf
surface above the infill materials shall not have been decreased by more than 10%
per year according to ASTM D418, nor exceed 50% during the Warranty period. In
the event that the synthetic turf system does not retain its fiber height or shock
absorbency and is consequently no longer serviceable during the Warranty period,
the Contractor shall, at their sole expense, replace such portion of the system that is
no longer serviceable.
3. The term "serviceable" in the context of this Warranty shall mean that the synthetic
turf system shall have a maximum "G" value according to ASTM F1936-98 and
Procedure A, ASTM F355, not to exceed 130G's at any location upon installation and
shall not exceed 175G's throughout life of the Warranty period. This shall be
determined by conducting dynamic cushioning tests at the locations designated in
ASTM F1936-98 and at corners of the soccer penalty boxes at opposite sides of the
field. Any increase shall be at a relative uniform rate not to exceed 10 G's in any
single yearly period.
D. Where applicable, the fabric seams shall remain attached to the underlying surface over the
Warranty period and shall not separate or become unglued or unattached, as applicable.
E. Contractor warrants to the Owner that the permeable synthetic system shall drain vertically
a minimum of 250mm of precipitation per hour without visible surface ponding.
F. Contractor shall replace with new materials, at their sole expense, any damage to the
synthetic turf system that extends more than 1 meter beyond the location of foreign
combustibles, which may ignite and fire-damage the synthetic turf system.
G. The Contractor shall not be held liable for any incidental or consequential damages. These
warranties and the Contractor's obligations here-under are expressly conditioned upon;
1. The Owner making all minor repairs to the synthetic turf system upon the discovery
of the need for such repairs;
2. The Owner maintaining and properly caring for the synthetic turf system in
accordance with the Contractor's maintenance manual and instructions;
3. The Owner complying with the dynamic and static load specifications established by
the Contractor.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 17
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
H. The Warranty is not to cover any defect, failure, damage, or undue wear in or to, the
synthetic turf system caused by, or connected with, abuse, neglect, deliberate acts, act of
God, casualty, static or dynamic loads exceeding Contractor's recommendations, footwear
having metal cleats, metal spikes, or similar projections other than conventional baseball,
football, soccer, or rugby shoes having cleats of not more than 13 mm in length, and other
conventional running track shoes having spikes of not more than 7 mm in length, or use of
improper cleaning methods.
I.
Contractor shall be allowed to examine the synthetic turf system regarding any claim that
the Owner makes, to be present at any time, to analyze the results of all tests conducted by
the Owner or others, and to conduct such tests of their own. Except where expressly
provided for in the Warranty, the Contract or other binding agreement between the
Contractor and the Owner, the Contractor shall not be responsible for any costs or expenses
incurred by the Owner or others with respect to such tests, except the Contractor shall pay
for costs of all tests and analysis conducted or directed by their representative.
J. In the event the Contractor does not respond to the Owner’s written notice within 10 days of
receipt of notice or does not submit, schedule and execute corrective work within 30 days,
the Owner has the option of having the work performed at the expense of the Contractor.
K. Sample form of Warranty included herein is the form to be used by the Contractor.
Manufacturer’s standard form of Warranty will not be acceptable. Any amendments,
exclusions or additional conditions proposed to the form of Warranty by the Contractor must
be submitted in writing for the Owner’s consideration within 7 days of being notified of
Contract award.
1.18
WARRANTY TESTING
A. The turf is to be tested, at the Contractor’s expense, for dynamic cushioning (“G” Test) by an
experienced independent testing laboratory acceptable to the Consultant or Owner at the
following times:






completion of the installation, shortly prior to acceptance of the Work by the
Owner/Consultant (testing completed at the Contractor’s expense)
at the anniversary date of the first year (testing completed at the Contractor’s expense)
60 days prior to the anniversary date of the second year (testing completed at the
Contractor’s expense)
the anniversary date of the fourth year (testing completed at the Owner’s expense)
the anniversary date of the seventh year (testing completed at the Owner’s expense)
60 days prior to the anniversary date of the Warranty expiration (ie. tenth year) (testing
completed at the Owner’s expense)..
B. The City may choose to complete additional dynamic cushioning tests at their own cost.
C. If test results from either the Warranty tests or any additional tests completed by the City
indicate that the conditions of the Specifications and/or Warranty are not met, the Contractor
has the option of corrective work or replacement. In the event corrective work does not
meet the requirements of the Specifications after a second attempt to bring the system
within these limits, then the Contractor is to replace non-conforming areas or sections, solely
D. at the Owner’s discretion and direction.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 18
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
E. Tests shall be performed in accordance with ASTM F-1936-98 and F355.
F. Test locations as designated in F-1936-98, Paragraph 8.1. Included in the report shall be
the measured depth of the infill material at all test locations.
G. All costs for the stated testing shall be paid by the Contractor, unless specifically stated
otherwise.
H. After the completion of corrective work arising out of failed testing, the Contractor shall retest the field in the area of the corrective work within 10 days of the corrective work being
completed. The re-testing shall be completed to the same standards as the Warranty
testing requirements. All costs for re-testing shall be paid for by the Contractor.
I.
If the Contractor does not have the tests performed within 10 days of specified times listed,
the Owner has the option of ordering the testing work at the expense of the Contractor.
AS EVIDENCED WHEREOF, the Contractor has executed this Warranty on the day and year
written below:
______________________________________________________________
Contractor (please print)
____________________________________
Signature of Contractor (Signing Officer)
_________________________
Date
______________________________________________________________
Name and Title (please print)
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 19
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
PART 2 - MATERIALS
2.01
GENERAL
A. The fields shall be comprised of vertically draining infilled synthetic turf systems. The turf
system shall consist of a synthetic grass like monofilament surface pile that shall be tufted
into a synthetic backing.
B. All backing layers and coatings shall be firmly bonded together. Coating materials must be
completely cured and bonded to the other backing layers. Synthetic turf panels or rolls that
do not meet this requirement will be rejected.
C. The entire system shall be resistant to weather, insects, rot, mildew, and fungus growth, and
be non-allergenic and non-toxic. The entire system shall be constructed to maximize
dimensional stability, to resist damage and normal wear and tear from its designated use,
and to minimize ultraviolet degradation.
D. All adhesives used in bonding the system together shall be resistant to moisture, bacterial
and fungus attacks, and resistant to ultraviolet rays at any location upon installation.
2.02
DYNAMIC CUSHIONING REQUIREMENTS
A. The dynamic cushioning of the system shall not exceed a maximum value of 130 G's per
ASTM, F1936-98 and ASTM, F355, procedure A at any location upon installation.
2.03
PERMEABILITY REQUIREMENTS OF THE SYNTHETIC TURF SYSTEM
A. The system shall drain vertically a minimum of 250 mm precipitation per hour without visible
surface ponding.
B. In addition to the laboratory permeability testing required, onsite field testing of the
permeability of the complete synthetic turf system shall be performed by the Contractor.
The Contractor shall utilize portable sprinkler heads to evenly apply a minimum of 25 mm of
water over a maximum 6 minute period. Upon completion of the water application, the
surface will be inspected by the Owner and Consultant for evidence of any ponding or
accumulation of standing water (which would indicate failure of the test). The Contractor
shall provide any additional field permeability testing as required by the Owner and
Consultant to confirm the turf system meets the permeability specifications.
2.04
SYNTHETIC TURF PILE SURFACE
A. The pile surface shall provide good traction in all types of weather with the use of
conventional "sneaker-type shoes" and composition, molded-sole athletic shoes.
B. The pile surface shall be suitable for both temporary and permanent line markings using
rubber-base paint where applicable.
C. Pile surface shall be nominally uniform in length for all portions of the field. Synthetic turf
panels or rolls with irregular pile heights or with “J hooked” fibers that extend more than 1/4
inch above the surrounding fibers will be rejected.
D. The color shall be uniform with no visible deviations in shade permitted. Rolls that do not
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 20
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
meet this requirement will be rejected.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 21
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
2.05
SYNTHETIC TURF FABRIC SURFACE
A. The fabric surface shall be constructed and installed in minimum 4.57 meter (15-foot) widths
with no longitudinal or transverse seams, except for head or tee seams at field boundaries
and inlaid lines within a finished roll assembly. The seams shall be 4.57 meter (15'-0")
spacing.
B. Rolls that do not lay evenly and with full dimension width will be rejected. No fitted pieces
will be allowed to true alignment.
2.06
SYNTHETIC TURF SYSTEM MATERIAL COMPONENTS
A. Pile fibers shall resemble freshly-grown natural grass in appearance, texture and colors.
B. Fabric backing for the in-filled synthetic turf systems can be loose laid and anchored at the
perimeter of the fields as shown in the details or adhered to the base. The backing for the
conventional synthetic turf systems shall be adhered to the elastic layer pad system.
C. All turf seams for field areas shall be sewn with high strength, polyester fiber cord or nylon.
D. For inlaid lines and markings where sewing of seams is not possible, seams shall be
cemented using a supplemental backing material. If the non-permeable backing material
exceeds 25 cm in width, it shall be perforated in accordance with paragraph 2.07 of this
section. Perforations shall be drilled from the surface after the adhesive has set.
2.07
SYNTHETIC TURF PERFORATIONS
A. Synthetic turf with a coated non-permeable backing must include perforations in the backing
for vertical drainage.
B. Perforations in turf backing to be a minimum of 5 mm diameter clear opening and shall be
spaced a maximum of 100 mm uniformly on-center.
C. The turf shall be perforated with a minimum of 95% integrity over entire surface. Holes must
be full diameter, completely through the underside of the turf backing with no material
residue or fragmented fibers remaining.
D. The Consultant shall approve the turf perforations prior to shipment, upon shipment onsite,
or during on-site perforating operations, as applicable.
E. If a permeable backing is utilized, perforations are not required. Certified independent test
results indicating a minimum drainage rate of 1000 mm per hour must be provided for the
backing and infill material.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 22
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
2.08
LINES AND MARKINGS
A. A complete field lining, marking and field boundary system with team area limits, etc., shall
be provided prior to installation of the surfacing system. Layouts shall be accurately
surveyed and marked prior to installation. The lines and markings shall comply with the
following standards (all where applicable):
Federation International de Football Association (FIFA)
International Lacrosse Federation – Lacrosse
International Hockey Federation (FIH) – Field Hockey
B. The lines and markings shall follow the following standards:
Hjorth Road Park
Soccer – White
Field Hockey – Yellow/Gold
Mini Soccer – Black
Newton Athletic Park
Soccer – White
Mini Soccer – Black
C. The lines and markings shall include the following, including all lines and marking indicated
on the Contract drawings:
Soccer: All playing field boundaries, lines and position symbols shall be 120 mm wide. The
soccer field shall be 100 meters long and 64 meters wide. The goal line shall include 100
mm breaks to denote the soccer goal post locations. The soccer lines and markings shall
include:
1.
2.
3.
4.
5.
6.
7.
8.
9.
Playing field boundaries:
Goal area boundaries:
Penalty area boundaries:
Penalty kick lines:
Mid-field circle:
Restraining line:
Corner kick:
Center mark:
Technical area
R.F. BINNIE & ASSOCIATES LTD.
120 mm wide lines
120 mm wide lines 5.50m by 18.32m
120 mm wide lines 16.50m by 40.32m
100 mm wide lines 0.6m long
120 mm wide line 9.15m radius
120 mm wide line 9.15m radius
120 mm wide line 1.00m radius
230 mm diameter dot
120 mm wide dashed lines extending 1 m from
sides and 2 m from front of each players’ bench
area. (total size of rectangle is 2.0 m by 11.0 m)
MARCH 2010
Page 23
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
Field Hockey: The field hockey lines shall be 75 mm wide. The field hockey field shall be
91.4 meters long and 55 meters wide. The goal line shall include 50 mm breaks to denote
the goal locations. The field hockey lines and markings shall include:
1.
2.
3.
4.
5.
6.
Playing field boundaries:
25 yard lines:
Shooting circle:
Hash marks:
Sideline marks:
Penalty spot:
75 mm wide lines
75 mm wide lines
75 mm wide lines
75 mm wide lines 6 ft long 15 ft from sideline
75 mm wide lines 1 ft long
150 mm diameter dot
Field Lacrosse: The lacrosse lines shall be 75 mm wide. The lacrosse field shall be 100.58
meters long and 54.86 meters wide. The lacrosse lines and markings shall include:
1.
2.
3.
4.
Playing field boundaries:
Goal are line:
Goal crease:
Wing areas:
75 mm wide lines
75 mm wide lines
75 mm wide lines
75 mm wide lines 30 ft long from midfield line
Mini Soccer: Two mini soccer fields (‘8 vs. 8 standard’) shall be designated cross-wise on
each full size soccer field. Each mini soccer field will include:
1. Playing field boundaries:
2. Penalty area boundaries:
3. Center mark:
4. Hash marks:
75 mm wide line on one sideline (remaining 3
boundary lines are formed by the main soccer field
white lines)
75 mm wide lines 11.0 m by 27.5 m
100 mm diameter dot
75 mm wide lines by 300 mm long hash lines to
designate center of goal line and center line at
each sideline.
D. All lines and field markings shall be tufted or installed as synthetic turf inlays. Wherever
possible, lines shall be tufted into the turf panels in lieu of inlays. All markings shall be
uniform in color, providing a sharp contrast with the turf color, and shall have sharp and
distinct edges. Markings shall be true and shall not vary more than 1 cm from specified
width and location, except that no line or marking shall be uniformly smaller or larger than
specified.
E. Manufacturer shall guarantee that synthetic turf is adaptable to painted lines in the event
painting is utilized in the future.
F. For cemented seams, use supplemental backing material. The supplemental backing
material shall bridge all inlaid lines and markings a minimum of 10 cm on each side of the
seam. Supplemental backing material that is greater than 30 cm inches in width shall be
perforated in accordance with paragraph 2.07 of this section. Perforations shall be drilled
from the surface after the adhesive has set.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 24
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
2.11
MINIMUM SPECIFICATIONS FOR SYNTHETIC TURF SYSTEM MATERIALS
A. The minimum material standards shall be as established by specifications and the Technical
Product Data Sheets provided by the Contractor prior to Contract execution. These
standards will be verified and enforced and will be the basis for the Owner's testing. Material
that fails to meet these minimum standards will be rejected. The manufacturer of the
synthetic turf fiber and fabric may elect to exceed these specifications to insure compliance
with all requirements and the Warranty as specified in this section. Where there is a
discrepancy, the more stringent standard will apply.
B. The minimum material standards for all synthetic turf materials must also meet or exceed
those of the Synthetic Turf Council Suggested Guidelines for the Essential Elements of
Synthetic Turf Systems.
C. Color of synthetic turf to be green as approved by Owner with white, red, blue and
yellow/gold, as called for in Section 2.10 for the lines and markings. The fiber used for the
lines and markings shall be of the same composition as that used for the green field areas.
PART 3 - EXECUTION
3.01
CERTIFICATION OF FIELD BASE INSTALLATION
A. The Contractor shall perform an inspection of the field base and submit written certification
of acceptance of the base for the installation of the synthetic turf system. The inspection
and certification shall be completed at least two working days prior to turf installation. When
planning the installation schedule, the Contractor shall allow for minor field base restoration
work to be performed by the field base contractor.
B. Summary of certification shall include, but not be limited to:
1. Acceptance of the base construction "finish surfaces" (planarity, granular surface
stability, etc.) as being totally suitable for the application of Work specified under this
section, and with the assurance that the synthetic turf installation work carried out on
the field subgrade and base will result in a "superior quality" athletic surface, fully
warranted for the period and conditions specified herein. The Consultant will
produce a field base planarity inspection report summarizing the field planarity. This
planarity report will be provided to the Contractor for the Contractor’s review and
acceptance.
2. Verification and certification of the infiltration and permeability rates of the permeable
base as applying to the Warranty. The Owner will provide permeability testing results
conducted on the field base to the Contractor for the Contractor’s review and
acceptance.
C. All discrepancies between the required materials, application and tolerance requirements
noted by the Contractor shall be brought immediately to the attention of the Consultant.
Failure of the Contractor to immediately inform the Consultant of any prior work that does
not meet the required Specifications will result in the turf installer being required to perform
any work needed to bring the base to acceptable condition. Note that the Contractor will not
be held responsible for any hidden substandard field subgrade and base conditions.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 25
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
3.02 SYNTHETIC TURF INSTALLATION
A. Perform all Work in strict accordance to the Drawings, shop drawings and manufacturer's
Specifications and instructions.
B. Verification: The Contractor is responsible for inspecting, verifying, and accepting all installed
Work of this section.
C. Environmental Conditions: Do not apply adhesive materials or infill material when:
1.
2.
3.
4.
Ambient air temperature is below 10 degrees C.
Material temperatures are below 10 degrees C.
Rain is falling or pending
Conditions exist, or are pending, that will be unsuitable to the installation of the
system.
D. Preparation:
1. Accept base onto which the synthetic turf surfacing system and the anchoring system
are to be applied, as specified above.
2. Immediately prior to application of the synthetic turf, the base shall be thoroughly
cleaned of all foreign material, soil, or any other substances that may be detrimental to
permeability and the installation of the turf system.
3.03
INSPECTION OF MATERIALS
A. Prior to installation, and immediately upon delivery of synthetic turf system materials to the
Project site, the Contractor shall inspect material as follows:
1.
2.
3.
4.
5.
General inspection for damaged or defective items;
Measure turf pile height and thickness of each roll;
Measure backing perforation diameter and spacing;
Reject damaged materials and all materials out of tolerance with the Specifications.
Conduct such additional inspections as are required to ensure quality control is
maintained to a high level.
B. After installation, inspect Project area for acceptable seaming, adhesive bonding, uniformity
of color of turf, bubble-free surface smoothness as laid, field lines and markings, insert
installations, edge details. Remove and/or repair deficient workmanship prior to requesting
the Consultant's inspection pursuant to completion and acceptance of the Work.
3.04
OWNER'S TEST
A. Owner may have samples of the turf submitted and tested for verification of conformance to
Specifications. Turf system acceptance is subject to the results of these tests.
B. Any material so tested and found not conforming to the Specifications will be rejected and
replaced with material conforming to the Specifications at the Contractor’s expense. Resubmittal shall be required.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 26
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
3.05
IN-FILLED SYNTHETIC TURF INSTALLATION
A. The fabric surface shall be constructed and installed in 4.57 meter (15 –foot) minimum
widths with no longitudinal or transverse seams, except for head or tee seams at field
boundaries and inlaid lines within a finished roll assembly.
B. No head seams shall be permitted inside of the soccer field boundaries. A single head
seam will be permitted in the quarter turned panels outside of the soccer sidelines.
C. Rolls that do not lay evenly and with full dimension width will be rejected. No fitted pieces
will be allowed to true alignment.
D. Bonding of Material Surfaces: The bonding or fastening of all system material components
shall provide a permanent, tight, secure and hazard-free, athletic playing surface. System
material components include:
1. Bonding all seams and inlaid line and markings
2. Bonding and seaming must maintain their integrity for total length of Warranty period.
E. Seams (Joint)
1. All turf seams shall be sewn with high strength polyester fiber cord or nylon.
2. Where sewing of seams is not possible, seams are to be cemented. For cemented
seams, the supplemental backing material shall bridge all seams a minimum of 100
mm on each side of the seam. Supplemental backing material that is greater than
250 mm in width shall be perforated in accordance with paragraph 2.07 of this
section. Perforations shall be drilled from the surface after the adhesive has set.
3. Backing layers must lie flat on the field base to provide a uniform pile surface.
4. The width between fiber rows at the seam locations shall not exceed that of the
tufting gauge of the turf materials.
5. All sewn seams shall be brushed to provide full coverage of fiber over the thread.
6. All cemented seams shall be brushed to eliminate any adhesive materials from the
fibers.
C. Turf Edges: Turf edges to be as shown on the edge fastening detail and specified herein.
3.06
LINING / MARKING INSTALLATION
A. Complete field markings shall be provided with the initial installation of the surfacing system.
The Contractor shall provide lines and markings in conformance with these Specifications.
Layouts shall be accurately surveyed and marked prior to installation.
B. If overlapping backing materials are utilized for the inlaid lines and markings resulting in a
non-permeable surface in excess of 250 mm wide, the backing materials shall be perforated
in conformance with section 2.07 from the surfacing after gluing and prior to installation of
the infill material.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 27
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
3.07
INFILL INSTALLATION
A. The infill material shall be applied in a dry condition and when the synthetic turf is dry.
B. The Contractor shall not infringe upon any current or pending patents held by other synthetic
turf manufacturers or installers with the installation of the infill materials.
C. For 100% rubber infill installations, the rubber infill material shall be applied in uniform layers
with a minimum of 5 applications. For sand and rubber infill systems, the infill materials will
be installed with a minimum of 8 applications.
D. The infill installation shall not result in fiber material trapped below the surface of the infill
material. If fiber is trapped below the surface, a portion or all of the infill material must be
removed and reinstalled.
E. The infill material shall be installed at a uniform depth across the entire field area. Infill
depths shall not vary by more than 5 mm across the field area.
F. The brushing of the infill material shall provide fiber fibrillation resulting in a natural surface
appearance.
G. The infill materials shall be water settled to provide accelerated consolidation of the infill
material prior to use by the Owner. The Contractor shall utilize portable sprinkler heads to
evenly apply a minimum of 20 mm of water over the entire field area for water settlement.
Upon completion of the initial water settlement, the surface will be inspected by the Owner
and Consultant for footing stability and infill consolidation. The Contractor shall provide any
additional water settling as required by the Owner and Consultant to achieve the desired
level of infill stability and consolidation.
3.08
CLEANING
A. The Contractor shall remove all excess materials of all types, equipment, debris, etc., from
the site immediately after completion of the Work. Remove all stains and other blemishes
from all finished surfaces. Leave Work in a clean, new appearing condition, ready for use
by Owner.
B. The Contractor shall inspect the entire field area with a hand held metal detector to identify
any construction materials or tools left on the field. All such materials shall be removed prior
to Owner occupancy of the field.
3.09
PROTECTION
A. Adequate protection of materials and Work from damage will be the responsibility of the
Contractor during installation and until acceptance of the Work. The Contractor will be
responsible for protection after the acceptance of the Work until final acceptance of all
Contract Work by the Owner. All material damaged prior to acceptance by the Owner shall
be replaced at no cost to the Owner.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 28
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
3.10
EXTRA MATERIALS
A. Deliver to Owner all extra materials herein specified. Receive Owner’s written receipt for all
materials. Deliver receipt to Consultant.
B. Infill Materials:
material used.
Provide four (4) 120-litre rubber trash containers with lids of each infill
C. Turf for Future Repairs: Material may be roll ends or cutoffs; however, each piece of fabric
shall be at least 2 meters x 3 meters. At least one green turf piece shall be at least 3 meters
x 4.5 meters. The following are minimum areas for the extra synthetic turf materials to be
provided by Contractor to the Owner:
1.
2.
3.
4.
Green Turf:
White Turf:
Yellow/Gold Turf:
Black Turf:
R.F. BINNIE & ASSOCIATES LTD.
100 square meters
30 lineal meters of 120 mm wide lines
30 lineal meters of 75 mm wide lines
5 lineal meters of 75 mm wide lines
MARCH 2010
Page 29
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
4. PROPOSAL DOCUMENTS TO BE SUBMITTED
PART 4 - PROPOSAL DOCUMENTS TO BE SUBMITTED
Proponents to submit the following documents:
Part 4.1 – Corporate Performance Proposal
The Corporate Performance Proposal shall apply to all/any of the different Products for which
the Proponent submits Financial and Technical Proposals. Refer to 4.1 for the requirements of
the Corporate Performance Proposal.
Part 4.2 – Financial Proposal including Form of Proposal
Separate Financial Proposals are required for each different product for which the Proponent is
submitting a Proposal. Refer to 4.2 for the requirements of the Financial Proposal.
Part 4.3 – Product Technical Proposal
Separate Product Technical Proposals are required for each different product for which the
Proponent is submitting a Proposal. The Product Technical Proposal shall also include two
samples of each synthetic turf product proposed. Refer to 4.3 for the requirements of the
Product Technical Proposal.
Proponents to submit five (5) copies of each Proposal Document (including the completed Form
of Proposal and all attachments) and two (2) representative turf samples (per turf product).
4.1 – CORPORATE PERFORMANCE PROPOSAL
Proponents are to provide the following information with respect to their corporate
performance relating to the supply and installation of synthetic turf fields. This information
will be used to evaluate the Proponent’s past performance and ability to deliver the work
included in this RFP.
4.1.1
Company’s Ability to Back Warranty
Describe the manner in which the Proponent proposes to back the Warranty to
be provided under the terms of this RFP. Indicate the approximate value of work
(or sales, as applicable) completed by the Proponent for each of the past three
years.
4.1.2
Company’s History and History Relating to Synthetic Fields
Provide the Company’s history with particular reference to experience with the
supply and installation of synthetic turf fields.
Provide a list of synthetic fields completed over the past 10 years (field location
and type of turf).
4.1.3
Company’s Installation Crew Qualifications
Provide a resume describing the qualifications for each installation crew member
that will be assigned to the project.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 30
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
4.1.4
Company’s Installation Crew’s Superintendent’s Qualifications
Provide a resume for the proposed Superintendent of the installation crew giving
details on qualifications and experience relating to the installation of synthetic turf
fields including descriptions of synthetic turfs installed. Provide names and
telephone numbers of references for the proposed Superintendent.
4.1.5
Company’s Installation Performance Record
Provide the following information for the Proponents installations for the past
three years:
•
Location
•
Type and size of installation (turf product)
•
Date of installation
•
Owner
•
Purpose / use of fields
•
Contact name for Owner / Operator with telephone number
Proponents should provide at least three project references for each different turf
product for which a financial and technical Proposal is submitted. Provide the
details of any outstanding unresolved construction claims or any active legal
action(s) filed against the Proponent related to past or current synthetic field
installations.
4.1.6
Number of Installation Crews
Provide the Proponent’s number of installation crews and identify their availability
for this Project. Describe the resources the Proponent will apply to allow turf
installation to meet the Project schedule.
4.1.7
Company’s Post-Installation Support
Describe the post-installation support which will be provided. Provide the details
of any permanent local post-installation support personnel.
4.1.8
Company’s Production Capabilities
Describe the company’s production capacity and their ability to meet the Project
schedule.
4.2 – FINANCIAL PROPOSAL
4.2.1
Signed Proposal
A signed Proposal in the form provided in Appendix 2 is to be included in this
section of the Financial Proposal.
4.2.2
Bonding
No bid bonds are required. The City may or may not, at its sole discretion, ask
any individual short-listed Contractor to provide proof of their capability to obtain
a surety. All premium costs for bonds are deemed to be included in the total
price, but broken down separately.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 31
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
4.2.3
Undertaking to Insure
The Financial Proposal is to be accompanied by a letter of Undertaking of
Insurance Company from the Proponent’s insurance company certifying that they
will provide the required insurance in accordance with the requirements of the
RFP.
4.2.4
Agreement on Internal Trade
If the value of the contract(s) resulting from this RFP exceeds the thresholds
stipulated in Annex 502.4 of the Agreement on Internal Trade, then all provisions
of the Agreement on Internal Trade will apply.
4.3 – TECHNICAL PROPOSAL
4.3.1
Technical Product Data
For each synthetic turf product for which a price is provided in the Form of
Proposal, the Proponent is to complete a Technical Product Data Sheet. A blank
copy of the Technical Product Data Sheet is attached in Appendix 1.
4.3.2
Operation and Maintenance Procedures
Describe operations and maintenance procedures for each turf type included in
the Financial Proposal.
Identify any operations and maintenance equipment required.
4.3.3
Sport Association Accreditation
Proponents are to submit documentation for each type of turf indicating any
Association Accreditation for any specific sports activities (such as FIFA, etc.).
The documentation is to provide the name of the Association, the exact name
and description of the turf for which accreditation has been obtained and an
Association contact name, address and telephone number to permit verification.
4.3.4
Patent Infringement Concerns
Proponents are to submit documentation confirming that their product does not
infringe any existing or pending Canadian patent.
4.3.5
Warranty
Proponents are to include the following in their submission:
 Confirm whether the 10 year warranty with the terms and conditions exactly
as specified in the RFP will be provided.
 Identify any deviations, if any, between the warranty by the proponent and
the warranty included in the RFP (ie. duration or condition differences).
 Indicate if the Proponent has any outstanding warranty claims that have not
been resolved to the satisfaction of the field owner.
 Provide details of any additional Warranty benefits offered (ie. extended
Warranty duration, etc.).
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 32
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
4.3.6
Acceptance of Base Design
The field base design has been prepared by R.F. Binnie & Associates Ltd.
Proponents are to provide confirmation that they will accept the base design
contained in this RFP (see below) for the synthetic turf for which a Proposal is
being submitted and that they will be prepared to certify the turf installation
providing the base is provided in accordance with the design included in this
RFP. The base is considered to be all base materials and drainage under the
synthetic turf surfacing. A description of the field base follows:
 50 mm of permeable aggregate, over:
 200 mm of permeable base course aggregate, over:
 Compacted, non-organic subgrade, with:
 Perforated subsurface drains at 4.5 m spacing.
As an option, Proponents may propose an alternate base design for
consideration by The City. Proponents would also be required to certify the turf
installation providing the base is provided in accordance with this alternate
design. Should the alternate base design be acceptable to The City, potential
increases or reductions in project costs may be taken into consideration in the
evaluation of Proposals.
4.3.7
Construction Schedules (Appendix 4)
Indicate the proposed construction schedules (in weeks) for the synthetic turf
installation, including the proposed sequencing and duration of the turf system
manufacture, pre-shipment testing, reporting of pre-shipment testing and
delivery. Confirm whether the key dates indicated in the RFP can be achieved.
Proponents are indicate the latest date that they would require each field to be
available which would permit the successful Proponent to complete their work by
June 7, 2010 for Hjorth Road Park, and August 3, 2010 for Newton Athletic
Park. While the City does not expect this situation to occur, Proponents should
also confirm their willingness to hold their proposed price (or indicate the amount
of any additional cost) should the field base construction be delayed and the turf
installation work must be carried over until Spring 2011.
4.3.8
Turf Samples
Provide two (2) 12 inch x 12 inch samples of green turf for each synthetic turf
product for which a price is proposed in the Form of Proposal.
4.3.9
Environmental Concerns and Opportunities
Confirm the proposed synthetic turf system (synthetic turf fibre, backing, infill,
adhesives and all other components) meets all current Canadian environmental
regulations (for public sports field/playground use) with respect to contaminants
such as lead and other hazardous materials. Confirm that the synthetic turf
system will continue to meet all current Canadian environmental regulations upon
installation and throughout the life of the Warranty.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 33
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
Provide details of any environmentally sustainable or ‘green’ features of the turf
system including recycled content, alternate infill material(s) proposed,
recyclability of turf system when replaced in future, heavy metal content of fibre,
and other relevant information.
4.3.10 Value-Added Elements
Describe in detail any value-added elements that will provide additional benefits
or value to The City. Proponents should also describe in this section any
potential cost saving measures that might be possible through alternative design
standards or specification modifications.
4.3.11 Subcontractors (Appendix 5)
Proponent should also provide a list of any subcontractors that you propose to
use for the division/sections of the work listed herein.
4.3.12 Material Suppliers (Appendix 6)
Proponent should also provide a list of materials manufacturers you propose to
use for the division/sections of work listed herein.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 34
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
APPENDIX 1-TECHNICAL PRODUCT DATA SHEET
Provide the following technical specification information for the Synthetic turf field surfacing
system proposed in the RFP.
Product Name:
Proponent Name:
Product Construction: (Tufted) or (Knitted) – circle one
Pile Yarn Type: (Slit Film) or (Monofiliment) – circle one
Property
Minimum Spec.
Pile Yarn Composition
Minimum Yarn Denier
Maximum Yarn Denier
Yarn Breaking Strength
Yarn Melting Point
Minimum Pile Height
Maximum Pile Height
Yarn Ends per Stitch
Pile Weight
Primary Backing Wt
Secondary Backing Wt
Total Weight
Tuft or Stitch Spacing
Gauge
Tuft Bind (without infill)
Grab Tear Strength
Impact Attenuation (max):
At Installation
At 12 months
At 24 months
At 48months
At 60 months
At 84 months
At 96 months
At 102 months
Units
ASTM
oz./sq. yd
oz./sq. yd
oz./sq. yd
oz./sq. yd
per inch
per inch
lbs.
lbs.
D1577
D1577
D2256
D789
D418
D418
D418
D418
D418
D418
D418
D418
D418
D1335
D1682
Gmax
Gmax
Gmax
Gmax
Gmax
Gmax
Gmax
Gmax
D355
D355
D355
D355
D355
D355
D355
D355
gms./denier
degrees F
inches
inches
Pill Burn Test
D2859
Drainage Rate (including infill)__________________ mm/hr
Heavy Metal Content of System (attach material safety data sheets)
Continued on next page……
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 35
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
APPENDIX 1-TECHNICAL PRODUCT DATA SHEET (Page 2)
Infill Material
Total Depth of Infill Material
inches (minimum)
Minimum Number of Infill Material Applications
Maximum Depth of Infill Material per Application
inches
Type of Infill______________________________________________
(Note - attach separate sheets as required to describe infill material if material other than crumb
rubber is proposed).
For Crumb Rubber and Rubber/Sand Infills:
Rubber Content of Infill Material
% by volume (minimum)
Granulated Rubber Type (indentify source and material) _____________________________
Cryogenic or Ambient Ground – circle one
Granulated Rubber Size Distribution
mm - mm
%%
mm - mm
%%
mm - mm
%%
mm - mm
%%
Sand Content of Infill Material
% by volume (maximum)
The sand gradation shall meet the following wet sieve analysis:
Sieve Size
% Passing (max – min)
#8
#16
#20
#30
#40
#50
#100
#200
Sand to be
,
% minimum rounded, compaction resistant, washed and dried.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 36
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
APPENDIX 2 – FORM OF PROPOSAL
RFP Project Title:
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP Reference No.:
1220-30-36-09
Legal Name of Proponent:
Contact Person and Title:
Business Address:
Telephone:
Fax:
Email Address:
TO:
ACTING MANAGER, PURCHASING & ACCOUNTS PAYABLE
Finance & Technology Department
Purchasing Section
City of Surrey
6645 – 148 Street
Surrey, BC Canada V3S 3C7
Dear Sir:
1.0
I/We, the undersigned duly authorized representative of the Proponent, having
received and carefully reviewed all of the Proposal documents, including the RFP and any
issued addenda posted on the City Website, and having full knowledge of the Site, and having
fully informed ourselves as to the intent, difficulties, facilities and local conditions attendant to
performing the Services, submit this Proposal in response to the RFP.
2.0
I/We confirm that the following appendices are attached to and form a part of this
Proposal:
Appendix 1 – Technical Product Data Sheet;
Appendix 2 – Form of Proposal;
Appendix 3-A – Schedule of Prices (Hjorth Road Park);
Appendix 3-B – Schedule of Prices (Newton Athletic Park);
Appendix 4 – Construction Schedules;
Appendix 5 – Sub-Contractors; and
Appendix 6 – Material Suppliers
3.0
I/We confirm that this proposal is accurate and true to best of my/our knowledge.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 37
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
4.0
I/We confirm that, if I/we am/are awarded the Agreement, I/we will at all times be the
“prime contractor” as provided by the Worker's Compensation Act (British Columbia) with
respect to the Services. I/we further confirm that if I/we become aware that another contractor
at the place(s) of the Services has been designated as the “prime contractor”, I/we will notify the
City immediately, and I/we will indemnify and hold the City harmless against any claims,
demands, losses, damages, costs, liabilities or expenses suffered by the City in connection with
any failure to so notify the City.
This Proposal is submitted this _____________________ day of _________________________, 2010.
I/We have the authority to bind the Proponent.
_______________________________________
(Name of Proponent)
______________________________________
(Name of Proponent)
_______________________________________
(Signature of Authorized Signatory)
______________________________________
(Signature of Authorized Signatory)
_______________________________________
(Print Name and Position of Authorized
Signatory)
______________________________________
(Print Name and Position of Authorized
Signatory)
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 38
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
APPENDIX 3 – SCHEDULE OF PRICES
PRICE SUMMARY SHEET
A)
Separate Maximum Guaranteed Price – Hjorth Road Park
$ ________________
B)
Separate Maximum Guaranteed Price – Newton Athletic Park
$ ________________
C)
Sub. Total (A + B)
$ ________________
D)
Goods and Services Tax (5% of C)
$ ________________
Total Maximum Guaranteed Price, including GST (C + D)
$ ________________
Notes:
1.
The Separate Prices indicated above for each athletic field project are based on the City
awarding one project (either Hjorth Road Park or Newton Athletic Park) as a single
contract to the Proponent.
2.
Proponents are to indicate below, the savings (or extra cost, as the case may be) offered
to the City, should the City choose to award both athletic field projects to the Proponent
as a single Contract.
Price Adjustment – Both Parks (Credit or Extra Cost)
$ ______________________
HARMONIZED SALES TAX (HST):
The general transitional rules for the wind down of PST and GST as it relates to City
purchases. This change is a result of the new HST tax being implemented on July 1,
2010.
General Rules:
On July 1, 2010, the existing B.C. PST would generally cease to apply to:
· a sale of goods where the goods are delivered, and ownership of the goods is
transferred, to the City on or after July 1, 2010;
· a sale of services to the extent the services are performed on or after July 1, 2010
(however, the PST would apply where all or substantially all of the service is provided
before July 2010); and,
· goods brought into B.C. on or after July 1, 2010.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 39
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
APPENDIX 3 (A) – SCHEDULE OF PRICES
HJORTH ROAD PARK
We hereby declare that we have carefully examined the site of the project, have read and
examined the RFP package including the supporting Specifications and Project Drawings, and
hereby offer to furnish all plant, labour, materials, technical and professional services necessary
to supply and install the synthetic turf surface, in accordance with all the provisions stated in the
RFP documents, for the following stipulated price.
Each project location (ie. Hjorth Road Park and Newton Athletic Park) are to be priced as an allinclusive separate Contract. Any price adjustment arising from the City awarding both projects
to a single Proponent is to be indicated in the space provided on the Schedule of Prices
Summary Sheet.
Synthetic Turf Product
(Name):______________________________________________
Basic Price (includes all Lines/Markings, but excludes the logo):
$______________
Performance Bond:
$______________
Labour & Material Payment Bond:
$______________
Maximum Guaranteed Price - Hjorth Road Park (excl. G.S.T.):
$______________
(Carry this forward to Item A on the Price Summary Sheet)
(Note that a separate Schedule of Prices form, Product Data Sheet, Product
Installation/Reference Sheet and Turf Samples are to be completed for each synthetic
turf product for which the Proponent submits a Proposal.)
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 40
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
APPENDIX 3 (B) – SCHEDULE OF PRICES
NEWTON ATHLETIC PARK
Synthetic Turf Product
(Name):______________________________________________
Basic Price (includes all Lines/Markings, but excludes the logo):
$______________
Performance Bond:
$______________
Labour & Material Payment Bond:
$______________
Maximum Guaranteed Price - Newton Athletic Park (excl. G.S.T.): $______________
(Carry this forward to Item B on the Price Summary Sheet)
Separate Optional Pricing for Kwantlen Eagles logo permanently inlaid into synthetic
turf:
Style A – includes the stitching or inlaying of the letters “Kwantlen Eagles” in white turf at
center field. Refer to the attached image for details.
Style A Logo Separate Price (excl. GST)
$______________
Style B - includes the stitching or inlaying of the Kwantlen Eagles’ stylized eagle image
in the center field (graphic only, no letters). Refer to the attached image for details.
Style B Logo Separate Price (excl. GST)
$______________
Note for both logo options indicated above, the approximate overall size of the image will be 60
feet (ie. diameter of the soccer field center circle).
(Note that a separate Schedule of Prices form, Product Data Sheet, Product
Installation/Reference Sheet and Turf Samples are to be completed for each synthetic
turf product for which the Proponent submits a Proposal.)
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 41
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
APPENDIX 4 - CONSTRUCTION SCHEDULES
HJORTH ROAD PARK
MILESTONE DATES
The current schedule for the availability of each field, ready for turf installation, is as follows:
Location
Hjorth Road Park
Field Ready for Turf
Turf Installation Complete
May 3, 2010
June 7, 2010
Weeks: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21
Activity
Commencement Date:
____________
Substantial Performance
Date:_____________________
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 42
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
APPENDIX 4 - CONSTRUCTION SCHEDULES
NEWTON ATHLETIC PARK
MILESTONE DATES
The current schedule for the availability of each field, ready for turf installation, is as follows:
Location
Newton Athletic Park
Field Ready for Turf
Turf Installation Complete
July 1, 2010
August 3, 2010
Weeks: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21
Activity
Commencement Date:
____________
Substantial Performance
Date:_____________________
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 43
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
APPENDIX 5 - SUB-CONTRACTORS
Proponents should provide the following information on the background and experience of all
sub-contractors proposed to undertake a portion of the Services (use the spaces provided
and/or attach additional pages, if necessary):
DESCRIPTION OF SERVICES
SUB-CONTRACTORS NAME
R.F. BINNIE & ASSOCIATES LTD.
YEARS OF
WORKING
WITH
CONTRACTOR
TELEPHONE NUMBER
AND EMAIL
MARCH 2010
Page 44
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
APPENDIX 6 - MATERIAL SUPPLIERS
It is proposed to supply the various materials for the construction of work from the
following suppliers:
MATERIAL
R.F. BINNIE & ASSOCIATES LTD.
SUPPLIER
MARCH 2010
Page 45
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
APPENDIX 7 – CERTIFICATE OF INSURANCE
REFER TO THE CITY OF SURREY’S WEB SITE FOR A COPY OF THE MOST
CURRENT CERTIFICATE OF INSURANCE FORM. A COPY OF THE
INSURANCE FORM MAY BE DOWNLOADED DIRECTLY FROM SURREY’S
WEB SITE.
City of Surrey main website link:
www.surrey.ca
(Doing Business > Tenders, RFQ’s & RFP’s > Insurance Certificates > Capital
Construction ).
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 46
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
APPENDIX 8 – SAMPLE CONTRACT
CCDC2 will form the basis of the Contract between the Owner and the successful Proponent
following documents will be utilized for this project. The Agreement between the Owner and
Contractor, the Definitions and the General Conditions shall be based on those contained in
Canadian Construction Document’s Committee CCDC 2 Stipulated Price Contract,
amended and supplemented herein.
SUPP GC FOR CCDC2
SUPPLEMENTARY GENERAL CONDITIONS
For use with CCDC2 1994
Article A-5 Payment
Item 5.1: Holdback amount shall be 10%
DEFINITIONS
1.
Refer to Section 2:
Immediately before the word “amendments” in the second line, insert “written”.
3.
OWNER
add the following:
The “Owner” where referred to in the Contract Documents means The City of
Surrey
19.
SUBSTANTIAL PERFORMANCE
add the following:
At the time of Substantial Performance, the value of incomplete items or
deficiencies in the work shall be set in accordance with the Builders Lien Act,
latest edition
GENERAL CONDITIONS OF THE CONTRACT
PART 1 - GENERAL PROVISIONS
Refer to GC 1.1.9:
In GC 1.1.9.1:
(a)
insert” the Instructions to Bidders,” immediately after “the Agreement between
the Owner and the Contractor,” and immediately before “the Definitions”; and
(b)
insert “Tender Form, including schedules,” immediately after “Supplementary
Conditions and immediately before “the General conditions”.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 47
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
PART 2 – ADMINISTRATION OF THE CONTRACT
Refer to GC 2.2.6.
Delete the words”, except with respect to GC 5.1 – FINANCING INFORMATION
REQUIRED OF THE OWNER” from the second and third lines.
Refer to GC 2.2.7:
Delete the words,” except for GC 5.1 – FINANCING INFORMATION REQUIRED OF
THE OWNER,” from the second and third lines.
G.C. 2.2 ROLE OF THE CONSULTANT
Add to Paragraph 2.2.9 the following:
“The Contractor shall be responsible for requesting any supplemental instructions
or clarifications from the Consultant which are needed for the performance of the
Work and shall request such instructions or clarifications in time to avoid any
delay of the Work, allowing a minimum of 3 working days for the consultant to
respond.”
G.C. 2.3 REVIEW AND INSPECTION OF THE WORK
Add to Paragraph 2.3.1 the following:
“2.3.1 Such inspections shall not relieve the Contractor of his legal obligation as
set forth in the Contract to perform the Work in accordance with the Contract
Documents. The Contractor shall cooperate to provide reasonable facilities for
such inspections.”
G.C. 2.4 DEFECTIVE WORK
Add Paragraph 2.4.4 as follows:
“The Consultant may, at his own discretion, partially demolish rejected work. If
the Contractor does not remove such condemned materials or work within the
time fixed by written notice, the Owner may remove them and may store such
materials at the expense of the Contractor. If the Contractor does not pay the
expense of such removal within five (5) calendar days thereafter, the Owner may,
upon ten (10) days written notice sell such materials with the proceeds thereof, if
any, after deducting all the costs and expenses that should have been borne by
the Contractor being returned to the Contractor.”
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 48
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
PART 3 – EXECUTION OF THE WORK
G.C. 3.5 CONSTRUCTION SCHEDULE
Add paragraph 3.5.2 as follows:
“If the Contractor does not perform the Work substantially in accordance with the
agreed construction schedule, the requirements of which are detailed in Division
1, and the date of Substantial Performance stated in Article A-1 of the
Agreement, the Contractor shall take whatever measures are necessary,
including such extra measures as shift work or an expanded work force, to
ensure the completion of the Work by the date stated, at no extra cost to the
Owner.”
Add the following GC 3.5.3:
“The Contractor will perform the Work in compliance with the construction
schedule. If, for any reason, the Work falls behind the schedule for the Work set
forth in the Construction Schedule the Contractor shall as part of the Work either:
(a)
if in accordance with the Contract Documents the delay entitles the
Contractor to a time extension the Contractor shall forthwith prepare and
deliver to the Consultant a revised construction schedule to the
reasonable satisfaction of the Consultant indicating the revises dates for
the remaining activities of the Work: or
(b)
if in accordance with the Contract Documents the delay does not entitle
the Contractor to a time extension then the contractor shall take such
steps as required to bring the Work back into conformity with the
construction schedule.
Failure to comply with the requirements of this section shall be deemed to be a
default under the Contract to which the provisions of GC 7.1.2 apply.”
G.C. 3.7 SUPERVISOR
Add Paragraph 3.7.3 as follows:
“3.7.3
Any superintendent, foreman or other mechanic whose work is
unsatisfactory to the Consultant or to whom the Consultant may have any
reasonable objection, shall be promptly dismissed from the work upon receipt of
written notice from the Consultant.”
G.C. 3.8 SUBCONTRACTORS AND SUPPLIERS
Add Paragraph 3.8.7 as follows:
“No change of subcontractors shall be made without cause or written consent of
the Consultant and Owner, which consent will not be unreasonably withheld.”
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 49
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
G.C. 3.9 LABOUR AND PRODUCTS
Add paragraphs 3.9.4,3.9.5, and 3.9.6 as follows:
“3.9.4 All materials shall be delivered, stored handled and applied in strict
accordance with manufacturer’s instructions and shall be delivered with type,
grade and brand name clearly identifiable and with seals intact.”
“3.9.5 Preference shall be given to British Columbia products for all materials and
supplies used in or on the construction of the building or site where price, quality,
and service are equal. Decision as to the equality of materials or supplies shall
be made by the Owner, based upon the recommendations of the Consultant.”
“3.9.6 The Contractor shall employ labour from the locality where the Work is
being executed to the extent it is available and competitively priced.”
Add the following GC 3.9.7:
“Immediately upon receiving from the Consultant or the Construction Manager a
written notice stating the Consultant’s or the Construction Manager’s reasonable
objection to the work conduct of any superintendent, foreman or worker on the
Project site, the Contractor will remove such persons from the Project site.”
Refer to GC 3.10:
Immediately after the words “Contract Documents”, in the first line, insert “reviewed shop
drawings,”.
G.C. 3.11 SHOP DRAWINGS
Add to Paragraph 3.11.2 as follows:
“and as further described in the Specification where requested –submittals.”
Add the following at the end of GC 3.11.4:
“The shop drawings provided by the Contractor will be complete and show the
entire extent of the relevant portion of the Work.”
Add the following GC 3.11.7:
“Upon Substantial Performance of the Work, the Contractor will submit all reviewed
and revised shop drawings to the Owner as a permanent record of the Work. As of
the date of issuance of a final certificate for payment, the shop drawings will be
retained by the Owner as the Owner’s property.”
Add the following GC 3.11.8:
“The Contractor shall not proceed with the Work to which a shop drawing applies
before the Consultant has reviewed and approved the shop drawing as provided by
GC 3.11.7.”
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 50
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
G.C. 3.13 CUTTING AND REMEDIAL WORK
Add to Paragraph 3.13.3 as follows:
“unless the Owner elects to do the work himself or by other Contractors, after
having given the Contractor written notice of the work being performed and the
conditions of GC 3.2”
G.C. 3.14 CLEAN UP
Add Paragraph 3.14.4 as follows:
“3.14.4 Refer to Division 1, General Requirements, for any additional requirements.”
PART 4 – ALLOWANCES
G.C. 4.1 CASH ALLOWANCES
Add to Paragraph 4.1.4 as follows:
“The General Contractor’s Overhead and Profit on costs exceeding the amount of
the Allowance shall be ten (10%) percent on work performed directly by the General
Contractor, and five (5%) percent on work performed by subtrades.”
PART 5 – PAYMENT
Delete GC 5.1, including all of GC 5.1.1 and GC 5.1.2, in its entirety.
Add the following at the end of GC 5.2.2:
“The Contractor will identify separately, with reference to the applicable Change
Order, any application for payment for Work performed pursuant to a Change
Order. No payment for extras or changes will be made before the issuance of the
applicable Change Order.”
Delete GC 5.2.6 and insert:
“No claim shall be made for any Product which is delivered to the Place of the Work
until it is incorporated into the Work and any claim for Products which are
incorporated into the Work shall be supported by such evidence as the Consultant
may reasonably require to estimate the value of such Products.”
G.C. 5.2 APPLICATIONS FOR PROGRESS PAYMENT
Add Paragraph 5.2.7 as follows:
“The Statutory Declaration shall verify that all employees, material, men and
subtrades used or employed on the Work have been paid up to the date of
application for the previous progress payment and that the wages paid are in all
cases the same as, or above those set out in any applicable legislation”
Add the following GC 5.3.3:
“The Owner may set off from payments owing to the Contractor costs, expenses
and damages the Owner incurs or suffers as a result of the Contractor’s wrongful or
negligent act or omission, or which the Owner incurs on the Contractor’s behalf.”
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 51
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
Add the following GC 5.3.4:
“The Owner may, in addition to other holdbacks as provided by the Contract
Documents, hold back an amount equal to any lien which has been filed with
respect to the Work, plus 10% as security for costs. The Owner may, at its option,
after five days written notice to the Contractor, pay such amount into court to
discharge the lien. If the lien is discharged without payment of the holdback into
court, then the Owner shall pay such holdback to the Contractor, without interest.”
G.C. 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK
Add to Paragraph 5.4.2 as follows;
“The Consultant will complete a Deficiency List, listing all deficiencies at Substantial
Performance, and an estimation of their value. The value of incomplete items and
deficiencies shall be in accordance with the Builders Lien Act. S.B.C. 1997, Chapter
45, for the purpose of determining Substantial Performance. In addition to the
Builders Lien hold-back, the Owner will hold back an amount equal to two (2) times
the value of deficiencies. When all deficiencies have been rectified, payment of the
deficiency hold-back will be made.”
Add to Paragraph 5.4.3 as follows:
“Upon issuance of the Certificate of Substantial Performance the Contractor will
notify all subtrades, suppliers and workers of Substantial Performance of the Work
directly and through an advertisement in a Daily Commercial Newspaper acceptable
to the Owner.”
Add the following GC 5.4.5:
“The Contractor’s application for Substantial Performance of the Work will
constitute a waiver by the Contractor of all claims except those then previously
made in writing to the Owner.”
Delete GC 5.5.3.
G.C. 5.6 PROGRESSIVE RELEASE OF HOLDBACK
Add paragraph 5.6.3 as follows:
“The Contractor is required to comply with the holdback provisions of the Builders Lien Act.
S.B.C.1997, Chapter 45 in force as of February 1, 1998. With each request for release of holdback
monies, the Contractor is required to submit an Authorization to Release Holdback Monies Form.
G.C.5.7 FINAL PAYMENT
Add to Paragraph 5.7.2, after the first sentence, as follows:
“The application by the Contractor for payment upon Total Performance of the Work shall only be
made after compliance with Division 1, General Requirements, Section 01700 (Project Closeout)
and the inclusion of the following:
a) A Statutory Declaration in duplicate that all accounts due have been paid.
b) A letter from the Workers’ Compensation Board confirming that the Contractor is in good
standing.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 52
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
c) A certificate from the Land Registry Office on the date of expiration of the 55 day Lien
Period that no liens have been registered against the property.”
d) A copy of the advertisement of Substantial Completion placed in a Daily Commercial
Newspaper.
Delete from Paragraph 5.7.4 (second line) as follows:
“five (5) days” and substitute “twenty-one (21) days”
Add the following GC 5.7.5:
“The issuance of a final certificate for payment in no way relieves the Contractor
from correcting defects or deficiencies not apparent at the time the certificate is
issued.”
PART 6 – CHANGES IN THE WORK
G.C.6.1 CHANGES
Add Paragraph 6.1.3 as follows:
“The documentation procedure for authorization for Changes in the Work shall be as
follows:
1.
2.
3.
No verbal instruction will be recognized. All instructions and clarifications will
be by letter or “Inspection Reports” completed by the Consultant for
immediate authorization on site. Should such instructions involve extra cost
the Contractor shall inform the Consultant upon receipt of the instruction.
“Contemplated Change Orders” completed by the Consultant in a “Site
Report” form for purposes of pricing only shall be issued to the Contractor’s
Supervisor. The Contractor will price the work and return the form to the
consultant.
“Change Orders” for construction will proceed only upon approval of the
Contractor’s price, witnessed by the Consultant’s recommendation, and
authorized by the Owner. Charges for additional work not so authorized will
not be accepted.”
Add the following GC 6.1.4:
“Whenever the Consultant delivers a written request to the Contractor for a
quotation of a possible change, the Contractor will within 10 days after receiving
such request provide to the Consultant in writing a quotation of the value of the
contemplated change (increase or decrease) and a statement of the effect, if any, of
the contemplated change on the Construction Schedule. The Contractor’s written
quotation and statement will be interpreted to include all costs, including any indirect
or “impact” effects, and all effects on the construction schedule. The Contractor will
not be entitled to claim on account of any cost or effect not included specifically in
the quotation and statement unless the quotation and statement specifically itemize
and describe such indirect effects.”
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 53
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
G.C. 6.2 CHANGE ORDER
Add Paragraph 6.2.3 as follows:
“General Contractor’s overhead and profit will not be allowed on Change Orders
paid for from Allowances specified in the contract.”
Add Paragraph 6.2.4 as follows:
“The value of a change shall be determined in one or more of the following methods:
a)
by estimate and acceptance in a lump sum;
b)
by unit prices set out in the Contract or subsequently agreed upon’
c)
by actual cost and an allowance for Overhead and Profit as follows:
1.
2.
3.
4.
General Contractor’s Overhead and Profit on expenditures from
Allowances, including Extra Work paid for from the Contingency
Sum, shall be included in the Bid Contract Price
For Changes in the Work not covered by Allowances the General
Contractor shall be paid Overhead and Profit as per Paragraph
4.1.4.
The Subcontractor’s allowance for Overhead and Profit shall be
10% of the Actual Cost of all Subcontractor’s Changes in the Work,
as determined by this Paragraph.
Where the Change involves the substitution of one type of product
for another the “actual cost” of the change, whether credit or extra,
shall be the net difference in the “actual cost” defined above.
G.C. 6.4 CONCEALED OR UNKNOWN CONDITIONS
Add Paragraph 6.4.4 as follows:
“6.4.4 No extra payment shall be made in respect of any extra costs incurred by the
Contractor as a result of site or subsurface conditions unless the Consultant is
notified within five working days of the time that the difficulties become apparent.”
Add Paragraph 6.4.5 as follows:
“6.4.5 If real or suspected environmental hazards are uncovered, the contractor shall
stop work in the affected area and allow the Owner and Consultant 8 working days to
determine the least cost remediation method. No extra costs will be allowed to the
contractor for any delays in the work as a result of having to stop work in the polluted
area, although an extension to the contract time will be allowed. No costs for
supervision or Contractor’s overhead related to the discovery, work delay, or removal
of environmental hazards will be allowed.”
G.C.6.5 DELAYS
Add to Paragraph 6.5.3 the first sentence as follows:
“The Contractor shall be responsible in the compilation of his Bid to ensure that all
work forces are compatible in respect to union/ non-union jurisdiction so as to
prevent any delays in construction and completion.”
Paragraph 6.5.4 Delete “ten (10) days” and substitute “five (5) days.”
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 54
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
Add the following at the end of GC 6.5.4:
“No claim for additional payment arising from a delay will be payable to the
Contractor unless the Contractor has prepared, or caused to be prepared, records of
all Work and the costs of the Work, on a daily basis as the Work proceeds, and
submits such records in support of the claim.”
Add the following GC 6.5.6:
“The Owner may, at any time, give written direction to the Contractor for the
Contractor to accelerate the Work, in which event the Contractor shall use
reasonable best efforts to proceed with the Work more quickly, which may include
hiring additional labour and equipment and/or working additional hours or shifts. If at
the time of such direction by the Owner the Contractor is behind the approved
Construction Schedule due to a cause within the control of the Contractor, then the
cost of such acceleration shall be borne by the Contractor. If at such time the
Contractor is not behind the Construction Schedule, or is not behind due to a cause
within the Contractor’s control, then the cost of such acceleration shall be for the
account of the Owner.”
Add the following new clauses as follows:
6.5.7 Notwithstanding the generality of G.C. 6.5 the Contractor acknowledges he is
familiar with the weather conditions at the site and will modify his operation as
required to meet the exigencies of weather. The contractor agrees that weather
conditions are not grounds for claim for delay of the work.
6.5.8 Notwithstanding the generality of G.C. 6.5 the Contractor acknowledges that
labour disputes, strikes and lockouts involving suppliers which are not directed
specifically at the work and which do not involve picketing the site of the Work shall
not constitute grounds for delay where other suppliers are available.
6.5.9 Notwithstanding the generality of G.C. 6.5 the Contractor agrees that delays by
common carriers, where other carriers are available, will not constitute grounds for
claim for delay of the work.
6.5.10 The contractor shall take all reasonable steps to avoid or minimize the length
of any delay and the costs to the Contractor, the Owner and others involved in the
Work.
6.5.11 The Contractor shall have the burden of establishing the cause of delay and
where applicable the cost resulting therefrom by the submission of substantive
documents or other evidence.
Add the following GC 6.5.12:
“If, for any reason, the Contractor deems it necessary to accelerate the Work, then
the Contractor shall provide written notice of its intention to accelerate at least 24
hours prior to doing so.”
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 55
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
Add the following GC 6.5.13:
“In the event of a delay which results in a stoppage of the Work, the Contractor shall
take all reasonable steps to protect the Work for the entire period of the delay. The
cost of such protection shall be paid as follows:
(i) if under 6.5.1, or 6.5.2, the Owner will pay,
(ii) if under 6.5.3 the Contractor will pay.”
PART 7 –DEFAULT NOTICE
Refer to GC 7.1.2:
Delete the words “and if the Consultant has given a written statement to the Owner
and Contractor that sufficient cause exists to justify such action “from the second
and third lines.
Add to Paragraph 7.1.5.3
Add after “certified by Consultant”, the phrase “including a reasonable allowance for
the Owner’s Overhead.
Delete GC 7.2.3.1
PART 8 – DISPUTE RESOLUTION
G.C. 8.2 – NEGOTIATION AND MEDIATION
Delete Paragraph 8.2.6 and 8.2.7. If a dispute can not be resolved by mediation, it shall be
referred to a Court having jurisdiction.
PART 9 – PROTECTION OF PERSONS AND PROPERTY
G.C. 9.1 PROTECTION OF WORK AND PROPERTY
Add Paragraphs 9.1.4 and 9.1.5 as follows:
“9.1.4 The Contractor is responsible for protection of the Work during shutdown,
including shutdowns caused by strikes.”
“9.1.5 The contractor shall abide by the Owner’s requirements as to the protection
and security of the Owner’s property and operation during the term of Contract. The
Contractor shall notify all parties involved in demolition or construction activity of the
requirements and ensure enforcement. The Contractor shall confine activities
relating to the Work to the immediate areas, and within the bounds established by
the Owner, and as shown on the plans. No fire, explosions, or similar dangerous
activities are permitted on the Owner’s property without the Owner’s permission.”
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 56
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
Refer to GC 9.2.4:
Immediately after the word “costs” in the second line, insert “and posting security in an
amount and in a form reasonably satisfactory to the Owner.”
Delete GC 9.3.2.
Delete GC 9.3.3.
Delete GC 9.3.4.
Refer to GC 9.3.5:
Delete the words “which were not disclosed by the Owner, as required under paragraph
9.3.2,
or which were disclosed but have not been dealt with as required under paragraph 9.3.4”.
Refer to GC 9.3.5.3:
Immediately after the words “stopping the Work” in the first line, insert “if necessary”.
PART 10 – GOVERNING REGULATIONS
G.C. 10.1 TAXES AND DUTIES
Delete 10.1.1 entirely and substitute the following:
“10.1 The Contractor in his tender must allow for the payment of Sales Tax,
(excluding Value Added Taxes) payable by the Owner to the Contractor as stipulated
in Article A-4 of the Agreement – Contract Price) Licenses and all or any Municipal,
Provincial or Federal charges in connection with the Contract, Deposits (temporary
crossings, excavations, etc.) both refundable and non-refundable, and the Contractor
agrees that the Owner shall not be liable in any nature thereof and agrees to
indemnify and save harmless at all times, the Owner against all claims which shall
be made with respect thereto.”
Add 10.1.3 as follows:
“10.1.3 The Contractor and all sub-contractors of the Contractor shall relinquish all
claims against exemptions or recovery of government sales taxes, custom duties or
excise taxes applicable to the contract. Where such exemption or recovery of taxes
and duties is applicable to the Contract, the Contractor shall provide the Owner with
such invoices and records as may be necessary for making the applications.”
Add the following at the end of GC 10.2.1:
“This Contract shall be construed according to the laws of British Columbia. The
Contractor will undertake all Work in full compliance with all applicable building,
environmental and other laws, including without limitation building codes, regulations
and bylaws applicable in the City of Surrey.”
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 57
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
Refer to GC 10.2.5:
Delete the words “knowing it to be” from the second line.
Delete Article GC 10.4 entirely and substitute the following:
“GC 10.4 WORKERS’ COMPENSATION
10.4.1
The Contractor must procure a release from the Workers’ Compensation
Board stating that he and all his subtrades have paid all assessments
due, and that they are in good standing.
10.4.2. The Contractor must submit this release to the Consultant with the
Contractor’s claim for final payment; final payment will not be approved
until such release has been obtained.
10.4.3
The Contractor unconditionally agrees to indemnify and save harmless
the Owner from and against all loss, liability, costs, charges, claims,
damages, expenses or liens which may arise as a consequence of or
grow out of any failure by the Contractor or any Subcontractor other
person employed by the Contractor to comply fully with the provisions of
this Section or which may arise as a consequence of or grow out of any
injury, illness or death of any employee of the Contractor or of any of the
Subcontractors engaged or participating in the performance of the work to
be performed under this Contract.”
PART 11 – INSURANCE – BONDS
G.C. 11.1 INSURANCE
GC 11.1 shall read as follows:
11.1.1 Without restricting the generality of the indemnification provisions of this contract,
insurance coverage will be arranged and paid for as under-noted:
(a) General Liability Insurance
1. The Contractor shall provide, maintain and pay for Comprehensive
General Liability Insurance with a limit of not less than Five Million Dollars
($5,000,000.00), inclusive per occurrence for bodily injury, death, and
damage to property including loss of use thereof. Such insurance shall
cover the City and shall also cover all Subcontractors and anyone
employed directly or indirectly by the Contractor or his Subcontractors to
perform a part of the Work, but excludes suppliers whose only function is
to supply and/or transport products to the site. The insurance does not
extend to any activities, works, jobs, or undertakings of the insureds other
than those directly related to the work of this contract.
2. The insurance shall also include the Contractor’s Architectural and
Engineering consultants and their subconsultants.
3. The insurance shall include coverage for:
i)
Premises and Operations Liability;
ii) Products and Completed Operations Liability
iii) Blanket Contractual Liability;
iv) Cross Liability;
v) Elevator and Hoist Liability;
vi) Contingent Employer’s Liability;
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 58
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
4.
5.
vii) Personal Injury Liability;
viii) Shoring, Blasting, Excavation, Underpinning, Demolition, Piledriving
and Caisson Work, Work Below Ground Surface, Tunnelling and
Grading, as applicable;
ix) Liability with respect to Non-Owned Licensed Vehicles; and
x) Broad Form Property Damage.
The Property Damage Deductible applicable shall not exceed one
thousand dollars ($1,000.00)
This insurance shall be maintained continuously from commencement of
the completed operations, cover a further period of twenty-four (24) months
from the date of final certificate of payment.
(b) Property Coverage
1. The Contractor shall provide, maintain, and pay for Course of Construction
coverage against “All Risks” of physical loss or damage, and will cover all
materials, property, structures and equipment purchased for, entering into,
or forming part of the Work whilst located anywhere within Canada or the
U.S.A., including coastal or inland waters thereof, while in transit or storage
and during construction, erection, installation and testing until completed
and handed over and accepted by the Owner.
2. The coverage shall include as a protected entity, each Contractor or
subcontractor who is engaged in the Project.
3. The coverage will contain a waiver of the protection program’s rights of
subrogation against all protected entities except where a loss is deemed to
have been caused by an error in design or any other professional error or
omission.
(c) Automobile Liability Insurance
The Contractor shall provide, maintain and pay for, and require all
subcontractors to provide, maintain and pay for Automobile Liability Insurance
in respect of all owned or leased vehicles, subject to limits of not less than
three million dollars ($3,000,000.00) inclusive per occurrence.
(d) Aircraft and Watercraft Liability Insurance
The Contractor shall provide, maintain and pay for liability insurance with
respect to owned or non-owned aircraft and watercraft if used directly or
indirectly in the performance of the Work, subject to limits of not less than two
million dollars ($3,000,000.00) inclusive per occurrence for bodily injury, death,
and damage to property including loss of use thereof and including aircraft
passengers hazard where applicable.
11.1.2
Unless specified otherwise, the duration of each coverage/insurance policy shall be
from the date of commencement of the Work until the date of final certificate for
payment.
11.1.3
The Contractor shall, upon request, provide the Owner with proof of
coverage/insurance for those coverages and insurances required to be provided by
the Contractor prior to commencement of the Work.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 59
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
11.1.4
The Contractor shall provide the Owner with proof of insurance for those insurances
required to be provided by the Contractor prior to commencement of the Work.
11.1.5
The Contractor and/or his Subcontractors, as may be applicable, shall be
responsible for any deductible amounts under the policies of coverage/insurance
except for perils of flood and earthquake.
11.1.6
The Contractor shall provide, maintain and pay for any additional insurance which
he is required to provide by law or which he considers necessary to cover risks not
otherwise covered by insurance specified in this section.
11.1.7
The Contractor hereby waives all rights of recourse against the Owner and any
other contractors engaged in the Work with regard to damage to the Contractor’s
property.
G.C. 11.2 BONDS
Add Paragraph 11.2.3 as follows:
“11.2.3 Pay for and provide within ten (10) days of notification of intent to award a
Contract, a Performance Bond and Labour and Material Payment Bond which shall
be for 50% of the Contract Price and shall include but shall not be limited to the
following:
a)
Payment of any Consultant’s and Legal expenses incurred by the Owner in
determining the extent of the work executed and work still to be executed and
any additional work required as a result of the interruption of the work.
b)
Payment of additional expenses caused to the Owner for Watchmen’s
services, light, heat, power, etc. incurred to the Owner during the period
between the default of the original Contract and the commencement of the
new Contract.
c)
Extended guarantee periods, corrections after final payment.
d)
Coverage of the faithful performance of the contract and Warranty.”
Add Paragraph 11.2.4 as follows:
“Provide within ten (10) days of notification of intent to award a Contract, and pay for
the Labour and Materials Payment Bond which shall be for 50% of the Contract price
and shall include but not be limited to the following:
a)
Reimburse the Owner, or pay upon claim presented for all wages, benefits,
taxes withheld and not forwarded, CPP, EI, WCB and Union dues, if any, that
should have been withheld and forwarded according to applicable rules,
regulations and statutes.
b)
Reimburse the Owner, or pay upon claim presented for all material supplied
to the job site, delivered or not by the supplier, for any and all equipment,
tools and miscellaneous items that were used in the performance of the
Contract.
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 60
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
PART 12 – INDEMNIFICATION–WAIVER-WARRANTY
G.C. 12.1 INDEMNIFICATION
Replace entirely with the following:
12.1.1 The Contractor will indemnify and save harmless the Owner, its employees and
agents, including the Consultants, from and against any and all losses, claims,
damages, action, causes of action cost and expenses that the owner may sustain,
incur, suffer or be put to at any time either before or after the expiration or
termination of this Contract, where the same or any of them are based upon, arise
out of or occur, directly or indirectly, by reason of any act or omission of the
Contractor pursuant to this Contract, excepting always liability arising out of the
independent negligent acts of the Owner.
12.1.2
At the Owner’s option, the Contractor shall, at this own expense, promptly assume
the defense of any claim, suit or any other proceeding and promptly pay any and all
costs that may be incurred by or against the Owner. The Owner may, as a
condition precedent to any payment hereunder, require the contractor to submit
waivers or releases extinguishing all claims of any person, firm or corporation.
12.1.3
If any encumbrance be placed upon or obtained against the property comprising
the site of the Work, or as a result of any such suit or proceeding, the Contractor
shall forthwith cause the same to be discharged. In the event that the Contractor
fails to remove the said encumbrance(s), the Owner may pay whatever monies are
necessary to fully discharge these encumbrances and all of its cost in that regard
may be deducted from monies otherwise payable to the contractor.
G.C. 12.3 WARRANTY
Replace Paragraph 12.3.1 entirely with the following:
“12.3.1 The warranty period with regard to the Contract is two years from the date of
Substantial Performance of the entire project or those extended periods
specified in the Contract Documents for certain portions of the Work or
Products.”
Add to Paragraph 12.3.3 as follows:
“12.3.3 Definition of defects or deficiencies shall include but not be limited to
shrinkage, expansion and movement.
Make good all deficiencies
outstanding within thirty (30) days from the end of the warranty period. It
shall be understood that in effecting the replacement, the Contractor shall
also bear all costs involved in removing or replacing adjacent affected
materials that may be disturbed and which shall be required in the complete
restoration of the original finish.”
Add new Paragraph 12.3.7 as follows:
“12.3.7 Acceptance of the Work by the Owner does not free the Contractor from
correcting deficiencies which are missed at the time of drawing up the list or
hidden deficiencies which become apparent during the guarantee period.”
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 61
Synthetic Fields at Hjorth Road & Newton Athletic Parks
RFP For Synthetic Turf: #1220-30-36-09
ATTACHMENT #1 - PROJECT DRAWINGS
The following project drawings are included as part of this RFP.
SYNTHETIC FIELDS HJORTH ROAD & NEWTON ATHLETIC PARKS - CONTRACT 122030-36-09
DRAWING INDEX
DRAWING NO.
DRAWING TITLE
SHEET NO.
HJORTH ROAD PARK
R.F. BINNIE & ASSOCIATES LTD.
09395-1-C3
Field Layout & Grading Plan, Rev. 5 dated Jan. 29, 2010
1
NEWTON ATHLETIC PARK
R.F. BINNIE & ASSOCIATES LTD.
09395-2-T1
Field Marking and Layout
1
30-36 Hjorth Park
30-36 Newton
Field Layout & Grading Plan - Drawing
Athletic 09395-1-C2.pdf
Park Turf Field 4 - Drawing #09395-2-T1.pdf
R.F. BINNIE & ASSOCIATES LTD.
MARCH 2010
Page 62
Download