pages section 1 – tender process terms and … 1 – tender process terms and conditions tender...

311
Table of Contents Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 No. of Pages Page # Section 1 – Tender Process Terms and Conditions 1. Definitions 1-1 2. Bidder’s Responsibility 1-2 3. Tender Submission Package 1-2 4. Bid Bond 1-3 5. Mandatory/Optional Site Meetings 1-3 6. Fair Wage Policy 1-3 7. Questions 1-4 8. Addenda 1-4 9. Omissions, Discrepancies and Interpretations 1-4 10. Incurred Costs 1-4 11. Post-Submission Adjustments 1-4 12. Withdrawal of Bids 1-5 13. Irrevocability 1-5 14. No Collusion or Unethical Conduct 1-5 15. Prohibition against Gratuities 1-6 16. Acceptance of Bids 1-6 17. Non-Compliant Bids 1-7 18. Execute Contract 1-8 19. Failure or Default of Bidder 1-8 20. Currency 1-9 21. Tied Bids 1-9 22. Mathematical Errors 1-9 23. Conflicts of Interest/Unfair Advantage 1-9 24. Ownership and Confidentiality of City-Provided Data 1-10 25. Ownership and Disclosure of Bid Documentation 1-10 26. Intellectual Property Rights 1-10 27. Governing Law 1-10 28. Quasi-Criminal/Criminal Activity of a Bidder/Proponent 1-11 Section 2 – Information for Bidders 1. General Information 2-1 2. Mandatory Site Meetings 2-2 3. Deadline for Questions 2-2 4. Fair Wage Schedule Information 2-2 5. City of Toronto - Invoice/Billing Requirements 2-3 6. Instructions for Section 3 Tender Submission Package 2-7 6.1 Mandatory Bid Submission Requirements 2-7 A. Tender Call Cover Page 2-7 B. Bid Bond 2-7 C. City Policies Submission Form 2-7 D. Pricing Form 2-8 6.2 Mandatory Submission Requirements Prior to Award 2-8 4 of 314 VIEWING COPY DO NOT SUBMIT

Upload: dangkien

Post on 25-May-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Table of Contents Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08

No. of Pages

Page #

Section 1 – Tender Process Terms and Conditions

1. Definitions 1-1 2. Bidder’s Responsibility 1-2 3. Tender Submission Package 1-2 4. Bid Bond 1-3 5. Mandatory/Optional Site Meetings 1-3 6. Fair Wage Policy 1-3 7. Questions 1-4 8. Addenda 1-4 9. Omissions, Discrepancies and Interpretations 1-4 10. Incurred Costs 1-4 11. Post-Submission Adjustments 1-4 12. Withdrawal of Bids 1-5 13. Irrevocability 1-5 14. No Collusion or Unethical Conduct 1-5 15. Prohibition against Gratuities 1-6 16. Acceptance of Bids 1-6 17. Non-Compliant Bids 1-7 18. Execute Contract 1-8 19. Failure or Default of Bidder 1-8 20. Currency 1-9 21. Tied Bids 1-9 22. Mathematical Errors 1-9 23. Conflicts of Interest/Unfair Advantage 1-9 24. Ownership and Confidentiality of City-Provided Data 1-10 25. Ownership and Disclosure of Bid Documentation 1-10 26. Intellectual Property Rights 1-10 27. Governing Law 1-10 28. Quasi-Criminal/Criminal Activity of a Bidder/Proponent 1-11

Section 2 – Information for Bidders

1. General Information 2-1 2. Mandatory Site Meetings 2-2 3. Deadline for Questions 2-2 4. Fair Wage Schedule Information 2-2 5. City of Toronto - Invoice/Billing Requirements 2-3 6. Instructions for Section 3 Tender Submission Package 2-7

6.1 Mandatory Bid Submission Requirements 2-7 A. Tender Call Cover Page 2-7 B. Bid Bond 2-7 C. City Policies Submission Form 2-7 D. Pricing Form 2-8

6.2 Mandatory Submission Requirements Prior to Award 2-8

4 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 2: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Table of Contents Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08

No. of Pages

Page #

A. Experience and Qualifications Form 2-8 B. Statutory Declaration 2-9 C. List of Subcontractors Form 2-9 D. Corporate Profile Report 2-10 E. Itemized Prices 2-10

Section 3 – Tender Submission Package

1. Bid Bond 2 3-1 2. Statutory Declaration Form for Occupational Health and

Safety 5 3-3

3. City Policies Submission Form 1 3-6 4. Pricing Form 3 3-7 5. Experience and Qualifications Form 4 3-10

Section 4 – Scope of Work 190 4-1

Section 5 – Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

29 5-1

Section 5A – Specific Conditions of Contract 15 5A-1

Section 6 – Contract Execution Package 6-1

1. CCDC 2-2008 Stipulated Price Contract 1 6-2 2. CCDC 221-2002 Performance Bond 1 6-3 3. CCDC 222-2002 Labour & Material Payment Bond 1 6-4 4. WSIB & Tax Statutory Declaration Form 1 6-5 5. Insurance Certificate 3 6-6 6. Declaration of Compliance with Anti-

Harassment/Discrimination Legislation & City Policy Form 1 6-8

7. Supplementary Statutory Declaration Form for Occupational Health and Safety

8 6-9

Section 7 – City Policies

1. City of Toronto Accessible Customer Service Training Requirements

1

2. Chapter 67 Schedule A – Fair Wage Policy 5 3. Chapter 67 Schedule B – Labour Trades Contractual

Obligations in the Construction Industry 2

4. Applicable Chapter 67 Schedule C – Fair Wage 1 5. Right to Reject Debtors and Set-off Policy 6 6. Policy on the Restrictions on the Hiring and Use of Former

City of Toronto Management Employees for City Contracts 2

7. Toronto Licensing Requirements 1 8. Environmentally Responsible Procurement Statement 1 9. Contractor Performance Evaluation 1 10. Notice of "No Bid" Form 1

5 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 3: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 1-1

1. Definitions

Throughout this Tender Call, unless inconsistent with the subject matter or context, “Addenda” or “Addendum” means a document containing additional information and/or changes to the Tender Call issued by the City prior to the Closing Date; "Affiliate" means an affiliated body corporate as defined in the Business Corporations Act, R.S.O. 1990, c. B.16 as amended; “Bid” means an offer submitted by a Bidder in response to a Tender Call, which includes all of the documentation necessary to satisfy the submission requirements of the Tender Call and “Bids” shall have a corresponding meaning; “Bidder” means a legal entity, being a person, partnership or firm that submits a Bid in response to a formal Tender Call and “Bidders” shall have a corresponding meaning; “Buyer” means the main contact person at the City for all matters related to the Tender Call process, as set out on the Tender Call Cover Page; “Chief Purchasing Official” means the person holding the position of Director of Purchasing and Materials Management whose responsibility it is to supervise and carry out the procurement function on behalf of the City and includes her/his designate; “City” means the City of Toronto; “Closing Date” means the specified deadline for Bids to be submitted to the City as indicated on the Tender Call Cover Page and any subsequent Addenda; “Conflict of Interest” includes, but is not limited to, any situation or circumstance where: a) in relation to the Tender Call process, the Bidder has an unfair advantage or

engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having access to information in the preparation of its Bid that is confidential to the City and not available to other Bidders; (ii) communicating with any person with a view to influencing preferred treatment in the Tender Call process including the giving of a benefit of any kind, by or on behalf of the Bidders to anyone employed by, or otherwise connected with, the City; or (iii) engaging in conduct that compromises or could be seen to compromise the integrity of the open and competitive Tender Call process and render that process non-competitive and unfair; or

b) in relation to the performance of its contractual obligations in the City contract,

the Contractor’s other commitments, relationships or financial interests (i) could or could be seen to exercise an improper influence over the objective, unbiased and impartial exercise of its independent judgement; or (ii) could or could be seen to compromise, impair or be incompatible with the effective performance of its contractual obligations;

“Contract” means the Contract Execution Package duly executed by the Successful Bidder and the City with respect to the Work contemplated by this Tender Call, and shall be deemed to include all terms and conditions set out in this Tender Call;

6 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 4: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 1-2

“Contract Administrator” means the main contact person at the City for all matters relating to the project. The reference to “Project Manager” means the same; “Contractor” means the Successful Bidder of the Tender Call with whom the City enters into a Contract with to perform the Work; “Council” means City Council; “MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act R.S.O. 1990, Chapter M.56, as amended, or any successor or replacement legislation; “Subcontractor” means a person, partnership or corporation undertaking the execution of a part of the Work by virtue of an agreement with the Contractor; “Successful Bidder” means the Bidder that has been selected to perform the Work; “Tender Call” means this Tender Call package in its entirety, inclusive of all appendices and Addenda/Addendum that may be issued by the City; “Work” means all services and deliverables to be provided by a Contractor as described in this Tender Call.

2. Bidder’s Responsibility

It shall be the responsibility of each Bidder:

a) to acquire, from online or other sources as specified, any document (including any applicable copyright seal) that is referenced or mentioned in this Tender Call which is not physically attached herein;

b) to examine all the components of this Tender Call, including all reference

documents, appendices, forms and addenda;

c) to become familiar and comply with all of the terms and conditions contained in this Tender Call and the City’s Policies and Legislation set out on the City of Toronto website at: http://www.toronto.ca/purchasing/policies

The failure of any Bidder to acquire, receive or examine any document, form, addendum, or policy shall not relieve the Bidder of any obligation with respect to its Bid or any purchase order issued based on its Bid.

3. Tender Submission Package

To submit a valid Bid, Bidders must complete, in ink, all the applicable forms in Section 3, and complete, sign and seal the Tender Call Cover Page. As a means of facilitating the announcement of the Bid amounts, the Bidder is to complete the Tender Call Cover Page, including filling in the “Amount of Tender Call” in the space provided. This insertion is to facilitate the conduct of the Public Opening meeting only. For Lump Sum Tenders, in the event of any discrepancy between the information so inserted on the front cover and the amount set out in the Pricing Form in

7 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 5: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 1-3

Section 3, the Pricing Form total shall govern. For Unit Price Tenders, where any discrepancy exists between the total price and the unit price, the unit price shall prevail and the total price shall be adjusted accordingly.

4. Bid Bond

Every Bid shall be accompanied by a Bid Bond in the provided form in the specified amount signed by a guarantee surety company, acceptable to the City of Toronto Treasurer, authorized by law to carry on business in the Province of Ontario, and having an office in Ontario, to secure the execution of the formal Contract. Failure of a Bidder to submit a fully completed Bid Bond in the form enclosed in Section 3 - Tender Submission Package, shall result in the Bid being rejected as non-compliant. Submitting a photocopy of the Bid Bond is not acceptable.

5. Site Meetings

Mandatory Site Meetings

If a mandatory site meeting has been indicated in the Tender Call, then interested Bidders MUST attend the site meeting to familiarize themselves with the project and ascertain the full extent of the Work required. Bidders must sign in with the City’s Representative at the Mandatory Site Meeting during the designated date and time for their Bid to be considered. Bids submitted by Bidders that do not attend the mandatory site meeting SHALL be declared non-compliant. Optional Site Meetings If a mandatory site meeting is not required, interested Bidders may be invited to attend an optional site meeting as indicated on the Tender Call Cover Page to familiarize themselves with the project and ascertain the full extent of the work required. Any information available at the optional site meeting will be issued by an Addendum to the list of Bidders who purchased the Tender from the City.

6. Fair Wage Policy

The Bidder agrees to abide by the Fair Wage Policy as found in Section 7 – City Policies and pay its workers the appropriate wage as set out in the applicable Fair Wage Schedule(s). The Fair Wage Schedule(s) applicable to this Tender Call is/are set out in Section 2 – Information for Bidders. As per the Fair Wage Policy, in the case of a jurisdictional dispute or disputes as to rate of wages to be paid under the Contract or to the amount to be paid to any worker, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties. Failure to comply with the Fair Wage Policy, or being in violation of the Fair Wage Policy without paying restitution as set out in the Fair Wage Policy (Chapter 67 – Fair Wage – Schedule A Fair Wage Policy § 67-A8D) may result in the Bid being declared non-compliant.

8 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 6: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 1-4

7. Questions

All questions concerning this Tender Call should be directed in writing to the Buyer as designated on the Tender Call Cover Page. No other City representative, whether an official, agent or employee, is authorized to speak for the City with respect to this Tender Call, and any Bidder who uses any information, clarification or interpretation from any other representative does so entirely at the Bidder’s own risk. Not only shall the City not be bound by any representation made by an unauthorized person, but any attempt by a Bidder to bypass the Tender Call process may be grounds for rejection of its Bid.

8. Addenda

The City reserves the right to revise this Tender Call up to the Closing Date, including extension of the Closing Date. Any such revisions will be made by way of Addenda. Addenda will be faxed or emailed to the Tender Call pick up log.

All Bidders must comply with and acknowledge all Addenda in their Bid. Failure to acknowledge receipt of Addenda on the Tender Call Cover Page SHALL result in the rejection of the Bid.

9. Omissions, Discrepancies and Interpretations

A Bidder who finds omissions, discrepancies, ambiguities or conflicts in any of the Tender Call documentation or who is in doubt as to the meaning or has a dispute respecting any part of the Tender Call should notify the Buyer in writing not later than three (3) working days before the Closing Date. If the City considers that a correction, explanation or interpretation is necessary or desirable, the City will issue an Addendum as described in the article above titled Addenda. The decision and interpretation of the City respecting any such disputes shall be final and binding, from which there is no appeal. No oral explanation or interpretation shall modify any of the requirements or provisions of the Tender Call documents.

10. Incurred Costs

The City will not be liable for, nor reimburse, any potential Bidder or Bidders, as the case may be, for costs incurred in the preparation and submission of any Bid. The rejection or non-acceptance of any or all Bids shall not render the City liable for any costs or damages to any Bidder that submits a Bid.

11. Post-Submission Adjustments

No unilateral adjustments by Bidders to submitted Bids will be permitted. If the City makes a written request to a Bidder for clarification of its Bid, the Bidder will provide a written response within 48 hours accordingly, unless otherwise indicated, which shall then form part of the Bid.

9 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 7: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 1-5

12. Withdrawal of Bids

Prior to Submission Deadline

A Bid may be withdrawn at any time prior to the submission deadline by delivery to the City of Toronto Purchasing and Materials Management Division at the address therein specified of a written notice to that effect under the Bidder's duly attested corporate seal (or if the Bidder possesses no corporate seal, accompanied by a sworn statement establishing that the signatory of the notice has authority to bind the Bidder), which notice shall identify the contract Bidder and, if more than one Bid has been submitted by that Bidder, the Bid(s) to be withdrawn, on the basis that the Bid material for any Bid so withdrawn shall be returned to the Bidder as soon after the opening of all Bids as is convenient for the City of Toronto Purchasing and Materials Management Division.

13. Irrevocability

After the Closing Date, each submitted Bid shall be irrevocable and binding on Bidders for a minimum period of 90 days.

14. No Collusion or Unethical Conduct

No Bidder may discuss or communicate about, directly or indirectly, the preparation or content of its Bid with any other Bidder or the agent or representative of any other Bidder or prospective Bidder. If the City discovers there has been a breach at any time, the City reserves the right to disqualify the Bid or terminate any ensuing contract. By submitting a Bid in response to this Tender Call, the Bidder certifies that: a) the prices in the Bid have been arrived at independently of those of any other

Bidder; b) the prices in the Bid have not been knowingly disclosed by the Bidder, and will

not knowingly be disclosed by the Bidder prior to the award, directly or indirectly, to any other Bidder or competitor; and

c) no attempt has been made, or will be made, to induce any other person to submit or not to submit a Bid, for the purpose of restricting competition.

Bidders must not have common ownership, directors, or management, or any other affiliation, connection, association or attachment with each other that may be deemed to compromise the principle of competition. Bidders must disclose any arrangements with other Bidders (including but not limited to subcontracting) that may reasonably be deemed to compromise the principle of competition, at or prior to the Closing Deadline.

10 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 8: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 1-6

15. Prohibition against Gratuities

No Bidder and no employee, agent or representative of the Bidder, may offer or give any gratuity in the form of entertainment, participation in social events, gifts or otherwise to any officer, director, agent, appointee or employee of the City in connection with or aris-ing from this Tender Call, whether for the purpose of securing a Contract or seeking favourable treatment in respect to the award or amendment of the Contract or influencing the performance of the Contract, including without restriction enforcement of performance standards, or expressing appreciation, or providing compensation, for the award of a Contract or for performance of the City's obligations thereunder or for confer-ring favours or being lenient, or in any other manner whatsoever. If the City determines that this article has been breached by or with respect to a Bidder, the City may exclude its Bid from consideration, or if a Contract has already been enter-ed into, may terminate it without incurring any liability.

16. Acceptance of Bids

A. The City shall not be obliged to accept any Bid in response to this Tender Call.

B. The City may modify and/or cancel this Tender Call prior to accepting any Bid.

C. Bids may be accepted or rejected in total or in part.

D. The lowest quoted price may not necessarily be accepted by the City.

E. In determining which Bid provides the best value to the City, consideration may be given to the past performance of any Bidder. Bidders that are currently on a City of Toronto suspended vendor list are not eligible for an award. The City also reserves the right not to make an award to an Affiliate of a suspended vendor.

F. The City reserves the right to verify the validity of information submitted in the Bid

and may reject any Bid where, in the City’s sole estimation, the contents appear to be incorrect, inaccurate or inappropriate.

G. The City reserves the right to assess the ability of the Bidder to perform the

Contract and may reject any Bid where, in the City’s sole estimation, the personnel and/or resources of the Bidder are insufficient.

H. If, in the opinion of the City, any Bidder has underestimated the value of the

goods and/or services to be provided as reflected in its submitted price/fee, the City may reject its Bid as unbalanced (i.e., not representative of the scope of the goods and/or services). The City may reject a bid if it determines, in its sole discretion, that the Bid is materially unbalanced.

A bid is materially unbalanced when:

(1) it is based on prices which are significantly less than cost for some items of work

and prices which are significantly overstated in relation to cost for other items of work; and

(2) the City had determined that the bid may not result in the lowest overall cost to the

11 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 9: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 1-7

City even though it may be the lowest submitted bid; or (3) it is so unbalanced as to be tantamount to allowing an advance payment.

17. Non-Compliant Bids

Bids which are incomplete, conditional or obscure or which contain additions not called for, erasures or alterations of any kind may be rejected. The City reserves the right to waive immaterial defects and minor irregularities in any Bid. The chart below lists irregularities and the respective action that will be taken by the Chief Purchasing Official, in determining whether a Bid is non-compliant. The Chief Purchasing Official is not limited to the following list for reasons to declare a Bid non-compliant. Bidders are reminded to read the entire Tender Call document, as failure to comply with other requirements may or shall result in a Bid being declared non-compliant.

IRREGULARITY ACTION

Late Response Automatic rejection and not read publicly.

Unsealed Envelopes Automatic rejection

Insufficient Financial Security (No deposit

or Bid Bond or insufficient deposit or Bid Bond).

Automatic rejection

Response not completed in non-erasable

medium and signed in ink

Automatic rejection

Incomplete Response Automatic rejection unless, in the opinion of the Chief Purchasing Official, the incomplete nature is trivial or insignificant.

Qualified Response (qualified or restricted

by an attached statement unless allowed for).

Automatic rejection unless, in the opinion of the Chief Purchasing Official the qualification or restriction is trivial or not significant

Response received on documents other than those provided by the City

Automatic rejection unless, in the opinion of the Chief Purchasing Official the matter is trivial or insignificant

Execution of Bid Bonds (Financial Security)

Corporate seal or signature of the bidder missing.

Two (2) business days to correct

Both corporate seal and signature of the bidder missing.

Automatic rejection.

Corporate seal or signature of authorized agents of bonding company missing.

Automatic rejection.

12 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 10: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 1-8

IRREGULARITY ACTION

Other Bid Security - Uncertified Cheques Automatic rejection.

Documents – Execution:

Corporate seal or signature missing. Two (2) business days to correct.

Corporate seal and signature missing Automatic rejection

Erasures, Overwriting or Strike-Outs which

are not Initialed:

Uninitialed changes to responses which are minor (example: the respondent’s address is amended by over-writing but not initialed)

Two (2) business days to initial.

Unit prices have been changed but not initialed and the contract totals are consistent with the price as amended.

Two (2) business days to initial

Unit prices have been changed but not initialed and the contract totals are not consistent with the price as amended.

Automatic Rejection

Minor Irregularities The Chief Purchasing Official shall have the authority to waive irregularities deemed to be minor.

18. Execute Contract

The Successful Bidder will be required to execute the Contract by taking the following steps within ten (10) working days, not including Saturday, Sunday or a legal holiday, after being notified by the City that the Contract is ready for signature:

execute three or four (as requested by the City) original copies of the CCDC-2 form of agreement and obtain and affix (at the Successful Bidder's sole cost) a CCDC copyright seal to the front page of each of the originally executed copies ;

obtain and furnish three or four (as requested by the City) original copies of a CCDC 221-2002 Performance Bond and a CCDC 222-2002 Labour and Material Payment Bond all signed and sealed by itself and its surety;

arrange for 2 original copies of the City's form of insurance certificate to be completed and signed (including stamp of insurance broker) as required;

complete and sign the City's WSIB & Tax Statutory Declaration Form; and complete and sign the Supplementary Statutory Declaration if required.

Should the Successful Bidder fail or refuse to execute the Contract by taking the steps outlined in this section within ten (10) working days after being requested by the City, it will be considered that the Successful Bidder has abandoned all rights and interests in the award and the City will call on the Bid Bond.

19. Failure or Default of Bidder

If the Bidder, for any reason, fails or defaults in respect of any matter or thing which is an obligation of the Bidder under the terms of the Tender Call, the City may:

13 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 11: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 1-9

a) disqualify the Bidder from the Tender Call and/or from competing for future Tender Calls issued by the City for a period of one year; and

b) require the Bidder to pay the City the difference between its Bid and any other

Bid which the City accepts, if the latter is for a greater amount and, in addition, to pay the City any cost which the City may incur by reason of the Bidder’s failure or default.

The Bidder shall be ineligible to submit a new Bid for any Call that the City is required to reissue as a result of the Bidder's failure or default or where the City deems that the Bidder has abandoned the Agreement.

20. Currency

Unless otherwise stated herein, prices quoted are to be in Canadian dollars. 21. Tied Bids

In the event that the City receives two (2) or more Bids identical in price, the City reserves the right to select one of the tied Bids by way of lottery or coin toss as set out in the Purchasing Procurement Processes Policy.

22. Mathematical Errors

In the event of mathematical errors found in the pricing pages, the unit prices quoted shall prevail. Extensions and totals will be corrected accordingly and adjustments resulting from the correction(s) will be applied to the total bid price quoted.

23. Conflicts of Interest

In its Bid, the Bidder must disclose to the City any potential conflict of interest that might compromise the performance of the work or which might reasonably compromise or provide the Bidder an unfair advantage in the bidding process. If such a conflict of interest does exist, the City may, at its discretion, refuse to consider the Bid. The Bidder must also disclose whether it is aware of any City employee, Council member or member of a City agency, board or commission or employee thereof having a financial interest in the Bidder and the nature of that interest. If such an interest exists or arises prior to the award on any contract, the City may, at its discretion, refuse to consider the Bid or withhold the awarding of any contract to the Bidder until the matter is resolved to the City’s sole satisfaction. Bidders are cautioned that the acceptance of their Bid may preclude them from participating as a Bidder in subsequent projects where a conflict of interest may arise. The Bidder for this project may participate in subsequent/other City projects provided the Bidder has satisfied pre-qualification requirements of the City, if any, and in the opinion of the City, no conflict of interest would adversely affect the performance and successful completion of an agreement by the Bidder.

14 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 12: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 1-10

24. Ownership and Confidentiality of City-Provided Data

All correspondence, documentation and information provided by City staff to any Bidder or prospective Bidder in connection with, or arising out of this Tender Call, the Work or the acceptance of any Bid:

a) is and shall remain the property of the City;

b) must be treated by Bidders and prospective Bidders as confidential;

c) must not be used for any purpose other than for replying to this Tender Call, and for fulfillment of any related subsequent agreement.

25. Ownership and Disclosure of Bid Documentation

The documentation comprising any Bid submitted in response to this Tender Call, along with all correspondence, documentation and information provided to the City by any Bidder in connection with, or arising out of this Tender Call, once received by the City:

a) shall become the property of the City;

b) shall become subject to MFIPPA, and may be released, pursuant to that Act. Because of MFIPPA, prospective Bidders are advised to identify in their Bid material any scientific, technical, commercial, proprietary or similar confidential information, the disclosure of which could cause them injury. Each Bidder’s name and total bid price shall be made public. Bids will be made available to members of Council on a confidential basis and may be released to members of the public pursuant to MFIPPA.

26. Intellectual Property Rights

Each Bidder warrants that the information contained in its Bid does not infringe any intellectual property right of any third party and agrees to indemnify and save harmless the City, its staff and its consultants, if any, against all claims, actions, suits and proceedings, including all costs incurred by the City brought by any person in respect of the infringement or alleged infringement of any patent, copyright, trademark, or other intellectual property right in connection with their Bid.

27. Governing Law

This Tender Call and any Bid submitted in response to it and the process contemplated by this Tender Call shall be governed by the laws of the Province of Ontario. Any dispute arising out of this Tender Call or this Tender Call process will be determined by a court of competent jurisdiction in the Province of Ontario.

15 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 13: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 1-11

28. Quasi-Criminal/Criminal Activity of a Bidder/Proponent

The City may reject a Bid or Bidder if the City: 1. confirms that the Bidder or any individual that owns, directs, or controls the Bidder

has been charged with or convicted of an offence under the Criminal Code, an offence under other applicable Requirements of Law, or an offence pursuant to similar laws outside of Ontario, or has been named in an order or similar enforcement measure by a regulatory authority;

2. determines that this charge or conviction or order is material to the given

procurement; and

3. determines that, in light of this charge or conviction, awarding the Bidder could compromise the delivery of the deliverables or would otherwise undermine the business reputation of the City of the public's confidence in the integrity of the call process.

16 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 14: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 2 – Information for Bidders Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 2-1

1. General Information

Section 1 – Tender Process Terms and Conditions sets out the terms and conditions that will be used during the process of the Tender Call. Each Bidder should review the terms and conditions to understand the rules related to the Tender Call process.

Section 2 – Information for Bidders contains general information and instructions for Bidders in relation to filling out this Tender Call.

Section 3 – Tender Submission Package contains the forms that must be filled out and returned to form a complete Bid. Please see below for instructions.

Section 4 – Scope of Work contains the scope of work for the Tender Call, the specifications that must be abided by for the Tender Call and any related drawings to understanding the work required. Bidders should review this section in detail to fully understand what the Bidder is bidding on.

Section 5 – General Conditions of Contract contains the CCDC-2 – 2008, Stipulated Price Contract and the City of Toronto’s Supplementary General Conditions to the CCDC-2 -2008, Stipulated Price Contract. The Bidder should review these terms, along with any Specific Conditions of Contract that may be included as Section 5A, to understand the Contract being entered into with the City.

Section 5A – Specific Conditions of Contract, if included, contains additional terms for the Contract that supersedes or adds to the General Conditions of Contract. The Bidder should review these terms to understand the Contract being entered into with the City.

Section 6 – Contract Execution Package will contain: (i) the CCDC-2 – 2008, Stipulated Price Contract (CCDC -2 is published by the Canadian Construction Document Committee ("CCDC") and is available for purchase from authorized document outlets listed on the following Web site: http://www.ccdc.org/WhereToBuy/WhereToBuy.html; (ii) the CCDC 221-2002 Performance Bond and the CCDC 222-2002 Labour and Material Bond (both of these bonds must be obtained by the Successful Bidder and are available for purchase from authorized document outlets listed on the following Web site: http://www.ccdc.org/WhereToBuy/WhereToBuy.html or a surety company); (iii) the City's form of Insurance Certificate; (iv) the WSIB & Tax Statutory Declaration; and (v) if applicable, a Supplementary Statutory Declaration for Occupational Health and Safety/Asbestos. These forms do not have to be submitted for the Bid to be valid. Please see Section 1, article 18 for additional information on the execution of the Contract.

Section 7 – City Policies contains specific policies related to the Tender Call. It is the responsibility of the Bidder to review all of the City Policies located in Section 7 and as found on the City’s website at www.toronto.ca/purchasing/policies. Commencing October 1, 2013 all Tender Call documents contain a copy of the Contractor

17 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 15: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 2 – Information for Bidders Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 2-2

Performance Evaluation Form in Section 7. The Form helps to summarize and quantify performance. It provides guidance to City staff on creating and maintaining an evaluative record of a Contractor's performance on City projects for the purpose of Contract management and future purchasing decisions. If you have any questions about this process, please do not hesitate to forward your questions via email to [email protected]

2. Mandatory Site Meeting

Interested Bidders Are Required To Attend The Following Mandatory Site Meeting To Ascertain The Amount Of Work Involved. A Mandatory Site Meeting Will Take Place At 1:30 P.M. Local Time On May 13, 2016 At The Fire Hall 114, Located At 12 Canterbury Place, Toronto. Meet With The City Representative At The Main Entrance To The Building. Site Meetings Will Not Be Available At Any Other Times. Bidders Must Sign In With The City’s Representative At The Mandatory Site Meeting During The Designated Date And Time For Their Bid To Be Considered. Bids Submitted By Bidders That Do Not Attend And Sign In At The Mandatory Site Meeting SHALL Be Declared Non-Compliant.

3. Deadline for Questions

All questions concerning this Tender Call should be directed in writing to the Buyer indicated on the Tender Call Cover Page. The last day for questions with respect to this Tender Call is three (3) working days before closing time and date.

4. Fair Wage Schedule Information

The Fair Wage Schedule that is applicable to this Tender Call is the:

“INDUSTRIAL, COMMERCIAL, INSTITUTIONAL (I.C.I.) WORK”

Please review a copy of the Fair Wage Schedule applicable to this Tender Call. The Fair Wage Schedules can be found at the following website:

http://www.toronto.ca/fairwage

In the event that other Fair Wage Schedules may overlap the work covered by this Contract or if you have any questions with respect to the Fair Wage Policy or the Fair Wage Schedules please contact the Fair Wage Office by:

Tel: (416) 392-7300 Fax:(416) 392-0801 E-Mail: [email protected]

18 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 16: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 2 – Information for Bidders Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 2-3

5. City of Toronto - Invoice/Billing Requirements To assist in prompt payment, it is essential that all required billing information is provided on the invoice submitted to the City of Toronto. If billing information is missing from an invoice it will result in a payment delay and the invoice may be returned to you without payment. It is the vendor's responsibility to submit correct invoices for payment of goods /services delivered to the City of Toronto divisions. If an incorrect invoice is submitted, the vendor will be requested to issue a credit note and submit a new invoice. If the invoice in question offered an early payment discount, the re-issue date of the new invoice will be used to calculate the early payment discount terms. 5.1 Exceptions The standard invoice billing requirement must be followed with the exception of vendor invoices related to an approved capital project subject to construction lien holdbacks only. Billing requirement direction will be provided by the contract custodian or city divisional designate. 5.2 Electronic Invoices To assist in prompt payment, it is essential that all required billing information is provided on the invoice submitted to the City of Toronto. If billing information is missing from an invoice it will result in a payment delays. It is the vendor's responsibility to submit accurate invoices for goods /services delivered to the City of Toronto divisions. If an inaccurate invoice (ie: but not limited to, pricing, quantity or services provided) is submitted, the vendor will be requested to issue a credit note and submit a new invoice. If the invoice in question offered an early payment discount, the re-issue date of the new invoice will be used to calculate the early payment discount terms. 5.1 Standard Invoices: 1) Original hardcopy vendor invoices must be addressed and sent DIRECTLY to: City of Toronto Accounting Services Division Corporate Accounts Payable 55 John Street 14th Floor, Metro Hall Toronto, ON M5V 3C6; or 2). Electronic Invoices To support an electronic payable environment, the City of Toronto Corporate Accounts Payable unit will accept electronic vendor invoices submitted via email to [email protected] . Electronic invoices submitted must be in a PDF format with either single or multiple invoice(s) per attachment.

19 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 17: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 2 – Information for Bidders Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 2-4

Note: Do not send statements or past due invoices to this email address, only current invoices will be accepted. Do not send hard copy invoices to Corporate Accounts Payable if you have submitted an electronic invoice. If you have any questions regarding this process, please contact AP Customer Service at 416-397-5235 and follow the prompts. 3) Invoice/s submitted to the City of Toronto must have complete ship to information including:

I. Name of City Division, II. The City Division’s contact name and phone number (the person ordering or

picking up the goods and/or services), III. Delivery location of goods and/or services (excluding pick-up order), IV. Purchasing document information on the invoice (blanket contract number,

contract release order number (CRO) purchase order (PO) or Divisional Purchase Order (DPO) must be clearly indicated on the invoice.

V. Complete "Remit To" address is required on all submitted vendor invoices A purchasing document number must be provided by City Staff at time of order for goods or services. 4) City purchases with the use of a credit card/PCard, are NOT to be sent to Corporate Accounts Payable. These invoices are considered paid. 5) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the ordering Division for goods/services delivered. 6) Vendors are to provide backup documentation directly to the ordering Division, not Corporate Accounts Payable. 5.2 Construction Contracts & Consultant Assignments related to Capital Projects – With

a Holdback only Invoices related to an approved capital project with a holdback and managed by a Contract Administrator (CA) must be forwarded to the CA for review and approval. Billing requirement direction will be provided by the contract custodian or city divisional designate prior to the start of the contract. 1) All invoices must be addressed and sent DIRECTLY to: Contract Administrator

City of Toronto Address Contact Info: Phone #, E-mail address Note: Contact Information of respective CA will be provided in writing, prior to the start of the contract. 2) Invoice/s submitted to the City of Toronto Contract Administrator must have complete

20 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 18: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 2 – Information for Bidders Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 2-5

information including:

I. Contract/Project Number II. Name of City Division and Contract Administrator

III. Vendor Number IV. Vendor Name and address V. The City Division’s contact name and phone number (the person ordering or

picking up the goods and/or services), VI. Description of work/ Project Name

VII. Location of work VIII. Bill through Dates(Work Done): from and to

IX. Invoice Date X. Sub-total Amount: Excluding all taxes

XI. Total Invoice Amount; Including all taxes XII. Purchasing document information on the invoice (blanket contract number,

contract release order number (CRO) purchase order (PO) or Divisional Purchase Order (DPO), must be clearly indicated on the invoice. (*This purchasing number should be provided by City staff at the time of order*)

5.3 Billing Requirements 1) Original vendor invoices must be addressed and sent DIRECTLY to: City of Toronto Accounting Services Division Corporate Accounts Payable 55 John Street 14th Floor, Metro Hall Toronto, ON M5V 3C6 2) Invoice/s submitted to the City of Toronto must have complete ship to information including:

XIII. Name of City Division, XIV. The City Division’s contact name and phone number (the person ordering or

picking up the goods and/or services), XV. Delivery location of goods and/or services (excluding pick-up order),

XVI. Purchasing document information on the invoice (blanket contract number, contract release order number (CRO) purchase order (PO) or Divisional Purchase Order (DPO), or Schedule "A" must be clearly indicated on the invoice. (*This purchasing number should be provided by City staff at the time of order*)

Invoices that do not contain the required billing information may be returned without payment to the vendor for correction. 3) City purchases with the use of a credit card/PCard, are NOT to be sent to Corporate Accounts Payable. These invoices are considered paid. 4) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the ordering Division for goods/services delivered.

21 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 19: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 2 – Information for Bidders Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 2-6

5) Vendors are to provide backup documentation directly to the ordering Division, not Corporate Accounts Payable. 5.4 Contract Release Order for Contract Purchases A request for delivery in the form of a Contract Release Order (CRO) will be issued for each purchase against a contract. All invoices submitted for payment of contract goods/services must contain:

I. Blanket Contract Number II. Contract Release Order Number (CRO)

Under no circumstances are Contract Release Orders to be filled for commodities or services that are not included on a Contract. The total value estimated on a Contract including all charges, excluding any applicable taxes, is not to be exceeded without authorization. A Contract shall not be valid once the specified period has elapsed unless an extension has been requested by the City. The City, in its sole discretion, has the right to terminate a contract prior to the expiration of the term without cause or penalty, provided the Total Value Estimated as specified on the Contract Order has been reached. 5.5 Payment Terms Unless otherwise specified on the invoice, the City will assign payment terms of Net 30 days. Payment terms "Due Upon Receipt" are considered Net 30 days. 5.6 Discount Terms The City will consider offers of early payment discount terms. If correct billing information has been indicated on the invoice, it is the City’s policy to pay within vendor’s discount terms from the receipt date of the invoice in the Corporate Accounts Payable unit – Metro Hall, 55 John Street, 14th Floor. Early Payment terms should be clearly indicated on the invoice. Note: Discount terms for early payment cannot be earlier than 15 days from the receipt date of the invoice by the City of Toronto, Corporate Accounts Payable unit. 5.7 Direct Deposit

City of Toronto offers secure electronic deposit payments directly to your bank account through our “Direct Deposit” program. For more information and/or to enrol for this payment option, please email us at [email protected] or contact AP Customer Service at 416-

22 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 20: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 2 – Information for Bidders Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 2-7

397-5235 and follow the prompts. Effective January 1, 2014, all new contracts for existing or new vendors must be enrolled in the Direct Deposit program.

6. Instructions for Section 3 - Tender Submission Package

6.1 Mandatory Bid Submission Requirements

The following must be completed in its entirety and submitted with your Bid at the time of closing. Failure to submit SHALL result in the Bid being rejected as non-compliant.

A. Tender Call Cover Page

Bidder must fill in all information as requested in ink. Remember to have the cover signed and sealed by an authorized signing officer, if a corporation. If not a corporation, have the cover signed by an authorized signing officer.

Remember to indicate the receipt of all addenda.

B. Bid Bond

Every Bidder shall submit with their Bid a Bid Bond in the amount of 10% of the quoted bid to provide a Performance Bond and a Labour and Material Bond for the due and proper performance of the Work, each in the amount of 50% of the Contract amount including an extended 24 month warranty period. The Bonds will be issued by a licensed surety company authorized to transact business in the Province of Ontario and shall be maintained in good standing until the fulfilment of the Contract. The bonds shall be in accordance with the City's standard form attached to this document. Failure of a Bidder to submit a fully completed Bid Bond, in the form enclosed in the Tender Submission Package SHALL result in the Bid being rejected as non-compliant. Should the Bidder fail or refuse to execute the Agreement within ten (10) working days after being requested by the City, it will be considered that the Bidder has abandoned all rights and interests in the award and the City will call on the Bid Bond.

C. City Policies Submission Form

The Policy Submission Form contains three statements from different City of Toronto Policies. The complete text of these policies can be found on the City’s website (http://www.toronto.ca/purchasing/policies). The Bidder shall answer the questions posed and include the submission form with the completed Tender Submission Package.

23 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 21: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 2 – Information for Bidders Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 2-8

D. Pricing Form

All instructions to fill out the Pricing Form can be found on the first page of the Pricing Form in Section 3. In the event of any discrepancy between the information provided on the Tender Call Cover Page and the amount set out in the Pricing Form, the Pricing Form shall govern. In the event of any discrepancy between the total price and the unit price, the unit price shall prevail and the total price shall be adjusted accordingly.

6.2 Mandatory Submission Requirements Prior to Award

The Bidder must submit the following documents within five (5) working days upon being contacted by the City. Failure to submit the documents within this time limit will result in disqualification of the Bid.

A. Experience and Qualifications Form

The contractor for this project must: 1. Be a Mechanical or Electrical Contracting firm which has a minimum of ten (10)

years of experience in the installation of emergency/standby generators and has been in business for a minimum of ten (10) years under their current business name.

2. Have installed a minimum of five (5) emergency/standby generators in the past

seven (7) years.

3. Have installed a minimum of three (3) emergency/standby generators in a fully functional building requiring power shutdown(s) in the past seven (7) years.

In order to prove they have the required experience, the Bidder must complete and submit the Experience and Qualifications Form as contained in Section 3, Tender Submission Package as part of their Tender submission for three (3) similar projects and provide the following information:

Project description, i.e. location, scope of work, project value and contract number;

Approval authority contact along with telephone or e-mail information; Owner contact information; Consultant contact information (if applicable) and; List of Sub-Contractors for each project.

In providing this information the Bidder gives the City and the Consultant consent to contact these individuals to confirm the information. Failure to provide the required information listed on the Experience and Qualifications Form shall render the Tender non-compliant. If required, the City will make its own arrangements in contacting the references. If, at the City’s sole discretion, the references do not confirm the Bidder’s

24 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 22: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 2 – Information for Bidders Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 2-9

ability to undertake the work associated with the requirements stated in this Tender, the Bid will be deemed non-compliant and will not be considered for award.

The City reserves the right to verify whether Bidders are relying upon past experience of an affiliated/related legal entity including the nature of the corporate relationship and its relevance to this project. If, at the City's sole discretion, it is determined that a Bidder is relying on an affiliated/related legal entity's past experience and a transfer of the affiliated/related legal entity's experience cannot be demonstrated as relevant to this project then the bid will be deemed non-compliant and not be considered for award. The City reserves the right to verify past performance of the Bidder or its affiliated entities on relevant past City projects (including the City's Agencies, Boards, Commissions and Corporations).

B. Statutory Declaration for the Occupational Health and Safety Act

It is the Bidder’s responsibility as "Constructor" under the provisions of the Occupational Health and Safety Act of Ontario, R.S.O. 1990, c. O.1, as may be amended (hereinafter “OHSA”), to co-ordinate the activities of all employees and workers under the Bidder’s control operating within the Contract limits to ensure that the requirements of the OHSA are satisfied. To that end, the Bidder must complete the Statutory Declaration found in Section 3 indicating whether they comply with the OHSA. This Statutory Declaration must be signed and declared before a Commissioner of Oaths. The Statutory Declaration states that:

i) the Bidder and all Sub-Contractors have in place safety programs according to the requirements of the OHSA;

ii) all employees of the Bidder and Sub-Contractors have received training in occupational safety in accordance with the requirements of the OHSA; and

iii) a representative of the Bidder, whom it shall designate and name in the required Statutory Declaration, with responsibility for supervising the Contract's implementation is qualified as a "Competent Person" as defined in the OHSA.

In the case where the Bidder has indicated "HAVE NOT" in either or both of sub-clauses 3(A) or 3(B) of the Statutory Declaration submitted with its Bid and has been awarded the Contract, the Bidder will be required to submit a Supplementary Statutory Declaration after award of the Contract in the form provided in Section 6 entitled “Supplementary Statutory Declaration” to the effect that the requisite training and programmes are in place. The Bidder will bear full responsibility for all consequences, financial or otherwise, of any failure or delay by the Bidder in submitting the Supplementary Statutory Declaration.

C. List of Subcontractors Form

Upon request, the Bidder will be required to provide a list of Subcontractors and associated work types to the City for its review and approval prior to award.

25 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 23: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 2 – Information for Bidders Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 2-10

Bidders must not include companies under suspension by the City on their list of Subcontractors. Where union affiliation is required pursuant to the City’s “Labour Trades Contractual Obligations in the Construction Industry” (more particularly described in the document attached to the Applicable City Policies section) for the Work or any part thereof, the Contractor (and any Subcontractor performing any part of such Work) must be affiliated with the applicable collective bargaining agency and the Bidder shall submit proof of such affiliation of the Contractor prior to an award of contract.

The Contractor will not be permitted to change any named Subcontractor without the written approval of the Contract Administrator. Any request for changing a named Subcontractor must be submitted in writing. The Contractor acknowledges that upon receipt of such a request by the City, the review and approval process could take a time to complete. Any delay in the commencement of the Work or in the performance of the Work or in the Contractor’s performance of its obligations under the Contract related to or arising from the City’s consideration of the Contractor’s request for a Subcontractor change shall be solely borne by the Contractor.

D. Corporate Profile Report Upon request, the Contractor will be required to provide a copy of the Contractor's and/or any of the Contractor's affiliated/related legal entities' Corporate Profile Report(s) (Ontario), or equivalent official record issued by the appropriate government authority.

The City also reserves the right to require the Contractor to provide a copy of the Corporate Profile Report or equivalent official record for all of the Contractor's affiliated or related legal entities.

The Corporate Profile Report(s) must have been issued not more than ten (10) working days prior to the date that the City requests the report. The City reserves the right to confirm the accuracy of the information contained in the Corporate Profile Report, and to require additional information from the contractor as necessary. In the event that a request for a Corporate Profile Report or equivalent official record cannot be processed by the appropriate government office within five (5) working days of the City contacting the contractor, the contractor must provide proof that the request has been made and provide an indication as to when the information is expected to be received. The City may refuse to award a contract to any contractor, including the lowest bidder, where the requested information has not been received within five (5) working days of the City contacting the contractor.

E. Itemized Prices Where included, the Itemized Prices Form must be completed and submitted when requested.

26 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 24: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 3-1

BOND NO:

KNOW ALL MEN BY THESE PRESENTS that we

herein called the "Principal"

- and -

herein called the "Surety"

are jointly and severally held and firmly bound unto the City of Toronto, hereinafter called the "City", each, in the penal sum of

10% of Quoted Bid

of lawful money of Canada, to be paid to the City or to its successors or assigns for which payment well and truly to be made, we jointly and severally bind ourselves, our and each of our several and respective executors, administrators, successors and assigns and every of them forever firmly by these presents.

SEALED with our several and respective seals.

DATED this day of 20

WHEREAS the said Principal is herewith submitting to the City its Tender for

TENDER CALL NO. 194-2016 CONTRACT NO. N/A

and the said Tender provides that it is to continue open to acceptance and to be irrevocable until the formal contract is executed by the successful Bidder.

27 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 25: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Bid Bond

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 3-2

NOW the condition of this obligation is such that if, on acceptance of the Tender of the aforesaid Principal in accordance with the terms and conditions of said Tender within 90 days from the closing date of the Tender, the said Principal shall, within the time required, enter into a formal contract and give good and sufficient bonds required by the said Tender to secure

(i) the performance of the terms and conditions of the contract, and

(ii) payment for certain labour and materials,

both in the forms required by the City then this obligation shall be void; otherwise the Principal and Surety will pay unto the City the difference in money between the total amount of the Tender of the said Principal and the sums of the amount for which the City legally contracts with another party to perform the work and for which the City of Toronto may expend or for which it may become liable by reason of such default or failure, including the cost of any advertisement for new Tenders if the latter sums of the amount be in excess of the former; but in no event shall the Surety's liability exceed the penal sum hereof.

AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal and that nothing of any kind or matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liability of the Surety, any law or usage relating to the liability of Sureties to the contrary notwithstanding.

SEALED AND DELIVERED )

in the presence of )

)

) Principal

)

)

)

) Surety

28 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 26: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Statutory Declaration Form with Asbestos Abatement

Tender Call No. 194-2016 Contract No. N/A

PMMD Construction - V 1.0 – May 20, 2011 Page 3-3

DOMINION OF CANADA } IN THE MATTER of a proposed Contract for } PROVINCE OF ONTARIO } } JUDICIAL DISTRICT } } OF YORK; } } TO WIT: }

as hereinbefore described on the first page of the TENDER CALL PACKAGE.

I/we

of the city / town / village of

in the province of do solemnly declare as follows:

IF AN INDIVIDUAL STRIKE OUT "OF"

1. I am (If an incorporated Company, state "President", “Secretary”, or as the case may be) of

(State Firm Name)

the Bidder herein.

IF AN INDIVIDUAL CARRYING ON A BUSINESS UNDER A FIRM NAME, USE THE FOLLOWING PARAGRAPH

I am the Bidder herein and I carry on business at

under the name of and (State Firm Name)

there is no other person associated with me in partnership.

IF A PARTNERSHIP, USE THE FOLLOWING PARAGRAPH

We are the Bidders herein and we carry on business at

in partnership,

under the name of and (State Firm Name)

we are the only members of such partnership.

Asbestos Abatement

29 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 27: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Statutory Declaration Form with Asbestos Abatement

Tender Call No. 194-2016 Contract No. N/A

PMMD Construction - V 1.0 – May 20, 2011 Page 3-4

2. I/We have a health and safety policy and a programme to implement such policy as required by clause 25 (2) (J) of the Occupational Health and Safety Act. R.S.O., 1990, c. O.1, as may be amended (hereinafter “OHSA”), and the said policy does not conflict with the Health and Safety Policy of the City of Toronto.

3. With respect to the goods and services contemplated in the above Contract, the Bidder and its proposed Subcontractors

a) HAVE/HAVE NOT YET ** conducted training, for all personnel to be involved in providing such goods and services (including but not limited to employees and workers as well as the employees and workers of all sub-contractors), as required by the OHSA and all regulations thereunder, including those with respect to the workplace hazardous materials information system, industrial establishments, construction projects, confined spaces and designated substances.

b) HAVE/HAVE NOT YET ** put into effect all programmes relating to designated substances as required by the regulations under the OHSA.

c) HAVE/HAVE NOT YET ** put into effect all programs and plans related to confined spaces as required by the regulations under the OHSA.

d) In the case where "HAVE NOT YET" has been indicated in either or all of (a), (b) or (c) the Bidder undertakes to provide to the Executive Director or General Manager of the respective Division a "Supplementary Statutory Declaration” on the form provided following award of Contract that the requisite training and/or programmes have been completed in order that a written order to commence Work may be issued by the Executive Director or General Manager, and undertakes that no claim for delay or extension of Contract will be made for failure by the Bidder to comply with this requirement.

** EITHER "HAVE" OR "HAVE NOT YET" TO BE STRUCK OUT AND INITIALLED

*** BIDDER TO WRITE IN THE NAME OF THE DESIGNATED “ COMPETENT PERSON ”

4.(a) The Bidder Designates ***____________________________, a representative of the Bidder who shall be assigned to a supervisory role over the Work of the Contract and who has received training in the provisions of the OHSA which qualifies him/her to act as a "Competent Person" as defined in the OHSA, in order to have him/her act in an informed and responsible manner in complying with the OHSA and the Contractor's role as employer under the terms of this Contract and the OHSA.

4.(b) Without limiting the generality of the foregoin, the Bidder’s supervisors HAVE/HAVE NOT YET ** received, in addition to the training set out in 3(a), a program of Asbestos Management Training which meets the requirements of Ontario Regulation 278/05 (Designated Substances – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “B”.

4.(c) Without limiting the generality of the foregoing, the Bidder HAS/HAS NOT YET ** provided to its supervisors and all personnel (including but not limited to employees and workers as

30 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 28: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Statutory Declaration Form with Asbestos Abatement

Tender Call No. 194-2016 Contract No. N/A

PMMD Construction - V 1.0 – May 20, 2011 Page 3-5

well as the employees and workers of all sub-contractors) training with respect to Asbestos Abatement which meets the requirements of Ontario Regulation 278/05 (Designated Substance – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “A”. Effective November 1, 2007, and in accordance with section 20 of Ontario Regulation 278/05, for type 3 operations, supervisors and personnel (including but not limited to employees and workers as well as the employees and workers of all sub-contractors) HAVE/HAVE NOT YET completed the Asbestos Abatement Worker Training program approved by the Ministry of Training Colleges and Universities.

5. I/We have carefully read through the foregoing Tender Call Package, and to the best of my/our information, knowledge and belief the several matters stated in the said Bid are in all respects correct and true.

6. I am/We are each of the full age of twenty-one years or over.

And I/we make this solemn declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of "the Canada Evidence Act".

SEVERALLY DECLARED before me at the } } of in } the Province of Ontario } } this day } Signing Officer of Company } of 20 }

A Commissioner, etc.

31 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 29: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Statutory Declaration Form with Asbestos Abatement

Tender Call No. 194-2016 Contract No. N/A

PMMD Construction - V 1.0 – May 20, 2011 Page 3-6

APPENDIX “A”

“ASBESTOS ABATEMENT TRAINING” history of asbestos and asbestos-containing materials; the hazards of asbestos; health effects associated with asbestos exposure; methods of controlling asbestos hazards; review of Ontario’s Occupational Health and Safety Act and Regulation (278/05)

pertaining to asbestos; reasons for abatement; Type 1, Type 2 and Type 3 abatement methods and procedures; notification of project procedures; use and maintenance of personal protective equipment; air monitoring and analysis procedures; asbestos disposal requirements; overview of asbestos products in switch gears, roof felts and underground tanks; owner’s and employer’s responsibilities; employee’s responsibilities; consultant roles and responsibilities; contractor roles and responsibilities; access procedures for areas containing asbestos procedure regarding unplanned asbestos identification; use of air monitoring/testing equipment; use of respirators; use of disposable clothing;

32 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 30: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Statutory Declaration Form with Asbestos Abatement

Tender Call No. 194-2016 Contract No. N/A

PMMD Construction - V 1.0 – May 20, 2011 Page 3-7

construction of enclosure with decontamination facility (exhaust unit, worker access,

airlocks, etc.) including a transfer room and clean room; use of air movement and filtration system; use of vacuum system (HEPA); use of hand tools, cleaning tools; use of poly sheeting, bags, labels and tape; use of warning signs; use of surfactants and encapsulents; and use of airless electric sprayer. Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request.

33 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 31: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package City Policies Submission Form

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 3-6

Policy to Exclude Bids from External Parties Involved in the Preparation or Development of a Specific Call/Request

To ensure fair and equal treatment in its competitive procurements, the City of Toronto will undertake to:

disallow bidders/proponent from submitting a Bid to any Tender, Quotation, or Proposal call in which the bidders/proponent has participated in the preparation of the call document; and

a bidders/proponent who fails to comply will result in disqualification of their response to the call/request.

Did you, the Bidder, assist the City of Toronto in the preparation of this Tender Call Document (this question does not refer to your Bid)?

Yes No

*************************************************************************************************************

Policy on Restrictions on Hiring and Use of Former City of Toronto Management Employees for City Contracts

Bidders are to state the name(s) of any former City of Toronto management employee(s) hired/used by your firm, if any, who have left the employ of the City or its special purpose bodies within the last two years.

Specify:

************************************************************************************************************* Policy on the Purchase of products manufactured in factories where children are used as slave labour or other exploitive circumstances which impedes child development Bidders must state where the products offered have been made. City Council does not wish to see products used that have been made in factories in countries where children are used as slave labour or other exploitive circumstances which impedes child development. Therefore, preference will be given to bidders that obtain products from any country other than the aforementioned, but this criteria will not be used to disqualify any Bidder. Bidders are to state if products offered have been made in factories in countries where children are used as slave labour or other exploitive circumstances which impedes child development.

Yes No

34 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 32: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 3-7

PRICING FORM - BASE BID (BREAKDOWN OF PRICES) New Emergency Gas Generator Installation at 12 Canterbury Place, Fire Hall 114, Toronto.

NAME OF CONTRACTOR: _________________________________________________________ The Bidder must provide the rate and the amount for each Tender item, the total for each part / subsection, the grand total, HST amount and the total amount of Tender on the forms in the ensuing pages. Bidders that do not fully complete these forms (such as leaving lines blank), or have unclear answers (such as "n/a", "-", "tba" or "included" etc.) will be declared non-compliant. Prices that are intended to be zero cost/no charge to the city are to be submitted in the space provided in the price schedule as "$0.00" or "zero".

All spaces for the aforementioned information must be completed in ink ensuring the printing is clear and legible.

Where included, the Alternative Prices, and Supplementary List of Prices Required for Extra Work Forms must also be completed.

The lowest Bidder will be determined solely from the Total Base Bid, subject to the City's reserved rights not to award to any Bidder.

A) WORK SPECIFIED IN THE TENDER – BID PRICE

It is agreed and understood that the following prices will apply to the applicable work specified in the specification. The following Stipulated Prices include all supervision, labour, material, supply, profit and fees, (Exclusive of HST).

LUMP SUM COST BREAKDOWN The following itemized Lump Sum Prices are for the items contained in this schedule and shall be INCLUDED in the Quoted Bid Price (Exclusive of HST). These items do not necessarily represent all of the work specified in this tender. Refer to the Specifications and Drawings for Full Description of Items. These items do not necessarily represent all of the work specified in this tender.

Continued on next page…

35 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 33: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 3-8

Item No.

Description

Estimated Quantity /Unit

Cost for Item

1.0 Structural

1.1.

Provide a Structural Base for Gas Generator in accordance with the tender documents.

Lump Sum $______________

2.0 Mechanical

2.1

Provide gas service to Gas Generator in accordance with the tender documents.

Lump Sum $______________

2.2

Provide gas service modifications to existing gas appliances in accordance with the tender documents.

Lump Sum $______________

3.0 Electrical

3.1

Provide Natural Gas Generator complete with a sound rated environmental enclosure and all associated accessories in accordance with the tender documents.

Lump Sum $______________

3.2

Provide Automatic Transfer Switch and disconnect switch in accordance with the tender documents.

Lump Sum $______________

3.3 Provide all conduit, wire and materials.

Lump Sum $______________

3.4 Demolition/Removals.

Lump Sum $______________

A.) Total (Sum of items 1.0 to 3.4) …………………………………………………... $______________

36 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 34: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Pricing Form

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 3-9

B.)

CASH ALLOWANCES (Exclusive of HST) Such are intended to cover the net cost to the Contractor of providing the pre-determined services, products, or for other authorized expenses specified. The Total Bid Price, and not the Cash Allowances, shall include the Contractor's overhead, and profits, supervision on such cash allowances. If cost exceeds the cost allowance, the extra sum is an extra to the contract, if cost is less the unused portion is credit to the contract. This amount, at the owner’s sole discretion, may be reduced or deducted entirely from the total bid price.

$15,000.00

C.)

CONTINGENCY ALLOWANCES (Exclusive of HST) is an allowance for additional work for unforeseen or discovered site and/or work condition(s). Additional work and associated costs must be reviewed and authorized in written form by the City prior to initiating additional work. Do not add overhead, profit or taxes to amount for additional service(s). Cost associated with additional work will have a maximum mark-up of 10% to account for overhead and profit for services/work provided by the proponent. For work/services performed by a sub-contractor, the proponent is only entitled to a maximum mark-up of 5% to account for overhead and profit + 5% for sub-contractor price (Total of 5% + 5% = 10%). This amount, at the owner’s sole discretion, may be reduced or deducted entirely from the total bid price.

$35,000.00

D.)

UTILITIES ALLOWANCES (Exclusive of HST) is an allowance to cover the cost provided by the utility company for the natural gas delivery station installation. Do not add overhead or profit.

$25,000.00

E.)

Total Base Bid Price (Sum of items A, B, C and D) Exclusive of HST……..…………….....

$______________

F.)

H.S.T Calculation (13% of above item E.) …………………………….

$______________

G.)

Total Amount of Tender Call (Sum of item E + F) ……………. (* Copy Total Amount to front tender cover page.)

*$______________

Note: The City of Toronto will deduct from the Vendor's fee $10,000.00 through Change Order No.1 for As-Built drawings, Operation and Maintenance Manuals and all Testing and Commissioning Reports. When the Vendor provides the City of Toronto with the above mentioned documents, the City of Toronto will release the $10,000.00 to the Vendor. The installation work to be completed in 26 weeks from the date of issuing the Purchase Order for this project.

37 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 35: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Experience and Qualifications Form

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 3-10

1. PROJECT EXPERIENCE / COMPARABLE PROJECTS The Bidder must provide reference projects for the purpose of confirming the Bidder's experience and track record of success as per Section 2, Item 6.2 A. Failure to provide verifiable experience will result in the bid being declared non-compliant. Bidders may attach a separate sheet if more space is required.

Note: The 3 projects to be provided in this area must involve installation of:

1. A minimum of five (5) emergency/standby generators in the past seven (7) years.

2. A minimum of three (3) emergency/standby generators in a fully functional building requiring power shutdown(s) in the past seven (7) years.

Firm name of contractor or sub trade that the contractor will be using for this project: (Must be a Mechanical or Electrical Contracting firm which has a minimum of ten (10) years of experience in the installation of emergency/standby generators and has been in business for a minimum of ten (10) years under their current business name).

_____________________________________________________ _____________________________________________________ _____________________________________________________ _____________________________________________________ _____________________________________________________

Firm Address:

_____________________________________________________ _____________________________________________________ _____________________________________________________ _____________________________________________________

Year Established:

_____________________________________________________

Continued on next page …

38 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 36: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Experience and Qualifications Form

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 3-11

PROJECT 1 Project Title:

Project commencement and completion date:

Year commenced: ____________ Year completed: ____________

Scope of Work:

Original project value at time of commencement:

$_____________________

Final cost of project at time of completion:

$_____________________

Owner contact information:

Consultant contact information: (If applicable)

List of Sub contractor information: (If applicable to project listed)

Was Work Performed by the same Legal Entity as the Bidder (Yes/No). If no State name of the affiliated/related Entity that performed the work

If Work Performed by Legal Entity other than the Bidder state relationship to the Entity Listed

Continued on next page …

39 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 37: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Experience and Qualifications Form

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 3-12

PROJECT 2 Project Title:

Project commencement and completion date:

Year commenced: ____________ Year completed: ____________

Scope of Work:

Original project value at time of commencement:

$_____________________

Final cost of project at time of completion:

$_____________________

Owner contact information:

Consultant contact information: (If applicable)

List of Sub contractor information: (If applicable to project listed)

Was Work Performed by the same Legal Entity as the Bidder (Yes/No). If no State name of the affiliated/related Entity that performed the work

If Work Performed by Legal Entity other than the Bidder state relationship to the Entity Listed

Continued on next page …

40 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 38: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 3 – Tender Submission Package Experience and Qualifications Form

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 3-13

PROJECT 3 Project Title:

Project commencement and completion date:

Year commenced: ____________ Year completed: ____________

Scope of Work:

Original project value at time of commencement:

$_____________________

Final cost of project at time of completion:

$_____________________

Owner contact information:

Consultant contact information: (If applicable)

List of Sub contractor information: (If applicable to project listed)

Was Work Performed by the same Legal Entity as the Bidder (Yes/No). If no State name of the affiliated/related Entity that performed the work

If Work Performed by Legal Entity other than the Bidder state relationship to the Entity Listed

41 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 39: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 4 – Scope Of Work Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 4-1

SCOPE OF WORK The City of Toronto invites bids for the New Emergency Gas Generator Installation at 12 Canterbury Place, Fire Hall 114, Toronto. The Contractor shall furnish all labour, materials, equipment and supervision to carry out the required work as outlined in this tender document and in accordance with the specification and drawings, general conditions and other documents contained within the tender package and shall be read in conjunction with each other. Discrepancies between drawings and/or specifications and other documents must be identified during the bidding process and brought to the City's attention for clarification/resolution This work shall include, but not necessarily be limited to the short summary below:

ELECTRICAL DIVISION

Provide an Outdoor Containerized Natural Gas Generator; Provide all feeders to accommodate the installation of the new generator; Provide disconnect switch and Automatic Transfer Switch (ATS); Provide all low voltage control feeders to accommodate the installation of all EPO’s and

Generator Annunciator panel; Provide emergency battery lighting; Provide demolition work as noted; Provide feeders and modifications as noted in single line diagram; Schedule shut-downs; Testing and Commissioning of new generator and ATS;

MECHANICAL DIVISION

Retain Enbridge to install natural gas incoming service station (Part of Cash Allowance);

Schedule shut-downs; Provide natural gas piping to generator and terminations; Provide natural gas valves, piping and regulators to existing gas appliances; Retain base building generator maintenance technician to drain existing generator

fluids such as diesel fuel, coolant and oils prior to generator removal; Natural Gas installation testing.

GENERAL DIVISION

Provide Trenching/Excavation; Provide Backfilling; Regrade and resurface to match base building conditions; Provide sleeving and openings; Provide seal for openings; Provide generator concrete pad; Provide protective bollards; Provide housekeeping equipment concrete pads; Provide demolition of existing concrete pad and protective bollards;

42 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 40: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 4 – Scope Of Work Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 4-2

Retain Geotechnical Consultant; Inspection and Testing;

The installation work to be completed in 26 weeks from the date of issuing the Purchase Order for this project.

HOT WORK & RED TAG PERMIT TRAINING

All contractor’s forces, including sub-contractors, performing work for "Tender 194-2016, New Emergency Gas Generator Installation at 12 Canterbury Place, Fire Hall 114, Toronto," are required to have successfully completed “Managing Impairments Using FM Global’s Red Tag Permit System (if any work involves or is to be done on any fire protection system- exception- a fire detection system if it is not a part of a fire protection system- ie. It is not used to trip a gaseous suppression or sprinkler system) and/or Managing Hot Work Using FM Global’s Hot Work Permit System as applicable to the scope of work. In order to successfully complete the training, a grade of 80% is required. The contractor and sub-contractor’s staff must be recertified every three years. Each session takes less than one hour to complete and can be accessed 24 hours a day, seven days a week from any computer connected to the Internet. No downloads required. There is no limit to the number of people that can register. To register, please fill out the enclosed application and e-mail to [email protected]. N.B. Once enrolled for one course you are automatically enrolled for all courses. The contractor can sign up directly by sending an e-mail to [email protected] with the name, company name and e-mail address of the person (s) requiring authorization. The contractor must enter “City of Toronto” and the location of the City facility into the sign up window so that FM Global can track that they are a City contractor. Please note that 24 hours is required to allow for confirmation of contractor authorization. This will be a mandatory requirement of the Contract and applicable work shall only be performed by those who have successfully completed the course. Upon request by the City, either before commencement of the work or at any time throughout the duration of the Contract, the contractor shall submit written certificates confirming that the contractor’s and sub-contractor’s staff have successfully completed the applicable training session(s).

43 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 41: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 4 – Scope Of Work Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 4-3

FM Global Online Training Pre-Registration Form (complete and email to [email protected])

City Of Toronto- Acct. 1-07087

Last Name First Name Title Email Address

Requested Username (if don't have email)

Local name of location

PROPOSED SUBSTITUTIONS DURING TENDER PERIOD:

The award shall be based on the Products specified in the tender documents. Alternate materials that are not listed may be proposed as a substitution after the award as follows:

.1 Where the specifications require the Contractor to supply a Product designated by a trade or other name, the Tender Call shall be based only upon supply of the Product so designated, which shall be regarded as the standard of quality required by the specification. After the award, the Contractor may apply to the Contract Administrator to substitute another Product identified by a different trade or other name for the Product designated as set out above. The application shall be in writing and shall state the price for the proposed substitute Product, and such other information as the Contract Administrator may require.

.2 Rulings on a proposed substitution Product will not be made prior to the award. Substitutions shall not be made without the prior approval of the Contract Administrator. The approval or rejection of a proposed substitution Product will be made at the discretion of the Contract Administrator.

44 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 42: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

"ISSUED FOR TENDER"

SPECIFICATION

FOR

FIRE STATION NO. 114

12 CANTERBURY PLACE

TORONTO, ONTARIO M2N 1Z7

CITY OF TORONTO

OUTDOOR GENERATOR

MMM PROJECT NO.: 1815301-000

MARCH 15, 2016

45 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 43: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 00 01 05 Outdoor Generator REFERENCE PAGE March 15, 2016 Page 1

MMM No.: 1815301-000

OWNER: City of Toronto 55 John Street, Second Floor Contact: Slavko Zdravkovic E-mail: [email protected] Tel. No.: (416) 392-1549 Contact: Kyun H. Chang E-mail: [email protected] Tel. No.: (416) 392–7164 PRIME CONSULTANT: MMM Group Limited ELECTRICAL CONSULTANT 100 Commerce Valley Drive West Thornhill, Ontario L3T 0A1 Contact: Mr. David Badaoui E-mail: [email protected] Tel. No.: (905) 882-1100 ex.6130 MECHANICAL CONSULTANT: MMM Group Limited 100 Commerce Valley Drive West Thornhill, Ontario L3T 0A1 Contact: Mr. Ken Newport E-mail: [email protected] Tel. No.: (905) 882-1100 ex.3120

STRUCTURAL CONSULTANT: MMM Group Limited 100 Commerce Valley Drive West Thornhill, Ontario L3T 0A1 Contact: Mr. Patrick Pan E-mail: [email protected] Tel. No.: (905) 882-1100 ex.6389

WORK SITE: 12 Canterbury Place Toronto, Ontario M2N 1Z7

END OF DOCUMENT

46 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 44: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 00 01 10 Outdoor Generator LIST OF CONTENTS March 15, 2016 Page 1

MMM No.: 1815301-000

DIVISION 00 PROCUREMENT AND PAGES CONTRACTING REQUIREMENTS

Document 00 01 05 Reference Page 1

Document 00 01 10 List of Contents 2

Document 00 01 15 List of Drawings 1

DIVISION 01 GENERAL REQUIREMENTS

Section 01 10 05 General Instructions 29

Section 01 10 10 Administrative Procedures 16

Appendix Transfer Agreement 2

Section 01 54 19 Temporary Cranes 2

DIVISION 02 EXISTING CONDITIONS

Section 02 41 00 Selective Demolition 2

DIVISION 07 THERMAL AND MOISTURE PROTECTION

Section 07 84 00 Firestopping and Smoke Seals 3

Section 07 90 00 Sealants 2

DIVISION 09 FINISHES

Section 09 91 00 Paint 8

DIVISION 20 MECHANICAL COMMON WORK RESULTS

Section 20 05 10 Basic Mechanical Materials and Method 18

DIVISION 23 HEATING, VENTILATING AND AIR CONDITIONING

Section 23 11 23 Natural Gas Piping System 4

DIVISION 26 ELECTRICAL

Section 26 05 00 Basic Electrical Materials and Methods 23

Section 26 05 70 Electrical Work Analysis and Testing 5

Section 26 20 00 Electric Service and Distribution 9

Section 26 32 00 Power Generation 21

Appendix – Engine-Generator Test Report 4

Section 26 32 05 Genset Enclosures 6

Section 26 52 00 Emergency Lighting 3

47 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 45: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 00 01 10 Outdoor Generator LIST OF CONTENTS March 15, 2016 Page 2

MMM No.: 1815301-000

DIVISION 31 EARTHWORK

Section 31 23 00 Excavation Fill and Grading 7

DIVISION 32 EXTERIOR IMPROVEMENTS

Section 32 12 16 Asphalt Paving 4

END OF DOCUMENT

48 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 46: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 00 01 15 Outdoor Generator LIST OF DRAWINGS March 15, 2016 Page 1

MMM No.: 1815301-000

DRAWING NO. TITLE

ELECTRICAL:

E-1 Overall Site Plan, Sequence of Implementation, Drawing List and Symbol Legend- Electrical

E-2 Part Site Plan and Details - Electrical

E-3 Existing Electrical Room and New Work Generator Layout – Power and Signals – Electrical

E-4 Electrical Single Line Diagram

MECHANICAL:

M-1 Site Plan and Symbols - Mechanical

M-2 Part Plans and Details - Mechanical

STRUCTURAL:

S0 General Notes

S1 Part Plan and Details

END OF DOCUMENT

49 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 47: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 LOC Page 1

MMM No.: 1815301-000

LIST OF CONTENTS

1 REFERENCES

2 DEFINITIONS

3 DOCUMENTS

4 METRIC AND IMPERIAL MEASUREMENTS

5 WORK STANDARDS

6 WHMIS REQUIREMENTS

7 WORKPLACE SAFETY AND PROCEDURES

8 WORK SCHEDULE

9 PLANNING AND LAYOUT OF WORK

10 PHASING

11 INTERRUPTIONS TO AND SHUTDOWNS OF SERVICES AND SYSTEMS

12 COORDINATION OF WORK

13 COMPONENT FINAL LOCATIONS

14 SYSTEMS COORDINATION

15 PRODUCTS

16 TEMPORARY FACILITIES AND SERVICES

17 STORAGE AND HANDLING OF MATERIALS

18 WASTE MANAGEMENT

19 PARKING AND TRAFFIC CONTROL

20 PROTECTION AND SECURITY

21 NOISE AND WIND PROTECTION

22 HOARDING AND FENCING

23 DUST AND WATER CONTROLS

24 WORKMANSHIP AND MATERIALS

25 EQUIPMENT LOADS

26 CONSTRUCTION MACHINERY AND EQUIPMENT

27 CHANGES IN THE WORK

28 NOTICE FOR REQUIRED FIELD REVIEWS

29 PRELIMINARY TESTING

30 PROVISIONS FOR SYSTEMS/EQUIPMENT USED DURING CONSTRUCTION

31 OPENINGS

32 CUTTING, CHASING AND CORE DRILLING

33 PATCHING AND MAKING GOOD

34 MAINTAINING EQUIPMENT PRIOR TO ACCEPTANCE

50 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 48: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 LOC Page 2

MMM No.: 1815301-000

35 CLEANING

51 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 49: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 1

MMM No.: 1815301-000

1 REFERENCES

1.01 Sections of Division 01, apply to and are a part of each Section of Specification.

1.02 Refer to issued City of Toronto Sections listed in Section 2 article entitled General Information, regarding instructions to tenders, policies and procedures. Where requirements of Specification conflicts with requirements of City of Toronto Sections, City of Toronto Section requirements to take precedence, subject to requirements of local governing codes and authorities.

2 DEFINITIONS

2.01 "concealed" – means hidden from normal sight in furred spaces, shafts, ceiling spaces, walls and partitions.

2.02 "exposed" – means work normally visible, including work in equipment rooms, tunnels, and similar spaces.

2.03 "finished” - means when in description of any area or part of an area or a product which receives a finish such as paint or in case of a product may be factory finished.

2.04 “provision” or "provide" (and tenses of "provide") – means supply and install complete.

2.05 "install" (and tenses of "install") – means secure in position, connect complete, test, adjust and verify.

2.06 "supply" – means to procure, arrange for delivery to site, inspect, accept delivery and administer supply of products and/or systems, and includes manufacturer’s supply of any special cables, standard on site testing, initial start-up, programming, basic commissioning, warranties and manufacturers’ assistance to Contractor.

2.07 "delete" or “remove” (and tenses of "delete" or “removed”) – means to disconnect, make safe, remove obsolete materials including any back box and exposed piping and raceways; patch, and repair/finish surfaces to match adjoining similar construction; include for associated re-programming of systems and/or change of documentation identifications to suit deletions; and properly dispose of deleted products off site unless otherwise instructed by Consultant;.

2.08 "BAS" – means building automation system; "BMS" – means building management system, "FMS" – means facility management system; and “DDC” means direct digital controls; references to "BAS", "BMS", "FMS" and “DDC” generally mean same.

2.09 "governing authority" and/or "authority having jurisdiction" and/or "regulatory authority" and/or "Municipal authority" – means government departments, agencies, standards, rules and regulations that apply to and govern work and to which work must adhere.

2.10 "Mechanical Divisions" – refers to Divisions 20, 21, 22, 23, 25 and other Divisions as specifically noted, and which work as defined in Specifications and /or on drawings is responsibility of Mechanical Contractor, unless otherwise noted.

2.11 "Electrical Divisions" – refers to Divisions 26, 27, 28 and other Divisions as specifically noted, and which work as defined in Specifications and /or on drawings is responsibility of Electrical Contractor, unless otherwise noted.

2.12 Wherever words "indicated", "shown", "noted", "listed", or similar words or phrases are used in Contract Documents they are understood, unless otherwise defined, to mean product referred to is "indicated", "shown", "listed", or "noted" on Contract Documents.

52 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 50: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 2

MMM No.: 1815301-000

2.13 Wherever words "reviewed", "satisfactory", "as directed", "submit", or similar words or phrases are used in Contract Documents they are understood, unless otherwise defined, to mean that work or product referred to is "reviewed by", "to the satisfaction of", "submitted to", etc., Consultant.

3 DOCUMENTS

3.01 Documents for bidding include but are not limited to issued Drawings, Specifications and Addenda.

3.02 Specification is arranged in accordance with CSI/CSC 50 Division Sections MasterFormat.

3.03 Drawings and Specifications are portions of Contract Documents and identify labour, products and services necessary for performance of work and form a basis for determining pricing. They are intended to be cooperative. Perform work that is shown, specified, or reasonably implied on the drawings but not mentioned in Specification, or vice-versa, as though fully covered by both.

3.04 Review Drawings and Specifications of each Division and where applicable, Code Consultants’ reports.

3.05 Unless otherwise specifically noted in Specifications and/or on Drawings, Sections of Divisions are not intended to delegate functions nor to delegate work and supply of materials to any specific trade, but rather to generally designate a basic unit of work, and Sections are to be read as a whole.

3.06 Drawings are performance drawings, diagrammatic, and show approximate locations of equipment, materials and connecting services. Drawings are intended to convey the scope of work and do not show exact architectural and/or structural details.

3.07 Drawings are intended to convey scope of work and do not show architectural and structural details. Provide fittings, offsets, transformations and similar items required as a result of obstructions and other architectural and/or structural details but not shown on Drawings.

3.08 Locations of equipment and materials shown may be altered, when reviewed by Consultant, to meet requirements of equipment and/or materials, other equipment or systems being installed, and of building, all at no additional cost to Contract.

3.09 Specification is intended to provide product data and installation requirements. Refer to schedules, Drawings (layouts, riser diagrams, schematics, details) and Specification to provide correct quantities. Singular may be read as plural and vice versa.

3.10 Starter/motor control centre (MCC)/variable frequency drive (VFD) schedule drawings are both mechanical and electrical, and apply to work of Mechanical Divisions and Electrical Divisions. Be responsible for reviewing starter, MCC, VFD, and motor specification requirements of Mechanical Divisions specifications and drawings, prior to Bid submission and confirm and coordinate exact scope of work and responsibility of work between Mechanical Divisions and Electrical Divisions.

3.11 Drawings and Specifications are prepared solely for use by party with whom Consultant has entered into a contract and there are no representations of any kind made by Consultant to any other party.

3.12 In case of discrepancies or conflicts between Drawings and Specifications, Documents will govern in order specified in "General Conditions", however, when scale and date of Drawings are same, or when discrepancy exists within Documents, include most costly arrangement.

53 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 51: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 3

MMM No.: 1815301-000

3.13 Language of Documents is in many cases are written in imperative mode for brevity. Clauses containing instructions or directions are directed to Contractor.

4 METRIC AND IMPERIAL MEASUREMENTS

4.01 Generally, both metric and imperial units of measurement are given in Sections of Specification governed by this section. Measurement conversions may be generally "soft" and rounded off. Exact measurements to be confirmed based on application. Where measurements are related to installation and onsite applications, confirm issued document measurements with applicable local code requirements, and/or as applicable, make accurate measurements onsite. Where significant discrepancies are found, immediately notify Consultant for direction.

5 WORK STANDARDS

5.01 Where any code, regulation, bylaw, standard, contract form, manual, printed instruction, and installation and application instruction is quoted it means, unless otherwise specifically noted, latest published edition at time of submission of Bids adopted by and enforced by local governing authorities having jurisdiction. Include for compliance with revisions, bulletins, supplementary standards or amendments issued by local governing authorities.

5.02 Where regulatory codes, standards and regulations are at variance with Drawings and Specification, more stringent requirement will apply unless otherwise directed by Consultant.

5.03 Supplementary mandatory specifications and requirements to be used in conjunction with project include but are not limited to following:

.1 Air Movement and Control Association (AMCA);

.2 Air-Conditioning, Heating and Refrigeration Institute (AHRI);

.3 American Iron and Steel Institute (AISI);

.4 American National Standards Institute (ANSI);

.5 American Society of Heating, Refrigerating and Air Conditioning Engineers, Inc., (ASHRAE);

.6 American Society of Mechanical Engineers (ASME);

.7 American Society of Testing and Materials (ASTM);

.8 American Standards Association (ASA or ANSI);

.9 American Water Works Association (AWWA);

.10 ANSI/ASHRAE Standard 90.1, Energy Standard for Buildings Except Low-Rise Residential Buildings;

.11 Associated Air Balance Council (AABC);

.12 Building Industry Consulting Services, International (BICSI);

.13 Canadian Gas Association (CGA);

.14 Canadian General Standards Board (CGSB);

54 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 52: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 4

MMM No.: 1815301-000

.15 Canadian Standards Association (CSA);

.16 CSA C282, "Emergency Electrical Power Supply For Buildings";

.17 CSA Z432 Safeguarding of Machinery;

.18 CSA Z462, “Workplace Electrical Safety”;

.19 Electrical and Electronic Manufacturers Association of Canada (EEMAC);

.20 Electrical Safety Authority (ESA);

.21 Electronic Industries Association (EIA);

.22 Factory Mutual Systems (FM);

.23 Illuminating Engineering Society (IES);

.24 Institute of Electrical and Electronic Engineers (IEEE);

.25 International Standards Organization (ISO);

.26 Manufacturers Standardization Society of the Valve and Fittings Industry, Inc. (MSS);

.27 National Building Code of Canada (NBC);

.28 National Electrical Manufacturers Association (NEMA);

.29 National Environmental Balancing Bureau (NEBB);

.30 National Fire Protection Association (NFPA);

.31 National Standards of Canada;

.32 NSF International;

.33 Occupational Health and Safety Act - Ontario Regulation 632, “Confined Spaces”;

.34 Occupational Health and Safety Act (OHSA);

.35 Ontario Building Code (OBC);

.36 Ontario Electrical Safety Code (OESC);

.37 Sheet Metal and Air Conditioning Contractors' National Association (SMACNA);

.38 Technical Standards and Safety Authority (TSSA);

.39 Telecommunications Industry Association (TIA);

.40 Thermal Insulation Association of Canada (TIAC);

.41 Underwriters’ Laboratories of Canada (ULC);

.42 Workplace Hazardous Materials Information System (WHMIS);

55 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 53: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 5

MMM No.: 1815301-000

.43 Material Safety Data Sheets by product manufacturers;

.44 local utility inspection permits;

.45 Codes, standards, and regulations of local governing authorities having jurisdiction;

.46 additional codes and standards listed in Trade Sections.

5.04 In addition, confirm availability of City of Toronto rules and regulation with regards to working on sites. Where available, obtain, review and comply with requirements.

5.05 Provide applicable requirements for barrier free access in accordance with latest edition of local governing building code.

5.06 Where any governing Code, Regulation, or Standard requires preparation and submission of special details or drawings for review they are to be prepared and submitted to appropriate authorities. Be responsible for costs associated with these submittals.

5.07 Unless otherwise specified, install equipment in accordance with equipment manufacturer's recommendations and instructions, and requirements of governing Codes, Standards, and Regulations. Governing Codes, Standards, and Regulations take precedence over manufacturer's instructions.

5.08 Work is to be performed by journeyperson tradesmen who perform only work that their certificates permit, or by apprentice tradesmen under direct on site supervision of experienced journeyperson tradesman. Journeyperson to apprentice ratio is not to exceed ratio determined by the Board as stated in Ontario College of Trades and Apprenticeship Act or local equivalent governing body in Place of the Work.

5.09 Journeyperson tradesmen are to have a copy of valid trade certificates available at site for review by Consultant at any time.

5.10 Experienced and qualified superintendent is to be on-site at times when work is being performed.

5.11 Coordinate work inspection reviews and approvals with governing inspection department to ensure that construction schedule is not delayed. Be responsible for prompt notification of deficiencies to Consultant and submission of reports and certificates to Consultant.

5.12 Properly protect equipment and materials on site from damage due to elements and work of trades, to satisfaction of Consultant. Equipment and materials are to be in new condition upon Substantial Performance of the Work.

5.13 Mechanical piping system work, including equipment, must comply in all respects with requirements of local technical standards authorities and CSA Standard B51, Boiler, Pressure Vessels and Pressure Piping Code. Where required, mechanical work products must bear a CRN number.

5.14 Electrical items associated with mechanical equipment are to be certified and bear stamp or seal of a recognized testing agency such as CSA, UL, ULC, ETL, etc., or bear a stamp to indicate special electrical utility approval.

6 WHMIS REQUIREMENTS

6.01 Comply with Health and Safety Policy of the City of Toronto.

56 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 54: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 6

MMM No.: 1815301-000

7 WORKPLACE SAFETY AND PROCEDURES

7.01 Comply with Health and Safety Policy of the City of Toronto.

7.02 Hot Work:

.1 Hot Work includes, but is not limited to, brazing, cuttings, grinding, soldering, pipe thawing, torch applied roofing, and welding operations.

.2 Prior to commencement of any Hot Work, for any temporary operations involving open flames or projecting sparks, Contractor’s policies and procedures to be submitted to Consultant for review.

.3 No Hot Work is permitted without authorization of Owner; review work and protection methods with Consultant.

.4 Provide fire and public safety protection materials, screens, smoke eaters, etc. as may be required by type of work and Consultant.

7.03 Prior to start of work, provide to Consultant written confirmation that Contractor’s personnel on site including sub-trades have been trained on the safety policy and procedures and are aware of potential workplace hazards.

8 WORK SCHEDULE

8.01 After receiving written notification of the award of the contract, coordinate required work schedule with Consultant. As outlined in Document entitled Information to Bidders, after award of contract, submit detailed work programme schedule of sequence of work, identifying date for each step of work, methodology of how work is to be performed, when deliveries are to be made and interruption to services requirements. Prepare submitted schedule based on conceptual schedules and requirements in Document entitled Information to Bidders. Such schedule to identify a complete breakdown of project activities showing time duration of each activity. Strictly adhere to schedule. Do not start any construction work without Consultant’s review of schedule and coordination with Consultant.

8.02 Use scheduling program acceptable to Owner.

8.03 Contractor’s Construction Superintendent to attend regular weekly site meetings with Owner’s representative to review project work and to report on progress. Contractor’s site representative to prepare notes of meeting and issue to participants within 3 working days after meeting. Prepare a Project Status report and issue to Consultant on every Monday during construction phase unless Monday is a statutory or provincial holiday, then on next working day. Project Status report to summarize activities completed in prior week, and forecast activities to be undertaken in current week.

8.04 Include for scheduling, coordination and work phasing to suit project requirements. No extras for premium time will be considered. Shutdowns and planning of operations that may affect Owner’s use of services to be coordinated and approved in writing with Owner and reviewed by Consultant.

8.05 Be aware that on-going functions of the existing building must continue and noise-making tools may be operated only with Owner’s permission and review by Consultant. Owner or Owner’s representative may at any given time request that any construction activity be temporarily ceased due to interference being caused.

57 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 55: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 7

MMM No.: 1815301-000

8.06 Work being performed within occupied spaces and work affecting surfaces adjacent to occupied spaces may need to be performed after regular business hours. For areas where spaces are used by Owner on a 24 hours basis or over various hours, hours of work to be co-ordinated with Owner on a regular basis to suit Owner’s schedule. Execute work at times reviewed with Consultant and as agreed to by Owner, so as not to inconvenience Owner’s occupation or in any way hinder Owner’s use of building. Include for required premium time work to meet these requirements.

8.07 Owner reserves the right to perform additional non-related work in same space, while Contractor is performing their work.

8.08 Review product delivery times with suppliers/manufacturers proposed at time of Bid and reviewed with Consultant and ensure that products are delivered within time frames to meet work schedule requirements. Failure to order products in time to meet the work schedule unless due to named manufacturer’s unforeseen circumstances, is not acceptable reason to change from named manufacturer.

9 PLANNING AND LAYOUT OF WORK

9.01 Base installation layout, design, terminations, and supply of accessories, on Contract Documents with specific coordination with reviewed shop drawings.

9.02 Plan, coordinate, and establish exact locations and routing of services with affected trades prior to installation such that services clear each other as well as other obstructions. Generally, order of right of way for services to be as follows:

.1 piping requiring uniform pitch;

.2 piping 100 mm (4") dia. and larger;

.3 large ducts (main runs);

.4 cable tray and bus duct;

.5 conduit 100 mm (4") dia. and larger;

.6 piping less than 100 mm (4") dia.;

.7 smaller branch ductwork;

.8 conduit less than 100 mm (4") dia..

9.03 Unless otherwise shown or specified, conceal work in finished areas, and conceal work in partially finished and/or unfinished areas to extent made possible by the area construction. Install services as high as possible to conserve headroom and/or ceiling space. Notify Consultant where headroom or ceiling space appears to be inadequate prior to installation of work.

58 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 56: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 8

MMM No.: 1815301-000

9.04 Do not use Contract Drawing measurements for prefabrication and layout of raceways, conduits, ducts, bus ducts, luminaires, layout of piping, sheet metal work, and other such work. Locations and routing are to be generally in accordance with Contract Drawings, however, prepare layout drawings for such work. Use established bench marks for both horizontal and vertical measurements. Confirm inverts, coordinate with and make allowances for work of other trades. Accurately layout work, and be entirely responsible for work installed in accordance with layout drawings. Where any invert, grade, or size is at variance with Contract Drawings, notify Consultant prior to proceeding with work.

9.05 Prepare plan and interference drawings (at a minimum drawing scale of 1:50 or ¼" =1' 0") of work for coordination with each trade Contractor. Arrange for preparation of detailed section drawings of ceiling spaces of corridors and any other congested areas. Sections are to be cross referenced with plan drawings so that trades may make use of section drawings. Section drawings to indicate lateral and elevation dimensions of major services within ceiling space. Lateral dimensions are to be from grid lines and elevations from top of floor slab. Obtain from Consultant, engineering drawings for this use. Contractors’ interference drawings are to be distributed among other Trade Contractors. Submit drawings to Consultant for review.

9.06 Carry out alterations in arrangement of work that has been installed without proper coordination, study, and review, even if in accordance with Contract Documents, in order to conceal work behind finishes, or to allow installation of other work, without additional cost. In addition, make necessary alterations in other work required by such alterations, without additional cost.

9.07 Be responsible for making necessary changes, at no additional cost, to accommodate structural and building conditions that were missed due to lack of coordination.

9.08 Shut-off valves, balancing devices, air vents, equipment and similar products, particularly such products located above suspended ceilings must be located for easy access for servicing and/or removal. Products which do not meet this location requirement are to be relocated to an accessible location at no additional cost.

9.09 As reviewed with Consultant, Mechanical Contractor is to determine final locations of major work within ceiling spaces.

9.10 Control products, products requiring maintenance, junction boxes, and similar products, particularly such products located above suspended ceilings must be located for easy access for servicing and/or removal. Products which do not meet this location requirement are to be relocated to an accessible location at no additional cost.

9.11 Where drawings indicate that acoustic tile ceiling is being suspended below plaster ceiling, coordinate design of framework used to support suspended ceiling, lighting, diffusers, and other Divisions components that are mounted within or through ceiling. Do not mount devices to suspended ceiling. Secure and mount to ceiling slab above. Seal ceiling openings to maintain required fire rating.

10 PHASING

10.01 Include for scheduling, co-ordination, and construction phasing to suit project as specified on drawings. Confirm exact phasing requirements with Consultant prior to start of Work.

10.02 Phasing and scheduling of Work is required in order to maintain existing building operations. Include costs (including costs for "off hours" work) for scheduling, co-ordination, and construction phasing to suit this project as specified in Division 01 and on drawings. Confirm exact phasing requirements with Consultant prior to start of Work.

59 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 57: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 9

MMM No.: 1815301-000

10.03 Protect existing areas above, below and adjacent areas of Work from any debris, noise, or interruptions to existing services to satisfaction of Owner and reviewed with Consultant. Maintain in operation existing services to these areas to allow Owner to continue use of these areas. If services that are required to be maintained run through areas of renovations, provide necessary protection to services or reroute, to approval of in coordination with Owner and Consultant. Include for required premium time work to meet these requirements.

10.04 Work being performed within occupied spaces and work affecting surfaces adjacent to occupied spaces may need to be performed after regular business hours. For areas where spaces are used by Owner on a 24 hours basis or over various hours, coordinate hours of work with Owner on a regular basis to suit Owner’s schedule. Execute work at times confirmed with and agreed to by Owner and reviewed by Consultant, so as not to inconvenience Owner’s occupation or in any way hinder Owner’s use of building. Include for required premium timework to meet these requirements.

10.05 Project partial occupancy permits may be required throughout project. Where applicable, provide for each partial permit, local governing authority certificate and any other testing/verification certificates for systems.

11 INTERRUPTIONS TO AND SHUTDOWNS OF SERVICES AND SYSTEMS

11.01 It is understood that this facility is a critical facility that operates continuously. Avoid as much as possible, requirement for power or service shut downs. Take necessary steps and measures to avoid any need for shut down or service interruptions.

11.02 Coordinate shutdowns and interruptions to existing systems and services fully with and performed at times acceptable to Owner. Within 10 days of being awarded Contract, prepare and submit to Consultant, schedule and shutdown period(s) proposed. Ensure that Owner approves and Consultant reviews proposed schedules and interrupted services prior to start of Work. Include for performing work during these times. No additional costs for overtime or premium time will be considered. Be fully responsible for ensuring that power to facility is restored once allowable window for shutdown has expired.

11.03 Prior to each shut-down or interruption, inform Consultant in writing minimum 14 working days in advance of proposed shutdown or interruption and obtain a written approval from Owner to proceed. Additionally, submit to Consultant for review, method of procedure (MOP) for each scheduled shutdown or interruption. Provide further additional notice in special cases with respect to services to essential systems. Exact requirements to be confirmed with Consultant. Do not shutdown or interrupt any system or service without Consultant’s review and approval by Owner. Owner retains right to cancel or re-schedule any period of shut down.

11.04 Perform work associated with shutdowns and interruptions as continuous operations to minimize shutdown time and to reinstate systems as soon as possible, and, prior to any shutdown, ensure that required materials and labour required to complete Work for which the shutdown is required are available at onsite.

11.05 Coordinate with Owner any off-hour work and comply with any instructions given by Owner for carrying out this work. Such disruptive work consists of, but is not limited to power shut down, use of heavy equipment, use of explosive actuated tools, excessive noise of any origin, use of materials with odours, coring, drilling, etc.

11.06 Owner retains right to shutdown services or building access for emergency reasons with no advance notification to Contractor. Owner to provide Contractor with minimum 5 days advance notice of planned temporary stoppages of services and planned rerouting of building access.

60 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 58: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 10

MMM No.: 1815301-000

11.07 Existing building to remain in use and occupancy throughout duration of construction of Work. Provide and maintain continuation of fire protection, fire walls and fire rated assemblies in existing building. Where existing services pass through or are in an area to serve items which are to remain, or pass through areas that are to be deleted, maintain services, but re-route as required. Include for rerouting existing services concealed behind existing finishes and which become exposed during renovation work, so as to be concealed behind new or existing finishes. Confirm with Owner services which are to be kept in service and operational.

11.08 Maintain existing exits and provide proper and safe means of egress from throughout existing building to open spaces at all times to approval of local governing authorities. Identify, provide exit lights, and illuminate temporary means of egress.

11.09 Maintain access to service and delivery entrances, and for maintenance and inspection services.

11.10 Maintain security of existing building during Work.

11.11 Confirm with Consultant if any feeder is designated for special considerations and if designated as such and is to be interrupted, ensure that at least following preparations are met:

.1 provide a schedule of proposed feeders to be interrupted; propose one feeder at a time to be worked on per scheduled shutdown;

.2 provide a method of procedure for work;

.3 prepare above documentation and submit for review by Consultant at least 15 working days prior to date of each proposed work;

.4 on day/night of proposed feeder work, advise Consultant of which feeder is to be worked on; confirm with Consultant requirements for witnessing work;

.5 de-energize feeders and perform work as per Consultant and Owner reviewed schedule;

.6 after feeders are re-routed, megger test each feeder.

11.12 Where working in close proximity to “live parts” or inside energized panels or energized cubicles of switchboards/substations, provide protection “boots” over bussing and insulating mats to cover areas of exposed live parts. Provisions to be in compliance with local governing authority requirements.

11.13 Coordinate fully with Owner’s designated personnel to maintain building services and life/safety systems in areas that are and may be in operation during construction of Project. Monitoring and supervision of existing life safety systems serving areas of Work, to be daily monitored to ensure that life safety systems are left in proper operating condition at end of each working day. Include for but not be limited to performing following:

.1 under presence of Owner’s representative, check each morning and evening (start and end of work) of each day, each life safety and security system to ensure that they are in proper working condition;

.2 if portions of life safety systems are not in proper working order, provide temporary provisions subject to approval of local governing authority having jurisdiction, to ensure that proper life safety alarm coverage is provided and/or provide supervisory personnel to monitor areas where life safety system is not operational during work;

61 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 59: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 11

MMM No.: 1815301-000

.3 document and sign off with Owner’s representative signing off also, each respective daily check condition.

11.14 Work Noise Levels: Execute Work as quietly as possible in and around existing building at times Owner is occupying it. Schedule noisy operations defined by Owner/Consultant, with Consultant to achieve least disturbance to Owner. In event of excessive noise or vibration being detrimental to function of building, at no cost to Owner, cease activity immediately upon notification from Owner and reschedule Work at a time suitable to Owner, changing tools and work methods, if required, to achieve desired results. In some situations Consultant may request that Contractor perform work of high noise levels on an intermittent basis (i.e. 1 hour on, 1 hour off).

11.15 At regular meetings, review areas of existing building that Contractor requires access in next 4 weeks, duration of time that areas need to be accessed, route of entry, times that entry is permitted and any other condition relevant to area of Work.

12 COORDINATION OF WORK

12.01 Review Contract Documents and coordinate work with work of each trade. Coordination requirements are to include but not be limited to following:

.1 requirements for openings, sleeves, inserts and other hardware necessary for installation of work;

.2 concrete work such as housekeeping pads, sumps, bases, etc., required for work, and including required dimensions, operating weight of equipment, location, etc.;

.3 depth and routing of excavation required for work, and requirements for bedding and backfill;

.4 wiring work required for equipment and systems but not specified to be done as part of specific particular trade work, including termination points, wiring type and size, and any other requirements.

12.02 Ensure materials and equipment are delivered to site at proper time and in such assemblies and sizes so as to enter into building and be moved into spaces where they are to be located without difficulty.

12.03 Wherever possible, coordinate equipment deliveries with manufacturers and/or suppliers so equipment is delivered to site when it is required, or so it can be stored within building subject to available space as confirmed with Owner and protected from elements.

12.04 Ensure proper access and service clearances are maintained around equipment, and, where applicable, access space for future equipment removal or replacement is not impeded. Comply with code requirements with regards to access space provision around equipment. Remove and replace any equipment which does not meet this requirement.

12.05 Where work is to be integrated, or is to be installed in close proximity with work of other trades, coordinate work prior to and during installation.

62 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 60: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 12

MMM No.: 1815301-000

13 COMPONENT FINAL LOCATIONS

13.01 Owner and Consultant reserve right to relocate electrical components such as receptacles, switches, communication system, outlets, hard wired outlet boxes and luminaries at a later date, but prior to installation, without additional cost to Owner, if relocation per components do not exceed 3 m (10') from original location. No credits will be anticipated where relocation per components of up to and including 3 m (10') reduces materials, products and labour. Should relocations exceed 3 m (10') from original location, adjust contract price for that portion beyond 3 m (10') in accordance with provisions for changes in Contract Documents.

14 SYSTEMS COORDINATION

14.01 Be responsible for and perform specific coordination of various systems supplied by Electrical Divisions and also with systems supplied by other Divisions of Work. Include for but not be limited to provision of following, as applicable:

.1 coordinate with General Contractor and other Subcontractors, various systems of trades which in any way are interfaced with or monitored by or integrated to, or need to be coordinated with;

.2 prepare systems coordination drawings detailing related system coordination and integration points being monitored and/or controlled; submit coordination drawings as part of shop drawing submission;

.3 review systems requirements for component back boxes and conduits; ensure that system of conduits and boxes meet respective system wiring bending radii requirements;

.4 review specifications of each trade/Division to ensure proper power supplies, interconnecting wiring requirements and back box/ outlet box requirements;

.5 review with manufacturers coordination and integration requirements of their systems;

.6 review each systems communication protocols to ensure they are compatible and can communicate with each other as required;

.7 review system shop drawings prior to submission to Consultant, to verify that each system has been coordinated with other systems and that required options and features are selected to meet coordination requirements;

.8 be present at testing and commissioning functions of each system and provide technical assistance with regards to system operations;

.9 be "on-site" coordinator of respective system trades with regards to respective system coordination of installation and testing;

.10 coordinate with Consultant with regards to ensuring that systems coordinate and integrate properly to satisfaction of Owner;

.11 document coordination and integration requirements and maintain records for submission as part of shop drawings;

.12 respond to coordination and integration requirements and be responsible for such work;

.13 where a system integrator has been included for, coordinate integration requirements with system integrator.

63 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 61: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 13

MMM No.: 1815301-000

15 PRODUCTS

15.01 Be responsible for ordering of products (equipment and materials) in a timely manner in order to meet project-scheduling timelines. Failure to order products to allow manufacturers sufficient production/delivery time to meet project-scheduling timelines is an unacceptable reason to request for other suppliers or substitutions.

15.02 Provide Canadian manufactured products wherever possible or required and when quality and performance is obtainable at a competitive price. Products are to be supplied from manufacturer’s authorized Canadian representative, unless otherwise noted. Unless otherwise specified, products are to be new and are to comply with applicable respective Canadian standards. References to UL listings of products to include requirements that products are to be also Underwriters Laboratories of Canada (ULC) listed for use in Canada. Products are to meet or exceed latest ANSI/ASHRAE/IES 90.1 standards, as applicable. Do not supply any products containing asbestos materials or PCB materials.

15.03 Systems and equipment of this Project are to be "State of the Art" and be most recent and up to date series/version of product that is available at time of shop drawing review process. Products that have been stored or "on shelf" for an extended period of time will not be accepted. Software is to be of latest version available and be provided with updates available at time of shop drawing review process. Systems are to be designed such that its software is backwards compatible. Future upgrades are not to require any hardware replacements or additions to utilize latest software.

15.04 Products scheduled and/or specified have been selected to establish a performance and quality standard, and, in some instances, a dimensional standard. In most cases, base specified manufacturers are stated for any product specified by manufacturer’s name and model number. Where acceptable manufacturers are listed, first name listed is base specified company. Bid Price may be based on products supplied by any of manufacturers’ base specified or named as acceptable for particular product. If acceptable manufacturers are not stated for a particular product, base Bid Price on product supplied by base specified manufacturer.

15.05 Documents have been prepared based on product available at time of Bidding. If, after award of Contract, and if successful manufacturer can no longer supply a product that meets base specifications, notify Consultant immediately. Be responsible for obtaining other manufacturers product that complies with base specified performance and criteria and meets project timelines. Proposed products are subject to review and consideration by Consultant and are considered as substitutions subject to a credit to Contract. In addition, if such products require modifications to room spaces, mechanical systems, electrical systems, etc., include required changes. Such changes are to be submitted in detail to Consultant for review and consideration for acceptance. There will be no increase in Contract Price for revisions.

15.06 Listing of a product as "acceptable" does not imply automatic acceptance by Consultant and/or Owner. It is responsibility of Contractor to ensure that any price quotations received and submittals made are for products that meet or exceed specifications included herein.

64 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 62: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 14

MMM No.: 1815301-000

15.07 If products supplied by a manufacturer named as acceptable are used in lieu of base specified manufacturer, be responsible for ensuring that they are equivalent in performance and operating characteristics (including energy consumption if applicable) to base specified products. It is understood that any additional costs (i.e. for larger starters, larger feeders, additional spaces, etc.), and changes to associated or adjacent work resulting from provision of product supplied by a manufacturer other than base specified manufacturer, is included in Bid Price. In addition, in equipment spaces where equipment named as acceptable is used in lieu of base specified equipment and dimensions of such equipment differs from base specified equipment, prepare and submit for review accurately dimensioned layouts of rooms affected, identifying architectural and structural elements, systems and equipment to prove that equipment in room will fit properly meeting design intent. There will be no increase in Contract Price for revisions.

15.08 In addition to manufacturer’s products base specified or named as acceptable, other manufacturers of products may be proposed as substitutions to Consultant for review and consideration for acceptance, listing in each case a corresponding credit for each substitution proposed. However, base Bid Price on products base specified or named as acceptable. Certify in writing to Consultant that proposed substitution meets space, power, design, energy consumption, and other requirements of base specified or acceptable product. It is understood that there will be no increase in Contract Price by reason of any changes to associated equipment, mechanically, electrically, structurally or architecturally, required by acceptance of proposed substitution. Consultant has sole discretion in accepting any such proposed substitution of product. Indicate any proposed substitutions in areas provided on Bid Form.

15.09 Indicate in Tender Submission Package, names of manufacturers for proposed products to be supplied, and which were based specified or scheduled with a manufacturer’s name. Names of proposed manufacturers on list must be one of names stated as acceptable for particular products, unless prior approval from Owner has been given for use of products by other manufacturers. Submit to Consultant for review as directed.

15.10 Where products are listed as "or approved equal", certify in writing that product to be used in lieu of base specified product, at least meets space, power, design, energy consumption, and other requirements of base specified product and is equivalent or better than base specified product. When requested by Consultant, provide full design detail drawings and specifications of proposed products. Acceptance of these "or approved equal" products is at sole discretion of Consultant. It is understood that there will be no increase in Contract Price by reason of any changes to associated equipment, mechanically, electrically, structurally or architecturally, required by acceptance of approved equal product. There must be no increase in Contract price due to Consultant’s rejection of proposed equivalent product.

15.11 Whenever use of product other than base specified product is being supplied, ensure corresponding certifications and product information (detailed catalogue and engineering data, fabrication information and performance characteristics) are submitted to Consultant for review. Failure of submission of these documents to Consultant in a timely manner to allow for review will result in base specified product to be supplied at Consultant’s discretion, at no additional cost to Contract.

15.12 Products supplied by a manufacturer/supplier other than a manufacturer listed as acceptable may be considered for acceptance by Consultant if requested in writing with full product documentation submitted, a minimum of 10 working days prior to Bid closing date.

15.13 Any proposed changes initiated by Contractor after award of Contract may be considered by Consultant at Consultant’s discretion, with any additional costs for such changes if accepted by Consultant, and costs for review, to be borne by Contractor.

65 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 63: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 15

MMM No.: 1815301-000

15.14 Whenever use of product other than based specified products or named as acceptable is being supplied, time for process of submission of other products and Consultant’s review of products will not alter contract time or delay work schedule.

15.15 Requirements for low voltage systems of this project that are of technology that changes rapidly and are forever evolving and changing, resulting in systems that may be out dated by time of installation, are to include provisions to allow Owner option to select most updated technology. Shop drawings for such systems and equipment are to include provisions for a minimum 6-week review time for Owner to review degree of technology of each system and determine acceptance. Owner will have right to substitute a more advanced technology subject to negotiated pricing.

16 TEMPORARY FACILITIES AND SERVICES

16.01 Provide temporary facilities as required for:

.1 construction office as required and coordinated with Owner and reviewed with Consultant;

.2 first aid: as required by local governing authorities;

.3 fire protection: as required by local governing authorities and as per Owner’s policies and procedures;

.4 ventilation: do not use hazardous materials without approval of Owner and review by Consultant; for applications requiring ventilation, provide mechanical ventilation to satisfaction of Owner and as per local governing authority requirements;

.5 dust and debris containment: provide temporary dust and debris containment requirements such as dedicated workers’ entrances, barricades, dust mat/sheets, and any other protective measure against transmission of airborne dust and debris to adjacent areas of facility, and specifically, air handling units.

16.02 Where existing washroom facilities are not to be used as directed by Owner, provide temporary stand-alone facilities in locations as coordinated with Owner.

16.03 Throughout duration of project, water and power may be taken from existing services in building, as approved by Owner and reviewed with Consultant. Confirm power connection points with Owner and review with Consultant. Only amount of water and power required for normal and proper execution of work may be used. Connection to and use of electrical distribution equipment is to in no way overload distribution system. Pay for unusual or unwarranted consumption of water and power. Decision of Consultant on this matter will be final and binding. Building to remain totally operational during regular hours.

17 STORAGE AND HANDLING OF MATERIALS

17.01 Coordinate storage requirements for project material/equipment in advance, and store material/equipment in accordance with Owner’s instructions and space restrictions. For storage of materials/equipment in excess of building space requirements, be responsible for arranging own means of material/equipment storage, to approval of Owner and reviewed with Consultant.

17.02 Store, materials to be reused, recycled and salvaged in locations as directed by Owner and reviewed with Consultant.

17.03 Unless specified otherwise, materials for removal and not being reused become Contractor's property and to be properly disposed off site.

66 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 64: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 16

MMM No.: 1815301-000

17.04 Protect, stockpile, store and catalogue salvaged items.

18 WASTE MANAGEMENT

18.01 Audit, separate and dispose of construction waste in whole or in part, in accordance with Ontario Regulations 102 and 103 made under the Environmental Protection Act.

18.02 Develop a Construction Waste Management Plan, outlining what waste materials are expected, and how waste will be diverted away from landfill. Identify in the Plan appropriate unused material handling and disposal protocols, recycling opportunities and manufacturer take-back programs. During regular periods reviewed with Consultant, submit copies of waste hauling certificates or receipts with documentation of recovery rates for all materials where a portion is recycled and/or reused and a portion is landfilled.

18.03 Implement the Construction Waste Management Plan and document how plan was followed during construction.

18.04 Separate non-salvageable materials from salvaged items. Transport and deliver non-salvageable items to licensed disposal facility.

18.05 Separate and store materials produced during dismantling of structures in designated areas.

18.06 Prevent contamination of materials to be salvaged and recycled and handle materials in accordance with requirements for acceptance by designated facilities.

18.07 Fires and burning of rubbish or waste onsite is prohibited.

18.08 Do not bury rubbish or waste materials.

18.09 Do not dispose of waste into waterways, storm, or sanitary sewers.

18.10 Remove materials from deconstruction as deconstruction/disassembly Work progresses.

18.11 Empty waste containers on a regular basis.

19 PARKING AND TRAFFIC CONTROL

19.01 Parking may be available onsite, but confirm availability with Owner. Otherwise, make own offsite parking arrangements.

20 PROTECTION AND SECURITY

20.01 Protect existing services, structures and other items required to remain and newly installed Work during construction with secure and durable coverings, barricades, or guards suitable for various conditions. Perform Work in a manner to avoid damage.

20.02 Owner’s personnel and public will be occupying existing building during execution of Work. Provide for safety of occupants and for security of occupied areas. Provide protection and keep clear areas that are required for access to, and exit from, occupied areas. Maintain clear and safe fire exit routes.

67 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 65: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 17

MMM No.: 1815301-000

20.03 Protect existing areas above, below and adjacent areas of Work from any debris, noise or interruptions to existing services to satisfaction of Owner and reviewed with Consultant. Maintain existing services to these areas in operation to allow Owner to have continued use of areas. If services that are required to be maintained and run through areas of renovations, provide necessary protection to services or reroute, to approval of Owner and reviewed with Consultant. Include for required premium time work to meet these requirements.

20.04 Where construction operations are executed or traffic routed over finished floors, lay minimum 6 mm (1/4") thick plywood coverings tightly fitted over surface in such areas. Secure plywood to prevent movement in a manner which will not damage finished surfaces.

20.05 Cover openings in equipment, ducts, and pipes until final connections are made.

20.06 Protect exposed live electrical equipment during construction for personal safety.

20.07 Shield and mark live electrical parts with appropriate warnings.

20.08 Wherever practical barricade and lock finished areas.

20.09 Ensure continuous security of the Work and construction equipment.

20.10 Perform special precautions when using ladders. As one worker is on a ladder, position another worker at bottom of ladder to maintain watch and to, secure/support ladder. Erect a safety barrier as required around ladder.

20.11 Provide rigid structural safety barriers in compliance with safety requirements of local governing authority having jurisdiction, around perimeter of the excavation work. Provide proper warning signage.

20.12 Properly secure tools and Products at the end of each Working Day. Owner will not be held responsible for any material/Product losses and/or theft.

21 NOISE AND WIND PROTECTION

21.01 Provide full co-operation and protective measures in minimizing excessive noise due to construction operations.

21.02 No pneumatic tools and other excessively noisy and disrupting tools, machinery and equipment to be permitted without written approval of Owner and review with Consultant.

21.03 Do not store materials on roofs or other areas of site which could be subject to falling from building, as a result of winds or otherwise, which might result in damage to property or risk to public safety.

21.04 Ensure that temporary construction materials and structures are securely fastened to structure or ground to prevent falling or blowing off building or ground and causing harm to persons or property.

21.05 Promptly remove any temporary structures and materials from roofs as soon as possible.

21.06 Conduct a daily review of the site to ensure that materials and temporary structures are secure. Allow for inspection by Consultant. Rectify any deficiencies as instructed by Consultant.

68 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 66: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 18

MMM No.: 1815301-000

21.07 Prior to issuance of a Certificate of Substantial Performance of the Work, review roof or other areas of site with Owner and Consultant to ensure that temporary construction materials and structures are removed. Submit to Consultant, final field review report stating that roof or other site areas are cleared of temporary construction materials and structures. Certificate of Substantial Performance of the Work is not to be granted until Consultant reviews condition of site to be satisfactory.

22 HOARDING AND FENCING

22.01 Provide required hoarding, fencing, safety devices, and safety barriers, and provide required temporary safety rails, and weather tight and/or protective covers, etc., to comply with Occupational Health and Safety Acts and maintain same in a safe condition until total completion of this Contract or until directed by Consultant, whichever is sooner. Safety rails, weather tight and/or protective covers, etc., to be provided to excavations, concrete floor edges, perimeters of slabs, openings, stairwells, etc. Provide fencing and/or hoarding around construction areas and staging areas in compliance with local governing authority and code requirements. Remove safety barriers at completion of work as coordinated with Consultant.

23 DUST AND WATER CONTROLS

23.01 Provide protective measures necessary to ensure that existing building and adjacent areas to work of this contract will remain free from entry of dust or water at all times. Existing areas and rooms to be in use during construction period. Conduct work to minimize interferences. Coordinate with Owner to allow Owner’s continual normal operations to be conducted. Exercise extreme care and caution to protect existing equipment and other components from contamination by dust and debris.

23.02 Include for following work:

.1 Provide required temporary enclosures and protective measures to protect existing equipment for entire duration of work in existing areas. Erect and maintain interior enclosures to isolate renovation from other areas and existing equipment.

.2 Prior to commencement of Work, protect existing equipment within work area with drop cloths, air barriers, protective panels, and enclosures. Such measures to prevent any debris from falling onto the existing equipment, and to prevent dust migration from occurring. Support drop cloths from ceiling or other structure at a minimum 600 mm (2') above existing equipment, or other equipment as designated by Owner and coordinated with Consultant. Do not allow tools, drop cloths, materials, and construction aids to be placed on or against electrical or mechanical equipment unless such equipment has been properly and safely shutdown for performance of the work and coordinated with Consultant.

.3 Thoroughly clean following items prior to bringing into existing areas and rooms:

.1 tools, equipment, and other construction aids;

.2 materials, parts, and other components to be installed;

.3 pipe, ducts and conduit: Remove dirt and scale for inside and outside surfaces;

.4 workers apparel.

69 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 67: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 19

MMM No.: 1815301-000

.4 To extent possible, perform cutting, drilling, welding, soldering, sanding, painting, finishing, and other construction operations outside existing areas in locations approved by Owner and reviewed by Consultant.

.5 Work performed within existing areas:

.1 Continuously operate HEPA vacuum cleaner/ HEPA dust collectors to remove residue when cutting, filing, drilling or other similar work being performed within existing areas. Remove particles with HEPA vacuum cleaner during operation producing residues.

.2 Welding, soldering, and other fume producing operations being performed within existing areas: Provide supplemental power ventilation to building exterior. Do not commence fume-producing operations until ventilation apparatus is approved by Owner and reviewed by Consultant.

.3 At end of workday remove tools and materials from existing areas or place within room at location designated by Owner and coordinated with Consultant.

.4 Maintain work areas free of waste material, debris, and rubbish. Immediately remove debris and rubbish from areas of Work and associated pipe chases, plenums, access floor spaces, and above suspended ceiling.

23.03 Provide temporary dustproofing partitions as required prior to demolition. Treat openings, joints and cracks in enclosures to prevent any dust and moisture, from entering existing adjacent areas.

23.04 Remove existing walls with care. Avoid damage to Owner’s equipment. Allow Consultant to review work before commencing with partition or wall removal. Minimize dust.

23.05 Where dustproof partitions are relocated for tying in of materials install partition from floor to ceiling and from ceiling to underside of slab without damaging finishes.

23.06 Render door leading into construction areas dust tight.

23.07 Damp mop surfaces in construction areas continually during demolition and daily during normal construction.

23.08 Seal ventilation ducts to or from construction area.

23.09 Employ a full time labourer to continuously clean up during demolition and during construction of dust proof partitions.

23.10 Temporary Partitions:

.1 Erect temporary dustproof partitions, consisting of 92 x 9.5 mm (3-5/8" x 25 gauge) metal studs at 400 mm (16") o.c., with top and bottom runners and intermediate horizontal supports at 1/3 points. Render partitions soundproof in areas of Work adjacent to existing operational spaces/areas, as directed by Owner and reviewed by Consultant. Confirm these areas on site prior to submitting Bid.

70 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 68: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 20

MMM No.: 1815301-000

.2 Over one side of metal studs, install Griffolyn T55 or approved equal, fire retardant, reinforced clear laminated film, distributed by Morgan Scott Group Inc. 1700 Drew Road, Mississauga, Ontario L5S 1J6, Tel. No. 905-612-0909 or J-2 Products, 54 Audia Court, Unit 2, Concord, Ontario L4K 3N4, tel. no. 416-665-1404. Other local available products may be approved by Consultant, if equivalent. Secure film in place with double side adhesive tape capable of supporting film without delamination.

.3 Install felt gaskets around partition perimeter framing to prevent dust migration into adjoining areas.

.4 Provide new temporary doors and frames.

.5 Equip doors and butts, latchset or lockset, closer, weather stripping.

23.11 Be responsible for careful installation of dustproof partitions.

23.12 Allow Consultant to review erected partitions before proceeding with any construction and/or demolition work.

23.13 Do not remove dustproof partitions until areas have been reviewed with Consultant and acceptance given by Owner.

23.14 Carefully remove dustproof partitions and clean surfaces including walls, ceilings, floors, and top of equipment to Owner’s acceptance and review with Consultant.

23.15 Be responsible for ventilation of fumes and odours that may occur during construction. Include for temporary partitions and temporary exhaust fans to ensure that fumes are properly extracted from work area.

24 WORKMANSHIP AND MATERIALS

24.01 Materials used in execution of contract to be new and of best quality to do work for which it is intended. No defective, unsound, or used material will be permitted.

24.02 Manufactured articles, material, and equipment to be applied, installed, connected, erected, cleaned, and conditioned in strict accordance with applicable manufacturer’s instructions and directions.

24.03 Make no deviations from specifications or drawings without written request to Consultant and subsequent Consultant’s review and response.

24.04 Where evidence exists that defective work has occurred or that work has been carried out incorporating defective materials, or work has been damaged due to unprotected conditions, Consultant may have tests, inspections, surveys, analytical calculations of equipment performance and like to help determine whether work is to be corrected or replaced. These tests, inspections, etc. are to be made at Contractor’s expense, regardless of their results.

24.05 Conduct testing in accordance with requirements of CSA, local governing codes, and local governing authorities, except where this would, in Consultant’s opinion, cause undue delay or give results not representative of rejected material in place. In this case, tests are to be conducted in accordance with standards given by Consultant and/or Commissioning Authority, as applicable.

71 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 69: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 21

MMM No.: 1815301-000

24.06 Materials or work which fails to meet specified requirements, may be rejected by Consultant whenever found at any time prior to final acceptance of work regardless of previous inspections. If rejected, defective materials or work is to be promptly removed and replaced, or repaired to satisfaction of Owner, at no expense to Owner.

25 EQUIPMENT LOADS

25.01 Supply equipment loads (self-weight, operating weight, housekeeping pad, inertia pads, etc.) to Consultant, via shop drawing submissions, prior to construction.

25.02 Where given choice of specific equipment, actual weight, location and method of support of equipment may differ from those assumed by Consultant for base design. Back-check equipment loads, location, and supports, and include necessary accommodations.

25.03 Where supporting structure consists of structural steel framing, it is imperative that equipment loads, location, and method of support be confirmed prior to fabrication of structural steel. Be responsible for confirming locations of equipment with Consultant prior to construction.

26 CONSTRUCTION MACHINERY AND EQUIPMENT

26.01 Comply with codes, by-laws, and regulations governing erection and use of scaffolding and other equipment used for preparation, fabrication, conveying, and erection of Work.

26.02 Submit erection drawings if required by local authority having jurisdiction, Consultant, and Owner.

26.03 Submit to Consultant and Owner for review prior to start of work, erection and layout drawings and list of scaffolding, machinery, and equipment intended to be used in equipment rooms.

26.04 Erect scaffolding independent of walls and in a manner to avoid interference with parts of Work in progress. Obtain approval from Owner and allow Consultant to review.

26.05 Provide and maintain required shoring and bracing in accordance with Construction Safety Act and other applicable regulations.

26.06 Prevent sprayed materials from contaminating air beyond application area, by providing temporary enclosures.

26.07 Immediately remove from site scaffolding, rigging and hoisting equipment when no longer required.

26.08 Scaffolding, Rigging, and Hoisting

.1 Unless otherwise specified or directed, supply, erect and operate scaffolding, rigging, hoisting equipment and associated hardware required for work, and subject to approval of Owner and review by Consultant.

.2 Immediately remove from site scaffolding, rigging and hoisting equipment when no longer required.

.3 Do not place major scaffolding/hoisting equipment loads on any portion of structure without approval from Owner and review by Consultant.

72 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 70: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 22

MMM No.: 1815301-000

27 CHANGES IN THE WORK

27.01 Refer to City of Toronto issued Sections, with specific reference to "Specific Conditions of Contract".

28 NOTICE FOR REQUIRED FIELD REVIEWS

28.01 Whenever there is a requirement for Consultant to perform a field review prior to concealment of any work, to inspect/re-inspect work for deficiencies prior to Substantial Performance of the Work, for commissioning demonstrations, and any other such field review, give minimum 5 working days' notice in writing to Consultant.

28.02 If Consultant is unable to attend a field review when requested, arrange an alternative date and time coordinated with Consultant.

28.03 Do not conceal work until Consultant advises that it may be concealed.

28.04 When Consultant is requested to perform a field review and work is not ready to be reviewed, reimburse Consultant for time and travel expenses.

29 PRELIMINARY TESTING

29.01 When directed by Consultant, include for performance of site tests on any piece of equipment or any system for such reasonable lengths of time and at such times as may be required to prove compliance with Specification and governing Codes and Regulations, prior to Substantial Performance of the Work.

29.02 When, in Consultant's opinion, tests are required to be performed by a certified testing laboratory, arrange and pay for such tests.

29.03 These tests are not to be construed as evidence of acceptance of work, and it is agreed and understood that no claim for delays or damage will be made for injury or breakage to any part or parts of equipment or system due to test where such injuries or breakage were caused by faulty parts and/or workmanship of any kind.

29.04 When, in Consultant's opinion, tests indicate that equipment, products, etc., are defective or deficient, immediately remove such equipment and/or products from site and replace them with acceptable equipment and/or products, at no additional cost.

30 PROVISIONS FOR SYSTEMS/EQUIPMENT USED DURING CONSTRUCTION

30.01 Permanent mechanical systems in building may be used for temporary heating or cooling during construction subject to following conditions:

.1 written approval is obtained from Owner;

.2 each entire system is complete, pressure tested, cleaned, and flushed out;

.3 specified water treatment system has been commissioned, and treatment is being continuously monitored;

.4 building has been closed-in and areas to be heated/ventilated are clean and will not thereafter be subjected to dust-producing processes;

.5 there is no possibility of damage from any cause;

73 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 71: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 23

MMM No.: 1815301-000

.6 supply ventilation systems are protected by 60% filters, which are to be inspected daily, and changed every 2 weeks, or more frequently as required;

.7 return air systems have approved construction filters over openings, inlets, and outlets;

.8 systems are operated as per manufacturer's recommendations or instructions, and are monitored on a regular and frequent basis;

.9 warranties are not affected in any way;

.10 regular preventive and other manufacturer's recommended maintenance routines are performed;

.11 before application for Certificate of Substantial Performance of the Work, each entire system is to be refurbished, cleaned internally and externally, restored to "as-new" condition, and filters in air systems replaced;

.12 energy costs are to be paid by Contractor.

30.02 Confirm with Consultant what equipment can be used during construction.

30.03 Any system or piece of equipment that is specified to be provided under requirements of Project Documents and is required to be used during construction stages of work prior to issuing of Certificate of Substantial Performance of the Work, are to be provided with special interim maintenance and service to cover systems/equipment during time of use during construction period of project until project has been certified as substantially performed and such systems/equipment are turned over to Owner.

30.04 During this period of construction, such systems/equipment to not become property of Owner or be Owner’s responsibility for maintenance or service. Systems/equipment are to remain property of respective manufacturers/suppliers or Contractor, who are responsible for full maintenance and servicing of systems/equipment in order to maintain validity of warranties after turn over to Owner.

30.05 Prior to application for a Certificate of Substantial Performance of the Work and turn over to Owner, such systems/equipment to be cleaned, restored to "new" condition, luminaries re-lamped with "new" lamps, genset "serviced", paint finishes "touched-up", filters cleaned or replaced, etc.

31 OPENINGS

31.01 Supply opening sizes and locations to Consultant to allow verification of their effect on design, and for inclusion on structural drawings, where appropriate.

31.02 No openings will be permitted through completed structure without written request to Consultant and subsequent Consultant’s review and response. Clearly and accurately show on a copy of drawings, any openings which are required through structure. Identify and submit to Consultant for review, well in advance of doing work, exact locations, elevations, and size of proposed openings.

31.03 Prior to leaving site at end of each day, walk through areas of work and check for any openings, penetrations, holes, and/or voids created under scope of work of project, and ensure that any openings created under scope of work have been closed off, fire-stopped and smoke-sealed. Unless directed by Owner and coordinated with Consultant, do not leave any openings unprotected and unfinished overnight.

74 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 72: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 24

MMM No.: 1815301-000

32 CUTTING, CHASING AND CORE DRILLING

32.01 Cutting, chasing, and minor demolition required for Work to be responsibility of Prime Contractor, who is to either perform these operations with Contractor’s own forces under this Section of Work, or in most cases, engage particular sub-trade responsible for material affected. Typically openings larger than 50 mm (2”) to be carried out by General Trades Contractor. Submit core-drilling requests in a shop drawing form, indicating location with respect to gridlines, size of openings and elevation with dimensions to soffit of beams or edges of openings for Consultant’s review, prior to start of Work.

32.02 Criteria for Cutting Holes for new services:

.1 cut holes through slabs only; no holes to be cut through beams;

.2 cut holes 150 mm (6”) diameter or smaller only; obtain approval from Structural Consultant for larger holes;

.3 keep at least 100 mm (4”) clear from beam faces;

.4 space at least 3 hole diameters on center;

.5 for holes that are required closer than 25% of slab span from supporting beam face, use cover meter above slab to clear slab top bars;

.6 for holes that are required within 50% of slab span, use cover meter underside of slab to clear slab bottom bars;

.7 submit sleeving drawings indicating holes and their locations for Structural Consultant's review.

32.03 Cut, chase, and make good to leave Work in a finished condition where new Work connects with existing and where existing Work is altered. Perform required core drilling.

32.04 Where a trade section corresponding to any part of existing Work is not included in Specifications, cutting and chasing for such portions of Work under this category to be provided under this Section.

32.05 Where new Work penetrates existing construction, core drill or saw cut an opening. Size openings to leave 13 mm (1/2") clearance around Work and pack and seal the void between the opening and the Work for length of opening with ULC listed and labelled material in accordance with fire stopping and smoke seal materials work requirements specified in Division 07 and in respective Divisions of the Work.

32.06 Prior to drilling or cutting an opening, determine, in consultation with Consultant and Owner, and by use of non-destructive radar scanning of the slab or wall, presence, if any, of existing services and reinforcement bars concealed behind building surface to be cut and locate openings to suit. You will be held responsible for damage to existing services caused by core drilling or cutting openings. In areas that scanning is not permitted by Owner or where scanning equipment cannot access, hand chisel to expose any reinforcing steel or buried services.

32.07 Do not cut any existing Work without coordination with and review by Consultant. Perform cutting, coring and scanning after normal working hours as defined in Division 00, and reviewed with Consultant.

75 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 73: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 25

MMM No.: 1815301-000

33 PATCHING AND MAKING GOOD

33.01 Patching and making good to be responsibility of Prime Contractor and be performed by trade specialist in particular material to be treated, and to be made indistinguishable in finished work when viewed from distance of 1500 mm (5') under normal lighting. Unless otherwise approved by Owner and reviewed with Consultant, patch openings and penetrations same day as cutting/drilling of work. Provide fire stopping and smoke seal materials in fire rated construction as specified in Division 07.

33.02 Where existing openings are indicated as filled in, new openings cut into existing walls, existing items removed, or any form of alteration to existing surface or material is made, term "Make Good" is deemed to apply whether specifically noted or not.

33.03 Where term "Make Good" is implied or used on drawings or in Specifications to refer to repairing or filling operations performed on existing floors, walls, ceilings or any other exposed surfaces, it is intended that finished surfaces match and line with existing adjoining surfaces.

33.04 Paint patched areas to match existing. Unless otherwise noted in Division 09, include for one coat of base primer enamel and minimum two coats of alkyd enamel finish. If paint colour cannot be found to match existing, repaint entire ceiling and/or wall. Apply sufficient number of coats such that patched area is indistinguishable to surrounding area.

33.05 Continue base, dadoes, and miscellaneous moulds and features around face of patched areas.

33.06 Where existing surfaces are damaged by Work and/or where existing devices are removed from wall, ceilings, floors and other surfaces, and such deleted devices are not being replaced in same locations, patch locations of these removed devices and re-finish. Patching and finishing is to be provided by tradesmen skilled in particular trade or application worked on by trade. Where openings are left in existing ceiling tiles, replace ceiling tiles with new matching tiles coordinated with and reviewed by Consultant. Unless otherwise included for in other Divisions, include for:

.1 preparing existing surfaces to be filled and repainted to be cleaned as required to remove dirt, dust, oil, grease, loose paint, rust and any other foreign matter which would prevent proper bonding of new finish; sand glossy surfaces to uniform dull texture;

.2 filling in and patching surfaces with same material as existing surfaces; finished surfaces to match and line with existing adjoining surfaces;

.3 providing fire stopping materials to maintain fire rating of surfaces penetrated;

.4 using paint rollers and/or brushes to apply and extend paint finish over full height and/or width of area affected, to a straight line in location coordinated with and reviewed by Consultant;

.5 applying sufficient number of coats such that patched area is indistinguishable to surrounding area;

.6 materials used to be of equivalent quality to existing finishes standards and be compatible with finishes to which they are applied;

.7 finishes to be coordinated and reviewed with Consultant.

76 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 74: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 26

MMM No.: 1815301-000

34 MAINTAINING EQUIPMENT PRIOR TO ACCEPTANCE

34.01 Maintain equipment in accordance with manufacturers printed instructions prior to start-up, testing and commissioning.

34.02 Employ a qualified millwright to check and align shafts, drives, and couplings on all base mounted split coupled motor driven equipment.

34.03 Where equipment lubrication fittings are not easily accessible, extend the fittings to accessible locations using copper or aluminium tubing.

34.04 All filters are to be new upon Substantial Performance of the Work. This is in addition to any spare filters specified.

35 CLEANING

35.01 Keep site free from accumulations of surplus materials or rubbish caused by Employees or Subcontractors. Provide covered bins for removing debris and rubbish. At completion of work of each day, remove rubbish, tools, scaffolding, and surplus materials due to this Contract from and about premises, and leave whole of work in a clean and tidy condition to satisfaction of Owner and reviewed with Consultant. Owner may remove rubbish and charge such cost to Contractor as Owner determines to be just.

35.02 During construction, keep site reasonably clear of rubbish and waste material resulting from work on a daily basis to the satisfaction of Owner and reviewed with Consultant. Before applying for a Certificate of Substantial Performance of the Work, remove rubbish and debris, and be responsible for repair of any damage caused as a result of work.

35.03 At time of final cleaning, clean luminaire reflectors, lenses, and other luminary surfaces that have been exposed to construction dust and dirt, including top surface, whether it is exposed or in ceiling space.

35.04 Remove debris from building in closed containers. Material not for reuse to become the property of Contractor. Remove debris promptly from the site. Make good all damage.

35.05 Where applicable to scope of Project Work:

.1 clean and make good surfaces soiled or otherwise damaged in connection with Work. Pay cost of replacing finishes or materials that cannot be satisfactorily cleaned;

.2 clean equipment and devices installed as part of this project;

.3 clean switches, receptacles, communications outlets, coverplates, and exposed surfaces.

35.06 For work performed in mechanical and electrical equipment rooms, electrical closets and communication closets, perform following:

.1 HEPA vacuum and clean interiors and buswork of switchboards, panels, cabinets and other electrical equipment of construction debris and dust prior to energization;

.2 HEPA vacuum top of switchboards, panels, cabinets, bus ducts, cable trays and conduits in room, followed by a thorough HEPA vacuuming of floors;

77 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 75: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 05 Outdoor Generator GENERAL INSTRUCTIONS March 15, 2016 Page 27

MMM No.: 1815301-000

.3 do not lay permanent floor matting in rooms until rooms are re-cleaned, and floors wet mopped and dried just prior to final turn over to Owner.

END OF SECTION

78 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 76: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 LOC Page 1

MMM No.: 1815301-000

LIST OF CONTENTS

1 MEETINGS

2 SUBMITTALS

3 CERTIFICATES AND TRANSCRIPTS

4 REQUEST FOR INFORMATION (RFI)

5 SHOP DRAWINGS

6 SAMPLES

7 OPERATING AND MAINTENANCE MANUALS

8 RECORD AS - BUILT DRAWINGS

9 BOOKS AND RECORDS OF CONTRACTOR

10 PROGRESS AND SUBMITTALS SCHEDULES

11 PROGRESS AND DAILY REPORTS

12 PROJECT INSPECTION, TESTING, START-UP AND VERIFICATION WORK

13 EQUIPMENT AND SYSTEM MANUFACTURER'S CERTIFICATION

14 EQUIPMENT AND SYSTEM START-UP

15 WARRANTY

16 CONTRACT CLOSE OUT

17 INSTRUCTIONS TO OWNER

18 ELECTRONIC DATA TRANSFER AGREEMENT

APPENDIX - ELECTRONIC DATA TRANSFER AGREEMENT

79 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 77: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 1

MMM No.: 1815301-000

1 MEETINGS

1.01 General

.1 Hold Project and coordination meetings on site or other pre-arranged location, on a regular basis coordinated and confirmed with Consultant.

.2 Organize each meeting and send out appropriate notices to Owner, Consultants, Subcontractors, and any other persons whose presence is required.

.3 Attendance at Project Management level by Contractors is mandatory.

.4 Take minutes of meetings and submit copies of minutes to parties present and any other party as necessary.

1.02 Start-up Meeting

.1 Within 5 working days prior to construction start-up meeting, submit construction schedule for review by Owner and Consultant.

.2 Arrange start-up meeting as requested by Consultant for attendance by all parties in Contract to discuss and resolve administrative procedures and responsibilities.

.3 Agenda to include following:

.1 appointment of official representative of participants in Work;

.2 schedule of Work, progress scheduling;

.3 ordering of and delivery schedule of specified equipment;

.4 shop drawing submissions;

.5 site security, emergencies, protective measures;

.6 supplementary instructions, contemplated changes, change orders, procedures, approvals required, mark up percentages permitted, time extension, overtime, administrative requirements;

.7 record drawings, maintenance manuals, take over procedures, acceptance, warranties;

.8 administrative procedures, holdbacks;

.9 insurances, transcripts of policies, Workers’ Compensation.

1.03 Progress Meeting

.1 During course of Work, administer and schedule weekly progress meetings and any additional as may be required until project completion.

.2 Agenda to include following:

.1 review, approval of minutes of previous meeting;

80 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 78: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 2

MMM No.: 1815301-000

.2 review of work progress since previous meeting;

.3 field observations, problems, conflicts;

.4 problems which impede construction schedule;

.5 corrective measures and procedures to regain projected schedule;

.6 revisions to construction schedule;

.7 progress schedule during succeeding work period and effect on occupants;

.8 review submittal schedules for samples and shop drawings and expedite as required;

.9 maintenance of quality standards;

.10 pending changes and substitutions;

.11 review proposed changes for effect on construction schedule and on completion date;

.12 other business.

2 SUBMITTALS

2.01 Submit to Consultant for review following:

.1 construction schedules;

.2 shop drawings;

.3 samples;

.4 product data;

.5 certification and verification of performance;

.6 mock-ups and quality control panels;

.7 operating and maintenance manuals;

.8 as-built record documents;

.9 progress and submittals schedules;

.10 progress and daily reports;

.11 inspection and test reports;

.12 warranties;

.13 certificates and transcripts.

81 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 79: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 3

MMM No.: 1815301-000

2.02 Submit submittals with reasonable promptness and in an orderly sequence so as to not cause delay in Work. Failure to submit in ample time is not considered sufficient reason for an extension of Contract Time and no claim for extension by reason of such default will be allowed.

2.03 Work affected by submittal is not to proceed until review by Consultant is complete.

2.04 Review submittals prior to submission to Consultant. Review represents that necessary requirements have been determined and verified, or will be, and that each submittal has been checked and coordinated with requirements of the Work and Contract Documents. Submittals not stamped, signed, dated and identified as to specific project will be returned without being examined and will be considered rejected.

2.05 Verify field measurements and coordinate affected adjacent Work.

2.06 Contractor’s responsibility for errors and omissions in submission is not relieved by Consultants review of submittals.

2.07 Contractor’s responsibility for deviations in submission from requirements of Contract Documents is not relieved by Consultants review.

2.08 Keep one reviewed copy of each submission at Place of the Work.

3 CERTIFICATES AND TRANSCRIPTS

3.01 Immediately after award of Contract and when instructed by Consultant, submit Workplace Safety and Insurance Board/Workers’ Compensation Board status, transcription of insurances, and as specified Performance Bond and Labour and Material Payment Bond.

4 REQUEST FOR INFORMATION (RFI)

4.01 Where information is required during construction period, submit request for information to Consultant in writing, clearly identifying:

.1 Contractor’s company name, address and telephone number, and designated contact person;

.2 project title and Consultant's project number;

.3 name of Consultant's contact person;

.4 RFI tracking number and date of submission;

.5 description of information required with related specification section number, page number and paragraph number referenced; or if drawing related, drawing number with co-ordinates or note number referenced, as applicable.

82 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 80: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 4

MMM No.: 1815301-000

4.02 RFI process of submission, review and response to be agreed upon between Consultant and Contractor at commencement of Work. Unless otherwise noted by or agreed upon with Consultant, allow Consultant minimum of 5 working days to respond to RFI from Consultant’s date of acknowledged receipt, to date of issuance, based upon a regular and reasonable flow of RFIs. If, for any reason, Consultant requires additional time beyond 5 working days, Consultant to provide Contractor with notice indicating additional time required. If, at any time, Contractor submits an unusually large number of RFIs or RFIs of complex nature, such that Consultant cannot process these RFIs within 5 working days, Consultant to provide Contractor with an estimate of time necessary for processing.

5 SHOP DRAWINGS

5.01 At start-up meeting, confirm with Consultant products to be included in shop drawing submission. Prepare and submit list of products to Consultant for review.

5.02 Submit electronic copies of shop drawings unless otherwise directed by Consultant. Confirm exact requirements with Consultant.

5.03 Submit for review, drawings showing in detail design, construction, and performance of equipment and materials as requested in Specification. Include minimally for preparation and submission of following, as applicable:

.1 product literature cuts;

.2 equipment data sheets;

.3 equipment dimension drawings;

.4 system block diagrams;

.5 sequence of operation;

.6 connection wiring schematic diagrams;

.7 functionality with integrated systems.

5.04 Each shop drawing or product data sheet is to be properly identified with project name and product drawing or specification reference. Shop drawing or product data sheet dimensions are to match dimension type on drawings.

5.05 Where any item of equipment is required by Code or Standard or By-Law to meet a specific energy efficiency level, or any other specific requirement, ensure this requirement is clearly indicated on submission.

5.06 Ensure proposed products meet each requirement of Project. Endorse each shop drawing copy "CERTIFIED TO BE IN ACCORDANCE WITH ALL REQUIREMENTS". Include company name, submittal date, and sign each copy. Shop drawings that are received and are not endorsed, dated and signed will be returned to be resubmitted. Submit electronic copies of shop drawings unless otherwise directed by Consultant. Confirm exact requirements with Consultant.

83 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 81: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 5

MMM No.: 1815301-000

5.07 Consultant to review shop drawings and indicate review status by stamping shop drawing copies as follows:

.1 "REVIEWED" or "REVIEWED AS NOTED" (appropriately marked) - If Consultant's review of shop drawing is final, Consultant to stamp shop drawing;

.2 "RETURNED FOR CORRECTION" - If Consultant's review of shop drawing is not final, Consultant to stamp shop drawing as stated above, mark submission with comments, and return submission. Revise shop drawing in accordance with Consultant's notations and resubmit.

5.08 Following is to be read in conjunction with wording on Consultant's shop drawing review stamp applied to each and every shop drawing or product data sheet submitted:

"THIS REVIEW BY CONSULTANT IS FOR SOLE PURPOSE OF ASCERTAINING CONFORMANCE WITH GENERAL DESIGN CONCEPT. THIS REVIEW DOES NOT MEAN THAT CONSULTANT APPROVES DETAILED DESIGN INHERENT IN SHOP DRAWINGS, RESPONSIBILITY FOR WHICH REMAINS WITH CONTRACTOR. CONSULTANT’S REVIEW DOES NOT RELIEVE CONTRACTOR OF RESPONSIBILITY FOR ERRORS OR OMISSIONS IN SHOP DRAWINGS OR OF CONTRACTOR'S RESPONSIBILITY FOR MEETING REQUIREMENTS OF CONTRACT DOCUMENTS. BE RESPONSIBLE FOR DIMENSIONS TO BE CONFIRMED AND CORRELATED AT JOB SITE, FOR INFORMATION THAT PERTAINS SOLELY TO FABRICATION PROCESSES OR TO TECHNIQUES OF CONSTRUCTION AND INSTALLATION, AND FOR COORDINATION OF WORK OF SUB-TRADES."

5.09 Submit each system and each major component as separate shop drawing submissions. Submit together, shop drawings for common devices such as devices of each system.

5.10 Obtain shop drawings for submission from product manufacturer's authorized representatives and supplemented with additional items specified herein.

5.11 Where extended warranties are specified for equipment items, submit specified extended warranty with shop drawing submittal.

5.12 Refer to specific requirements in other Sections.

6 SAMPLES

6.01 Unless more are requested in individual specifications sections, submit for review samples in triplicate for products and assemblies as requested in respective specification Sections. Label samples as to date, project number, Specifications section, origin, and intended use in Work.

6.02 Unless otherwise instructed by Consultant, deliver samples prepaid to site office. Include costs for delivery and handling, assembly, and return to supplier of samples if applicable.

6.03 Notify Consultant in writing, at time of submission of deviations in samples from requirements of Contract Documents.

6.04 Consultant adjustments and comments made on samples are not intended to change Contract Price. If adjustments affect value of Work, state such in writing to Consultant prior to proceeding with the Work.

6.05 Make changes in samples which Consultant may require, consistent with Contract Documents.

84 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 82: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 6

MMM No.: 1815301-000

6.06 Should any change of material, colour, texture, finish, dimensions, performance, function, operation, construction, joining, fastening, fabrication techniques, service characteristics, and other qualities be made to a product after Consultant’s initial review has been made, resubmit samples for Consultants review and acceptance of revised characteristics .

6.07 Each product incorporated in Work to be precisely same in each detail as per accepted sample.

7 OPERATING AND MAINTENANCE MANUALS

7.01 For each item of equipment for which a shop drawing is required (except for simple equipment), supply minimum 3, project specific, indexed copies of equipment manufacturers' operating and maintenance (O&M) instruction data manuals. Confirm exact quantity of manuals with Consultant. Consolidate each copy of data in an identified hard cover three "D" ring binder. Each binder to include:

.1 front cover: project name label; wording to identify respective Division of Work - "Name of Division" Systems Operating and Maintenance Manual"; and date;

.2 introduction sheet listing Consultant, Contractor, and Subcontractor names, street addresses, telephone and fax numbers, and e-mail addresses;

.3 equipment manufacturer's authorized contact person name, telephone number and company website;

.4 Table of Contents sheet, and corresponding index tab sheets;

.5 copy of each "Reviewed" or clean, updated "Reviewed As Noted" shop drawing or product data sheet, with manufacturer's/supplier's name, telephone and fax numbers, email address, company website address, and email address for local source of parts and service; when shop drawings are returned marked "REVIEWED AS NOTED" with revisions marked on shop drawing copies, they are to be revised by equipment supplier to incorporate comments marked on "reviewed" shop drawings and a clean updated copy is to be included in operating and maintenance manuals;

.6 Additional general information to include:

.1 description of each system and its controls;

.2 wiring and connection diagrams, and control schematics;

.3 explanation of operational principles with operational instruction for each system and each component;

.4 description of actions to be taken in event of emergencies and/or equipment failure;

.5 items requested specifically in Section Articles.

.7 Maintenance data to include:

.1 servicing maintenance, operation and trouble-shooting instructions for each item of equipment and each system;

.2 schedules of tasks, frequency, tools required, and estimated task time;

85 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 83: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 7

MMM No.: 1815301-000

.3 recommended maintenance practices and precautions;

.4 complete parts lists with numbers.

.8 Performance data to include:

.1 equipment and system start-up data sheets;

.2 equipment performance verification and test results, and final commissioning reports;

.3 warranties;

.4 final equipment verification certificates;

.5 inspection certificates issued by regulatory authorities;

.9 For Mechanical Divisions additionally include following as applicable:

.1 pressure test reports, and certificates issued by governing authorities;

.2 control schematics for equipment/systems including building environmental controls;

.3 if applicable, BAS architecture and required operating data;

.4 description of operation of each system at various loads together with reset schedules and seasonal variances;

.5 adjusting and balancing reports;

.6 valve tag schedule, and flow diagrams to indicate valve locations.

.10 For Electrical Divisions additionally include copies of additional and revised panelboard directories, as applicable. Also include clear statement documenting that emergency power generator set and accessories include 24 months full parts and labour warranty as specified in Section 26 32 00.

7.02 Generally, binders are not to exceed 75 mm (3") thick and not to be more than 2/3 full.

7.03 Operating and maintenance instructions are to relate to job specific equipment supplied under this project and related to Owner’s building. Language used in manuals is to contain simple practical operating terms and language easy for in-house maintenance staff to understand how to operate and maintain each system.

7.04 Before applying for a Certificate of Substantial Performance of the Work, assemble one copy of O & M Manual and submit to Consultant for review prior to assembling remaining copies. Incorporate Consultant’s comments into final submission.

7.05 Provide digital copies of contents of operating and maintenance manuals and load onto USB type flash drive and submit to Consultant. Prepare digital copies using version of Adobe Acrobat Portable Document Format or equal as reviewed with Consultant and enhanced with bookmarks and internal document links.

86 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 84: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 8

MMM No.: 1815301-000

8 RECORD AS - BUILT DRAWINGS

8.01 Drawings for this project have been prepared on a CAD system using AutoCAD software of release version confirmed with Consultant. For purpose of producing record "as built" drawings, copies of Contract Drawings can be obtained from Consultant, at expense of $25.00 CDN plus HST, per drawing, up to first 10 drawings, and $5.00 CDN plus HST, per any additional drawings thereafter. Drawings may also to be used for preparation of layouts and interference drawings.

8.02 As work progresses at site, clearly mark in red in a neat and legible manner on a set of bound white prints of Contract Drawings, changes and deviations from routing of services and locations of equipment shown on Contract Drawings, on a daily basis. Changes and deviations include those made by addenda, change orders, and site instructions. Use notes marked in red as required. Maintain white print red line as-built set at site for exclusive use of recording as-built conditions, keep set up-to-date, and ensure set is available for periodic review. As-built set is also to include following:

.1 dimensioned location of inaccessible concealed work;

.2 locations of control devices with identification for each;

.3 location and identification of devices in concealed locations such as accessible ceiling spaces and raised floors;

.4 for underground piping and ducts, record dimensions, invert elevations, offsets, fittings, cathodic protection and accessories if applicable, and locate dimensions from benchmarks to be preserved after construction is complete;

.5 location of concealed services terminated for future extension and work concealed within building in inaccessible locations.

.6 location of piping system air vents;

.7 for fire protection systems, record actual locations of equipment, sprinkler heads, and valves, drains, and test locations, and deviations of pipe routing and sizing from that shown on the drawings;

.8 location of fire alarm devices and include addresses of devices; identify fire alarm zones;

.9 identify routing and location of concealed conduits/ducts of diameter 50 mm (2") and greater.

8.03 Before applying for a Certificate of Substantial Performance of the Work, update a clean copy of Contract Drawing set in accordance with marked up set of "as-built" white prints including deviations from original Contract Drawings, thus forming an "as-built" drawing set. Submit "as-built" site drawing prints to Consultant for review. Make necessary revisions to drawings as per Consultant's comments, to satisfaction of Consultant.

8.04 Use final reviewed "as-built" drawing set to provide CAD files of drawings thus forming true "as-built" set of Contract Drawings. Identify set as "Project Record Copy". Load digital copies of final reviewed by Consultant as-built drawings onto USB type flash drive. Provide 3 complete hard copy sets of "as-built" drawings and electronic copy on USB. Submit "as-built" sets of white prints and USB to Consultant.

87 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 85: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 9

MMM No.: 1815301-000

8.05 Submitted drawings are to be of same quality as original Contract Drawings. CAD drawing files are to be compatible with AutoCAD software release version confirmed with Consultant.

8.06 Unless otherwise noted in Divisions 00 or 01, failure to maintain accurate record drawings will incur additional 5% holdback on progress claims until drawings are brought up to date to satisfaction of Consultant.

8.07 For projects with phased turnover of project, review with Consultant completeness of as-built drawings prior to turn over of an area. Copies of hand drawn interim as-built drawings to be made available to Owner's maintenance personnel.

8.08 Retain and pay for services of a land surveyor registered in Place of the Work to measure, verify, and record size, location, invert elevation and pitch of buried piping services, and, when complete, to produce a signed and sealed AutoCAD disc (of release version confirmed with Consultant) of survey work which is to be submitted to Consultant. Transfer survey work to as-built drawings.

8.09 Prepare and submit for review with record drawings, a neat, clear, properly identified, "as-built" electrical distribution riser diagram record drawing (in AutoCAD format release version confirmed with Consultant) of entire electrical distribution system up to and including line side connections to panelboards. Building and room outlines are to reflect "as-built" outlines. Include in diagrams for feeder types and sizes, conduit sizes, breaker, switchboard and distribution panel sizes, etc. Submit sample version to Consultant for review and comments prior to final manufacturer. Size diagrams same size as issued full Size Drawings. Mount riser diagrams on 10 mm (3/8") thick foam core complete with mylar finish cover, and hardware suitable for wall mounting in main electrical room.

8.10 Include on single lines, panelboard locations identified by room numbers below panel. When specific identified location is not available, nearest available room number to be used followed by a (∆) triangle to flag approximate location. Encircle various loads by Building Wings (where applicable) for ease of identification. Group lighting loads on panelboards on top of panel. Identify motor control centres and splitters similar to panelboards. Identify fuse sizing including existing equipment where there is no difficulty in obtaining information. Use these requirements for pricing, and confirm exact requirements with Consultant prior to commencing work.

8.11 Replace existing posted single line electrical distribution drawings with revised to reflect renovations and revisions to electrical distribution equipment. Drawings to be of type to match existing as confirmed with Owner.

9 BOOKS AND RECORDS OF CONTRACTOR

9.01 Maintain proper books and records showing expenditures in connection with construction of Work. Retain onsite, a permanent written record of construction schedule coordinated and accepted by Owner and reviewed with Consultant, of progress of work showing dates of commencement and completion of parts of work. Make this record available for inspection by Consultant’s representative at all times.

9.02 Maintain on site or at some other location confirmed with Consultant, records relevant to valuation of the Work, including books of account, invoices, and statements. Make records available at all reasonable times for inspection by Consultant, Owner and Federal and Provincial Auditors.

9.03 Assist such inspection for purpose of establishing and determining quantity, quality and cost of materials and equipment purchased and used in the Work.

88 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 86: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 10

MMM No.: 1815301-000

10 PROGRESS AND SUBMITTALS SCHEDULES

10.01 Submit following schedules to Consultant within 10 working days from date of award of Contract unless otherwise specified herein:

.1 Progress schedule:

.1 Prepare a progress schedule of the Work consistent with work schedule. Allow time for preparing and reviewing shop drawings, delivery of major items and equipment, and completion of work of each Subcontractor or special operation required to perform Work. Coordinate Progress Schedule with Schedule of Service shutdowns.

.2 Maintain progress schedule up to date and advise parties concerned of changes.

.3 Print and issue copies to parties concerned. Issue revised copies at suitable intervals.

.2 Submittals schedules:

.1 Prepare and submit schedule listing shop drawings showing anticipated date of submission and date review is required.

.2 Prepare and submit schedule listing samples showing anticipated date of submission and date review is required.

.3 Prepare and submit a schedule for delivery of equipment showing anticipated date of arrival.

.4 Coordinate these schedules with progress schedule.

.3 Cost breakdown and cash flow schedule:

.1 Prepare cost breakdown for each section of the Work and a monthly cash flow schedule coordinated with progress schedule.

.2 Submit draft format for acceptance by Consultant.

.3 Submit cost breakdown and cash flow schedule 15 working days or more prior to first application for payment.

.4 Maintain cash flow schedule up to date with progress schedule and advise Consultant of changes.

.5 Issue revised copies to Consultant at time of each change.

11 PROGRESS AND DAILY REPORTS

11.01 Progress reports:

.1 Submit to Consultant monthly progress reports with each progress payment claim consisting of a concise description and marked-up schedule showing physical percentage complete by item and in total.

89 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 87: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 11

MMM No.: 1815301-000

11.02 Daily reports:

.1 Maintain in field office at Place of the Work a written daily record of progress of parts of the Work available for review with Consultant. Show dates of commencement and completion of parts of the Work, daily high and low temperatures and other weather particulars, number of people engaged on the Work (including sub-trades) broken down in groups for each part of the Work.

12 PROJECT INSPECTION, TESTING, START-UP AND VERIFICATION WORK

12.01 Perform complete inspection, testing, adjusting, start-up, and verification of systems and equipment. Prepare and submit copies of completed testing reports to Consultant.

12.02 Expedite and complete deficiencies and defects identified by Owner and Consultant.

12.03 Prior to application for Certificate of Substantial Performance of the Work carefully inspect Work and ensure it is complete, that major and minor construction deficiencies are complete and/or corrected and building is clean and in condition for occupancy. Notify Consultant in writing, of Satisfactory Completion of the Work and request an inspection. Arrange for a final inspection tour with Owner, Consultant, and appropriate Subcontractors present.

12.04 Submit to Consultant, written request for final inspection of systems. Include written certification that:

.1 deficiencies noted during job inspections have been completed;

.2 field quality control procedures have been completed, maintenance and operating data have been completed and submitted to, and reviewed with Consultant;

.3 tags and nameplates are in place and equipment identification have been completed;

.4 cleaning up is complete;

.5 spare parts and replacement parts specified have been provided and acknowledged by Consultant;

.6 as-built and record drawings have been completed and submitted to, reviewed and accepted by Consultant;

.7 Owner’s staff has been instructed in operation and maintenance of systems;

.8 commissioning procedures have been completed to satisfaction of Consultant and Commissioning Agent;

.9 nameplates, signage and operating and maintenance manuals are to satisfaction of Consultant.

.10 systems have been tested and verified, and are ready for operation;

.11 fire alarm verification has been 100% completed and Verification Certificate has been submitted to and reviewed with Consultant.

12.05 After Consultants inspections, correct list of deficiencies and defects prepared by Consultant.

90 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 88: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 12

MMM No.: 1815301-000

12.06 When Consultant considers deficiencies and defects have been properly corrected and it appears requirements of Contract have been performed, make application for Certificate of Substantial Performance.

13 EQUIPMENT AND SYSTEM MANUFACTURER'S CERTIFICATION

13.01 When equipment/system installation is complete, but prior to start-up procedures, arrange and pay for equipment/system manufacturer's authorized representative to visit site to examine installation, and after any required corrective measures have been made, to certify in writing to Consultant that equipment/system installation is complete and in accordance with equipment/system manufacturer's instructions.

14 EQUIPMENT AND SYSTEM START-UP

14.01 When installation of equipment/systems is complete but prior to commissioning, perform start-up for equipment/systems as specified in respective work Sections in accordance with following requirements:

.1 submit a copy of each equipment/system manufacturer's start-up report sheet to Consultant for review, and incorporate any comments made by Consultant;

.2 under direct on-site supervision and involvement of equipment/system manufacturer's representative, start-up equipment/systems, make any required adjustments, document procedures, leave equipment/systems in proper operating condition, and submit to Consultant complete set of start-up documentation sheets signed by manufacturer/supplier and Contractor.

15 WARRANTY

15.01 Refer to Section 5 Supplementary Conditions to CCDC 2 -2008 Stipulated Price Contract.

15.02 Where equipment includes extended warranty period, e.g., 5 years, first year of warranty period is to be governed by terms and conditions of warranty in Contract Documents, and remaining years of warranty are to be direct from equipment manufacturer and/or supplier to Owner. Submit signed and dated copies of extended warranties to Consultant.

15.03 Warranty to include parts, labour, travel costs and living expenses incurred by manufacturer’s authorized technician to provide factory authorized on-site service.

15.04 Repair and/or replace any defects that appear in Work within warranty period without additional expense to Owner. Be responsible for costs incurred in making defective work good, including repair or replacement of building finishes, other materials, damage to other equipment. Ordinary wear and tear and damage caused wilfully or due to carelessness of Owner’s staff or agents is exempted.

15.05 Do not include Owner deductible amounts in warranties.

16 CONTRACT CLOSE OUT

16.01 Collect reviewed submittals, and assemble documents executed by Subcontractors, suppliers and manufacturers. Also include (as applicable):

.1 documentation in respect to requirements of the Construction Lien Act;

.2 Statutory Declarations;

91 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 89: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 13

MMM No.: 1815301-000

.3 Indemnification Forms;

.4 Warranties;

.5 Certificates of Approval or Acceptance from Regulatory Authorities;

.6 certificate of good standing from Workplace Safety and Insurance Board/Workers’ Compensation Board for Prime Contractor and Subcontractors;

.7 statement of completion from Prime Contractor;

.8 Final Statutory Declaration from Contractor and Sub-Trades;

.9 confirmation that federal, provincial, and/or municipal authorities have given their formal approval on the Work;

.10 reference records as specified;

.11 certificate of inspection from Consultants, as applicable;

.12 certification that systems have been tested and are ready for operation;

.13 certification that adjusting of systems is completed;

.14 certification that Owner’s operating personnel have been instructed in proper operation of systems and equipment and have received operating and maintenance manuals and other pertinent records and schedules;

.15 other documents specified in Technical Specifications for each Trade.

16.02 Submit material prior to final application for payment. For equipment put into use with Owner’s permission during construction, submit within 10 working days after start-up. For items of Work delayed materially beyond date of Substantial Completion, provide updated submittal within 10 working days after acceptance, listing date of acceptance as start of warranty period.

16.03 Review maintenance manual contents (operating, maintenance instructions, record "as-built" drawings, spare parts, materials) for completeness.

16.04 Review cash allowances in relation to Contract Price, change orders, holdbacks and other Contract Price of Adjustments.

16.05 Attend "end-of-work" testing and break-in or start-up demonstrations.

16.06 Review inspection and testing reports to verify conformance to intent of documents and that changes, repairs or replacements have been completed.

16.07 Review condition of equipment which have been used in course of the work to ensure turning over at completion in "as new condition" with warranties, dated, and certified from time of Substantial Performance of the Work.

16.08 Arrange and coordinate instruction of Owner’s staff in care, maintenance, and operation of systems by suppliers or Subcontractors.

92 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 90: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 14

MMM No.: 1815301-000

16.09 Coordinate building accessibility, traffic, and Contractor’s and Subcontractor’s cleaning-up and completion activities with the Owner’s moving-in of staff, furnishings, and equipment, all to suit Owner’s work schedule and not disrupt Owner’s productivity.

16.10 Provide on-going review, inspection and attendance to building call-back, maintenance and repair problems during the warranty period.

16.11 Provide warranties fully executed.

16.12 Submit a final statement of accounting giving total adjusted Contract Sum, previous payments and monies remaining due.

16.13 Consultant will issue a final change order reflecting approved adjustments to Contract Sum not previously made.

17 INSTRUCTIONS TO OWNER

17.01 Instruct Owner’s designated representatives in aspects of operation and maintenance of systems and equipment listed in trade Sections governed by this Section. Obtain in writing from Consultant a list of Owner’s representatives to receive instructions.

17.02 Include services of qualified service technicians and other manufacturer’s representatives required for instruction of specialized portions of installation.

17.03 For each item of equipment and for each system for which training is specified, prepare training modules as specified below. Operating and Maintenance Manuals are to be used during training sessions, and training modules to include:

.1 Operational Requirements and Criteria: to include but not be limited to equipment function, stopping and starting, safeties, operating standards, operating characteristics, performance curves, and limitations.

.2 Troubleshooting: to include but not be limited to diagnostic instructions, test and inspection procedures.

.3 Documentation: to include but not be limited to equipment/system warranties, and manufacturer’s/supplier’s parts and service facilities, telephone numbers, email addresses, and like.

.4 Maintenance requirements: to include but not be limited to inspection instructions, types of cleaning agents to be used as well as cleaning methods, preventive maintenance procedures, and use of any special tools.

.5 Repair requirements: to include but not be limited to diagnostic instructions, disassembly, component removal and repair instructions, instructions for identifying parts and components, and review of any spare parts inventory.

17.04 Assemble training modules into a training manual and submit a copy to Consultant for review prior to scheduling training. Ensure that each participant in each training session has required training material.

17.05 Schedule demonstrations and training at mutually agreed to times with minimum of 10 working days’ notice given to Owner and Consultant.

93 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 91: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 10 10 Outdoor Generator ADMINISTRATIVE PROCEDURES March 15, 2016 Page 15

MMM No.: 1815301-000

17.06 Training Session DVD: For emergency genset equipment/system demonstration and training sessions as specified in work Sections, submit identified DVD of session prepared by professional photographer with construction project technical training session experience.

17.07 Demonstration and Training Confirmation: Obtain a list of personnel to receive demonstration and training from Consultant, and after training session is completed, have each participant sign list to confirm their attendance and that person understood demonstration and training session.

17.08 Obtain signatures of Owner’s representative to verify that they have received operating and maintenance instruction manuals and "As-built" record drawings.

17.09 Make requested submissions and additionally submit to Consultant prior to application for a Certificate of Substantial Performance of the Work, a complete list of systems for which instructions were given, stating for each system:

.1 date instructions were given to Owner’s staff;

.2 duration of instruction;

.3 names of persons instructed;

.4 other parties present (manufacturer’s representative, consultants, etc.).

18 ELECTRONIC DATA TRANSFER AGREEMENT

18.01 Complete and submit to Consultant, copy of Electronic Data Transfer Agreement appended to end of this Section.

END OF SECTION

94 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 92: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Page 1 of 2

AGREEMENT FOR THE TRANSFER OF ELECTRONIC DATA

THIS AGREEMENT is made as of [Date (i.e., July 31, 2008)]

B E T W E E N:

(Recipient Name) hereinafter called the “Recipient”

-and- MMM GROUP LIMITED hereinafter called “MMM”

WHEREAS the Recipient has requested that MMM transfer certain information in the form of electronic digital data; In consideration of the request of the Recipient, the Recipient and MMM agree that MMM will provide the following information to the Recipient according to the MMM Terms and Conditions for Electronic Data Transfer as contained herein.

1. Definition of Electronic Data

Electronic data includes, but is not limited to, Building Information Modelling (BIM) files, and Computer-

Aided Design (CAD) files, including native 2D and 3D file formats (RVT, RFA, NWC, NWD, NWF, DWF,

DWFx, DWG, DGN. IFC, DXF as examples), files produced by word processing, spreadsheet, scheduling,

data base, and other software programs. The electronic data may be provided in an original format

produced by MMM or an alternate, “translated” format as requested by the Recipient.

2. Method of Transfer

Electronic date may be transferred between MMM and the Recipient by email, file transfer protocol sites,

exchange of disk or other storage medium, or any other format as mutually agreed.

3. Accuracy of Data

MMM and Recipient understand and agree that electronic data is subject to errors and alterations that

may occur during or subsequent to transmission, whether in the presence or absence of translation

between formats, regardless of the method of transmission, the method of storage, or the care related

thereto. Accordingly, MMM makes no warranty, express or implied, with respect to the accuracy or

reliability of the information transferred.

4. Ownership of Data

Unless otherwise agreed in writing, all Electronic Data transferred to the Recipient under the terms of this

Agreement remains the exclusive proprietary intellectual property of MMM and may not be used for any

purpose other than that agreed to by MMM.

5. Confidentiality

Recipient agrees to protect the Electronic Data from access by or distribution to any third party for any

purpose unless otherwise approved in writing by MMM.

95 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 93: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Page 2 of 2

6. Use of Electronic Data

Use of the Electronic Data transmitted to the Recipient under this Agreement is intended for conceptual

review purposes only. It is expressly not intended for and should not be used as a substitute or

replacement for standard construction design or as-built documents, or for any purpose that would

customarily rely upon such original hard copy documents.

7. Indemnification

As consideration to MMM for the transfer of the Electronic Data, Recipient hereby waives any claim for

loss, and further indemnifies and holds MMM harmless from all liabilities, losses, damages, or expenses,

including reasonable attorney’s fees, arising out of or reliance on or connected with:

a. the transfer to Electronic Data by any means;

b. the use, modification, or misuse of the Electronic Data by parties other than MMM;

c. any decline in the accuracy or readability of the Electronic Data, whether or not resulting from

the limited life expectancy or storage of the data;

d. any use of the Electronic Data by any third parties receiving the data from the Recipient, whether

or not such distribution was approved by MMM;

e. the incompatibility of software or hardware used by MMM or the Recipient.

Project name MMM Project Number Name and Description of file Types Issue Date yyyy-mm-dd Recipient hereby acknowledges receipt of and agrees to the attached MMM Terms and Conditions for Electronic Data Transfer. _____________________________________ ____________________________________ Signature of Recipient Signature of MMM Representative _____________ _____________ Date Date

96 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 94: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 54 19 Outdoor Generator TEMPORARY CRANES March 15, 2016 Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 SUBMITTALS

.1 Propose sequence of work scheduling.

.2 Propose details showing existing structures and surfaces being used for lifting locations.

.3 Copies of approvals from governing authorities for work.

.4 Copies of approvals from authorized Property Managers of buildings affected by hoisting work, to allow such work to be performed on property.

.5 Copies of required insurance for work.

2 PRODUCTS

2.01 TEMPORARY CRANES AND HOISTS

.1 Provide hoisting and rigging work to include but not be limited to provision of following:

.1 complete administration, supervision and being responsible for performance of Work in compliance with local governing authority requirements, codes, rules and regulations;

.2 engineering for loads being lifted and coordination of work;

.3 transporting products and equipment from curb where they are delivered, to their designated location;

.4 shoring of existing structures and surfaces as necessary to ensure that weight of crane and of loads being lifted can be accommodated with no damages to existing structures and surfaces;

.5 retaining qualified crane company to perform hoisting and rigging work to lift and transport products and equipment from street level to designated level;

.6 obtaining necessary written permission from Owner Property Manager and Property Managers of adjacent properties affected by Work; make necessary payments;

.7 obtaining required approvals, certificates and permits, and insurance for Work and erecting of crane, from local governing authorities having jurisdiction; include required temporary street occupation permits and public safety measures to satisfy local governing authorities;

.8 notification of Owner's building insurance underwriters (Owners and adjacent properties as required).

.2 Coordinate with Owner and review with Consultant to determine most appropriate location for crane to be located for lifting. Refer to drawings for proposed locations. Coordinate exact schedule of Work with dates and times for work with Owner, Consultant and adjacent buildings Property Manager (where required).

.3 Submit proposed schedule for review.

97 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 95: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 01 54 19 Outdoor Generator TEMPORARY CRANES March 15, 2016 Page 2

MMM No.: 1815301-000

.4 Perform hoisting work only at pre-approved by Property Managers/Owner schedule dates and times. Notify Property Managers/Owners and Consultant minimum 7 working days in advance of each lifting operation.

.5 Select, operate, and maintain hoisting equipment as required.

.6 Do not erect or operate equipment that will endanger existing structures, local municipality’s hydro installations, or traffic signals.

.7 After lifting work is complete and crane has been removed, repair any surfaces damaged, to satisfaction of Property Managers/Owners. Allow each Property Manager/Owner of properties and Consultant affected by lifting work to inspect areas of lifting to ascertain any damages.

.8 Crane companies selected to perform hoisting work to have following qualifications:

.1 being an established craning contractor that has and currently maintains a locally run and operated business for at least five years and holds applicable provincial and local licenses to perform such work;

.2 maintain a fully equipped service organization capable of furnishing cranes and equipment suitable for this project;

.3 have completed successfully similar lifts to that of this project; they can supply suitable references of past projects;

.4 show satisfactory evidence in writing to Consultant that they have above qualifications.

3 EXECUTION

3.01 N/A

END OF SECTION

98 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 96: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 02 41 00 Outdoor Generator SELECTIVE DEMOLITION March 15, 2016 Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 REFERENCES

.1 Division 01 applies to and is a part of this Section.

.2 Requirements of latest applicable standards being enforced on this Project by local governing authorities having jurisdiction.

1.02 REGULATORY REQUIREMENTS

.1 Obtain and pay for required permits and give required notices.

.2 Comply with applicable requirements of CSA S350 – "Code of Practice for Safety in Demolition of Structures".

.3 Comply with applicable regulations of the Ministry of Environment and Energy governing waste management.

1.03 PROTECTION

.1 Prevent uncontrolled movement, any part of building being demolished; provide temporary shoring and bracing required.

.2 Take steps to positively prevent uncontrolled falling of demolished materials.

.3 Ensure that no part of existing structure is over-loaded due to work carried out under this Section.

.4 Prevent debris from blocking drainage systems.

.5 Ensure that temporary guards, hoardings are provided during and upon completion of work in accordance with applicable safety regulations.

1.04 EXAMINATION

.1 Visit the site and the existing building so as to fully understand all existing conditions and extent of work required. No increase in cost or extension of performance time will be considered for failure to know conditions.

2 PRODUCTS

Not Used

3 EXECUTION

3.01 PREPARATION

.1 Ensure that affected building areas are unoccupied and discontinued in use and that required screens, partitions, hoardings are in place prior to start of demolition work.

.2 Verify that existing services in areas affected by demolition are disconnected, capped, or removed, prior to start of work.

99 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 97: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 02 41 00 Outdoor Generator SELECTIVE DEMOLITION March 15, 2016 Page 2

MMM No.: 1815301-000

3.02 SALVAGE

.1 Prior to start of demolition carefully remove and turn over to Owner components identified accordingly.

.2 Prior to start of demolition carefully remove and temporarily store in protected location items required for reuse.

3.03 DEMOLITION

.1 Demolish existing work as indicated and as required to accommodate new work.

.2 Demolish work in a safe and systematic manner, from top to bottom.

.3 Demolish in a manner to minimize dusting. Keep dusty materials moist but prevent flooding or contaminated runoff.

.4 Demolish masonry and concrete elements in small sections. Carefully remove and lower structural framing and other heavy and large objects.

.5 At all times leave work in safe condition, so that no part is in danger of uncontrolled toppling or falling.

.6 Install temporary supports as required to prevent uncontrolled collapse of structures.

3.04 DISPOSAL AND CLEAN-UP

.1 Materials, rubbish, and debris resulting from demolition work to become the Contractor’s property. Properly package and remove from site and legally dispose, unless specifically indicated otherwise in issued Documents.

.2 Separate recyclable/reusable materials to maximum extent possible from general waste stream and transport to recycling/reuse facilities. Refer to any Leeds requirements of issued Documents.

.3 Do not allow demolished materials to accumulate on site. Promptly, as work progresses, remove and legally dispose of materials away from site.

.4 Selling, burning or burying of materials on site is not permitted.

.5 Leave work and storage areas in clean condition with required hoardings and guards in place.

END OF SECTION

100 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 98: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 07 84 00 Outdoor Generator FIRESTOPPING AND SMOKE SEALS March 15, 2016 Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 REFERENCES

.1 Division 01 applies to and is a part of this Section.

.2 Requirements of latest applicable standards being enforced on this Project by local governing authorities having jurisdiction.

.3 Refer to Division 20 for additional requirements related to Mechanical work.

1.02 QUALITY CONTROL

.1 Firestopping components shall be listed and labelled by ULC.

1.03 SUBMITTALS

.1 Prior to start of work submit list of proposed firestopping and smoke seal materials together with suitable documentation to verify that specified requirements will be met.

.2 Upon Consultant’s request submit samples of materials.

.3 Submit shop drawings of products.

2 PRODUCTS

2.01 MATERIALS

.1 Asbestos-free, elastomeric materials and intumescent materials, tested, listed and labelled by ULC in accordance with CAN 4-S115-M85, and CAN/ULC-S101-M for installation in ULC designated firestopping, and smoke seal systems to provide a positive fire, water and smoke seal and a fire resistance rating (flame, hose stream and temperature) no less than fire rating for surrounding construction.

.2 Fire stopping and smoke seal material system to be specifically ULC certified with designated reference number for its specific installation. As part of shop drawing submission, submit copies of firestopping drawings with ULC certificate and number for each specific installation. Submit schedule of opening locations and sizes, penetrating items, and required listed design numbers to seal openings to maintain fire resistance ratings.

.3 Systems to consist of both elastomeric and intumescent materials that are compatible with abutting dissimilar materials and finishes. Coordinate material requirements with trades supplying abutting areas of materials.

.4 Typically, for openings of up to 250 mm (10") in diameter, provide putty pad type firestop materials equivalent to Specified Technologies Inc. "SpecSeal" intumescent, non-hardening, water resistant putties containing no solvents, inorganic fibres or silicone compounds.

.5 Typically, for openings of greater than 250 mm (10") in diameter, and for rectangular openings, provide pillow type firestop materials equivalent to Specified Technologies Inc. "SpecSeal" re-enterable, non-curing, mineral fibre core encapsulated on six sides with intumescent coating contained in a flame retardant poly bag.

101 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 99: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 07 84 00 Outdoor Generator FIRESTOPPING AND SMOKE SEALS March 15, 2016 Page 2

MMM No.: 1815301-000

.6 Supply products of a single manufacturer for use on work of this Division.

.7 Installer to be manufacturer trained and certified on specific product. Submit copy of certificate with shop drawings.

.8 Include for manufacturer’s authorized representative to inspect and verify each installation and application. Submit test report signed and verified by system installer’s authorized representative and manufacturer’s representative.

.9 Acceptable certification to also include certification by Underwriters Laboratories of Northbrook IL, using tests conforming to ULC-S115 and given cUL listing published by UL in their "Products Certified for Canada (cUL) Directory".

2.02 TESTING AND VERIFICATION

.1 Include for manufacturer’s authorized representative to inspect, test, verify, and certify each installation and application. Submit test report signed and certified by Contractor and manufacturer’s representative.

2.03 ACCEPTABLE FIRESTOPPING MATERIALS MANUFACTURERS

.1 Specified Technologies Inc.;

.2 3M Canada Inc.;

.3 Tremco;

.4 A/D Fire Protection Systems;

.5 Nelson;

.6 Hilti Canada.

3 EXECUTION

3.01 INSTALLATION

.1 Install fire stopping and smoke seal materials for each installation in strict accordance with specific ULC certification number, ULC test requirements and the manufacturer’s instructions. Comply with applicable local governing building code requirements and obtain approvals from local building inspection department. Ensure that openings through fire separations do not exceed the maximum size wall opening, and maximum and minimum dimensions, indicated in ULC Guide No. 40 U19 for Service Penetration Assemblies and fire stopping materials.

.2 Where work penetrates or punctures fire rated construction, provide ULC certified, listed and labelled firestopping and smoke sealing packing material systems to seal holes and voids around and within (as applicable) the pipe, duct, raceway, etc., and to ensure that the continuity and integrity of the fire separation is maintained. Submit certificates of compliance from an independent testing agency, attesting that fire stopping and smoke seal materials meet ULC requirements. Subcontractors to advise the Prime Contractor of hole requirements on a daily basis. Openings not in immediate vicinity of the working areas to be fire stopped and sealed the same day as being opened.

102 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 100: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 07 84 00 Outdoor Generator FIRESTOPPING AND SMOKE SEALS March 15, 2016 Page 3

MMM No.: 1815301-000

.3 Examine condition of voids to be filled to ensure suitability for systems. Verify installation of service penetrations and adjacent construction has been completed. Prepare substrates and surfaces to a clean, dry, frost-free condition, and primed to firestop system manufacturer’s recommendations to receive the firestopping system.

.4 Coordinate requirements of trades of Divisions of the Work and perform required fire stopping and smoke sealing work for each Division.

.5 Ensure that the continuity and integrity of fire separation is maintained and conform to requirements of the latest edition of ULC publication "List of Equipment and Materials, Volume II, Building Construction".

.6 Provide firestopping and smoke seal at expansion joints, at control joints, between fire rated walls/partitions and structural deck above, between curtain wall and structural slab and at other locations, where required to maintain integrity of smoke and fire barriers.

.7 Examine joints to be caulked and report in writing to the Consultant any defects in work of other Sections which would impair installation, performance, and warranty of sealants.

.8 Do not commence installation of sealants until conditions are acceptable.

.9 Start of work implies acceptance of conditions.

.10 Leave adjacent surfaces in neat and clean condition.

.11 Where work requires removal of existing firestopping materials and replacement of firestopping materials after cabling changes have been made, ensure that replacement material is same material and manufacturer of existing if any remains in place, or ensure that all existing material is removed before installation of replacement material.

.12 After installation work is complete, arrange for manufacturer’s authorized representative to inspect and verify each installation and provide a test report signed by installing trade and manufacturer’s representative. Test report to list each installation and respective ULC certification and number.

END OF SECTION

103 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 101: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 07 90 00 Outdoor Generator SEALANTS March 15, 2016 Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 REFERENCES

.1 Division 01 applies to and is a part of this Section.

.2 Requirements of latest applicable standards being enforced on this Project by local governing authorities having jurisdiction.

1.02 SUBMITTALS

.1 Submit shop drawings of products.

.2 Upon Consultant’s request submit samples of materials.

1.03 QUALITY ASSURANCE

.1 Use only sealants which are proven to be compatible with materials they are in contact with. Notify Consultant prior to start of work should any sealant specified be considered unsuitable for the purpose intended.

1.04 PRODUCT HANDLING

.1 Deliver sealants to site in sealed containers bearing manufacturer’s name, brand name of sealant and reference standard to which sealant complies.

2 PRODUCTS

2.01 MATERIALS

.1 Sealants

.1 Interior Use:

.1 Floors: One part polyurethane for floors: Vulkem 116 by Tremco or Sika 1a or Sonolastic NP-1.

.2 All locations, except floors: One part acrylic emulsion to CAN/CGSB-19.17-M90.

.2 Colours: Selected by Consultant.

.2 Primers, thinners, cleaners: As recommended by sealant manufacturer, non-staining type.

.3 Premoulded backup for sealant: Non-gassing foam rope, compressed 25% when in joint: Sof-Rod by Tremco.

.4 Bond breaker: Polyethylene tape, self-adhering one side.

3 EXECUTION

3.01 EXAMINATION

.1 Examine joints to be caulked and report in writing to the Consultant any defects in work of other Sections which would impair installation, performance and warranty of sealants.

104 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 102: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 07 90 00 Outdoor Generator SEALANTS March 15, 2016 Page 2

MMM No.: 1815301-000

.2 Do not commence installation of sealants until conditions are acceptable.

.3 Start of work implies acceptance of conditions.

3.02 PREPARATION

.1 Clean and prepare joints to be caulked to produce clean sound surfaces for sealant adhesion.

.2 Remove dust, oil, grease, water, frost, loose mortar, and other foreign matter. Remove loose particles by blowing joint out with compressed air.

.3 Chemically clean non-porous surfaces such as metal and glass, taking care to wipe solvents dry with a clean cloth. Use solvents recommended by sealant manufacturer.

.4 Clean porous surfaces such as masonry, concrete and stone by mechanical abrading.

.5 Surfaces adjacent to joints to be primed and which may be stained by primer shall be masked with tape before primer is applied.

.6 Prime joints in accordance with sealant manufacturer’s recommendations. Apply primer before installing premoulded backup.

.7 Install premoulded backup in joints 6 mm (1/4") and more in width. Roll rope type backup into joint, do not stretch or braid. Install bond breaker in joints less than 6 mm (1/4") in width.

.8 Protect adjacent surfaces from stains and contamination. Make good any damage caused.

3.03 APPLICATION

.1 Provide sealant at junction of new materials with existing, at control joints, at perimeter of doorframes, at junction of dissimilar materials and where shown.

.2 Apply sealants under pressure using suitable equipment. Gun nozzle to be of proper size to fit, and seal joint.

.3 Force sealant into joints in full bead, making certain that void free contact is made with sides of joint. Tool joints to produce a slightly concave surface.

.4 Caulking to appear as a concave recessed joint, free of ridges, wrinkles, and embedded foreign matter. Caulking not to spread or bulge beyond surfaces on each side of joint.

3.04 CLEANING

.1 As work progresses, remove sealant smears and stains from adjacent surfaces. Use cleaning method recommended by sealant manufacturer.

.2 Leave adjacent surfaces in neat and clean condition.

END OF SECTION

105 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 103: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 09 91 00 Outdoor Generator PAINTING March 15, 2016 Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 REFERENCES

.1 Division 01 applies to and is a part of this Section.

.2 Requirements of latest applicable standards being enforced on this Project by local governing authorities having jurisdiction.

1.02 STANDARDS

.1 Canadian Painting Contractors Association Painting Specifications Manual, latest edition, available from Ontario Painting Contractors Association (OPCA) and referenced herein as OPCA Manual.

.2 CAN/CGSB 85.100 – Painting.

1.03 LIST OF MATERIALS AND SAMPLES

.1 List of Materials:

.1 Before ordering materials, submit written request in form acceptable to Consultant, for approval of paint materials. List each of the materials proposed and surfaces to be covered. State manufacturer’s name and brand name of materials. State volatile organic compounds (VOC) content of each paint proposed.

.2 List of materials to be endorsed by manufacturer as being the best material for the applicable condition.

.3 Do not order material or commence work until list of materials is approved by Consultant.

.2 Samples:

.1 Submit two - 200 mm x 250 mm (8" x 10") sample panels of each finish material required colours, gloss/sheen and textures, to OPCA Manual standards. Include manufacturer’s paint system to confirm colour match requirements.

.3 Submit list of materials and samples as part of shop drawing submission.

1.04 PRODUCT HANDLING

.1 Deliver paint materials to site in sealed original labelled containers bearing manufacturer’s name, brand name, type of paint and colour designation.

.2 Store materials in accordance with manufacturer’s recommendations.

1.05 JOB CONDITIONS

.1 Environmental Conditions

.1 Maintain temperature in interior areas to receive coatings between 15°C (60°F) and 25°C (78°F) for at least 24 hours before, during application and until coatings have cured after application.

106 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 104: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 09 91 00 Outdoor Generator PAINTING March 15, 2016 Page 2

MMM No.: 1815301-000

.2 Maintain relative humidity no higher than 80%.

.3 Adequately ventilate areas where coatings are being applied. Maintain a reasonably dust-free atmosphere for duration of work.

.2 Protection:

.1 Protect adjacent surfaces not scheduled to receive coatings from damage.

.2 Remove electrical plates, surface hardware, fittings, and fastenings prior to painting operations. These items to be carefully stored, cleaned, and replaced on completion of work in each area. No solvent to be used to clean hardware that will remove permanent lacquer finish on these items.

.3 Mask labels and specification plates occurring on equipment to be painted.

.4 Provide drop cloths to protect floors, furnishings, equipment, and other components of building not being painted.

.5 Post "wet coating" signs and "no smoking" signs while work is in progress and while coatings are curing.

1.06 QUALITY ASSURANCE

.1 Conform to OPCA and CAN/CGSB 85.100requirements for painting, preparation and priming.

.2 Applicators (painters) to have minimum 5 years documented painting experience in commercial painting and finishing.

.3 Experience of applicators for flooring systems to have direct experience in type of floor system being installed.

.4 Standard of Acceptance:

.1 walls: no defects visible from distance of 1 m (39”) at 90° to surface;

.2 ceilings: no defects visible from floor at 45° to surface when viewed using design installed light source;

.3 floors: no defects visible from distance of 1 m (39”) at 90° to surface;

.4 final coat to exhibit uniformity of colour and uniformity of sheen across full surface area.

2 PRODUCTS

2.01 MATERIALS

.1 Materials to be "top line quality" products and to be supplied by a single manufacturer except for specialty products not available from paint manufacturer.

.2 Provide paints with zero or low VOC content.

107 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 105: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 09 91 00 Outdoor Generator PAINTING March 15, 2016 Page 3

MMM No.: 1815301-000

.3 Paints to be factory mixed unless otherwise specified, except any coating in paste or powder form, or to be field-catalyzed to be field mixed in accordance with manufacturer’s directions.

.4 Primers to be as specified by manufacturer and fully compatible with finish coats.

.5 Stains to be of the rapid dry, alkyd base type or pigment oil type.

.6 Varnishes to be synthetic type.

.7 Shellac to be pure white gum in pure grain alcohol.

.8 Thinners, cleaners: as recommended by paint manufacturer.

.9 Clearly label and identify on containers colour mixing codes and numbers.

2.02 FINISHES

.1 Paint colours and other finishes to be selected by Owner and Consultant.

.2 Confirm gloss levels for all surfaces with Consultant before starting work. Unless otherwise directed provide the following:

.1 ceilings: flat;

.2 walls: eggshell;

.3 trim, doors, frames: semi-gloss;

.4 others: confirm with Owner and Consultant.

2.03 ACCEPTABLE MANUFACTURERS

.1 Unless otherwise specified, and except for flooring products, materials to be manufactured and supplied by one of the following:

.1 Benjamin-Moore;

.2 Akzo Nobel (Dulux Paints/ICI Paints);

.3 Pittsburgh Paint;

.4 Para Painting & Coatings;

.5 PPG Canada Industries Limited;

.6 Sherwin Williams.

3 EXECUTION

3.01 GENERAL

.1 Refer to OPCA Manual for preparation, installation and other related work requirements not specified in this Section.

108 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 106: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 09 91 00 Outdoor Generator PAINTING March 15, 2016 Page 4

MMM No.: 1815301-000

3.02 CONDITIONS OF SUBSTRATES

.1 Sound, non-dusting, and free of grease, oil, dirt, and other matter detrimental to adhesion and appearance of coatings.

.2 Temperature of surfaces: between 10°C (50°F) and 20°C (68°F).

.3 Moisture content: maximum 12%. Test for moisture content using moisture meter.

.4 Alkalinity: test cementitious substrates for alkalinity. Use method recommended by coating manufacturer and neutralize before proceeding with priming.

.5 Inspect gypsum board to ensure that joints and screw heads, and other imperfections are filled and sanded smooth.

3.03 PREPARATION OF SUBSTRATES

.1 Substrates new or existing: clean as required to produce an acceptable surface. If wood, metal or any other surface to be finished cannot be put in proper condition for finishing by cleaning, sanding and filling as specified, notify Consultant in writing or assume responsibility for and rectify any unsatisfactory finish resulting.

.2 Bare ferrous metal: remove rust and scale; wash with solvent; chemically clean; apply coat of metal primer.

.3 Previously primed metal: remove rust, oil, grease, and loose shop paint by washing or wire brushing; make good shop coat; feather out edges of touch-up.

.4 Unit masonry & concrete: fill minor cracks, holes, and fissures with Polyfilla and smooth to a flush surface. Texture filled areas to match surrounding surface.

.5 Gypsum board: fill minor cracks, holes and imperfections with non-shrinking patching plaster; allow to dry and sand smooth; sand taped joints and remove dust.

.6 Alkaline surfaces: wash and neutralize using proper type of solution compatible with paint to be used.

3.04 APPLICATION OF COATINGS

.1 Apply paint by brush or roller, except on wood and metal surfaces where paint to be applied by brush only.

.2 Spray painting may be permitted where deemed of advantageous and to be subject to Consultant’s approval. When spray painting is permitted, use only airless spray guns. Consultant may prohibit use of spray painting at any time for such reasons as carelessness, poor masking, or protective measures, drifting paint fog, disturbance to other trades or failure to obtain a uniform satisfactory finish.

.3 Applied and cured coatings to be uniform in of thickness, sheen, colour, and texture and free of brush or roller marks, sags, crawls and other defects detrimental to appearance and performance.

.4 Regardless of the number of coats specified for any surface, apply sufficient paint to completely cover and hide substrate and to produce a solid uniform appearance.

109 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 107: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 09 91 00 Outdoor Generator PAINTING March 15, 2016 Page 5

MMM No.: 1815301-000

.5 Thoroughly mix materials before application. Use same brand of paint for primer, intermediate and finish coats.

.6 Where two or more coats of same paint are to be applied, undercoats to be tinted in lighter shades of final coat to differentiate from final coat.

.7 Touch up suction spots after application of first coat. Sand lightly between coats with fine sandpaper.

.8 Each coat of finish to be dry and hard before succeeding coats are applied with a minimum of 24 hours between coats, unless manufacturer’s instructions state otherwise. Do not proceed with any coat until the last preceding coat is reviewed with Consultant.

3.05 SCHEDULE OF FINISHES

.1 General Requirements:

.1 Paint or otherwise finish surfaces of building materials, building services and building accessories not otherwise protected or covered, as shown on Drawings, as specified herein and as confirmed with Owner and reviewed with Consultant.

.2 In addition to finishing required by Room Finish and Door Schedules (as applicable), Drawings and these Specifications, and unless otherwise specified, work which is exposed to view and which is not prefinished to be finished by this Section.

.3 Where exposed to view paint bare metals, previously primed metals and zinc coated metals unless specified otherwise.

.4 Finish tops of doors, trim, projections and other work as specified for surrounding work whether above sight lines or not.

.5 Finish edges of doors to match face of door. Refinish edges of doors after fitting.

.6 Paint piping, ducts and conduits in colours matching background wall or ceiling colours, unless otherwise directed by the Consultant.

.7 Where finishing formula for surfaces requiring painting is not included herein, follow recommendations of Canadian Painting Contractors’ Association’s "Architectural Painting Specification Manual", latest issue.

.2 Interior Finishing:

.1 Concrete and Concrete block:

.1 Block filler.

.2 1 coat primer, latex, or PVA based.

.3 Acrylic latex.

.2 Metal, prime painted:

.1 Spot prime with alkyd metal primer.

.2 2 Coats alkyd metal enamel.

110 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 108: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 09 91 00 Outdoor Generator PAINTING March 15, 2016 Page 6

MMM No.: 1815301-000

.3 Gypsum board:

.1 1 coat latex primer.

.2 2 coats acrylic latex.

.4 Exposed piping, wrapped:

.1 1 coat block filler.

.2 2 coats latex.

.5 Exposed piping and conduit, unwrapped:

.1 1 coat metal primer.

.2 2 coats latex.

.6 Exposed ductwork, insulated:

.1 1 coat block filler and primer.

.2 2 coats latex.

.7 Exterior Work:

.1 1 coat primer.

.2 2 coats exterior latex.

.3 Exact type of paint to be suitable for application and material being painted, and as recommended by paint manufacturer.

3.06 EXISTING SURFACES

.1 Repaint existing surfaces where they are scheduled to be painted or where finish is damaged by alteration work. Extend new paint finish over full height and/or width of area affected, to a straight line in location determined by Consultant.

.2 Existing surfaces to be repainted to receive as many coats of new paint, as required to hide existing finish.

.3 Materials used for repainting to be of equivalent quality to those specified for new work, but in each case to be compatible with finishes to which they are applied.

.4 Where compatibility of new coating with existing surface is uncertain, apply test patch of approximately 0.5 m2 (5 ft2) and check for results.

.5 Prepare existing surfaces to be repainted as follows:

.1 clean as required to remove dirt, dust, oil, grease, lose paint, rust and any other foreign matter which would prevent proper bonding of new finish;

111 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 109: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 09 91 00 Outdoor Generator PAINTING March 15, 2016 Page 7

MMM No.: 1815301-000

.2 peeled, chipped, scratched, and otherwise damaged surfaces to be filled, sanded and repaired as required to provide consistent surface with texture matching that of adjacent area;

.3 sand glossy surfaces to uniform dull texture;

.4 treat bare areas as specified for new work.

3.07 MECHANICAL AND ELECTRICAL SERVICES

.1 Unless otherwise specified or noted, paint “unfinished” conduits, piping, hangers, ductwork and other mechanical and electrical equipment with colour and texture to match adjacent surfaces, in following areas:

.1 where exposed-to-view in exterior and interior areas.

.2 in interior high humidity interior areas.

.3 in boiler room, mechanical and electrical rooms.

.2 Review Mechanical and Electrical Divisions sections for additional requirements on painting Mechanical and Electrical work and perform such work under supervision of respective Mechanical and Electrical Divisions.

.3 Finish paint primed mechanical equipment: heaters, convectors, radiators, wall fin perimeter induction units, fan coil units and similar items. Ensure use of heat resistant paint on surfaces where operating surface temperature will exceed 65°C (150°F).

.4 Prime and paint exposed, unfinished electrical raceways, fittings, outlet boxes, junction boxes, pull boxes and similar items.

.5 Take steps to protect gauges, identification plates and similar items from being painted over or paint splattered.

.6 Remove grilles, covers, access panels for mechanical and electrical systems from installed location and paint separately, if these items are not factory finished. Paint adjacent surfaces after removal and reinstall when surfaces are dry.

.7 Paint work to match surfaces they are seen against unless directed otherwise.

.8 Paint interior surfaces of air ducts visible through grilles and louvres, with 1 coat of flat black metal paint to limit of sight line.

.9 In unfinished areas leave exposed conduits, piping, hangers, ductwork and other mechanical and electrical equipment in original finish and touch up scratches and marks.

.10 Touch up scratches and marks on factory painted finishes and equipment with paint as supplied by manufacturer of equipment.

.11 Do not paint over nameplates.

.12 Paint behind louvres grilles and diffusers for minimum of 460 mm (18”) or beyond sight line, whichever is greater, to be painted with primer and 1 coat of matt black (non-reflecting) paint.

112 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 110: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 09 91 00 Outdoor Generator PAINTING March 15, 2016 Page 8

MMM No.: 1815301-000

.13 Paint each surface inside of light valances.

.14 Paint disconnect switches for fire alarm system and exit light systems in red enamel.

.15 Paint red or band fire protection piping and sprinkler lines in accordance with Mechanical Division requirements. Keep sprinkler heads free of paint.

.16 Paint yellow or band natural gas piping in accordance with Mechanical Division requirements.

.17 Back prime and paint face and edges of plywood service panels for telephone and electrical equipment before installation in grey, semi-gloss .Leave equipment in original finish except for touch-up as required and paint conduits, mounting accessories and other unfinished items.

.18 Paint exterior steel electrical light standards as noted. Do not paint outdoor transformers and substation equipment.

.19 Seal exposed unfinished concrete slabs on grade unless otherwise noted.

3.08 DISPOSAL OF WASTE MATERIALS

.1 Remove and dispose offsite material and waste generated, in accordance with local governing authority standards and regulations with regards to Hazardous Waste Disposal.

.2 Remove painting implements offsite and properly dispose as per local governing authority standards and regulations.

.3 Do not rinse latex paint from brushes and other implements under running tap water. Rinse off brushes and implements in containers with appropriate solvent (water or paint thinner). During Work, store such containers in well-lit and well-ventilated area approved by Owner and reviewed with Consultant, away from flammable conditions. Upon completion of work dispose offsite the emulsion created in accordance with local governing authority standards and regulations.

END OF SECTION

113 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 111: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 1

MMM No.:1815301-000

1 GENERAL

1.01 REFERENCE

.1 Division 01 applies to and is a part of this Section.

1.02 APPLICATION

.1 This Section specifies products, criteria and characteristics, and methods and execution that are common to one or more Sections of Mechanical Divisions. It is intended as a supplement to each Section and is to be read accordingly.

1.03 SUBMITTALS

.1 Submit a product data sheet and a WHIMIS sheet for each firestopping and smoke seal product.

.2 Submit for review, full company name and experience of proposed firestopping and smoke seal system applicator.

.3 Submit a letter of proper firestopping and smoke seal certification as specified in Part 3 of this Section.

2 PRODUCTS

2.01 PIPE SLEEVES

.1 Galvanized Sheet Steel – Minimum #16 gauge galvanized steel with an integral flange at one end to secure sleeve to formwork construction.

.2 Polyethylene – Factory fabricated, flanged, high density polyethylene sleeves with reinforced nail bosses.

.3 Waterproof Galvanized Steel Pipe – Schedule 40 mild galvanized steel pipe with a welded-on square steel anchor and water stop plate at sleeve midpoint.

.4 Galvanized Steel or Cast Iron Pipe – Schedule 40 mild galvanized steel, or Class 4000 cast iron.

2.02 FIRESTOPPING AND SMOKE SEAL MATERIALS

.1 Coordinate requirements with Division 07 and General Contractor.

.2 Asbestos-free elastomeric materials tested, listed and labelled by ULC in accordance with ULC S115 and ULC S101 for installation in ULC designated firestopping and smoke seal systems to provide a positive fire, water and smoke seal, and a fire-resistance rating (flame, hose stream and temperature) not less than fire resistance rating of surrounding fire rated construction.

.3 Materials are to be compatible with abutting dissimilar materials and finishes and complete with primers, damming and back-up materials, supports, and anchoring devices in accordance with firestopping manufacturer’s recommendations and ULC tested assembly.

114 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 112: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 2

MMM No.:1815301-000

.4 Applicator is to have a minimum of 3 years of successful experience on projects of similar size and complexity, and applicator's qualifications are to be reviewed with Consultant.

.5 Comply with firestopping and smoke seal product manufacturer’s recommendations regarding suitable environment conditions for product installation.

.6 Acceptable manufacturers are:

.1 A/D Fire Protection Systems "FIREBARRIER";

.2 Tremco Inc. Fire Protection Systems Group "TREMSTOP";

.3 3M Canada;

.4 Hilti (Canada) Ltd. Firestop Systems;

.5 Specified Technologies Inc.

2.03 WATERPROOFING SEAL MATERIALS

.1 Modular, mechanical seal assemblies consisting of interlocking synthetic rubber links shaped to continuously fill annular space between pipe and pipe sleeve or wall opening, assembled with stainless steel bolts and pressure plates and designed so when bolts are tightened the links expand to seal the opening watertight. Select seal assemblies to suit pipe size and sleeve size or wall opening size.

.2 Acceptable products are:

.1 Thunderline Corp. (Power Plant Supply Co.) "LINK SEAL" Model S-316;

.2 The Metraflex Co. "MetraSeal" type ES.

2.04 PIPE ESCUTCHEON PLATES

.1 One-piece chrome plated brass or #4 finish type 302 stainless steel plates with matching screws for attachment to building surface, each plate sized to completely cover pipe sleeve or building surface opening, and to fit tightly around pipe or pipe insulation.

2.05 PIPING HANGERS AND SUPPORTS

.1 Pipe hanger and support materials, including accessories, are to be, unless otherwise specified, in accordance with Manufacturers Standardization Society (MSS) Standard Practice Manual SP-58, Pipe hangers and Supports-Materials, Design and Manufacture, and where possible, MSS designations are indicated with each product specified below. Conform to following requirements:

.1 unless otherwise specified, ferrous hanger and support products are to be electro-galvanized;

.2 hangers and supports for insulated piping are to be sized to fit around insulation and insulation jacket.

.2 Hangers and supports for horizontal suspended piping as follows:

.1 adjustable steel clevis hanger – MSS Type 1;

115 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 113: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 3

MMM No.:1815301-000

.2 adjustable swivel ring band hanger – MSS Type 10;

.3 adjustable roller hanger – MSS Types 41, 43, and/or 45, with MSS Type 39 steel protection saddle.

.3 Supports for horizontal pipe on vertical surfaces as follows:

.1 steel offset pipe clamp – Anvil Fig. 103 or Myatt Fig. 170;

.2 heavy-duty steel pipe clip – MSS Type 26;

.3 single steel pipe hook – Myatt Fig. 156;

.4 epoxy coated steel pipe stays are not permitted.

.4 Floor supports for vertical risers as follows:

.1 copper tubing riser clamp – MSS Type 8;

.2 heavy-duty steel riser clamp – MSS Type 8.

.5 Supports for vertical piping on vertical surfaces as follows:

.1 steel offset pipe clamp – Anvil Fig. 103 or Myatt Fig. 170;

.2 heavy-duty steel pipe bracket or soil pipe bracket – MSS Type 26;

.3 extension split pipe clamp – MSS Type 12;

.4 epoxy coated steel pipe stays are not permitted.

.5 for piping on existing roof – Portable Pipe Hangers (Canada) Inc. "PP" Series prefabricated portable pipe support system components to suit pipe, complete with required accessories including bases, galvanized structural steel frames, and galvanized steel pipe hangers and supports conforming to MSS SP-58;

.6 Hanger rods are to be electro-galvanized carbon steel (unless otherwise specified), round, threaded, to ASTM A36, complete with captive machine nuts with washers at hangers, sized to suit loading in accordance with Table 3 in MSS SP-58, but in any case minimum 9.5 mm (3/8") diameter.

.7 Acceptable manufacturers are:

.1 E. Myatt & Co. Inc.;

.2 Anvil International Inc.;

.3 Empire Industries Inc.;

.4 Hunt Manufacturing Ltd.;

.5 Unistrut Canada Ltd.;

.6 Nibco Inc. "Tolco";

116 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 114: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 4

MMM No.:1815301-000

.7 Taylor Pipe Supports.

2.06 ACCESS DOORS

.1 Coordinate consistency of look and finish of access doors on project with each Division of Work. Coordinate exact requirements with General Trades Contractor.

.2 Access doors to be rust resistant steel door panels, with concealed hinges and positive locking and self-opening screwdriver operated lock. Wall type frame to be suitable for wall installation and have integral keys for plaster walls. Doors in tile wall to be stainless steel and in ceilings to be suitable for plaster covering with only frame joint showing. Other doors to be prime painted steel.

.3 Size access doors to suit the concealed work for which they are supplied, and wherever possible they are to be of standard size for all applications, but in any case they are to be minimum 300 mm x 300 mm (12" x 12") for hand entry and 600 mm x 600 mm (24" x 24") for body entry.

.4 Lay-in type tiles, properly marked, may serve as access panels. Coordinate marking of ceiling tiles with Consultant. Panels in glazed tile walls to be 12 gauge, 304 alloy stainless steel, No. 4 finish, with recessed frame secured with stainless steel counter-sunk flush head screws.

.5 Panels in plaster surfaces to have dish-shaped door and welded metal lath, ready to take plaster. Provide a plastic grommet for door key access.

.6 Other access doors to be welded 12 gauge steel, flush type with concealed hinges, lock and anchor straps, complete with factory prime coat. Submit to Consultant for review, details of non-standard door construction details.

.7 Access doors in fire rated ceilings, walls, partitions, structures, etc., to be ULC listed and labelled and of a rating to maintain fire separation integrity.

.8 Where access doors are located in surfaces where special finishes are required, they are to be of a recessed door type capable of accepting finish in which they are to be installed so as to maintain final building surface appearance throughout.

.9 Acceptable manufacturers include Le Hage, SMS, Pedlar and Acudor.

.10 Standard pipe identification is to be equal to Smillie McAdams Summerlin Ltd., Brady or Primark Manufacturing Inc. vinyl plastic with indoor/outdoor type vinyl ink lettering and directional arrows, as follows:

.1 for pipe less than or equal to 150 mm (6") diameter, coiled type snap-on markers of a length to wrap completely around pipe or pipe insulation;

.2 for pipe larger than 150 mm (6") diameter, saddle type strap-on markers with 2 opposite identification locations and complete with nylon cable ties.

.11 Identification wording and colours for pipe identification materials are to be as follows:

PIPE SERVICE IDENTIFICATION COLOUR

LEGEND

natural gas to Code to Code, c/w pressure

117 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 115: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 5

MMM No.:1815301-000

PIPE SERVICE IDENTIFICATION COLOUR

LEGEND

natural gas vent to Code to Code

.12 Colours for pipe identification legends and directional arrows are to be as follows:

IDENTIFICATION COLOUR LEGEND & ARROW COLOUR

yellow black 2.07 FLEXIBLE CONNECTORS

.1 Double wall stainless steel flexible connectors for piping connections to vibration isolated equipment, each selected by manufacturer to suit the application. Shop drawings or product data sheets must indicate construction and performance requirements that suit the application. Acceptable manufacturers are:

.1 Hyspan Precision Products Inc.;

.2 Senior Flexonics Ltd.;

.3 The Metraflex Co.

3 EXECUTION

3.01 GENERAL PIPING AND DUCTWORK INSTALLATION REQUIREMENTS

.1 Unless otherwise specified, locate and arrange horizontal pipes and ducts above or at ceiling on floors, arranged so that under consideration of all other work in area, maximum ceiling height and/or usable space is maintained. If required to maintain ceiling heights, reroute and/or resize ductwork, with Consultant’s approval.

.2 Unless otherwise specified, install work concealed in finished spaces, and concealed to degree possible in partially finished and unfinished spaces. Refer to and examine Architectural drawings and room finish schedules to determine finished, partially finished, and unfinished areas. Walls which are painted are considered finished.

.3 Install pipes and ducts parallel to building lines and to each other.

.4 Neatly group and arrange exposed work.

.5 Locate work to permit easy access for service or maintenance as required and/or applicable. Locate valves, dampers and any other equipment which will or may need maintenance or repairs and which are to be installed in accessible construction so as to be easily accessible from access doors. Where valves, dampers and similar piping or ductwork accessories occur in vertical services in shafts, pipe spaces or partitions, locate accessories at floor level.

.6 Make connections between pipes of different materials using adapters suitable for application. Provide cast brass dielectric type adapters/unions at connections between ferrous and copper pipe.

118 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 116: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 6

MMM No.:1815301-000

.7 Comply with equipment and material manufacturer's installation instructions unless otherwise specified herein or on drawings, and unless such instructions contradict governing codes and regulations.

.8 Carefully clean ducts, pipe and fittings prior to installation. Temporarily cap or plug ends of pipe, ducts and equipment which are open and exposed during construction.

.9 Inspect surfaces and structure prepared by other trades before performing work. Verify surfaces or structure to receive work has no defects or discrepancies which could result in poor application or cause latent defects in installation and workmanship. Report defects in writing. Installation of work will constitute acceptance of such surfaces as being satisfactory.

.10 Any ferrous piping that exhibits in excess of 5% surface rust, either inside or outside or both, is to be wire brush cleaned to bare metal and coated with suitable primer. Steel pipe, fittings and accessories are to be free of corrosion and dirt when work is complete or prior to being concealed from view. Where dirt is evident, clean piping prior to being concealed.

.11 Where mechanical work is located in high humidity areas where ferrous metal products will be subject to corrosion and protection for such products is not specified, provide finishes on products to protect against corrosion or provide products which will not corrode in the environment, i.e. aluminium ductwork, copper or stainless steel pipe, etc.

.12 Provide screwed unions or flanges in piping connections to equipment and in regular intervals in long (in excess of 12 m [40']) piping runs to permit removal of sections of piping.

.13 Unless otherwise specified and except where space limitations do not permit, piping elbows are to be long radius. Eccentric reducers are to be installed with straight side at top of piping.

3.02 PIPE JOINT REQUIREMENTS

.1 Do not make pipe joints in walls or slabs.

.2 Ream piping ends prior to making joints.

.3 Properly cut threads in screwed steel piping and coat male threads only with Teflon tape or paste, or an equivalent thread lubricant. After pipe has been screwed into fitting, valve, union, or piping accessory, not more than 2 pipe threads are to remain exposed.

.4 Site bevel steel pipe to be welded or supply mill bevelled pipe. Remove scale and oxide from bevels and leave smooth and clean. Use factory made welding tees or welding outlet fittings for piping branches off mains. Do not use shop or site fabricated fittings unless written approval has been obtained.

.5 Welded joints are to be made by CWB certified licensed journeyman welders qualified in accordance with CSA B51, Boiler Pressure Vessel and Pressure Piping Code, and who are in possession of a proper certificate of qualification for each procedure to be performed. Each weld is to be identified with the welder’s identification symbol, and welds are not to be concealed until they have been inspected and approved. Electrodes are to be in accordance with CSA W48 Series, Electrodes, and requirements of CAN/CSA W117.2, Safety in Welding, Cutting and Allied Processes are to be followed.

119 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 117: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 7

MMM No.:1815301-000

.6 Unless otherwise specified, make flanged joints with Garlock 5500 or equivalent gasket materials to suit the application, and bolts and nuts. Bolts are not to be longer than length necessary to screw nut up flush to the end of bolt. Bolts used for flanged connections in piping with a working pressure of 690 kPa (100 psi) and greater are to be ASTM A-193 Grade B-7, with heavy hexagon nuts to ASTM A-194 CL-2H. Provide suitable washers between each bolt head and flange and between each nut and flange.

.7 A random check of bolted flanged connections will be made to verify flanged connections are properly mated with no shear force acting on bolts. Supply labour to disconnect and reconnect selected flanged joints. If improperly mated joints are found, remove and reinstall affected piping so flanges mate properly. If improperly mated joints are found, additional joints will be checked, and you will be responsible for the repair of any other improper joints discovered.

.8 Unless otherwise specified make soldered joints in copper piping using flux suitable for and compatible with type of solder being used. Clean the outside of pipe end and inside of fitting, valve, or similar accessory prior to soldering.

3.03 INSTALLATION OF PIPE SLEEVES

.1 Where pipes pass through concrete and/or masonry surfaces provide pipe sleeves as follows:

.1 in poured concrete slabs – unless otherwise specified, minimum 16 gauge flanged galvanized steel or, where permitted by governing authorities, factory fabricated plastic sleeves;

.2 in concrete or masonry walls – Schedule 40 galvanized steel pipe or Class 4000 cast iron pipe.

.2 Sleeves in waterproofed slabs or walls are to be lengths of Schedule 40 mild galvanized steel pipe with a waterstop plate in accordance with drawing detail. Provide waterproof sleeves in following locations:

.1 in mechanical room floor slabs, except where on grade;

.2 in slabs over mechanical, fan, electrical and telephone equipment rooms or closets;

.3 in floors equipped with waterproof membranes;

.4 in roof slab;

.5 in waterproof walls.

.3 Size sleeves, unless otherwise specified, to leave 12 mm (½") clearance around pipes, or where pipe is insulated, a 12 mm (½") clearance around pipe insulation.

.4 Pack and seal void between pipe sleeves and pipe or pipe insulation in non-fire rated construction for the length of sleeves as follows:

.1 pack sleeves in interior construction with mineral wool and seal both ends of sleeves with non-hardening silicone base caulking compound;

120 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 118: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 8

MMM No.:1815301-000

.2 pack sleeves in exterior walls above grade with mineral wool and seal both ends of sleeves water-tight with approved non-hardening silicone base caulking compound unless mechanical type seals have been specified;

.3 seal sleeves in exterior walls below grade (and any other wall where water leakage may be a problem) with link type mechanical seals as specified.

.5 Where sleeves are required in masonry work, accurately locate and mark sleeve location, and hand sleeves to mason for installation.

.6 Terminate piping for sleeves that will be exposed so sleeve is flush at both ends with building surface concerned so sleeve may be completely covered by an escutcheon plate, except for sleeves in waterproof floors which are to terminate 100 mm (4") above finished floor.

.7 "Gang" type sleeving will not be permitted.

.8 Where sleeves are provided in non-fire rated construction for future piping, or where piping has been removed from existing sleeves, cap and seal both ends of sleeved opening.

3.04 INSTALLATION OF FIRESTOPPING AND SMOKE SEAL MATERIALS

.1 Where mechanical work penetrates fire rated construction, provide ULC listed and labelled firestopping and smoke seal materials installed in accordance with requirements of ULC S115, ULC S101, and other governing authorities to seal penetrations. Typically General Contractor to be responsible for work but coordinate exact requirements with General Contractor and ensure work is provided.

.2 Abide by following requirements:

.1 Examine substrates, openings, voids, adjoining construction and conditions under which firestop and smoke seal system is to be installed. Confirm compatibility of surfaces.

.2 Verify penetrating items are securely fixed and properly located with proper space allowance between penetrations and surfaces of openings.

.3 Report any unsuitable or unsatisfactory conditions to Contractor and Consultant in writing, prior to commencement of work. Commencement of work will mean acceptance of conditions and surfaces.

.4 Mask where necessary to avoid spillage and over coating onto adjoining surfaces. Remove stains on adjacent surfaces.

.3 Conform to following application requirements:

.1 Prime substrates in accordance with product manufacturer’s written instructions.

.2 Provide temporary forming as required and remove only after materials have gained sufficient strength and after initial curing.

.3 Tool or trowel exposed surfaces to a neat, smooth, and consistent finish.

.4 Remove excess compound promptly as work progresses and upon completion.

121 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 119: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 9

MMM No.:1815301-000

.4 Notify Consultant when work is complete and ready for inspection, and prior to concealing or enclosing firestopping and smoke seal materials and service penetration assemblies. Arrange for final inspection of work by Municipal Building Inspector prior to concealing or enclosing work. Make any corrections required.

.5 On completion of firestopping and smoke sealing installation, submit a Letter of Assurance to Consultant certifying the firestopping and smoke sealing installation has been carried out throughout the building to mechanical service penetrations and that installation has been done in strict accordance with requirements of Provincial Building Code, any applicable local Municipal Codes, ULC requirements, and manufacturer’s instructions.

3.05 INSTALLATION OF WATERPROOF MECHANICAL SEALS

.1 Provide watertight link type mechanical seals in exterior wall openings.

.2 Assemble and install each mechanical seal in accordance with manufacturer's instructions.

.3 After installation, periodically check each mechanical seal installation for leakage and, if necessary, tighten link seal bolts until seal is completely watertight.

3.06 SLEEVE AND FORMED OPENING LOCATION DRAWINGS

.1 Prepare and submit for review, drawings indicating size and location of required sleeves, recesses and formed openings in poured or precast concrete work.

.2 Such drawings are to be completely and accurately dimensioned and relate sleeve, recesses, and formed openings to suitable grid lines and elevation datum, and are to take into account structural items such as grade beams, column caps, and column drop slabs.

.3 Begin to prepare such drawings immediately upon notification of acceptance of bid and award of Contract.

3.07 INSTALLATION OF PIPE ESCUTCHEON PLATES

.1 Provide escutcheon plates suitably secured over exposed piping passing through finished building surfaces. A finished building surface is any surface with a factory finish or that receives a site applied finish.

.2 Install plates so they are tight against building surface concerned, completely covering pipe sleeves and/or openings, except where waterproof sleeves extend above floors, in which case fit plate tightly around sleeve.

3.08 INSTALLATION OF FASTENING AND SECURING HARDWARE

.1 Provide fastening and securing hardware required for mechanical work to maintain installations attached to structure or to finished floors, walls and ceilings in a secure and rigid manner capable of withstanding dead loads, live loads, superimposed dead loads, and any vibration of installed products.

.2 Use fasteners compatible with structural requirements, finishes and types of products to be connected. Do not use materials subject to electrolytic action or corrosion where conditions are liable to cause such action.

122 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 120: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 10

MMM No.:1815301-000

.3 Where floor, wall or ceiling construction is not suitable to support loads, provide additional framing or special fasteners to ensure proper securement to structure that is to support the products. Provide reinforcing or connecting supports where required to distribute loading to structural components.

.4 Obtain written consent before using explosive actuated fastening devices. If consent is obtained, comply with requirements of CAN/CSA Z166.1 and CAN/CSA Z166.2.

.5 Do not attach fasteners to steel deck without written consent from Consultant.

3.09 INSTALLATION OF PIPE HANGERS AND SUPPORTS

.1 Provide required pipe hangers and supports.

.2 Provide any additional structural steel channels, angles, inserts, beam champs and similar accessories required for hanging or supporting pipe. Unless otherwise shown or specified, hang or support pipes from structure only.

.3 For insulated pipe, size hanger or support to suit diameter of insulated pipe and install hanger or support on outside of insulation and insulation finish.

.4 Support requirements for underground piping are as follows:

.1 support underground pipe, unless otherwise specified, on a well compacted bed of dry, natural, undisturbed earth free from rocks or protrusions of any kind, or on compacted material as specified;

.2 ensure bedding and supports for underground pipes are flat and true and allowances are made for pipe hubs, couplings, or other protrusions so no voids are left between pipe and bedding.

.5 Unless otherwise shown or specified, hang and/or support horizontal pipe above ground by means of hangers and/or supports specified in Part 2 of this Section. Unless otherwise shown or specified, hangers for suspended pipe less than or equal to 25 mm (1") dia. are to be clevis type or adjustable ring type, and hangers for suspended pipe greater than or equal to 40 mm (1-½") dia. are to be adjustable clevis type.

.6 Space hangers and supports in accordance with following:

.1 steel pipe – hang or support at spacing in accordance with following schedule:

PIPE DIA. MAX. SPACING STEEL (meters)

MAX. SPACING COPPER (meters)

to 25 mm (1") 2.4 m (8') 1.8 m (6')

40 mm (1-½") 2.7 m (9') 2.4 m (8')

50 mm (2") 3.0 m (10') 2.7 m (9')

65 mm (2-½") 3.6 m (12') 3.0 m (10')

75 mm (3") 3.6 m (12') 3.0 m (10')

90 mm (3-½") 3.6 m (12’) 3.6 m (12')

100 mm (4") 4.2 m (14') 3.6 m (12')

123 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 121: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 11

MMM No.:1815301-000

PIPE DIA. MAX. SPACING STEEL (meters)

MAX. SPACING COPPER (meters)

250 mm (10") 6.0 m (20')

300 mm (12") 6.7 m (22')

.2 flexible grooved pipe/coupling joint piping – as above but with not less than one hanger or support between joints;

.7 Where pipes change direction, either horizontally or vertically, provide a hanger or support on horizontal pipe not more than 300 mm (12") from elbow, and where pipes drop from tee branches, support tees in both directions not more than 50 mm (2") on each side of tee.

.8 When pipes with same slope are grouped and a common hanger or support is used, space hanger or support to suit spacing requirement of smallest pipe in group and secure pipes in place on common hanger or support.

.9 Provide roller hangers or supports for heat transfer piping greater than or equal to 150 mm (6") diameter and conveying a material 75°C (170°F) or greater to facilitate pipe movement due to expansion and contraction, and at each hanger or support tack weld a steel protection saddle to pipe to protect piping insulation.

.10 Unless otherwise shown or specified, support vertical piping by means of supports specified in Part 2 of this Section, spaced in accordance with following:

.1 support vertical pipes at maximum 3 m (10') intervals or at every floor, whichever is lesser;

.2 for sections of vertical piping with a length less than 3 m (10'), support pipe at least once;

.3 for vertical cast iron plain end pipe (mechanical joint type), secure riser or pipe clamp around pipe under a flange integral with pipe for vertical support purposes, or provide a length of hub and spigot pipe to facilitate proper support;

.4 for vertical steel pipe risers in excess of 3 m (10'), weld shear lugs to pipe to carry load;

.5 for vibration isolated piping risers, provide rubber-steel-rubber vibration isolation pads between riser clamps and floor.

.11 Support piping on the roof as follows:

.1 on existing roof – provide support members as specified in Part 2 of this Section spaced as per schedule above and of a type to suit the application, and, for each support, carefully scrape away roofing gravel, bed support in a heavy covering of roofing mastic, then scrape gravel back up around support and secure pipes to supports;

124 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 122: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 12

MMM No.:1815301-000

.12 Each hanger, support or securement for horizontal bare copper tubing is to be plastic coated to prevent direct contact between pipe and ferrous hanger. Each wall or floor clamp for vertical bare copper piping is to be isolated from pipe by means of strips of flexible rubber inserts. Use of painted ferrous hangers and supports, including those painted with copper coloured paint, is not acceptable. Site application of tape or other types of isolation is not acceptable.

.13 For insulated horizontal piping less than or equal to 40 mm (1-½") diameter, provide galvanized steel insulation protection shields between insulation and hanger or support. Install shields immediately after pipe is insulated.

.14 Do not support piping from steel deck without written consent from Consultant.

3.10 INSTALLATION OF VALVES

.1 Generally, valve locations are indicated or specified on drawings or specified in Sections of the Specification where valves are specified, however, regardless of locations shown or specified, following requirements apply:

.1 provide shut-off valves to isolate systems, at base of vertical risers, in branch take-offs at mains and risers on floors, to isolate equipment, to permit work phasing as required, and wherever else required for proper system operation and maintenance;

.2 install shut-off valves with handles upright or horizontal, not inverted, and located for easy access;

.3 unless otherwise specified, provide a check valve in discharge piping of each pump;

.4 valve sizes are to be same as connecting pipe size;

.5 valves are to be permanently identified with size, manufacturer's name, valve model or figure number and pressure rating, and wherever possible, valves are to be product of same manufacturer;

.6 for valves in insulated piping, design of valve stem, handle and operating mechanism is to be such that insulation does not have to be cut or altered in any manner to permit valve operation.

3.11 MECHANICAL WORK IDENTIFICATION

.1 Identify new exposed piping and ductwork as per Part 2 of this Section in locations as follows:

.1 at every end of every piping or duct run;

.2 adjacent to each valve, strainer, damper and similar accessory;

.3 at each piece of connecting equipment;

.4 on both sides of every pipe and duct passing through a floor, wall or partition, unless otherwise specified;

.5 at 6 m (20') intervals on pipe and duct runs exceeding 6 m (20') in length;

125 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 123: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 13

MMM No.:1815301-000

.6 at least once in each room, and at least once on pipe and duct runs less than 6 m (20') in length.

.2 Unless otherwise specified identify new concealed piping and ductwork as per Part 2 of this Section in locations as follows:

.1 at points where pipes or ducts enter and leave rooms, shafts, pipe chases, furred spaces, and similar areas;

.2 at maximum 6 m (20') intervals on piping and ductwork above suspended accessible ceilings, and at least once in each room;

.3 at each access door location;

.4 at each piece of connected equipment, automatic valve, etc..

.3 Provide an identification nameplate for equipment provided as part of this project, including items such as control valves, motorized dampers, instruments, and similar products. Secure nameplates in place, approximately at eye level if possible, with stainless steel screws unless such a practice is prohibitive, in which case use epoxy cement applied to cleaned surfaces. Locate nameplates in the most conspicuous and readable location.

.4 Paint new natural gas piping with primer and 2 coats of yellow paint in accordance with Code requirements and requirements of Painting Section in Division 09. Identify piping at intervals as specified above.

.1 if an existing valve tag chart is available at site, valve tag numbering is to be an extension of existing numbering and new valve tag chart is to incorporate existing chart;

.2 frame and glaze one copy of chart and, unless otherwise directed, affix to a wall in each main Mechanical and/or Equipment Room;

.3 include a copy of valve tag chart in each copy of operating and maintenance instruction manuals;

.4 hand an identified CD of valve tag chart to Owner at same time O & M Manuals are submitted.

3.12 PIPE LEAKAGE TESTING

.1 Before piping has been insulated or concealed, and before equipment, fixtures and fittings have been connected, test piping for leakage.

.2 Tests are to be witnessed by Consultant and/or Owner's representative, and, where required, representatives of governing authorities. Give ample notice of tests in writing and verify attendance. Have completed test report sheets dated and signed by those present to confirm proper test results.

.3 When circumstances prevent scheduled tests from taking place, give immediate and adequate notice of cancellation to all who were scheduled to attend.

126 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 124: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 14

MMM No.:1815301-000

.4 Natural Gas Piping

.1 Test piping in accordance with requirements of CAN/CSA B149.1 and any additional requirements of local governing authorities.

.2 After completion of the verification test, locate required tag stating results of the verification test at the point of entry of gas main into building, affixed to the pipe in a secure manner.

.3 Check piping joints and connections for leaks with a water/soap solution while piping is under pressure.

.5 Following requirements apply to all testing:

.1 ensure piping has been properly flushed, cleaned and is clear of foreign matter prior to pressure testing;

.2 temporarily remove or valve off piping system specialties or equipment which may be damaged by test pressures prior to pressure testing systems, and flush piping to remove foreign matter;

.3 when testing is carried out below highest level of the particular system, increase test pressure by the hygrostatic head of 7 kPa (1 psi) for every 600 mm (24") below the high point;

.4 include for temporary piping connections required to properly complete tests;

.5 piping under test pressure is to have zero pressure drop for length of test period;

.6 make tight leaks found during tests while piping is under pressure, and if this is impossible, remove and refit piping and reapply test until satisfactory results are obtained;

.7 where leaks occur in threaded joints in steel piping, no caulking of these joints will be allowed under any conditions;

.8 tests are be done in reasonably sized sections so as to minimize number of tests required;

.9 in addition to leakage tests specified above, demonstrate proper flow throughout systems including mains, connections and equipment, as well as proper venting and drainage, and include for any necessary system adjustments to achieve proper conditions.

3.13 ELECTRICAL WIRING WORK FOR MECHANICAL WORK

.1 Unless otherwise specified or indicated, following electrical wiring work for mechanical equipment will be done as part of the electrical work:

.1 "line" side power wiring to motor starters or disconnect switches in motor control centres and starters or disconnects on motor starter panels, and "load" side wiring from starters or disconnects to equipment;

.2 "line" side power wiring to individual wall mounted starters, and "load" side wiring from starters to equipment;

127 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 125: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 15

MMM No.:1815301-000

.3 "line" side power wiring to pre-wired power and control panels and variable frequency drives (VFD), and "load" side power wiring from the panels and VFD's to equipment;

.4 provision of receptacles for plug-in equipment;

.5 provision of disconnect switches for motors in excess of 10 m (30') from starter location, or cannot be seen from starter location, and associated power wiring;

.6 motor starter interlocking in excess of 24 volts;

.7 wiring from motor winding thermistors in motors 30 HP and larger to motor starter contacts;

.8 120 volt power connections to electrical receptacles integral with small ceiling exhaust fans, including wiring through light switches or speed controllers;

.9 120 volt wiring connections to lighting fixture/switch combinations integral with air handling units;

.10 120 volt wiring connections to duplex receptacles integral with air handling unit control panels.

.2 Mechanical wiring work not listed above or specified herein or on drawings to be done as part of electrical work is to be installed in conduit and is to be done as part of mechanical work in accordance with wiring requirements specified for electrical work.

3.14 INTERRUPTION TO AND SHUT-DOWN OF MECHANICAL SERVICES AND SYSTEMS

.1 Coordinate shut-down and interruption to existing mechanical systems with Owner. Generally, shut-downs may be performed only between the hours of 12:00 midnight Friday until 6:00 a.m. Monday morning. Include for costs of premium time to perform work during nights, weekends or other times outside of normal working hours, which may be necessary to comply with stipulations specified herein this Article. Services for operation of existing non-renovated areas of building are to be maintained. Refer to requirements of Division 01.

.2 Upon award of a Contract, submit a list of anticipated shut-down times and their maximum duration.

.3 Prior to each shut-down or interruption, inform Owner and Consultant in writing 14 working days in advance of proposed shut-down or interruption and obtain written consent to proceed. Do not shut-down or interrupt any system or service without such written consent. Shutdowns of some essential services may require additional advance notification time.

.4 Perform work associated with shut-downs and interruptions as continuous operations to minimize shut-down time and to reinstate systems as soon as possible, and, prior to any shut-down, ensure materials and labour required to complete the work for which shut-down is required are available at site.

128 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 126: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 16

MMM No.:1815301-000

3.15 EXCAVATION AND BACKFILL WORK

.1 Before commencement of excavation for work, determine in consultation with Consultant, Owner, Municipality and utilities, presence, if any, of existing underground services at site. Engage local utilities to locate and mark out such services. Ensure trades concerned are aware of their presence.

.2 Be responsible for any damage done to underground services caused by neglect to determine and mark out location of such services prior to excavation work commences.

.3 Where Work falls under jurisdiction of local governing utility, confirm requirements and comply with utility requirements.

.4 Provide excavation, backfill and related work required for mechanical work. Perform such work in accordance with requirements of the Excavation and Backfill work Section, except as modified by this Article. Obtain a copy of soil test report if available from Consultant. Depth of excavations must accommodate local governing requirements and local standard practices to compensate for local frost levels of Place of the Work.

.5 Inverts and locations of existing site services may have been site surveyed and approximate location may be shown on drawings. Confirm inverts and locations are correct, prior to commencing excavation and contact Utilities to accurately locate their services. Where discrepancies are found, immediately inform Consultant, and await a direction. Grade bottom of trench excavations as required.

.6 In firm, undisturbed soil, lay pipes directly on soil, unless otherwise directed.

.7 Before backfilling, arrange for inspection of work by Consultant. Do not backfill work unless reviewed with Consultant. Failure to do so prior to backfilling will require re-excavating work and re-backfill at no additional cost to Owner.

.8 Unless otherwise specified, backfill trenches within building with clean sharp sand in individual layers of maximum 150 mm (6") thickness compacted to a density of 100% Standard Proctor. Hand compact first layers up to a compacted level of minimum 300 mm (12") above top of pipe. Hand or machine compact the balance up to grade.

.9 Unless otherwise specified, backfill trenches outside the building (not under roads, parking lots or traffic areas), up to a compacted level of 450 mm (18") thick above the pipe, hand compacted to a density of 95% Standard Proctor, using granular "A" gravel. Backfill the balance in 150 mm (6") layers with approved excavated material, compacted to 95% Standard Proctor density.

.10 Unless otherwise specified, backfill trenches outside building under roads, parking lots or traffic areas with crushed stone or granular "A" gravel in layers not exceeding 150 mm (6") thickness, compacted to 100% Standard Proctor density up to grade level.

.11 Provide minimum 1.37 m (4.5') of cover for underground piping subject to freezing and located outside building.

.12 Provide minimum 450 mm (18") of cover for underground piping subject to freezing and located inside building.

.13 After first lift of backfill has been compacted, mark entire path of pipe using continuous 75 mm (3") wide detectable identified marking tape equal to SMS Ltd. D-UGMT.

129 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 127: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 17

MMM No.:1815301-000

.14 Unless otherwise directed in Division 02 and/or 31, store and dispose of excavated materials as follows:

.1 during progress of contract, place material as directed in such a manner to minimize damage or disfigurement of ground and which in no way impedes progress of work;

.2 separately place surplus topsoil and subsoil as directed; leave site clean and unencumbered.

.15 Perform pumping as required to keep excavations free of water.

.16 Fill depressions to correct grade level with appropriate material, after an adequate period has passed to reveal any settlement. Use maximum possible compaction. Pay costs required to make good damages caused by settlement.

3.16 CUTTING, PATCHING AND CORE DRILLING

.1 Unless otherwise provided by General Trades, perform cutting, patching, and core drilling of existing building required for installation of mechanical work. Perform cutting in a neat and true fashion, with proper tools and equipment to Consultant’s approval. Patching is to exactly match existing finishes and be performed by tradesmen skilled in particular trade or application. Work is subject to review and acceptance by Consultant.

.2 Criteria for cutting holes for additional services:

.1 cut holes through slabs only; no holes to be cut through beams;

.2 cut holes 150 mm (6") diameter or smaller only; obtain approval from Structural Consultant for larger holes;

.3 keep at least 100 mm (4") clear from beam faces;

.4 space at least 3 hole diameters on centre;

.5 for holes that are required closer than 25% of slab span from supporting beam face, use cover meter above slab to clear slab top bars;

.6 for holes that are required within 50% of slab span, use cover meter underside of slab to clear slab bottom bars;

.7 submit sleeving drawings indicating holes and their locations for Structural Consultant's review.

.3 Do not cut or drill any existing work without approval from Owner and Consultant. Be responsible for damage done to building and services caused by cutting or drilling.

.4 Where pipes pass through existing construction, core drill an opening. Size openings to leave 12 mm (½") clearance around pipes or pipe insulation.

.5 Prior to drilling or cutting an opening, determine, in consultation with Consultant and Owner, and by use of non-destructive radar scan (magnetic scan) of slab or wall, presence of any existing services and reinforcement bars concealed behind building surface to be cut and locate openings to suit. Coring is not permitted through concrete beams or girders.

130 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 128: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 20 05 10 Outdoor Generator BASIC MECHANICAL MATERIALS AND METHODS March 15, 2016 Page 18

MMM No.:1815301-000

.6 Where drilling is required in waterproof slabs, size opening to permit snug and tight installation of a pipe sleeve sized to leave 12 mm (½") clearance around pipe or pipe insulation. Provide a pipe sleeve, constructed of Schedule 40 galvanized steel pipe with a flange at one end and of a length to extend 100 mm (4") above slab, in opening. Secure flange to the underside of slab and caulk void between sleeve and slab opening with proper non-hardening silicone base caulking compound to produce a water-tight installation.

.7 Firestop and seal openings in fire rated construction in accordance with requirements of article entitled Firestopping and Smoke Seal Materials in this Section. Do not leave openings open overnight unless approved by Owner and Consultant.

3.17 PACKING AND SEALING CORE DRILLED PIPE OPENINGS

.1 Pack and seal void between pipe opening and pipe or pipe insulation for length of opening as follows:

.1 non-fire rated interior construction – pack with mineral wool and seal both ends of opening with non-hardening silicone base caulking compound to produce a water-tight seal;

.2 exterior walls above grade – pack with mineral wool and seal both ends of sleeves water-tight with non-hardening silicone base caulking compound unless mechanical type seals have been specified;

.3 exterior walls below grade (and any other wall where water leakage may be a problem) – seal with link type mechanical seals as specified.

3.18 FLASHING FOR MECHANICAL WORK PENETRATING ROOF

.1 Perform required flashing work, including counter-flashing, for mechanical work penetrating and/or set in roof.

.2 Perform flashing work in accordance with requirements of drawing details, and requirements specified in Division 07.

3.19 CONNECTIONS TO OTHER EQUIPMENT

.1 Carefully examine Contract Documents during bidding period and include for mechanical work piping and/or ductwork connections to equipment requiring such connections.

3.20 INSTALLATION OF FLEXIBLE CONNECTORS

.1 Provide flexible connectors in piping connections to seismically restrained equipment, and wherever else shown.

.2 Provide flexible connectors in piping connections to vibration isolated equipment.

END OF SECTION

131 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 129: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 23 11 23 Outdoor Generator NATURAL GAS PIPING SYSTEM March 15, 2016 Page 1

MMM No.:1815301-000

1 GENERAL

1.01 SUBMITTALS

.1 Submit shop drawings/product data for all products specified in Part 2 of this Section except for pipe, fittings, and unions. Indicate performance criteria, conformance to appropriate reference standards, and limitations.

.2 For each gas pressure regulating station, submit:

.1 a selection sheet for each PRV, indicating connected equipment, heating loads, design allowance, meter model, body size, spring range and orifice size;

.2 a selection sheet for each relief valve(s) serving a PRV.

1.02 QUALITY ASSURANCE

.1 All gas system work is to be in accordance with requirements of CAN/CSA-B149.1, Natural Gas and Propane Installation Code, as amended by local Gas Codes.

.2 All gas system work is to be performed only by licensed gas pipe fitters (holding Gas Technician 1 Certificate) authorized under the TSSA Act.

.3 Apply for, on TSSA forms, approval of the gas system design by the TSSA prior to work beginning at the site and prior to ordering any equipment. Submit the completed TSSA Form and copies of shop drawings/product data sheets as required to the TSSA and obtain an approval certificate. Pay all costs for the TSSA review and approval process. If the TSSA requires revisions to the system and the revisions result in an extra cost, a Notice of Change will be issued by the Consultant for the revision.

2 PRODUCTS

2.01 PIPE, FITTINGS AND JOINTS

.1 Coated Black Steel - Welded Joints: "Yellow Jacket" Schedule 40 mild black carbon steel, ASTM A53, Grade B, factory coated with yellow plastic, mill or site bevelled, and complete with forged steel butt welding fittings and welded joints. All bare metal surfaces are to be cleaned and corrosion protected with a suitable Denso primer and tape corrosion protection system.

.2 Polyethylene: Safety yellow coloured polyethylene pipe, fittings, and joints to CSA-B137.4.

.3 Coated Copper: Type "K" soft temper copper with a factory applied external yellow plastic coating and flare fittings with forged brass nuts to CAN/CSA-B149.1. Nuts are to be stamped with the designation C37700 to indicate that they are forged brass.

.4 Uncoated Black Steel - Screwed Joints: Schedule 40 mild black carbon steel, ASTM A53, Grade B, complete with malleable cast iron screwed fittings to ANSI B2.1, and screwed joints.

.5 Uncoated Black Steel - Welded Joints: Schedule 40 mild black carbon steel, ASTM A53, Grade B, mill or site bevelled, complete with factory made forged steel butt welding fittings and welded joints.

132 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 130: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 23 11 23 Outdoor Generator NATURAL GAS PIPING SYSTEM March 15, 2016 Page 2

MMM No.:1815301-000

.6 Copper-Uncoated: Type "G" seamless copper tubing to ASTM B837, hard temper with wrought copper capillary brazed joint type fittings to ASTM B.61, and brazed joints made with "Sil-Fos" or "Sil-Fos 5" brazing alloy, or, soft temper with flared brass fittings of a single 45º flare type, forged or with a machined long nut and copper to copper threaded connectors, and, where required, flared brass copper to NPS adapters.

.7 Flexible Stainless Steel: Flexible, CSA certified, 860 kPa (125 psi) rated, gas-tight, convoluted stainless steel tubing factory jacketed with a bright yellow PVC coating which is continuously identified. The tubing is to be supplied in coils and is to be complete with factory attached stainless steel end fittings, and adapter unions, protective plates, and steel clamps. Acceptable products are:

.1 Tru-Flex Metal Hose LLC. "Pro-Flex";

.2 Titeflex Corp. "Gastite";

.3 Omega Flex Canada "TracPipe".

2.02 PIPING UNIONS

.1 Screwed Piping: Malleable iron, ground joint, bronze or brass to iron or bronze to bronze seat screwed unions and union elbows with a minimum pressure rating of 1725 kPa (250 psi) steam at 260°C (500°F).

.2 Flanged Piping: Forged carbon steel slip-on type raised faced welding flange unions to ASTM A105, 150 lb. Class for steel pipe, and slip-on type 150 lb. Class bronze flanges for copper pipe.

.3 Copper to Steel: Equal to Kamco Products "Copper Stopper".

2.03 SHUT-OFF VALVES

.1 Ball Type: CSA certified, minimum 3100 kPa (450 psi) WOG rated, 1/4 turn, full port non-lubricated brass ball valves, each complete with a Teflon PTFE seat, chrome plated solid ball, removable lever handle, and screwed ends. Acceptable products are:

.1 Neo Valves Inc. #425;

.2 Kitz Corp. Code 58;

.3 Toyo Valve Co. Fig. 5044A.

.2 Plug or Ball Type: CSA certified, plain face flanged, Class 125, 1380 kPa (200 psi) rated, 1/4 turn, cast iron lubricated plug valves, each wrench operated and complete with cylindrical plug with lubricant grooves, lubricant screw, and lubricant receptacle, or full port carbon steel ball valves with flanged ends. Acceptable products are:

.1 Neo Valves Inc. #1AS40114 plug valve;

.2 Newman Hattersley #171M plug valve;

.3 Kitz Corp. Code No. 150 SCTAM-FS-CGA ball valve.

133 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 131: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 23 11 23 Outdoor Generator NATURAL GAS PIPING SYSTEM March 15, 2016 Page 3

MMM No.:1815301-000

2.04 PRESSURE REGULATORS

.1 CSA certified pressure regulators as follows:

.1 vented type: spring-loaded self-operated design, tight closing, selected for the facility gas pressure and piping pressure loss, and connected equipment load at full firing rate plus 20% spare, and complete with:

.1 1035 kPa (150 psi) rated cast iron body finished with corrosive resistant epoxy enamel;

.2 aluminum diaphragm and spring case with Nitrile diaphragm, disc, and body o-ring;

.3 throttling type, high flow rate, tight shut-off relief valve selected to protect equipment downstream of the regulator in coordination with regulator capacity.

.2 Acceptable manufacturers are:

.1 Maxitrol Co.;

.2 Fisher Controls;

.3 Leslie Controls Inc.;

.4 Lakeside Process Controls.

3 EXECUTION

3.01 DEMOLITION

.1 Do all required gas system demolition work. Refer to demolition requirements specified in Section entitled Demolition and Revision Work.

3.02 NATURAL GAS SERVICE

.1 Make all required arrangement with the natural gas supply utility on behalf of the Owner for installation of natural gas service piping with gas pressure regulator and meter assembly.

3.03 NATURAL GAS PIPING INSTALLATION REQUIREMENTS

.1 Provide all required natural gas distribution piping and connect gas fired or operated equipment, and provide all required vent piping to atmosphere, including vent piping from pressure regulators. Do all piping work in accordance with requirements of CAN/CSA-B149.1, Natural Gas and Propane Installation Code, as amended by local Gas Codes.

.2 Piping is to be as follows:

.1 for underground piping, coated Schedule 40 black steel, coated soft copper, or polyethylene;

.2 for above ground piping, uncoated Schedule 40 black steel, hard temper or soft copper, or, if permitted, flexible stainless steel.

134 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 132: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 23 11 23 Outdoor Generator NATURAL GAS PIPING SYSTEM March 15, 2016 Page 4

MMM No.:1815301-000

.3 Install flexible stainless steel pipe in strict accordance with the pipe manufacturer’s printed instructions.

.4 Slope gas piping in the direction of flow to low points.

.5 Ensure that supports for roof mounted piping are sized (height) to accommodate the roof slope and the required piping slope, and to permit the installation of low point dirt pockets.

.6 Provide full pipe diameter 150 mm (6") long drip pockets at the bottom of all vertical risers, at all piping low points, and wherever else shown and/or required.

.7 Identify all natural gas piping above ground with two coats of safety yellow enamel applied over primer, and SMS Ltd. or equal coil type vinyl identification makers with arrows.

.8 For all underground gas piping, provide continuous 75 mm (3") wide yellow PVC warning tape with "CAUTION - GAS LINE BURIED BELOW" wording at 750 mm (30") intervals located above the pipe approximately 250 mm (10") below grade.

3.04 INSTALLATION OF SHUT-OFF VALVES

.1 Provide CSA approved ball type or lubricated plug type shut-off valves to isolate equipment, and wherever else shown.

.2 Ensure that valves are located for easy accessibility and maintenance.

3.05 INSTALLATION OF PRESSURE REGULATORS

.1 Provide pressure regulators in gas distribution piping where indicated and/or required.

.2 Use vented type pressure regulators for all other applications.

.3 Install regulating stations in accordance with requirements of CAN/CSA-B149.1.

.4 Provide 6 mm (¼") diameter test ports upstream and downstream of each regulator assembly.

.5 Locate outdoor regulating stations a minimum of 300 mm (12") away from walkways, and 3 m (10') away from equipment air intakes and building openings. Provide all required vent piping and terminate vents in a turn-down elbow fitting with bronze bug screen secured in place.

.6 Locate indoor regulating stations in locations accessible without the use of ladders or lifts. Combine vents where permitted and increase vent pipe size accordingly. Extend vent piping up through the roof 3 m (10') away from equipment air intakes and building openings and terminated in a turn-down elbow fitting with bronze bug screen secured in place.

.7 Indicate operating set-points, relief settings and vent arrangements for each regulating station on as-built record drawings.

END OF SECTION

135 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 133: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 REFERENCE

.1 Division 01, applies to and is a part of this Section.

1.02 APPLICATION

.1 This Section specifies products, common criteria and characteristics, and methods and execution that are common to one (1) or more Sections of Electrical Divisions. It is intended as a supplement to succeeding Sections of Electrical Divisions and shall be read accordingly.

1.03 SHOP DRAWINGS

.1 Submit shop drawings for following:

.1 A manufacturer's catalogue sheet or sheets indicating proposed switches and receptacles;

.2 Access doors;

.3 Vibration isolators and seismic restraints.

2 PRODUCTS

2.01 CONDUIT

.1 EMT (Thinwall), galvanized electrical metallic tubing to CSA C22.2 No. 83, complete with factory made bends where site bending is not possible and joints and terminations made with steel couplers and steel set screw type connectors with insulated throats, concrete tight where required.

.2 Rigid galvanized steel to CSA C22.2 No. 45, with exterior zinc and interior enamel coatings, galvanized threads where factory cut, red lead coated threads where site cut, factory made bends where site bending is not possible, factory made and threaded fittings and connectors, and terminations with rigid couplings, concrete tight where required.

.3 Galvanized steel flexible liquid-tight metallic conduit to CSA C22.2 No. 56, complete with Ideal "Steel Tough" liquid-tight flexible conduit connectors at terminations.

.4 Galvanized steel flexible metallic conduit to CSA C22.2 No. 56, complete with proper and suitable squeeze type connectors at terminations.

.5 CSA approved and labelled rigid plastic, FT-4 rated, (PVC) conduit complete with site made heat gun bends on conduit to 50 mm (2") diameter, factory made elbows in conduit larger than 50 mm (2") diameter, solvent weld joints, factory made expansion joints where required, and terminations made with proper and suitable connectors and adaptors.

2.02 OUTLET BOXES

.1 CSA approved stamped galvanized steel outlet boxes.

.2 Crouse-Hinds Canada Ltd., CSA certified, "FS" or "FD" Series cast Feraloy and aluminum outlet boxes.

136 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 134: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 2

MMM No.: 1815301-000

.3 CSA certified rigid plastic (PVC) outlet boxes.

.4 Each outlet box and back box must be suitable in all respects for application, and complete with suitable securing lugs, connectors suitable for connected conduit, knockouts and, where necessary, suitable plaster rings, concrete rings, covers, carpet flanges and any other required accessory.

2.03 PULLBOXES AND JUNCTION BOXES

.1 Galvanized or prime coat plated steel, suitable in all respects for application and complete with screw-on or hinged covers as required, and connectors suitable for connected conduit. Boxes for exterior applications or for non-climate controlled areas shall be weatherproof construction, corrosion resistant and be equipped with gasketting.

.2 CSA certified rigid plastic (PVC) outlet boxes.

.3 Crouse-Hinds Canada Ltd., "Condulet", threaded cast Feraloy outlet boxes of an exact type to suit application, each complete with screw-on gasketted cover.

.4 Physical size of pullboxes shall be as required by OESC to suit number and size of conduits and conductors.

2.04 BRANCH CIRCUIT CONDUCTORS AND CONNECTORS

.1 CSA approved, ULC labelled and certified. Unless otherwise noted, conductors to be copper and be suitable for applications as noted in governing local electrical code.

.2 "RW90" CSA certified, single copper conductor to CSA C22.2 No. 38, 600 volts, maximum 90°C (194°F) conductor temperature, -40°C (-40°F) minimum installation temperature, X-link polyethylene (XLPE) insulation, colour coded.

.3 "T90 Nylon", CSA certified, single copper conductor to CSA C22.2 No. 75, 600 volts, maximum 90°C (194°F) dry conductor temperature, -10°C (-14°F) minimum installation temperature, PVC insulated, nylon covered.

.4 "TWU" single copper conductor to CSA C22.2 No. 75, 600 volts, maximum 60°C (140°F) conductor temperature, -40°C (-40°F) minimum installation temperature, PVC insulated suitable for wet and buried installations, colour coded.

.5 "RWU90" CSA certified, single copper conductor to CSA C22.2 No. 38, 1000 volts, maximum 90°C (194°F) conductor temperature, -40°C (-40°F) minimum installation temperature, extra thickness X-link polyethylene (XLPE) insulation suitable for wet and buried installations, colour coded.

.6 "AC-90" flexible armoured cable with "RW-90" conductors and bare copper ground conductor to CSA C22.2 No. 51 (Bulletin No. 994).

.7 Conductors to and including No. 10 AWG. to be solid. Conductors in sizes larger than No. 10 AWG. to be stranded. Branch circuit conductors to be constructed of 98% conductive copper and be approved for 600 volts.

.8 Armoured cable connectors to be proper squeeze type connectors and plastic anti-short bushings at terminations.

137 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 135: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 3

MMM No.: 1815301-000

.9 Connectors for conductors in conduit to be standard of acceptance equivalent to IDI Electric (Canada) Ltd., "Ideal" No. 451, No. 452 and No. 453, "Wing-Nut", CSA certified, 600 volts, rated pressure type connectors.

.10 For conductors of size 3/0 AWG and larger, provide two hole, double crimp long barrel compression lug connectors, unless otherwise noted.

2.05 LOW VOLTAGE (24 VOLT) CONDUCTORS

.1 ULC listed and labelled, CSA certified to C22.2 No. 127, No. 18 AWG "TEW" thermoplastic insulated, solid copper wire rated for 600 volts service, and 105 °C (220°F), complete with required number of copper conductors and colour coding.

.2 Standard of acceptance equivalent to Nexans "Securex II", FAS 105, 300 volts, 105°C (220°F) rated fire alarm system flexible armoured cable with solid copper conductor, flame retardant PVC insulation and red colour outer jacket, ULC listed and labelled and CSA certified to C22.2 No. 208. Cable shall be complete with overall jacket.

2.06 CONDUCTOR PULLING LUBRICANT

.1 IDI Electric (Canada) Ltd., "Ideal Yellow 77" or "Wire Lube" as required.

2.07 SWITCHES AND RECEPTACLES

.1 Switches and receptacles in following paragraphs to be CSA certified devices.

.2 Hubbell Canada Inc., HBL 1221 Series, CSA approved, heavy duty, industrial grade, back and side wired, A.C. quiet action toggle type, 20 ampere, 120-277 volts switches. Switches shall include steel-nickel plated bridge, nylon toggle, one piece rivetless copper alloy spring contact arm and terminal plate, silver cadmium oxide contacts, brass binding head screws, one piece integral grounding terminal and stainless steel automatic grounding clips.

.3 Hubbell Canada Inc., No. HBL 5262 CSA approved, ULC listed, extra heavy duty, specification grade, back and side wired, flush, nylon face/body construction, duplex U-ground, 15 ampere, 125 V, 2-pole, 3-wire grounding receptacles complete with one piece nickel-plated brass mounting strip with integral grounding clips, ground retention clips, nickel-plated brass wiring clamps with nickel-plated brass screws, front circuit identification area and reinforced thermoplastic base.

.4 Hubbell Canada Inc. No. 1221-IL, CSA approved, heavy duty, specification grade, AC quiet action, illuminated polycarbonate handle toggle type, 20 ampere, 120-277 volt switches.

.5 Hubbell Canada, No. GFR 5262SG / GFR 5362SG "AUTOGUARD" Series, extra heavy duty grade, 15/20 ampere, 125 volts, duplex, ULC Class "A", Group One, tamper resistant, weather resistant ground fault circuit interrupting receptacles complete with automatic self-test diagnostics, green power ON LED, red ground fault LED and 10ka short circuit current rating.

.6 Allen Bradley Canada, 800T series, CSA approved and labelled, operator devices including pushbuttons and pilot lamps mounted in recessed mounting stations or surface mounting EEMAC 4/13 enclosures. Enclosures in non-climate controlled areas shall be EEMAC type 4 weatherproof and water tight with STI type hinged clear polycarbonate cover.

138 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 136: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 4

MMM No.: 1815301-000

.7 Where noted that 20 A receptacles are required, included for “T” slot type of respective series of receptacles.

.8 Colour of switches and receptacles (unless specified above), shall be as specified in PART 3 of this Section.

.9 Standard of acceptance equivalent manufacturers are Hubbell, Legrand, Cooper Wiring and Leviton.

2.08 FACEPLATES

.1 Galvanized steel stamped faceplates.

.2 302 stainless steel wallplates.

.3 Finishes of faceplates shall be as specified in PART 3 of this Section.

2.09 SLEEVES

.1 Galvanized steel sleeves as follows:

.1 No. 24 gauge with an integral flange at one (1) end to secure sleeve to formwork construction;

.2 Schedule 40 pipe.

.2 Schedule 40 PVC sleeves.

2.10 FIRESTOPPING AND SMOKE SEAL MATERIALS

.1 Refer to requirements of Division 07.

2.11 FASTENING AND SECURING HARDWARE

.1 Concrete inserts - equivalent to Crane Canada Ltd., No. 4-M for concrete work for single or double conduit, cable tray, etc., runs and for equipment, and Unistrut Ltd. multiple type inserts for runs of three (3) or more conduits etc., or where a grid support system is required.

.2 Concrete fasteners - equivalent to "WEJ-IT" anchors, lead cinch anchors and/or "STAR" or "PHILLIPS" self-drilling anchors.

.3 Masonry inserts - equivalent to "WEJ-IT" expansion shields and machine bolts or, for light loads, fibre or lead plugs and screws.

.4 Drywall or plaster wall and/or ceiling fasteners - 2-wing spring toggles.

.5 Structural steel - Crane Canada Ltd., beam clamps.

.6 Metal framing channels – 40 mm (1-5/8") width, corrosion resistant galvanized steel channels complete with required fittings and ancillary hardware;

.7 Acceptable manufacturers:

.1 Acceptable manufacturers of fasteners and inserts include Hilti and Thomas & Betts.

139 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 137: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 5

MMM No.: 1815301-000

.2 Acceptable manufacturers of framing channels are:

.1 Unistrut;

.2 Thomas & Betts;

.3 Cooper B-Line;

.4 Hilti.

2.12 ACCESS DOORS

.1 Access doors on project to be coordinated with General Trades Contractor such that look and finishes of each Division of Work are consistent.

.2 Standard of acceptance access doors equivalent to Le Hage, SMS, Pedlar or Acudor with 14 U.S. gauge steel door panel, rust resistant concealed hinges and positive locking and self-opening screwdriver operated lock. Frame shall be suitable for wall installation and shall have integral keys for plaster walls. Doors in tile wall shall be stainless steel and ceilings shall be suitable for plaster covering with only frame joint showing. Other doors shall be prime painted steel. Minimum size of doors shall be 600 mm x 600 mm (2' x 2') doors shall be used

.3 Lay-in type tiles, properly marked, may serve as access panels. Marking of ceiling tiles must be coordinated with Owner. Panels in glazed tile walls shall be 12 gauge, 304 alloy stainless steel, No. 4 finish, with recessed frame secured with stainless steel counter-sunk flush head screws.

.4 Panels in plaster surfaces shall have dish-shaped door and welded metal lath, ready to take plaster. Provide a plastic grommet for door key access.

.5 Other access doors shall be welded 12 gauge steel, flush type with concealed hinges, lock and anchor straps, complete with factory prime coat. Obtain approval of non-standard door construction details.

.6 Access doors in fire rated ceilings, walls, partitions, structures, etc., shall be ULC listed and labelled and of a rating to maintain fire separation integrity.

.7 Where access doors are located in surfaces where special finishes are required, they shall be of a recessed door type capable of accepting finish in which they are to be installed so as to maintain final building surface appearance throughout.

2.13 WARNING SIGNS

.1 Standard of acceptance equivalent to Thomas & Betts Ltd., semi-rigid vinyl panels with drilled holes in each corner, stainless steel screws, pressure sensitive mounting pads on back, and required printed wording. Generally, wording shall be red on a white background with black trim, but shall be confirmed with Consultant.

140 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 138: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 6

MMM No.: 1815301-000

2.14 IDENTIFICATION NAMEPLATES

.1 Laminated plastic (Lamacoid) black-white-black with bevelled edges, stainless steel screws, and proper identification engraving. Each nameplate shall be sized to suit equipment for which it is provided, and required wording. Confirm nomenclature with Consultant. Various colour configurations shall be used to differentiate systems. Confirm exact colour scheme with Consultant and/or Owner. Comply with Owner’s existing standards for specific sizing and colour requirements. Refer to additional requirements in Part 3.

.2 Standard of acceptance equivalent to Brother "P-Touch portable electronic labelling system complete with securely affixed self-adhesive, identification labels, permanent printed with required circuit identification nomenclature.

2.15 SYSTEM BACKBOARDS

.1 G1S (good one side) construction grade fir plywood, flame retardant prime coat painted on exposed surfaces, minimum 20 mm (3/4") thick, as sized on drawings and with flame spread rating in accordance with local governing building code requirements.

2.16 VIBRATION CONTROL AND SEISMIC RESTRAINT

.1 Electrical equipment installation is to meet local governing authority having jurisdiction and code seismic requirements and additional requirements outlined herein. Provide for gensets and associated equipment, vibration controls of greater than standard performance to ensure that rooms located below genset room is not adversely affected by vibration form genset room.

.2 Provide labour, materials, and equipment required and necessary to seismically restrain electrical equipment and equipment bases including concrete pads, and guarantee function of materials and equipment supplied.

.3 Make electrical connections to vibration-isolated equipment with flexible conduit or other flexible means acceptable to Consultant and local governing authority having jurisdiction so as not to restrict maximum anticipated movement of equipment under seismic excitation movement.

.4 In event that inadequate isolation is provided by isolation product manufacturer’s isolation package, be responsible for improving isolation to an acceptable standard at no additional cost to contract. Isolation product manufacturer’s seismic restraint engineer to verify that seismic restraints and combination isolator/restraints intended for use on project are fit for intended purpose. Be responsible for ensuring that manufacturer’s seismic restraints are in compliance with applicable local building code requirements for Place of Work.

.5 Provide additional seismic requirements for suspended electrical raceways, luminaires, genset, transformers, and other equipment as per governing local authority requirements and requirements of current codes and by-laws.

.6 Include for manufacturer of vibration control products to develop/design a seismic restraint system and perform seismic calculations in accordance with latest requirements of local governing building code, requirements of local governing authority having jurisdiction, and additional requirements specified in this article. Design of seismic restraints to include provisions to withstand forces of area rating as per governing building code requirements.

141 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 139: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 7

MMM No.: 1815301-000

.7 Submit for Consultant’s review, seismic design drawings and product shop drawings with calculations approved and sealed by a Professional Engineer licensed and registered in Place of Work and experienced in such Work. Be responsible for costs for services of this Professional Engineer. Shop drawings to identify equipment type, manufacturer’s name, model number and weight of equipment to be restrained.

.8 Shop drawings to additionally include placement drawings for electrical equipment and equipment assemblies including runs of cable trays and conduit/cable racks showing methods of attachment to particular structure for each piece of equipment and assembly and provide anchorage/attachment details. Submit samples of materials required to complete seismic restraint work for review if and when required. Include for Professional Engineer to inspect same on site (note that multiple inspections to be required as work progresses) and to provide typewritten Inspection Reports to Consultant throughout construction and to provide "Letters of Assurance and Conformance" with specified Codes, Standards and Bylaws. Additionally, include copies of documents in Operating and Maintenance Manuals.

.9 Use of manufacturer’s isolation package is acceptable providing it meets requirements of this Specification.

.10 Provide vibration isolation for equipment or parts connected rigidly to isolated equipment.

.11 Standard vibration isolation requirements of equipment to comply with following:

.1 choose equipment isolation mounts on basis of achieving 98% vibration isolation efficiency at lowest operating speed. That is, natural frequency of each vibration isolation system to be at least 1/10 of lowest excitation frequency of rotating machinery, whenever practicable, but in no case less than 1/7. Where structural floor deflection exceeds 1/10 of determined static deflection of isolator, increase isolator static deflection to maintain this minimum ratio of floor to isolator deflection. Where static deflections are shown on drawings, Specifications, or schedules, they are to be used as a guide only. Actual isolators are to achieve required static deflection under load, with at least 50% reserve deflection;

.2 submit shop drawings identifying equipment, lowest operating speed, weight, brand, type and location of isolators prior to ordering or fabrication.

.12 Seismic restraints to restrain equipment in all directions and to be sized to meet appropriate requirements as defined in local governing building code. Calculations bearing seal of a qualified Professional Engineer to be submitted with shop drawings to justify stated seismic restraint requirements.

.13 Attachment points and fasteners to be capable of withstanding a load of 3 times sized capacity of restraint. Equipment suppliers to provide proof of conformance with this clause by means of shop drawings certified by a qualified Professional Engineer.

.14 Submit test data to Consultant, showing load deflection curves up to 1.5 times rated capacity of restraint, and certifying that neither neoprene elements nor restraint body sustained any deformation after release of load.

.15 Adjust restraints to have clearances between 3mm (1/8") and 6mm (1/4") under normal operating conditions of equipment.

142 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 140: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 8

MMM No.: 1815301-000

.16 Standard of acceptance manufacturers of seismic restraints include:

.1 Vibro-Acoustics;

.2 Mason Industries;

.3 Kinetic Noise Control.

3 EXECUTION

3.01 GENERAL CONDUIT AND CONDUCTOR INSTALLATION REQUIREMENTS

.1 Install conduit and conductors concealed in finished areas, and concealed to degree made possible by finishes in partially finished and unfinished areas. Conduit may be exposed in unfinished areas such as Electrical and Mechanical Rooms, unless otherwise noted on drawings or specified herein. Refer to and examine architectural drawings and room finish schedules to determine finished, partially finished or unfinished areas of building.

.2 Where conduit and/or conductors are exposed, arrange same to avoid interference with other work and parallel to building lines. Where horizontal conduits and/or conductors are exposed, install as high as possible. Do not install conduit and/or conductors within 150 mm (6") of "hot" pipes or equipment unless conduit and/or conductors are associated with equipment. Independently run conduit and conductors must be supported from wall/ceiling structure, not from ceiling hangers, ductwork, piping, cable trays, formed steel decking, etc. Do not run conduits/raceways within 1 m of equipment access opening covers.

.3 Temporarily pack open boxes located in concrete, plaster and masonry to prevent debris from entering box.

.4 Obtain approval from Consultant if proposing any conduit to be embedded within structural concrete. With such approval, install such conduit in compliance with requirements of latest edition of CSA Standard CAN3-A23.1, "Concrete Materials and Methods of Concrete Construction", with specific reference to Section 13.5. Generally installation practices and methods shall be confirmed with and accepted by Structural Consultant.

.5 Isolated ground circuits must contain separate phase, neutral and ground conductors (i.e.: common neutral configuration is unacceptable). Conductors shall be minimum No. 12 AWG and No. 10 AWG for runs longer than 50' (15 m).

.6 Allow for final location adjustment of devices up to 10’ (3 m) prior to installation of surface coverings.

.7 Generally, conductors are sized on drawings, but in absence of type and sizing, type and size required conductors to suit intended application in accordance with applicable OESC requirements.

3.02 INSTALLATION OF CONDUIT

.1 Provide conduit for conductors except armoured cable and copper sheathed mineral insulated conductors, and except where duct or similar raceway materials are provided.

143 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 141: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 9

MMM No.: 1815301-000

.2 Conduit shall be as follows:

.1 for interior building surface mounted services greater than 600 volts – rigid galvanized steel;

.2 for main distribution wiring in Electrical rooms and for concealed conduit in exterior walls - rigid galvanized steel;

.3 for exposed conduit outside building, and for buried under ground services - rigid PVC where permitted by local codes;

.4 for short branch circuit connectors to motorized equipment and distribution transformers (minimum length 450 mm (18"), maximum length 600 mm (24") with 180 degrees loop where possible) - galvanized steel flexible liquid-tight conduit;

.5 at points, where conductors cross building expansion joints - galvanized steel flexible conduit;

.6 for interior conduit above 50 mm (2") diameter containing distribution conductors or communication systems conductors (fire alarm, telephone etc.) (except as noted above) - EMT with separate insulated ground conductor;

.7 for conductors except as noted above or elsewhere in this Specification - EMT.

.3 Support underground conduit on a well-tamped flat bed of earth, free from rocks or protrusions of any kind. Grade and slope bed to provide conduits and ducts with proper drainage. Coordinate with General Trades Contractor for provision of means to carry away drainage water. Obtain required approvals of work from local governing electrical utility and review with Consultant prior to back filling and covering. Provide pull cord in each duct run. Mark out with taping as required.

.4 Provide manufactured expansion joints in rigid PVC plastic conduit at spacing as recommended by conduit manufacturer.

.5 Provide a separate ground conductor in plastic conduits.

.6 Support and secure surface mounted and suspended single or double runs of metal conduit at support spacing in accordance with OESC requirements by means of galvanized pipe straps, conduit clips, ring bolt type hangers, U-channels or by other proper manufactured devices. Secure wall mounted exterior runs of conduits by means of U-channel galvanized steel supports.

.7 Support multiple mixed size metal conduit runs with standard of acceptance equivalent to Unistrut Ltd., Electrovert Ltd. "CANTRUSS" or Burndy Ltd. "FLEXIBLE" conduit racks spaced to suit spacing requirements of smallest conduit in group.

.8 Unless otherwise noted, conduit fittings shall be constructed of same materials as conduit and shall be suitable in all respects for application.

.9 Provide proper adaptors and transitions for joining conduits of different materials in applications such as transitioning from climate controlled areas to non-climate controlled areas.

.10 Cut square and properly ream site cut conduit ends.

144 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 142: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 10

MMM No.: 1815301-000

.11 Generally, conduit is sized on drawings. Conduit not sized on drawings to be sized in accordance with latest edition of OESC. Sizes of branch circuit conductors indicated are minimum sizes and must be increased as required to suit length of run and voltage drop in accordance with voltage drop schedule found on drawings or obtained from Consultant. Where conductor sizes are increased to suit voltage drop requirements, increase scheduled or specified conduit size to suit.

.12 Site made bends for conduit must maintain full conduit diameter with no kinking, and conduit finishes must not flake or crack when conduit is bent.

.13 Plug ends of roughed-in conduit which are exposed during construction with approved plugs.

.14 Ensure that conduit systems which are left empty for future wiring are clean, clear, capped and properly identified at each termination point. Provide end bushing and suitable fish wires in such conduit.

.15 Provide empty conduits to ceiling spaces from flush mounted panel boards located below and/or near hung ceiling. Refer to detail found on drawings.

.16 Conduits to be minimum size of 20 mm (¾"), except telecommunications wiring conduits which are to be minimum 25 mm (1").

3.03 EXPANSION FACILITIES FOR CONDUIT CROSSING BUILDING EXPANSION JOINTS

.1 Wherever concealed or surface mounted conduits cross building expansion joints, provide expansion facilities to permit free movement without imposing additional stress or loading upon support system, and to prevent excessive movement at joints and connections, in accordance with detail found on drawings.

3.04 INSTALLATION OF OUTLET BOXES AND BACK BOXES

.1 Provide an outlet box or back box for each luminaire, wiring device, telephone outlet, fire alarm system component, communications systems components, and each other such outlet.

.2 Outlet boxes flush mounted in interior construction, surface mounted in concealed interior locations, and surface mounted in exposed interior locations where connecting conduit is EMT, shall be stamped and galvanized steel outlet boxes unless otherwise noted.

.3 Outlet boxes in underground plastic conduit systems to be rigid PVC plastic outlet boxes, unless otherwise noted.

.4 Outlet boxes for surface mounted exterior lighting, receptacles, and other device outlets, boxes flush mounted in exterior building surfaces, and boxes mounted in interior device locations where connecting conduit is rigid and boxes in perimeter wall where insulation and vapour barrier is present, shall be "FS" or "FD" Series cast boxes unless otherwise noted.

.5 Provide a barriered outlet box for switches connected to normal and vital/emergency power and share a common faceplate.

.6 Size boxes to accommodate exact supplied components and for bending radii of installed cables. Confirm requirements with respective system vendors.

145 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 143: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 11

MMM No.: 1815301-000

.7 Outlet boxes for special wiring devices, for special equipment and special applications if required, shall be specified hereinafter in other Sections of this Division of Specification or on drawings.

.8 Size and arrangement of outlet boxes shall suit device which they serve

.9 Generally, mounting heights and locations for outlets are indicated on electrical drawings, however confirm exact location and arrangement of outlets prior to roughing-in. Architectural drawings and Consultant's instructions have precedence over electrical drawing diagrammatic layouts and specified mounting heights and locations.

.10 Do not install outlet or back boxes "back-to-back" in walls and partitions. Stagger such outlets and seal against noise transmission in accordance with typical detail found on drawings. "Thru-wall" type boxes will not be permitted for any application.

.11 Provide blank cover plates on existing obsolete boxes which are to remain in position.

.12 Provide blank cover plates over boxes left empty for future installation of devices. Clearly identify each box as to its intended use as reviewed with Consultant. Generally, blank cover plates shall be stainless steel.

3.05 INSTALLATION OF PULL BOXES AND JUNCTION BOXES

.1 Provide pull boxes in conduit systems wherever shown on drawings, and/or wherever necessary to facilitate conductor installations. Generally, conduit runs exceeding 100’ (30 m) in length, or with more than two (2) 90 degree bends, shall be equipped with a pull box installed at a convenient and suitable intermediate accessible location.

.2 Provide junction boxes wherever required and/or indicated on drawings.

.3 Boxes in rigid conduit and EMT inside building shall be stamped galvanized or prime coated steel.

.4 Boxes in exterior rigid conduit and boxes in perimeter wall where insulation and vapour barrier is present, to be standard of acceptance equivalent to "Condulet" cast gasketted boxes unless otherwise noted.

.5 Boxes in plastic conduit shall be rigid PVC plastic boxes.

.6 Size boxes to accommodate exact supplied components and for bending radii of installed cables. Confirm requirements with respective system vendors.

.7 Pull boxes and junction boxes must be accessible after work is completed.

.8 Accurately locate and identify concealed pull boxes and junction boxes on "As-built" record drawings.

.9 Clearly identify main pull or junction boxes (excluding obvious outlet boxes) by painting outside of covers. Spray painting shall not be permitted unless approved by Owner. Paint colours shall be in accordance with schedule:

.10 In addition to painting miscellaneous signal boxes, clearly identify specific system in which box is installed.

.11 Cover boxes in fire walls with aluminum tape and seal with caulking.

146 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 144: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 12

MMM No.: 1815301-000

3.06 INSTALLATION OF CONDUCTORS

.1 Provide required conductors.

.2 Conductors, unless otherwise noted, shall be as follows:

.1 underground inside or outside building - “RWU90” or “TWU”;

.2 branch circuit wiring for areas in accessible ceiling spaces and within stud wall construction consisting of drops down to luminaries and drops down stud walls to devices - "AC90" flexible armoured cable ("BX") (maximum 6 (20’) run permitted);

.3 for conductors requiring a fire rating by current regulations - use type "MI" CSA approved, ULC listed and labelled, two (2) hour fire rated, copper sheathed mineral insulated copper conductors;

.4 for wiring except as noted above or specified elsewhere in Specification or as noted on drawings - “RW90” or “T90Nylon”.

.3 Support "BX" armoured cable in ceiling spaces and in stud wall construction with steel two (2) hole cable straps to “Code" requirements. "BX" cables must run in a neat manner parallel building lines. Utilize centralized conduit runs to maintain maximum permitted runs of "BX" as specified. Provide insulating grommet at cut ends of flexible armoured cable to protect conductor insulation.

.4 Generally, splicing of thermoplastic insulated conductors shall not be permitted, unless approved by Owner and reviewed with Consultant and if approved, subject to following conditions:

.1 splicing to extend existing conductors;

.2 for low voltage control and signal conductors, splicing made within an electrical box with terminal strips;

.3 for line voltage conductors, splicing made within an electrical box with mechanical compression connectors to suit type and size of conductors and as reviewed with Consultant;

.4 splice box properly identified with suitable painting;

.5 splice box clearly identified on “as-built” drawings;

.6 use of pressure type twist connectors to be reviewed with Consultant, but generally is not permitted.

.5 Low voltage conductors shall be No. 18 AWG "TEW" except for use in fire alarm system applications and unless otherwise noted. Provide specified fire alarm cables for fire alarm system applications or security system applications as approved by Code and local governing authorities. Conductors not installed in conduit or raceways or within electrical equipment must approved by Consultant in writing, and be FT fire insulated rated in accordance with latest governing Code Flame Spread requirements.

147 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 145: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 13

MMM No.: 1815301-000

.6 Generally, conductor sizes are indicated on drawings. Such sizes are minimum requirements and must be increased, where required, to suit length of run and voltage drop in accordance with conductor voltage drop schedule found on drawings or obtained from Consultant.

.7 Do not use conductors smaller than No. 12 AWG in systems over 30 volts, unless otherwise noted. Do not use conductors smaller than No. 10 AWG for exterior luminaire wiring unless otherwise noted.

.8 Colour code conductors throughout to identify phases, neutrals and ground by means of self-laminating coloured tape, coloured conductor insulation, or properly secured coloured plastic discs. Colours, unless otherwise noted, shall be as follows:

.1 Phase A - red;

.2 Phase B - black;

.3 Phase C - blue;

.4 Ground - green;

.5 Neutral - white;

.6 Control - orange.

.9 Number control conductors with standard of acceptance Brady Ltd. or Electrovert Ltd. Z-type markers.

.10 Colour code conductors for communications systems in accordance with system component manufacturer's recommendations.

.11 When pulling wires into conduit, use lubricant and ensure that wires are kept straight and are not twisted or abraised.

.12 Neatly secure exposed wire in apparatus enclosures with approved supports or ties.

.13 Install low voltage conductors in conduit unless otherwise noted.

3.07 INSTALLATION OF SWITCHES AND RECEPTACLES

.1 Provide devices in locations and connect complete.

.2 For pricing, switches and receptacles shall be white for devices connected to normal power circuits, red for devices connected to essential power circuits. Other colour designations to be as later directed by Owner/Consultant.

.3 Every switch connected to essential (emergency) power circuits, shall be illuminated red toggle type.

.4 Ensure that switches located adjacent to doors are located at strike side of door. Confirm door swing requirements on architectural drawings, not on electrical drawings.

.5 For inside building locations, provide “Emergency Power Off” stations to consist of 800T series operators with STI hinged covers.

148 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 146: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 14

MMM No.: 1815301-000

.6 Identify circuit number and supplying panelboard, permanently identified at outlets. Identify this information in areas on front of each receptacle. In addition, provide typed label on wall below each device faceplate, identifying circuit number and panelboard from where each device is fed. Confirm nomenclature with Consultant prior to printing of labels and nameplates.

.7 Note: Where receptacles are indicated in counters, benches and/or millwork, box cutout will be provided in counter, bench or millwork. Provide a box, receptacle, plate and branch circuit wiring. Branch circuit wiring within counters and benches shall be flexible armoured cable "BX", under requirements of OESC. Install and connect complete.

.8 Review final finishes with Consultant as per sample board submission specified in Part 1. Do not order any devices unless final finishes have been reviewed with Consultant.

3.08 INSTALLATION OF FACEPLATES

.1 Equip each switch and receptacle with a faceplate with an opening or openings suitable for device it conceals. Secure faceplates to device frames with screws to match faceplates. Provide larger than standard type faceplates for devices that require engraved nomenclature to define special purpose for that device.

.2 Faceplates for devices circuited to emergency power shall be oversized stainless steel and inscribed with suitable identification lettering.

.3 In general areas, faceplates for flush mounted switches and receptacles circuited to normal power shall be stainless steel. In service areas where devices are surface mounted, faceplates shall be galvanized steel.

.4 Review final finishes with Consultant as per sample board submission specified in Part 1. Do not order any devices unless final finishes have been reviewed with Consultant.

3.09 INSTALLATION OF SLEEVES

.1 Where conduits, round ducts and conductors pass through structural poured concrete, provide galvanized steel sleeves unless otherwise noted.

.2 Sleeves in concrete slabs, except as noted below, shall be No. 24 gauge with an integral flange to secure sleeves for formwork construction.

.3 Sleeves in waterproof concrete slabs and in other slabs where waterproof sleeves are required shall be lengths of Schedule 40 pipe sized to extend 100 mm (4") above floor.

.4 Sleeves in poured concrete walls and foundation shall be Schedule 40 pipe.

.5 Size sleeves, unless otherwise noted, to leave 13 mm (½") clearance around conduit, duct, conductor, etc. Pack and seal void between sleeves and conduit, duct, conductors, etc., for length of sleeves as in accordance with article entitled "Firestopping and Smoke Seal Materials" specified here in this Section. Ensure that sleeves set in exterior walls are packed and sealed with approved materials specific for such applications and that both ends of sleeves are packed watertight with approved permanently flexible and water tight materials. Note: Exact responsibility of work to be coordinated with General Trades Contractor.

149 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 147: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 15

MMM No.: 1815301-000

.6 Submit to concrete reinforcement detailer at proper time, drawings indicating required sleeves, recesses and formed openings in poured concrete work. Such drawings shall be completely and accurately dimensioned and shall relate sleeves, recesses and formed openings to suitable grid lines and elevation datum.

.7 Supply sleeves of a water protecting type in accordance with detail found on drawings for installation in following locations:

.1 in Mechanical and Fan Room floor slabs, except where on grade;

.2 in slabs over Mechanical, Fan, Electrical and Telephone Equipment Rooms or closets;

.3 in floors equipped with waterproof membranes.

.8 "Gang" type sleeving will be permitted only with approval of Owner and reviewed with Consultant.

.9 Terminate sleeves for work which will be exposed so that sleeve is flush at both ends with wall, partition or slab surface so that sleeve may be covered completely by escutcheon plates.

3.10 INSTALLATION OF FIRESTOPPING AND SMOKE SEAL MATERIALS

.1 Where electrical work penetrates or punctures fire rated construction, provide ULC certified, listed and labelled firestopping and smoke sealing packing material systems to seal openings and voids within raceway and to ensure that continuity and integrity of fire separation is maintained. Provision of firestopping and smoke seal materials is responsibility of General Trades Contractor. Coordinate exact requirements with General Trades Contractor.

3.11 SUPPLY OF ACCESS DOORS

.1 Coordinate with Mechanical Contractor and General Trades Contractor to ensure that access doors on project are provided by a single manufacturer, installed as part of work of General Trades Contractor and that work involving both mechanical and electrical services should where possible be accessible from common access door. Coordinate work to ensure that common location access doors are not supplied by both Mechanical Divisions and Electrical Divisions. Coordinate final locations with Consultant and General Trades Contractor.

.2 Supply access doors to give access to junction boxes, pull boxes, conductor joints and other similar electrical work which may need maintenance or repair but which is concealed in inaccessible construction.

.3 Before commencing installation of electrical work, prepare on a set of reflected ceiling plans, complete layouts of ceiling access doors which will be required. Submit these layouts for approval and show exact sizes and locations of such ceiling access doors. Locate and arrange electrical work to suit.

.4 Access doors will be installed by trade responsible for particular type of construction in which doors are required. Supply access doors to trade installing same at proper time.

.5 Access doors shall wherever possible, be of a standard size for all applications. Confirm exact dimensions prior to ordering.

150 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 148: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 16

MMM No.: 1815301-000

3.12 INSTALLATION OF FASTENING AND SECURING HARDWARE

.1 Provide fasteners and similar hardware required for conduit, duct, raceway, conductors, etc., and for equipment hanger and/or support material unless otherwise noted.

.2 Accurately and properly set concrete inserts in concrete framework. Where multiple type inserts are used, space same to suit requirements of smallest conduit, etc., in group.

.3 Fasten hanger and support provisions to masonry with expansion shields and machine bolts, or, for light loads, use plugs and screws.

.4 In drywall or plaster walls and/or ceilings use two (2) wing toggles and for heavy loads, provide steel anchor plates with two (2) or more toggles to spread load.

.5 Provide beam clamps for attaching hanging and/or support provisions to structural steel, or where approved by Owner and reviewed with Consultant, weld hanging and support provisions to structural steel.

.6 Explosive powder actuated fasteners will not be permitted unless specific written approval for their use and type has been obtained from Owner and reviewed with Consultant.

.7 Under no circumstances use ceiling suspension hangers or grids for suspension of conduit and conductors.

.8 Do not use powder actuated tools using actuated fastening explosives.

.9 Comply with Structural Engineer’s requirements for maximum penetrations of securing hardware into concrete slabs.

3.13 INSTALLATION OF WARNING SIGNS

.1 Provide warning signs as required:

.2 Secure signs to equipment with stainless steel screws. Number of signs required and sign wording and colours must be reviewed with Consultant.

3.14 IDENTIFICATION OF ELECTRICAL PRODUCTS

.1 For each piece of electrical distribution equipment from electrical source of supply up to and including distribution transformers, transfer switches, panelboards, for special control panels and cabinets, and for each other piece of electrical equipment, provide engraved lamacoid identification nameplates secured to apparatus with stainless steel screws. Nameplates to indicate source of electrical supply and include Consultant's equipment identification number.

.2 Equip large multiple cell or component apparatus with main nameplates identifying equipment, voltage characteristics, capacity and source of supply, and with sub-nameplates clearly identifying each cell or component and its service.

.3 Panelboard nameplates to identify panelboard number as designated on drawings, unless otherwise instructed. Nameplates for disconnect switches, control panels, and cabinets to outline their service and source of supply.

151 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 149: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 17

MMM No.: 1815301-000

.4 In areas where equipment having removable doors that can be commonly installed on different equipment, ensure that each door is identified to which piece of equipment it is associated with, such that nameplates are with correct equipment.

.5 Faceplates for devices are to be labelled with plastic self-adhesive printed labels with similar information as specified for nameplates. Provide labels on inside and outside face of faceplates. Apply a layer of a clear coat finish over each label. Label receptacles, switches, and junction boxes, to show what panel they are fed from, and what circuit numbers contained inside are, to example as follows:

“M-LR-5-EB05 Cir 2,4,6”

.6 Review colours, sizing and exact nomenclature of nameplates with Owner/Consultant prior to ordering, to ensure no duplication of numbers with existing distribution system equipment. Submit sample board.

.7 Provide system, circuit, voltage, phase, etc., on ceiling space junction box covers, red for fire alarm and emergency circuits, orange for UPS circuits, black for others.

.8 Circuit protective devices to be complete with a lamacoid label mounted inside door of device listing fuse type and ratings, circuit breaker settings and minimum interrupting ratings.

.9 Switchboards and panelboards to have a permanent lamacoid label mounted on door with minimum circuit breaker interrupting rating.

.10 Clearly identify conduit systems carrying feeder cables by stencilling voltage of system, feeder and circuit identification and any other wording that may be required at regular intervals on conduits, on splicing and pull boxes, on both sides of sleeves and at each floor on vertical risers. Review actual wording and size of letters, and spacing of each inscription with Consultant. Paint used shall be durable and resistant to chipping. Maximum spacing of labelling shall be on a per floor basis for risers and 30’ (9 m) for horizontal runs.

.11 Outer covering of branch circuit wiring shall be colour coded throughout 600, 347, 208V and 120V systems: Phase A - red, Phase B - black, Phase C - blue, Neutral - white, and Ground -green. Phase shall be A, B and C left to right and top to bottom.

.12 Paint interior, exterior and coverplate of boxes (outlet, junction, etc.) with a durable paint of a colour which identifies system function. Applicable colours are to follow Owner’s standards.

.13 Colour code conduits, boxes, and metallic sheathed cables.

.14 Code with plastic tape or paint at points where conduit or cable enters wall, ceiling, or floor, and at 15 m (50') intervals.

.15 Colours: 25 mm (1") wide prime colour and 20 mm (¾") wide auxiliary colour. Pre-paint coupling and connectors colours as per Owner’s standard.

.16 Provide labelling of conduit runs to panels and main systems conduits 50 mm (2") dia and above, to indicate "Feed To".

152 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 150: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 18

MMM No.: 1815301-000

3.15 INSTALLATION OF TERMINAL BACKBOARDS

.1 Provide specified terminal backboards for communication systems and electrical distribution equipment.

.2 Securely wall mount each backboard with proper fasteners to suit wall construction.

.3 Unless otherwise noted, ensure that backboards are sized to sufficiently provide adequate terminal space for each system, plus 20% space for future additions.

3.16 DISCONNECTION, REMOVAL AND RELOCATION WORK

.1 Prior to start of any disconnection, removal or relocation work in any areas of complex, prepare schedule of work and notify Consultant and Owner to obtain approval of work to proceed.

.2 Where indicated on drawings, disconnect and remove items of existing obsolete electrical work. Relocate required devices as required to accommodate work of other Divisions. Where luminaires, switches, receptacles, and other devices and/or equipment is removed, disconnect at point of electrical supply, remove obsolete wiring and conduit up to source, unless otherwise noted, and make system safe to Consultant's satisfaction. Obsolete conduit/raceways in accessible ceiling spaces, exposed locations, etc. must be removed. Where existing obsolete conduit and similar raceway material cannot be removed, such as embedded in concrete, cut back and cap obsolete conduit and raceways. Refer to specific notes on drawings.

.3 When existing circuits are being disconnected, maintain supervision of area to ensure that such circuits do not affect essential existing circuits being retained.

.4 Refer to architectural drawings that define extent of areas being demolished in existing building. Thoroughly review drawings and site and include for demolition and/or renovation of services as required to accommodate alterations detailed.

.5 Unless otherwise noted, obsolete materials that are removed and are not to be relocated or reused shall become your property and shall be removed from site and disposed. Obtain from Owner a list of existing electrical items which are to be carefully removed and turned over to Owner. Said items shall remain property of Owner. Package items and provide itemized list.

.6 Where existing services pass through or are in an area to serve items which are to remain, maintain services. Include for rerouting existing services concealed behind existing finishes and which become exposed during renovation work, so as to be concealed behind new or existing finishes. Confirm with Owner services which are to be kept in service and operational.

.7 Revise panelboard directories accordingly, if affected by any renovation, disconnection or removal of work. Directories shall use Owner's actual room names/numbers.

.8 Properly protect existing devices being relocated or deleted to ensure that they are not damaged. Test such devices prior to disconnection and de-energization, to ensure that each device is in proper working condition. Ensure that motors are in proper rotation direction. Examine each device for damage. Report devices not working or with damage, to Consultant prior to initiating any work. It will be assumed that devices are in proper working order and good condition if not reported.

153 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 151: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 19

MMM No.: 1815301-000

.9 Provide junction boxes, outlet boxes, wiring, plates, etc., as necessary for complete relocation of devices as required. Relocated or temporary removed devices and equipment shall be cleaned and be in good operating condition before being reinstalled. Where existing luminaires are relocated, clean luminaires and inspect for damage. Relamp relocated luminaires. Report any damages to Consultant. Do not splice conductors unless approved by Consultant. Utilize junction boxes and terminal devices for proper extension of circuits where approved. Otherwise replace circuits with continuous run of suitable lengths.

.10 After installation is complete, test parts of re-used or relocated electrical equipment and correct faults and grounds. Include costs for and engage third party fire alarm verification company to verify any relocated devices and downstream affected devices, and verify system as required by local fire authority to suit actual relocation work. For other existing systems, engage manufacturers authorized representative or Owner’s system maintenance contractor, to inspect and verify relocated devices. Coordinate and confirm exact requirements with Owner and review with Consultant.

.11 Under all conditions, (interior, exterior or underground) electrical services (including auxiliary services, telephone, fire alarm, P.A. System, etc.) to operating parts of building shall not be hampered under any conditions and to that effect, necessary work may have to be carried out on an overtime basis, at no additional cost to this project. Existing risers must be maintained in service as required to feed other areas of complex. Do not interrupt any services without prior written approval form Owner and review with Consultant.

.12 New doors or openings will be cut into existing walls and ceilings. Be present when this work is being done. Should any damage occur to electrical systems (power or communications) due to this condition, restore systems to a safe and sound condition.

.13 Where references are made on drawings that existing receptacles, etc., be extended and/or relocated to suit new construction, receptacles, etc., shall be tested and if found defective they shall be replaced with new devices. Cover plates shall be replaced and shall match Architectural finishes.

.14 Be responsible for disconnecting power supply to branch circuits controlling lighting, receptacles, panels, mechanical equipment, etc., for safe removal of equipment, conduit, wiring, boxes, etc., affected by demolition.

.15 Close openings in boxes, panels, etc., which will result from such removal of equipment, conduit, wiring, fixtures, etc. Openings shall be closed in a proper manner and cables and wires properly terminated and insulated to restore system to a safe, sound and operating condition to Consultant's satisfaction.

.16 Be present and supervise removal of electrical equipment, P.A. speakers, etc., during demolition of ceilings, walls, floors, etc. Existing equipment which is not to be ultimately relocated but interferes with demolition, shall be temporarily relocated until such time as demolition work is completed. Services to temporarily relocated equipment shall be maintained at all times.

.17 Remove and re-install existing ceiling tiles as required to perform work. Prior to removal, inspect tiles for damage and report any to Owner and Consultant. Any loose cabling is to be secured, and luminaires additionally supported with cables secured to ceiling slab. After work has been completed and successfully inspected, re-install ceiling tiles to existing standards and re-install devices. Be responsible for replacement of tiles and grid members damaged during work. Comply with applicable governing authority requirements with regards to ceiling work in special areas.

154 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 152: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 20

MMM No.: 1815301-000

.18 Where existing surfaces are damaged and/or where existing devices are removed from wall, ceilings, floors and other surfaces, and such deleted devices are not being replaced in same locations, patch locations of these removed devices and re-finish. Patching and finishing is to be provided by tradesmen skilled in particular trade or application worked on, to Consultant’s approval. Where openings are left in existing ceiling tiles, replace ceiling tiles with new matching tiles reviewed with Consultant. Unless otherwise included for in other Divisions, include for:

.1 preparing existing surfaces to be filled and repainted to be cleaned as required to remove dirt, dust, oil, grease, loose paint, rust and any other foreign matter which would prevent proper bonding of new finish; sand glossy surfaces to uniform dull texture;

.2 filling in and patching surfaces with same material as existing surfaces; finished surfaces to match and line with existing adjoining surfaces;

.3 providing fire stopping materials to maintain fire rating of existing surfaces; refer to specification article entitled - Firestopping And Smoke Seal Materials.

.4 using paint rollers and/or brushes to apply and extend paint finish over full height and/or width of area affected, to a straight line in location reviewed with Consultant;

.5 applying sufficient number of coats such that patched area is indistinguishable to surrounding area;

.6 materials used to be of equivalent quality to existing finishes standards and be compatible with finishes to which they are applied;

.7 finishes to be reviewed with Consultant.

.19 Luminaires to be deleted must be checked for PCB ballasts. Disconnect and remove such ballasts nd dispose such materials off-site in compliance with Ministry of Environment and Ministry of Transport regulations.

3.17 INTERRUPTIONS TO AND SHUT-DOWNS OF SERVICES AND SYSTEMS

.1 Refer to requirements of Division 01.

3.18 TEMPORARY SERVICES

.1 Unless otherwise noted in Divisions 00 and/ or 01, provide required temporary electrical services as required for construction power. Coordinate temporary services with Owner. Use of permanent services of existing building for construction purposes is subject to approval from Owner and review with Consultant.

3.19 EQUIPMENT BASES AND SUPPORTS

.1 Coordinate work with Division 03 with specific reference to structural drawings.

.2 Provide equipment bases and supports, and secure floor mounted equipment in place on 100 mm (4") high concrete housekeeping pads 100 mm (4") wider and longer than equipment base dimensions.

155 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 153: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 21

MMM No.: 1815301-000

.3 Furnish dimensioned drawings, templates and anchor bolts for proper setting of equipment on bases and pads. Be responsible for required levelling, alignment, and grouting of equipment.

.4 Where equipment is suspended above floor level it shall be, unless otherwise noted, supported on a suitable welded or bolted prime coat painted structural steel angles or channels bracketed to wall or secured by hanger rods.

3.20 CONCRETE WORK

.1 Refer to standards and general requirements of Division 03 with specific reference to structural drawings.

.2 Coordinate genset concrete base requirements with Consultant (and Structural Consultant) and General Trades Contractor.

.3 Comply with local governing authority and local standard practices in providing concrete to compensate for local frost level of Place of Work.

.4 Submit to Consultant for review, dimensioned shop drawings of structurally designed concrete pads or bases for support of large, heavy equipment. Indicate on shop drawings total weight of pad or base, reinforcement, and equipment for which it is required.

3.21 CUTTING, PATCHING AND CORE DRILLING

.1 Unless otherwise noted, General Trades contractors are responsible for cutting, patching, and core drilling of existing building required for installation of Work. Refer to requirements in Division 01.

.2 Where new conduits and/or conductors penetrate existing construction, identify, and mark out locations for openings. Size openings to leave 13 mm (1/2") clearance around conduit and/or conductors. Coordinate work with General Trades.

.3 Any openings are to be fire stopped and sealed as specified, and patched as required before end of workday. No openings are to be left open overnight unless approved by Consultant.

3.22 FINISH PAINTING OF ELECTRICAL WORK

.1 Unless otherwise noted, finish painting of exposed electrical work will be done as part of work of Division 09.

.2 Be responsible for refinishing existing surfaces cut and patched to accommodate electrical work openings. Work to be to standards of Division 09. Coordinate with General Trades Contractor.

.3 Provide identification painting for electrical distribution equipment in accordance with application requirements of Division 09. Review exact finish colours with Consultant. Equipment requiring special colour identification painting shall include but not be limited to following:

.1 pull boxes and junction boxes;

.2 fire alarm conduit couplings;

156 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 154: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 22

MMM No.: 1815301-000

.3 communication system conduit.

.4 Spray painting on site shall not be permitted unless approved by Owner and reviewed with Consultant.

3.23 BRANCH CIRCUIT BALANCING

.1 Connect branch lighting and power circuits to panelboards so as to balance actual loads (wattage) within 5%. If required, transpose branch circuits when work is complete to meet this requirement.

.2 When connecting to existing panel circuits, take phase balancing into consideration when deciding what circuits to use.

.3 Perform necessary tests to show above requirement has been fulfilled. Make such tests after building is occupied. Document tests in report and submit copies signed by testing technician to Consultant.

3.24 PROVISIONS FOR MISCELLANEOUS SYSTEMS

.1 Provide following components to accommodate multiple system installations by respective system installers who will provide equipment and wiring (unless otherwise noted):

.1 conduit - diameters as sized on drawings with non-metallic fish wires or pull cords and suitable bushings for conduit terminations, and as specified herein this Section;

.2 outlet boxes - standard galvanized steel, each complete with a blank type faceplate;

.3 pull boxes, junction boxes and sleeves - as specified herein this Section.

.2 Miscellaneous systems are typically as shown on drawings. Systems that are to be provided only as empty conduit and boxes provisions are noted specifically on drawings. Unless otherwise noted on drawings, provide dedicated conduit runs for each system. Coordinate sizes of boxes with respective system vendors to ensure proper sizing that allows for wiring bending radii. Confirm exact conduit and box requirements with system vendor for which provisions are being made.

.3 Provide conduit runs with pull cords to cable tray, as per drawing details. Minimum size of conduits to be 20 mm (¾") diameter unless otherwise noted on drawings.

.4 Provide pullboxes in conduit runs longer than 30’ (100 m) or having more than two (2) 90 degree bends. Pullbox sizes shall not be less than eight (8) times entering conduit in length. Provide conduit to existing and additional main cable tray runs.

.5 Leave conduits free and clear of obstructions and terminate as required. Equip terminations with bushing, and clearly identify each run. Provide fish wires in empty conduits. Run telecommunications conduits to comply with separation from sources of electromagnetic radiation as per standard EIA/TIA 569. Site bend telecommunications conduit elbows to comply with system conduit bending radii requirements.

.6 Review exact requirements and locations of equipment with Consultant and system installers prior to roughing-in.

.7 Refer to system riser diagram on drawings.

157 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 155: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 00 Outdoor Generator BASIC ELECTRICAL MATERIALS March 15, 2016 AND METHODS Page 23

MMM No.: 1815301-000

.8 Quantities for outlets shall be as per floor plan drawing and not riser diagram.

END OF SECTION

158 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 156: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 70 Outdoor Generator ELECTRICAL WORK ANALYSIS March 15, 2016 AND TESTING Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 SUBMITTALS

.1 Submit as part of shop drawing submission, copies of:

.1 arc flash analysis report.

.2 Submit after completion of requested factory testing, copies of completed product testing reports.

.3 Submit after installation and testing, copies of:

.1 completed testing reports with completed test results sheets;

.2 certificate of approvals from local governing authorities, manufacturers’ of systems and equipment and testing companies.

.4 Verify form of submittals (submission procedures, number of hard copies and requirements for electronic copies) with Consultant at project start-up. For pricing assume minimum 3 hard coloured copies bound and electronic pdf copy.

2 PRODUCTS

2.01 GENERAL SCOPE OF WORK

.1 Include for but not be limited to following:

.1 preparing and submitting arc flash study with calculations for use in determining required electric shock and arc flash protection;

.2 product manufacturers providing equipment inspection, testing, start-up, adjustments and verification;

.3 independent 3rd party testing of electrical equipment and associated products;

.4 providing electricians/trades people on site to handle equipment, make temporary connections, operate equipment and make repairs and adjustments and assist manufacturer’s / testing organization's personnel during on-site inspection, testing, calibration, start-up, verification work and where supplementary commissioning;

.5 coordination of work with testing company and equipment/system manufacturer’s authorized technician in performing adjustments and start-up procedures to equipment/systems;

.6 preparing testing reports and documentation for submission to Consultant.

159 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 157: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 70 Outdoor Generator ELECTRICAL WORK ANALYSIS March 15, 2016 AND TESTING Page 2

MMM No.: 1815301-000

3 EXECUTION

3.01 GENERAL ELECTRICAL WORK TESTING

.1 In addition to tests required by local governing authorities having jurisdiction, local codes and regulations, perform following:

.1 after products are installed, whether same are installed as part of this Division or by other Divisions, test work to ensure that there are no leaks, grounds or crosses;

.2 establish and ensure proper motor rotation - measure full load running currents and check overload elements - report to Consultant any discrepancies which are found; existing motors which have been worked on (disconnected and reconnected) must be checked with rotation meter to ensure proper rotation; be responsible for any damage caused by reverse rotation;

.3 demonstrate to Consultant that branch circuit voltage drop is within specified units;

.4 ensure that devices are commissioned and operable.

.2 Document results into distribution system testing report. Report must state that testing was successful and Work complies with project documents, applicable CSA standards, and other applicable governing codes and requirements.

3.02 SYSTEMS START UP, TESTING, INSPECTION AND VERIFICATION

.1 When each system and each major piece of equipment installation is complete and ready for acceptance, include for system and equipment manufacturer or manufacturer’s authorized representative to visit site to provide system inspection, testing, start-up, and verification. Perform following:

.1 adjust systems for high quality, distortion free performance, free from noise, cross-talk, hum or other interference;

.2 test and adjust system and ascertain that components are as specified and ensure that products operate as designed;

.3 provide start-up procedures for systems and equipment;

.4 verify and certify system component operations;

.5 prepare, document and evaluate test results;

.6 authenticate test results with signature of authorized testing Engineer/Technician;

.7 check and verify nameplates;

.8 provide maintenance and operating instructions to Owner’s personnel.

.2 Perform work properly documented, and in accordance with manufacturer’s instructions and recommendations.

.3 Perform work under presence of Owner and Consultant at times approved by Owner and reviewed with Consultant.

160 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 158: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 70 Outdoor Generator ELECTRICAL WORK ANALYSIS March 15, 2016 AND TESTING Page 3

MMM No.: 1815301-000

.4 When the system start-up, testing, adjusting and verification work specified above is complete, obtain from the supplier/manufacturer (or where specified, independent inspection company), a test report with test sheets, and covering verification letter signed by authorized testing technician, stating that the system has been inspected and tested, performs as specified and is ready for acceptance.

.5 Bind documents under cover and submit minimum one hard copy and electronic copy to Consultant.

3.03 DISTRIBUTION SYSTEM TESTING, START-UP AND VERIFICATION

.1 Provide services consisting of on-site engineering inspection, testing and verification of electrical distribution equipment and other systems and equipment. Perform work to standards of applicable local governing authorities, local electrical inspection authority and CSA Standards.

.2 Services to be performed by an approved independent testing company and be initially conducted prior to system/equipment being energized and further testing when energized, and include following items, where applicable:

.1 testing, cleaning when necessary, and calibrating all relays and circuit breaker trip devices (calibration of all protective devices shall conform to requirements of approved coordination curves);

.2 function test of associated control devices;

.3 replacement of fuses destroyed during the testing;

.4 an acceptance test in the presence of and satisfaction of the Consultant;

.5 the presence, for the length of time required, of qualified and competent equipment manufacturer's service representative during start up;

.6 carry out insulation resistance testing of all out going feeders with respect to ground;

.7 testing of cables, power receptacles and switches;

.8 inspection and testing of cables and electrical devices;

.9 inspection and testing of motor control centres, starters and variable frequency drives;

.10 verification and certification work of equipment and systems.

.3 Where relays, breakers, etc., do not perform to the approved coordination curves, they shall be revised as part of the work.

.4 Where defective or incorrectly applied relays or breakers are found in the distribution system, identify clearly in report and provide recommended course of corrective action.

161 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 159: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 70 Outdoor Generator ELECTRICAL WORK ANALYSIS March 15, 2016 AND TESTING Page 4

MMM No.: 1815301-000

.5 Adjust and calibrate existing trip units, relays, breakers, etc., which do not perform to approved coordination curves. Where defective or incorrectly applied relays or breakers are found in existing distribution system, identify problem areas clearly on curves of test report and provide recommended course of remedial action. Where replacement of existing devices not identified in Documents to be replaced is necessary to provide coordination, submit estimate of costs to Consultant for review. Where approved by Owner, perform work at additional cost to Contract amount. Clearly show on coordination curves in report and clearly identify recommended remedial course of action.

.6 Provide testing and coordination of emergency power distribution system to ensure that system performs in accordance to latest requirements of CSA Standard C282. Ensure that engine-generator set manufacturer and testing and coordination companies co-operate to ensure that CSA requirements are fulfilled. Provide necessary adjustments and coordination to ensure that emergency power distribution system transfers essential loads to emergency power within required response time of loss of normal power.

.7 Provide visual and mechanical inspection of the ground system and verify that it is in compliance with issued documents and OESC requirements.

.8 Document testing and coordination study in a report signed by a Professional Engineer licensed in the Place of Work and authorized by testing company. Include for minimum one hard copy and electronic copy of the report to be submitted to Consultant for review. The report shall include all test results with properly plotted curves, identified trouble areas of coordination, extensive comments regarding test results and recommendations on best methods to resolve the problem areas.

.9 Standard of acceptance testing companies to be independent of distribution system equipment manufacturers and include:

.1 G.T. Woods;

.2 AC Tesla;

.3 Pelikan;

.4 Eaton Services;

.5 Schneider Services.

3.04 SHOCK AND ARC FLASH PROTECTION

.1 Provide for electric shock and arc flash protection as required by local governing electrical code and authorities.

.2 Determine severity of potential exposure, planning safe work practices and selecting personal protective equipment under general guidelines of governing edition of CSA Z462.

.3 Design safety signs and labels for applications to equipment under general guidelines of ANSI Z535.4.

.4 Determine arc flash hazard distance and incident energy that workers may be exposed to from electrical equipment under general guidelines of IEEE 1584.

.5 Incorporate documentation with distribution system testing and coordination report.

162 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 160: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 05 70 Outdoor Generator ELECTRICAL WORK ANALYSIS March 15, 2016 AND TESTING Page 5

MMM No.: 1815301-000

.6 Provide labels as required on equipment.

.7 Standard of acceptance testing companies to provide this work are same as those listed for distribution system testing work.

END OF SECTION

163 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 161: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 20 00 Outdoor Generator ELECTRIC SERVICE AND DISTRIBUTION March 15, 2016 Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 SUBMITTALS

.1 Submit shop drawings for following:

.1 Additional devices for existing equipment such as breakers.

1.02 BREAKERS

.1 Breakers to be NEMA rated types, and for switchboards and distribution panelboards, breakers when frame sized 225 amperes and greater, to be provided with solid state adjustable trip units with long time, short time and instantaneous time (LSI) functions and time delays. Set trip units at ratings as per coordination study as required for proper coordination. Provide ground fault alarm and trip functions at rating above 600A, as coordinated with results of coordination study and as reviewed with Consultant prior to start of Work.

.2 Size breakers as per drawings and/or schedules, but in absence of direction, size breakers to suit intended application, to suit coordination study requirements and in accordance with OESC.

1.03 EQUIPMENT WITHSTAND RATINGS

.1 Provide ratings for electrical equipment, circuit protective devices, bussing, and switches to interrupt and withstand short circuit faults greater than available fault current at its source of supply.

2 PRODUCTS

2.01 TRANSFER SWITCHES

.1 ASCO Power Technologies Canada, 300 Series, CSA approved, automatic transfer switch as follows:

.1 modular, compact design;

.2 double-throw operation with single solenoid design is inherently interlocked and prevents contacts from stopping between sources or from being in contact with both sources at same time;

.3 electrically operated;

.4 fully protected;

.5 control and display panel;

.6 meets or exceeds requirements for Electromagnetic Compatibility (EMC);

.7 wall/floor mounted, fully front accessible;

.8 to CSA requirements including latest edition of CSA Standard, C22.2 No. 178, "Automatic Transfer Switches";

164 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 162: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 20 00 Outdoor Generator ELECTRIC SERVICE AND DISTRIBUTION March 15, 2016 Page 2

MMM No.: 1815301-000

.2 Transfer switches to be of withstand current ratings meeting available short circuit currents at location of each transfer. If at time of pricing such information is not identified in issued documents, allow in pricing for transfer cycle rating to at least be equal to larger of normal or emergency side upstream overcurrent protective device rating.

.3 Control panel features include:

.1 flush-mounted digital microprocessor controller with LED indicators for switch position and source availability; includes test and time-delay bypass switches;

.2 voltage, frequency, control, timing and connectivity functions required for most emergency and standby power applications

.3 voltage and frequency sensing:

.1 adjustable three-phase, close-differential voltage sensing on normal source;

.2 normal source pickup voltage is adjustable to 95% of nominal; drop-out is adjustable from 70% to 90% of nominal;

.3 frequency sensing on emergency source; pickup at 95% and dropout at 85% of nominal.

.4 sensing and control logic to be provided on printed circuit boards;

.5 interfacing relays to be industrial grade plug-in type with dust covers;

.6 time delays:

.1 adjustable time-delay feature prevents switch from being activated due to momentary utility power outages and generator dips;

.2 adjustable time delay to override momentary normal source outages to delay all transfer switch and engine starting signals;

.3 transfer to emergency time delay - adjustable from 0 to 5 minutes for controlled timing of load transfer to emergency;

.4 retransfer to normal time delay - adjustable to 30 minutes;

.5 five-minute unloaded running time delay for emergency engine generator cool down;

.6 four-second time delay to ignore momentary voltage and frequency transients during initial genset loading.

.4 Transfer switch to be complete with additional following features:

.1 engine exerciser for weekly automatic testing of engine generator set with or without load.

.2 solid neutral termination or switched neutral pole to suit application;

.3 in-phase monitor to transfer motor loads, without any intentional off time, to prevent inrush currents from exceeding normal starting levels;

165 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 163: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 20 00 Outdoor Generator ELECTRIC SERVICE AND DISTRIBUTION March 15, 2016 Page 3

MMM No.: 1815301-000

.4 selective load disconnect, double-throw contact to operate at adjustable 0 to 20 second adjustable time delay prior to transfer and reset 0 to 20 seconds after transfer;

.5 60 Hz or 50 Hz selectable switch;

.6 three-phase/single-phase selectable switch;

.7 terminal provisions for connecting:

.1 remote test switch;

.2 remote contact for test or for peak shaving applications; circuit will be automatically bypassed if emergency source fails;

.3 remote time-delay bypass switch.

.8 strip heater with thermostat, wired to load terminals and suitable for supply voltage as noted;

.9 auxiliary contacts to indicate position of main contacts - 2 for normal and 2 for emergency position; contacts to be also as required to connect to remote systems for alarms;

.10 engraved Lamacoid nameplates identifying switch and components.

.5 Transfer switch enclosure to be free standing or wall mounting (as noted on drawings) enamelled steel, minimum NEMA 1 cubicle with sprinkler protection provisions including drip shield, ventilation louvers designed to protect live components from water spray and gasketted doors and openings. Units to be finished in ANSI grey enamel.

.6 Include for manufacturer’s authorized representative to provide after installation onsite inspection, testing, start-up, and verification of transfer switches.

.7 Acceptable manufacturers are:

.1 ASCO Power Technologies Canada;

.2 Cummins Onan;

.3 Caterpillar;

.4 Eaton.

2.02 ADDITIONAL DEVICES FOR EXISTING EQUIPMENT

.1 Additional breakers and switch and fuses assemblies for existing panelboards and/or switchboards are to match existing device standards and be completely compatible to board in which they are installed. During Bidding period, check and verify exact requirements of existing equipment to ensure that additional devices are accommodated. Make necessary modifications to equipment to accommodate device and feeder installation. Provide suitable engraved lamacoid identification nameplate on additional components. Revise typed circuit directory cards on branch circuit panelboards. Mount additional devices to standards of existing equipment manufacturer. Refer to notes on drawings.

166 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 164: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 20 00 Outdoor Generator ELECTRIC SERVICE AND DISTRIBUTION March 15, 2016 Page 4

MMM No.: 1815301-000

.2 Confirm existing equipment requirements with respective manufacturers of equipment.

2.03 ENCLOSED CIRCUIT BREAKERS

.1 Moulded case, front operated, surface mounted, automatic circuit breakers sized on drawings, each secured in NEMA 3R wall mounting enclosure with steel front panel and arranged so that circuit breaker can be padlocked in OFF position. Cover interlocked such that cover cannot be opened if breaker is in ON position.

.2 Moulded case, front operated, flush mounted, automatic circuit breakers sized on drawings, each secured in NEMA 1 wall mounting enclosure with steel front panel and arranged so that circuit breaker can be padlocked in OFF position. Cover interlocked such that cover cannot be opened if breaker is in ON position.

.3 Acceptable manufacturers are:

.1 Eaton (Cutler-Hammer);

.2 Schneider Electric (Square D);

.3 Siemens Electric Ltd.

2.04 DISTRIBUTION CONDUCTORS

.1 Conductors as specified in Section 26 05 00.

2.05 SPLITTERS

.1 CSA approved, splitter trough each complete with:

.1 formed, factory primed and painted steel box with knockouts;

.2 hinged front coverplate;

.3 suitable mounting provisions;

.4 a nameplate giving its rating.

.2 Terminal blocks consist of pressure type main lugs and branch lugs approved for copper wiring and mounted on porcelain bases.

.3 Enclosures for splitters mounted in climate controlled areas to be NEMA 1. For standard non-climate controlled applications, enclosures to be minimum NEMA 3R. Use NEMA 4X for corrosive environment applications.

.4 Splitter trough ratings are scheduled on drawings.

.5 Acceptable manufacturers are:

.1 Bel Inc.;

.2 Hydel;

.3 Hammond.

167 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 165: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 20 00 Outdoor Generator ELECTRIC SERVICE AND DISTRIBUTION March 15, 2016 Page 5

MMM No.: 1815301-000

2.06 CONTACTORS

.1 CSA approved, NEMA rated, factory assembled, magnetic, full voltage contactors as follows:

.1 non-reversing type for heating and motor loads; features long life twin break, silver cadmium oxide contacts and steel mounting plate; the magnetically actuated switch to include remote operation capability;

.2 electrically held, magnetically latched contactor for lighting loads; contactors designed to withstand large initial inrush currents.

.2 Each contactor to be suitable in respects for the application and complete with following, as applicable:

.1 "Hand-off-auto" switch and pilot lamp;

.2 an enclosure of NEMA size to suit application with necessary accessories;

.3 factory primed and painted enclosures; minimum NEMA 1 type enclosures for climate controlled areas;

.4 ampere rating, number of poles, etc., as noted on the drawings.

.3 Acceptable manufacturers are:

.1 Eaton (Cutler-Hammer);

.2 Schneider Electric (Square D);

.3 Rockwell Automation (Allen Bradley);

.4 General Electric Co.

2.07 DISCONNECT SWITCHES

.1 Heavy duty, CSA approved, front operated with a handle suitable for padlocking in the "OFF" position and arranged so that the enclosure cover cannot be opened while the handle is in the "ON" position. Operating mechanisms shall be quick break, positive acting with visible blades and a line terminal shield. Fusible units shall be complete with fuse clips suitable for HRC fuses, unless otherwise noted. The ampere rating, number of poles and fuse requirements shall be as indicated on the drawings. Switch enclosures shall be factory primed and painted.

.2 Disconnects for variable speed drives shall be suitable for use with such drives and include auxiliary switch/contact to de-energize the control power circuit, as required and as applicable.

.3 Enclosures for disconnects interior mounted shall be NEMA 3R. Use NEMA 4X for corrosive environment applications.

.4 Acceptable manufacturers are:

.1 Eaton (Cutler-Hammer);

168 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 166: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 20 00 Outdoor Generator ELECTRIC SERVICE AND DISTRIBUTION March 15, 2016 Page 6

MMM No.: 1815301-000

.2 Schneider Electric (Square D);

.3 Siemens Electric Ltd.

2.08 FUSES

.1 Unless otherwise indicated, fuses for use in motor control centres and motor starters to be standard of acceptance equivalent to Mersen Class "J" type "AJT", dual element time delay type and in accordance with UL standards 248-8 and 198L.

.2 Fuses to be of type suitable for applications as required by local governing electrical codes and in coordination with respective equipment manufacturer’s recommendations in which fuses are required. Coordinate also with Mechanical Division Contractor for requirements for Mechanical Division equipment.

.3 Fuses to be of product of one manufacturer.

.4 Standard of acceptance manufacturers are:

.1 Mersen (Ferraz Shawmut);

.2 English Electric Ltd.;

.3 Noram;

.4 Cooper Bussmann.

3 EXECUTION

3.01 INSTALLATION OF AUTOMATIC TRANSFER SWITCHES

.1 Provide transfer switches as required for each application. Refer to drawings for transfer switch ratings and mounting locations. Advise transfer switch manufacturer of coordination study available fault current results to ensure transfer switches are provided of withstand current rating meeting available fault current at location of each transfer switch.

.2 Install in accordance with manufacturer’s instructions to suit specific applications. Mount stand-alone units to concrete bases. Provide seismic restraints as required. Ensure adequate clearance is provided as per code requirements and as required for access for operation and maintenance. Connect complete.

.3 Obtain required training from manufacturer’s representative on any special installation procedures. Install products in accordance with manufacturer’s instructions to suit specific installation requirements.

.4 Provide wiring in conduit from genset control panel to appropriate transfer switches contacts to initialise engine start-up upon loss of normal power and provide signals to transfer switches to initiate appropriate operations. Provide wiring in conduit from transfer switch to genset remote annunciator panel to monitor switch position. Where load banks are connected to genset control system during testing, include for required interconnection wiring in conduit for loss of normal power signal to load bank controllers to initiate dropping load bank to pick-up essential building loads.

169 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 167: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 20 00 Outdoor Generator ELECTRIC SERVICE AND DISTRIBUTION March 15, 2016 Page 7

MMM No.: 1815301-000

.5 Review electrical system and auxiliary building systems and coordinate required power, monitoring and control interconnections. Provide required contacts, relays and wiring in conduit between system equipment allowing for respective system equipment trades to make final connections to their own equipment.

.6 Comply with applicable CSA standards with regards to provision of remote audible safety indicators for both automatic and bypass modes.

.7 Ground and bond switches as per local electrical code requirements. Refer also to requirements of grounding and bonding Section.

.8 When installation is complete, arrange for system manufacturer to visit site to check, test, start-up, and certify system. In presence of Consultant, perform a complete operational test of system to ensure that system operates satisfactorily under operating conditions specified.

.9 Coordinate transfer switch testing with engine-generator set testing to ensure that complete emergency power plant operates correctly. Adjust as required.

.10 Arrange for manufacturer to provide a letter certifying compliance with requirements of this Specification. Certification to identify, by serial number(s), equipment involved.

.11 Provide engraved Lamacoid nameplates with nomenclature reviewed with Consultant.

.12 Additionally, refer to testing, coordination and verification requirements in Section entitled Electrical Work Analysis and Testing and include applicable requirements.

3.02 INSTALLATION OF DISTRIBUTION CONDUCTORS

.1 Provide all required low voltage distribution wire and cable. The conductors, unless otherwise noted, shall be of type installed in conduit as specified in Section 26 05 00.

.2 Provide all required cable support system accessories which are not specified herein or shown on the drawings but are required for proper installation.

3.03 INSTALLATION OF ENCLOSED CIRCUIT BREAKERS

.1 Provide wall mounted enclosed, circuit breakers for equipment. Include required accessories. Connect complete.

.2 Confirm exact locations prior to roughing-in.

.3 Ground and bond equipment as per local governing electrical code and inspection authority requirements.

.4 Provide a lamacoid identification nameplate for each enclosure. Review exact nomenclature with Consultant prior to manufacturer.

3.04 INSTALLATION OF SPLITTERS

.1 Provide splitter trough and install into locations and connect complete. Ensure adequate clearance is provided as per code requirements and as required for access for operation and maintenance.

.2 Ensure enclosure ratings are suitable for intended applications.

170 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 168: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 20 00 Outdoor Generator ELECTRIC SERVICE AND DISTRIBUTION March 15, 2016 Page 8

MMM No.: 1815301-000

.3 Secure splitter trough in place independent of connecting conduit, secure into position and connect complete.

.4 Provide engraved Lamacoid nameplate with nomenclature reviewed with Consultant.

3.05 INSTALLATION OF CONTACTORS

.1 Provide contactors in enclosures for required devices and outside lighting control as shown on the drawings and/or as required for specific applications and connect complete. Identify each contactor enclosure with engraved nameplate.

.2 Wall mount each enclosure independent to the panelboard to which the loads are connected.

3.06 INSTALLATION OF DISCONNECT SWITCHES

.1 Provide safety switches (disconnects) as follows:

.1 wherever shown on the drawings and/or specified herein;

.2 wherever required by starter schedule drawings;

.3 for motorized equipment which cannot be seen from the motor starter location or is more than 9 m from the starter location;

.4 for all "packaged" equipment fed from a motor starter panel.

.2 Provide a lamacoid identification nameplate for each enclosure.

3.07 INSTALLATION OF FUSES

.1 Provide a complete set of fuses for each fusible disconnect, motor starter, and similar fusible equipment provided or supplied by you.

.2 Supply three (3) spare fuses of each size and type used on the project, mount the fuses on a painted and identified plywood rack, and secure the rack in a location where later directed.

3.08 GROUNDING AND BONDING

.1 Provide required grounding and bonding work in accordance with the drawings and in accordance with requirements of governing authorities, including the OESC.

.2 Ground and bond genset enclosure as required by local electrical code.

.3 Throughout project work areas, ground and bond the system equipment and make all required grounding connections to electrical devices and apparatus. Ground conductors shall be insulated copper wire connected with approved fittings in accordance with the OESC.

.4 Ground rods to be copper-clad steel, 20 mm (3/4") diameter circular cross-sectionalized, with driving cap and bronze tip, overall length of 3 m (10') long.

.5 Ground and bond conductors to be solid copper, insulated and bare to suit application and code requirements.

171 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 169: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 20 00 Outdoor Generator ELECTRIC SERVICE AND DISTRIBUTION March 15, 2016 Page 9

MMM No.: 1815301-000

.6 Make ground connections in slab using OESC approved welded copper connections - Cadweld as supplied by Erico Products or approved equal.

.7 Service conductors exceeding 400 amperes shall be provided with minimum No. 3/0 AWG grounding conductors, unless otherwise noted.

.8 Ground and bond telecommunication components as required.

.9 Provide conductors as sized on drawings and in accordance with OESC requirements, but which shall be of size no smaller than the requirements specified herein this article or on drawings.

3.09 ELECTRICAL CONNECTIONS FOR MECHANICAL, OWNER'S, ETC., EQUIPMENT

.1 In addition to providing electrical feeders and connections to equipment provided by the Electrical Divisions, provide required electrical connections to apparatus provided and/or supplied by the Mechanical Divisions, the Owner and as part of other Divisions.

.2 Unless otherwise noted, provide electrical connections including power and control wiring for equipment supplied by the Owner or by other Divisions. Provide complete conduit systems, (with fish cord where conduits are designated empty), with minimum diameters as sized on the drawings and junction boxes, pull boxes, outlet boxes, faceplates, sleeves, etc., as required. Provide disconnect switches, receptacles and other required wiring and connection accessories. Coordinate work with the respective Consultants and suppliers of the equipment to be provided with electrical connections. Refer to system requirements on drawings.

.3 Coordinate with trades of other Divisions to ensure provision of proper electrical requirements. Unless otherwise noted or directed by Consultant, be responsible for provision of interconnect wiring between remote operator devices, controllers, and equipment being controlled by the operator devices, whether or not such devices/controllers are supplied by Electrical Divisions. Where equipment is of the split unit design and line voltage is required to both units, be responsible for feeders to each unit as coordinated with equipment manufacturer and Division responsible for equipment. Provide disconnect switches, receptacles and other required wiring and connection accessories. Provide system/equipment power feeds with hard wired or receptacle type connections, as required. Coordinate exact requirements prior to start of work, at time of shop drawing submissions and prior to roughing-in of work. Coordinate work with the suppliers of the equipment to be provided with electrical connection.

END OF SECTION

172 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 170: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 SUBMITTALS

.1 Submit shop drawings for products specified in this Section, including but not be limited to following:

.1 Engine generator set (genset) and enclosure (Section 26 32 05) with accessories;

.2 Genset control panel and related controls;

.3 Integration drawings identifying various integration points of other systems of building.

.4 Information sheet and specifications for the equipment, including the weight.

.5 System configuration with single-line diagrams;

.6 Performance data, technical data, and details of controls;

.7 Details of functions; functional relationship of equipment;

.8 List of components and accessories;

.9 Nameplate data identifying electrical characteristics including kW, kVA, V and A ratings, impedances, short circuit withstand rating, etc., as applicable;

.10 List of manufacturer-recommended spare parts, devices and equipment to be provided to the Owner and to be kept at site in order to minimize risk and to facilitate Owner’s maintenance program

.2 Include following with shop drawings:

.1 full design detail drawings and layouts;

.2 wiring schematics;

.3 dimensions of set and associated major components;

.4 electrical characteristics;

.5 power data;

.6 fuel consumption data;

.7 point by point description of control system software sequence of operation.

1.02 TYPICAL DETAILS

.1 Refer to typical details found on drawings for references to products and/or execution required in this Section.

173 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 171: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 2

MMM No.: 1815301-000

1.03 WARRANTY

.1 Warrant (full 100% parts and labour with no deductible amounts) gensets and control system equipment in writing, to be in strict accordance with Specification and free from defects for 2 years (24 months) from date of Substantial Completion of the Work, and which occurs after acceptance tests and subsequent written acceptance by Owner and Consultant and after full connection to building load.

.2 Include with warranty, following:

.1 routine maintenance service including parts and labour;

.2 24 hours around clock service by manufacturer/supplier;

.3 complete oil and filter changes at intervals as recommended by manufacturer and to maintain warranty validity;

.4 manufacturer’s recommended maintenance and servicing to maintain validity of warranty.

.3 All above warranty requirements and issues to be provided by genset manufacturer or manufacturer’s authorized genset supplier.

1.04 NOISE AND EMISSIONS

.1 Submit data required for obtaining necessary environmental, noise and emissions approvals applicable for the Place of the Work. Be responsible for providing genset and work that maintains compliance with the levels of noise and air emissions approved by the local authorities having jurisdiction.

2 PRODUCTS

2.01 ENGINE GENERATOR SETS-GENERAL

.1 Engine generator sets (gensets) to be factory assembled and tested, radiator cooled, natural gas engine driven electric gensets in enclosure and including necessary controls and accessories as outlined herein, to comprise a continuous, standby electric generating plant for operation in conditions stipulated below. Gensets to be equipped with necessary operating accessories such as air cleaner, radiator fan, lubricating oil pump, governor, alternating current generator and other specified and required engine driven components and accessories. Accessories and controls within enclosure to be pre-wired.

.2 Base design gensets: Cummins ONAN packaged genset with enclosure that complies with specification requirements and drawing requirements and which may be customized to meet herein specified requirements.

.3 Gensets to be constructed to and to perform in accordance with local governing authority enforced editions of CSA Standard CAN/CSA C282, "Emergency Electrical Power Supply of Buildings".

.4 Genset emissions to meet required EPA exhaust New Source Performance Standards, and applicable required Ministry of Environment regulations.

174 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 172: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 3

MMM No.: 1815301-000

.5 Genset ratings:

.1 Rating of engine generator is as noted on drawings, which is at 0.8 power factor and includes 10% overload.

.2 Rating to be nameplate rating.

.3 Capable of operating at 100% of nameplate rating at rated RPM in an ambient temperature of 50°C (122°F) without overheating, or suffering any other detrimental effects, at rated generator RPM when set is equipped with all necessary operating accessories.

.4 Capable of handling a single full load step for nameplate kilowatt rating within voltage and frequency regulation requirements of CSA 282 without stalling and without voltage dropping below 60% of nominal.

.6 Genset to meet frequency and voltage performance requirements specified in CSA 282.

.7 Genset to be fully integrated to comprise a standby power system which automatically does following:

.1 start in event of a commercial power failure;

.2 stop when commercial power has been restored;

.3 be capable of operating at light loads for an extended period of time as normal power failure may occur when only part of full output of genset is required;

.8 Moving parts such as flywheels, pulleys, belts, etc., to be enclosed with suitable guards to protect persons from injury. Guards to be easily removable for servicing equipment and are to comply with local governing authority and code requirements.

.9 Genset supplier to obtain torsional approval of entire assembly from engine manufacturer. Align and mount genset on a common fabricated steel base of sufficient rigidity to maintain adequate alignment. Set manufacturer to supply adjustable steel spring vibration isolators. Include also for seismic restraints to comply with local governing authority and code requirements. Provide torsional vibration analysis and critical vibration analysis of genset and submit results to Consultant for review.

.10 Genset manufacturer to review engine exhaust system design and confirm in writing that back pressure will not impair operation and output of sets. Forward a copy of confirmation letter to Consultant.

.11 Genset supplier is responsible for but not limited to provide following:

.1 Genset, enclosure and controls;

.2 system sequence of operation complete with software;

.3 coordination with other trades and systems to ensure proper integration;

.4 exhaust system silencer;

.5 genset and full systems demonstration, testing and verification work;

175 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 173: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 4

MMM No.: 1815301-000

.6 operating and maintenance instructions.

.12 Arrange for supplier to review electrical distribution system and ensure that genset grounding provisions are compatible and meet local governing electrical code requirements.

2.02 ENGINES

.1 Engine shall be multi cylinder, 4 cycle, turbo charged engine capable of operating at a nominal speed of 1800 RPM when directly connected to the generator and free from critical vibrations throughout its entire operation range. Engine shall be designed to operate satisfactorily on natural gas fuel and shall produce previously specified rated output.

.2 Engine shall be complete with inter changeable cylinder heads, exhaust valves constructed of special alloy steel, and stellite faced exhaust valve inserts. The lubricating systems shall be full pressure oiling type through internally mounted, high capacity, positive displacement type gear pumps with adjustable pressure regulators, lubricating oil cooler and full flow oil filters. Full pressure lubrication shall be provided to all main bearings, connecting rod bearings and camshaft bearings.

.3 Provide drain canisters on all air boxes for engine.

.4 Equip engines with an electronic governor with speed control and magnetic pick up assembly capable of maintaining speed and voltage regulation within limits previously specified. Electronic governor to be of type recommended by genset manufacturer to provide performance to suit specific application.

.5 Engine shall be equipped with 12/24 volt D.C. electric starting motors (to suit size of engine), and the starting pinion shall be arranged to disengage automatically when the respective engine starts.

.6 Engine shall also be equipped with individual safety devices to shut down the engine and to sound an alarm in the event of conditions specified later in this Section, and equipped with contacts to pre-alarm for conditions specified later in this Section. Refer to control panel requirements specified elsewhere in this article and requirements as detailed on the drawings for additional requirements. Sensors shall also be provided to connect the electronic controls to monitor and display various engine performance characteristics.

.7 Filters on the air intake to each engine shall be of the dry vortex type with replaceable elements.

.8 Engine shall be equipped with fan hub grease fitting to be extended out beyond hub housing, for easier service.

.9 All engine mounted accessories shall be readily removable without dismantling the engine alternator, or any other accessories.

.10 Provide factory installed protection on all hot and/or moving parts, up to flexible exhaust pipe. Ensure that protection provisions comply with all requirements of the local Authority Having Jurisdiction, and all other applicable requirements.

.11 Provide “Aeroquip” or equivalent wire braided engine oil extension hoses on oil drain to extend out for easier access. Clip to side of base with proper clips.

176 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 174: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 5

MMM No.: 1815301-000

.12 Oil drain valves shall be brass type.

.13 Oil fill pipe to be extended out beyond protection screens and in a location to allow for ready and unobstructed access.

.14 Provide lube oil level gauge switch on side of oil pan in easily accessible location.

.15 Engine oil drain to be piped to engine base.

.16 Provide engine oil heater.

.17 Other requirements for the control system are specified later in this Section.

2.03 ALTERNATORS

.1 Alternator features include following:

.1 Voltage rating as noted on drawings;

.2 Drip proof, single bearing and close coupled to engine with an SAE housing;

.3 2/3 pitch;

.4 Maximum total harmonic distortion of voltage waveform is not to exceed 6.0% under any given load;

.5 Excitation boost not less than three (3) times rated current for 10 seconds;

.6 Direct connected brushless exciters; rotating brushless permanent magnet pilot exciter to provide power via automatic voltage regulator to main exciter, and with dynamically balanced rotor permanently aligned to engine by SAE flexible disc coupling;

.7 Full amortiseur windings;

.8 Windings of Class H rating;

.9 Temperature rise not to exceed 130C° as measured by resistance in an ambient temperature 50°C;

.10 Meet or exceed CSA 22.2 No. 100, EEMAC MG 122 and current IEEE Standards;

.11 Grounding provisions to suit electrical distribution system.

.2 Voltage regulation systems are to maintain regulation within limits previously specified and include regulator and manual voltage adjustment potentiometer. Regulator to be a Basler type SR4 or Newage-Stamford or equivalent as recommended by genset manufacturer, static voltage regulator with 3 phase sensing, radio suppression module, frequency choke to prevent damage to voltage regulator in case of lower than nominal engine speed, and adjustable stability circuit.

.3 Equipment is designed to minimize Radio Frequency Interference (RFI) under all operating conditions. "Balanced Telephone Influence Factor" (TIF) is not exceed fifty (50).

.4 Extend alternator ground out to base.

177 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 175: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 6

MMM No.: 1815301-000

2.04 ENGINE FUEL SYSTEM

.1 Provide suitable fuel gas pressure regulator, strainers, air/gas control valve, gas pressure monitoring devices with auxiliary contacts, turbo charger, throttle body, gas valve train and rack. Fuel system shall be plumbed to genset skid base for ease of site connections.

.2 Provide flexible connectors with braided stainless steel covering, diameter to suit engine requirements. For each genset provide two (2) natural gas flexible connectors, diameter to suit engine requirements and minimum 900 mm (36") long.

2.05 JACKET COOLANT HEATERS

.1 Engine jacket coolant heaters to be complete with silicone hoses, immersion type thermostats, pressure switches and ball type-isolating valves on engine water connections. Size of heaters to be sufficient to maintain coolant in engine at genset manufacturer’s rated temperature requirements with unit operating at rated loads and conditions (approximately 6 kW, per engine at 208 V, 1-phase).

.2 Jacket heaters to be automatically disconnected when engines are running via oil pressure switches/engine run relay.

.3 Heaters to be KIM "Hotstart" or approved equal, that connect to each engine with high temperature coolant rubber hoses and clamps, specifically used for and approved by governing authorities for such applications.

2.06 COOLANT SYSTEM

.1 Cooling system for engines consists of unit mounted air water radiator system with protective screen and a 50% water/50% ethylene glycol coolant solution. Radiator system is equipped with power conductors, control conductors, and ancillary devices as required.

.2 Thermostat maintains coolant temperature at manufacturer’s rated temperature with genset operating at rated load. Radiator is sized to maintain these conditions and is complete with high performance static pusher fan, fan motors, radiator core guard, duct adapter flange, mounting frame, expansion tank, thermostatic controls, disconnect switch, a suitable open mesh fan guard and shroud.

.3 Gate drain brass ball valves are provided for draining coolant from each engine block and radiator. Wire braided hoses, piping and fittings to be silicone and are to extend into drain containment pan under genset.

.4 The genset driven radiator fan must be capable of overcoming a minimum of 0.5” water column pressure drop. Be responsible for reviewing the complete air intake and exhaust system design with regards to air restrictions and if required, provide oversized fans with blades of extra strength to overcome additional pressure drop through the fresh air intake, discharge silencers and other related factors, as applicable.

2.07 STARTING SYSTEM

.1 Supply a complete starting system for engine, including:

.1 Cranking starter motors;

.2 Batteries;

178 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 176: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 7

MMM No.: 1815301-000

.3 Battery heater;

.4 Battery stand with insulation board;

.5 Battery cable;

.6 Battery chargers;

.7 Cranking motor cut-out switch (crank for three (3) attempts with intervening periods during a period of no less than 45 seconds and no more than 75 seconds).

.2 Batteries features include:

.1 Fully sealed, long life lead acid;

.2 Exide, Delco or Surette with sufficient capacity in an ambient room temperature of 0°C (32°F) to crank each unit at engine manufacturer’s recommended cranking starting speed for a period of 60 seconds;

.3 Voltage measured at starting motor terminals at end of cranking period specified above, with cranking current flowing, to not be less than 1.75 volts per cell;

.4 Sized on basis of engine and battery manufacturer’s published data;

.5 Type and performance ratings as recommended by genset supplier and approved by Consultant to best meet starting requirements of specified genset.

.3 Submit shop drawings and reasons to substantiate choice of batteries.

.4 Batteries to be provided on a corrosion resistant finished, steel rack, complete with following:

.1 hydrometer;

.2 syringe;

.3 jumper cables;

.4 mounting bracket for accessories;

.5 plywood base;

.6 PVC tray.

.5 Battery chargers to be Mechron, Vulcan Electric Ltd. or equivalent as recommended by genset supplier, with features as follows:

.1 remote wall mounting, totally enclosed enclosure;

.2 fully automatic operation;

.3 operating voltage of 115 volt, 60 cycle AC;

179 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 177: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 8

MMM No.: 1815301-000

.4 an AC switch and overload protection isolating voltage ratio transformer, silicon controlled rectifier assembly and DC protection, all suitable for two (2) rates of charging (trickle charge and high rate of charge for use after engine start);

.5 DC ammeter and DC voltmeter gauges, each with 2% accuracy;

.6 AC power "on" indicating light;

.7 AC power failure alarm;

.8 float voltage adjustment;

.9 equalize circuit;

.10 overload protection;

.11 DC output protection;

.12 maximum charge rate to suit application;

.13 necessary contacts for connection of common alarm signal to control system.

.6 Battery chargers, unless otherwise required by local governing codes, to recharge a battery discharged by two cranking cycles (30 seconds each) to 80% of capacity within 4 hours and to full capacity in maximum 12 hours.

2.08 ENGINE GENERATOR MOUNTINGS

.1 Engine flywheel housing to be connected rigidly to generator housing with an SAE adaptor. Unit to be mounted on a common, heavy duty, stress relieved, fabricated steel baseplate. Torsional approval of entire assembly to be obtained and submitted in duplicate to Consultant for review. Report to also outline critical speeds of assembly.

.2 Baseplates to be of sufficient rigidity to maintain alignment of engine generator shafts and frames under all conditions during shipping, installation and service and be of all welded construction without bolt on components.

.3 Engine generator feet and baseplate sole plates to be machined parallel and true. Shimming to be of steel type and only be permitted underneath generator feet.

.4 Baseplate to be supported on suitable type vibration and sound isolators. Isolation efficiency to not be less than 95%.

.5 Isolators to be strategically located in a manner to ensure that each isolator will carry an equal portion of weight and that pressure exerted on structure by each isolator does not exceed 345 kPa (50 psi).

.6 Comply with local governing authority and code requirements with regards to seismic restraints. Provide necessary materials and certification by local authority.

180 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 178: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 9

MMM No.: 1815301-000

2.09 UNIT MOUNTED CONTROL PANELS

.1 Control panels consist of a microprocessor based controller with LCD displays featuring multiple metering displays and graphics, with full options and features as specified herein, and is suitable for operating on system voltage rating noted on drawings, with short circuit capacities to suit maximum short circuit output of alternator.

.2 Control panel in enclosure is unit mounted on I-beam support base, vibration isolated from genset, and is complete with monitoring devices, meters, indicators, display and interconnecting/interfacing devices. Digital metering and displays are mounted at eye level. Control panel enclosure is painted with enamel to match genset finish.

.3 Controls and monitoring include but are not be limited to following components:

.1 Under frequency/over voltage control module with adjustable relay to trip main breaker on settings of ±12% of normal;

.2 Ammeter m ±-1% accuracy;

.3 Voltmeter ± 1% accuracy;

.4 Power factor meter;

.5 Frequency meter ± 1% accuracy;

.6 Elapsed time ± 1% accuracy;

.7 Engine gauges for oil temperature, oil pressure and engine coolant temperature;

.8 kW meter ± 1% accuracy;

.9 Control system to initiate genset starting and stopping sequence, and annunciate any fault condition (local or remote indication); an electronic control module monitors and provides digital display of genset functions; an operator interface alpha numeric display provides for viewing of genset data and provides setup, controls and adjustments; a LED bar graph AC data display or approved equivalent is included;

.10 Engine selector switch for "OFF AUTO MANUAL" operation; operation of engine in manual position, when selected, bypasses automatic control system and causes an alarm to occur; switch in "OFF" position causes an alarm to occur; switch in either "OFF" or manual position causes amber indicator lamp identifying "NOT IN AUTO" to illuminate when alarm occurs;

.11 Alarm horn with silencing button, and an annunciator to flash when any audible alarm is silenced until trouble has been cleared and reset;

.12 Miscellaneous controls as shown on drawings and as required including voltage and speed control, emergency stop, fault reset, lamp test, engine start, engine stop and indicating lights;

.13 Engine alarm and shut down lamps with signals for conditions specified later in this Section and/or as shown on drawing and as required by local governing authorities having jurisdiction; provide engraved lamacoid identification nameplate for each lamp; provide panel with lamp test button;

181 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 179: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 10

MMM No.: 1815301-000

.14 Required secondary and control wiring, type "TEW" 105°C rated, extra flexible wire with thermoplastic insulation and an overall flame retarding cotton braid, neatly harnessed, suitably secured and identified with slip on identification markers; Wiring to be colour coded to suit application and standards; wiring for DC supply to control panel, wiring for cranking circuits and wiring for air box damper to be minimum number 10 AWG stranded; wiring within control panel to be number 16 AWG stranded; and wiring between control panel and engine generator set and transfer switch to be number 14 AWG stranded; provide separate junction boxes for AC and DC wiring;

.15 Ground fault relay to alarm on control panel in event of a ground fault on windings of generator; current sensor to be mounted in generator connection box, and generator leads to pass through zero sequence circuit in connection box ; no internal ground connection in generator is permitted, and an annunciator light to be provided on control panel face to indicate operation of this device; ground fault setting to be determined by genset manufacturer to suit specific application;

.16 Current transformers as required of appropriate size for local metering;

.17 Current transformers as required for electronic governor;

.18 24 volt DC control system with fusing centrally located;

.19 Required potential transformers;

.20 Auxiliary contacts on all devices to allow for functions required in controls system and interconnection to integrated systems such as fire alarm and building automation system;

.21 Other components as shown on drawings and as required.

.4 Breakers mounted in control panel integral with genset include following features:

.1 Moulded case type main breaker: Fixed mounted moulded case circuit breaker as shown on drawings and as required. In absence of direction, size and ampacity of breaker to be to suit application based on code requirements and genset manufacturer’s recommendations. Breaker setting to be such that generator short circuit output will trip breaker. Include solid state adjustable trip unit. Trip unit to include adjustable long, short, instantaneous, time delay and ground fault alarming. Exact settings to be determined by genset manufacturer to meet specific applications. Exact breaker type to be as recommended by breaker and genset manufacturer to meet such applications and be reviewed with Consultant;

.2 Moulded case load bank breaker: Non automatic type, of same frame size as main breaker, to be provided interconnected to system to allow for connection of a load bank during regular testing of genset; provide shunt trip and relays as required to interconnect in manner such that if load bank breaker is closed and loss of normal power occurs, load bank breaker will open and main genset breaker will close;

.5 Electronic controls to be capable of monitoring various engine performance characteristics including, but not limited to, following:

.1 Oil and fuel temperature;

.2 Timing of engine;

182 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 180: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 11

MMM No.: 1815301-000

.3 Coolant pressure and level;

.4 Oil and fuel pressure;

.5 Running hours;

.6 Air temperature;

.7 Battery voltage;

.8 Engine overspeed.

.6 Provide controls, contacts and annunciation of shut downs (red) and warnings (amber) alarms for following conditions, and additional conditions as required by local governing codes and standards:

.1 High oil temperature – red;

.2 High oil temperature warning – amber;

.3 High coolant temperature – red;

.4 Low oil pressure warning – amber ;

.5 Low oil pressure – red;

.6 Overcrank – red ;

.7 Overspeed – red;

.8 Over voltage – red;

.9 Not in auto – amber;

.10 Low DC voltage – amber (alarm lamp complete with DC voltage sensor);

.11 Cool down period – white;

.12 Undervoltage – red;

.13 Low frequency – red;

.14 High frequency – red;

.15 Low coolant level – amber;

.16 Low fuel pressure – amber;

.17 gas supply valves isolated – amber;

.18 Battery charger failure – amber;

.19 Low engine temperature – amber;

.20 Alarm silence – amber;

183 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 181: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 12

MMM No.: 1815301-000

.21 Alternator winding and bearing high temperature – amber;

.22 Ground fault – amber;

.23 Ancillary alarms as required;

.24 Two spares for future.

.7 Utilize high brilliant cluster type LED’s for indicating lights that are continuously illuminated "ON".

.8 Provide required type of contacts, wiring and connections to auxiliary building systems for applications as noted in Part 3.

.9 Provide engraved lamacoid nameplate of each control operator, device, and indicating light. Review with Consultant exact nomenclature.

.10 Designer/manufacturer of entire control system is required to:

.1 Supply complete design, erection and layout drawings for system, indicating all wiring requirements, interfacing or interconnection provisions required to completely integrate controls with all remote apparatus;

.2 Assemble, wire and pre-test system components prior to shipment to site; such tests to be witnessed by Consultant at their discretion; all defects noted and corrected, and system retested prior to leaving plant;

.3 Assist in installation and oversee work to ensure that it meets with requirements;

.4 Carry out a site test of system in conjunction with other components in standby power system and demonstrate its power operation to satisfaction of Consultant.

2.10 REMOTE ANNUNCIATOR PANEL

.1 Remote annunciator panel provides visual and audible indication of separate alarm or status conditions, based on discrete (relay) inputs or network inputs interconnected to genset control panel.

.2 Features as follows:

.1 CSA approved, ULC listed and labelled;

.2 Visual and audible warnings of up to 20 separate alarm or status conditions in accordance with NFPA and CSA C282, and in addition provide indications for high battery voltage, low battery voltage, loss of normal power to charger ; include minimum 4 spare lamp zones to allow future addition of other alarm and status functions;

.3 Configurable LED color (red, yellow, or green) and selectable horn operation.

.4 Labelling, field configurable for other alarm status and conditions;

.5 Alarm horn switchable for all annunciation points. Alarm horn (when switched on) to sound for first fault, and all subsequent faults, regardless of whether first fault has been cleared;

184 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 182: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 13

MMM No.: 1815301-000

.6 Alarm silence and lamp test switch;

.7 Sealed membrane panel design provides environmental protection for internal components and is easy to clean.

.8 Surface mount enclosure.

2.11 ADDITIONAL ENGINE GENERATOR SET REQUIREMENTS

.1 Supply with engine generator set, a soldered galvanized steel drip pan to be placed beneath engine to catch any leakage from set.

.2 Supply tools and spare parts required for normal maintenance and adjustment of genset, including:

.1 One (1) complete set of lubricating oil filter elements complete with gaskets;

.2 One (1) complete set of air filters;

.3 Two (2) complete sets of spare fuses;

.4 Two (2) complete sets of spare lamps for all indicating and warning lights;

.5 One (1) complete set of spare belts;

.6 Set of O&M manuals and spare parts.

.3 Submit sound pressure levels for engine generator set to Consultant for review and acceptance, prior to units being shipped to site.

.4 After on-site successful testing, touch up paint genset(s) with manufacturers supplied paint. An additional one (1) litre of touch up paint must be shipped loose with each unit and turned over to Owner. Paint control panel with corrosion resistant enamel paint to match genset finish. Note: exact finishes are to be confirmed with Consultant prior to ordering of paint.

.5 Genset manufacturer/supplier is responsible for factory testing and on-site testing of genset, as specified in Part 3 of this Section.

2.12 INSPECTION AND TESTING

.1 Factory inspection and testing to be provided as specified in Part 3.

.2 Onsite after installation inspection, testing, start-up, and verification to be provided as part of genset testing work as specified in Part 3.

2.13 ACCEPTABLE GENSET MANUFACTURERS/SUPPLIERS

.1 Selected engine-generator sets to be provided from listed approved genset suppliers and be packaged sets that are factory assembled, factory type tested and warranted together.

.2 Acceptable genset suppliers:

.1 Cummins Eastern Canada LP;

185 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 183: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 14

MMM No.: 1815301-000

.2 Toromont CAT;

.3 Wajax Power;

.4 Power Station Standby Generator Services.

.3 Acceptable alternator manufactures:

.1 Newage Stamford;

.2 Caterpillar;

.3 Leroy Somer;

.4 Marathon.

.4 Acceptable engine manufacturers:

.1 Cummins;

.2 Caterpillar;

.3 Ford;

.4 GM.

.5 Acceptable enclosure manufactures are as recommended by genset vendors/suppliers.

3 EXECUTION

3.01 WORK TO EXISTING GENSETS AND ASSOCIATED EQUIPMENT

.1 Base Bid to include for retaining existing genset and associated equipment in operation to serve as backup emergency power supply to building during work to install and place into operation the replacement outdoor genset unit.

.2 Owner to have option of retaining existing gensets and associated equipment in operation during work, or of providing temporary rental gensets. Refer to cash allowance later in this Section and on drawing E-1. Obtain direction from Owner prior to start of work.

.3 After completion of Work, successful testing and commissioning of replacement genset and upon direction from Owner, prepare existing genset and associated equipment designated for removal by performing following:

.1 decommissioning of existing gensets; engage qualified genset service company to perform work; disconnecting existing transfer switch ;

.2 disconnecting services to equipment designated as being removed from service as confirmed with Owner and reviewed with Consultant;

.3 making safe services disconnected;

.4 draining fluids as required; offsite disposal of such materials in accordance with requirements of local governing authority and regulations;

186 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 184: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 15

MMM No.: 1815301-000

.5 disconnecting and removal of other existing remote obsolete equipment associated with gensets;

.6 hoist/lift and transport offsite to location within 80 km of Place of Work as confirmed with Owner and reviewed with Consultant. Owner to retain possession of genset and equipment.

.4 Review scope of work with Owner prior to start of work to confirm exact requirements.

.5 Coordinate work with affected trades. Do not start disconnection work until written approval is obtained from Owner and reviewed with Consultant.

3.02 TEMPORARY GENSETS AND ASSOCIATED EQUIPMENT (CASH ALLOWANCE)

.1 As noted on Drawing E-1 as a cash allowance, temporary rental gensets and associated equipment are required to be installed and operating during Work of this project when existing emergency power gensets are not available online ready to operate in any event of loss of normal utility power. Cash allowance to typically include:

.1 Size and electrical characteristics of temporary genset to match existing and be suitable for application.

.2 Prior to start of Work, prepare document identifying proposed locations for temporary gensets, temporary load banks, associated equipment, proposed sequence of operation, and routing of connection cables and shore power and communications cabling. Submit to Consultant for review and Owner approval. Refer to notes on drawings.

.3 Provide prime rated temporary generator complete with connection cables to site for purposes of providing power to connected building loads during work. Duration required to be from cutover time that existing genset or control system is off line and not available to provide power to emergency power distribution system, until replacement genset and work to emergency power distribution system is complete and commissioned, fully operable and available to provide power to distribution system.

.4 Provide as required and/or as noted, temporary control equipment, automatic transfer switch and switchgear to interconnect temporary genset to emergency power system such that temporary genset is connected to system automatically to feed loads as per emergency power control system sequence of operations. Review existing requirements onsite and confirm with Owner.

.5 Obtain from company supplying temporary genset, a certificate confirming that supplied temporary genset has been 100% load tested, is in full proper working order and has been serviced, all verified and certified within 14 days prior to shipping to site. Certificate to be signed by authorized officer of company.

.6 Include for and be responsible for loading, unloading, running and installation of temporary cabling from temporary generator location to distribution system connection point. Properly stabilize and secure unit in place. Mechanically protect temporary connection cable where required by local governing authorities and codes and as approved by Owner and reviewed with Consultant. Include for required safety warning signs and barriers.

.7 Provide required cables and connections for shore power provisions of genset.

187 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 185: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 16

MMM No.: 1815301-000

.8 Include for provision of and making necessary arrangements for genset technicians from genset manufacturer/supplier to provide technical assistance and to assist in adjustments of controls, fuel and air system. Include for licensed electrician to be on site for all testing, verification and commissioning work, to make any required distribution system changes necessitated by work. Arrange for genset supplier’s controls contractor to be present for all testing and commissioning. Include for and arrange for genset representative to be present.

.9 Include ancillary provisions associated with use of temporary genset, including load banks, maintenance and fuel oil for regular testing as required to comply with CSA testing requirements and Owner’s requirements. Also include for sufficient fuel and maintenance during use of genset during work as required.

.10 House temporary genset in a secured outdoor weather-proof and sound attenuated enclosure with locked access doors.

.11 Ground and bond equipment as per local electrical code requirements.

.12 Install safety and protective equipment as required.

.13 Provide temporary chain link fencing and access gate with padlocking provisions, around perimeter of temporary genset. Fencing to be minimum 1.2 m (5') high and complete with support posts, hardware, warning sign, etc. as required.

.14 Supply onsite temporary loadbanks for testing of temporary gensets. Loadbanks to be resistive type artificial load banks, adjustable capacity sized to 100% rating of gensets. Include for required connection cabling and controls.

.15 Locate temporary gensets in locations as approved by Owner and reviewed with Consultant. After installation is complete and all connections are made, perform a basic start-up test of genset with Consultant and Owner present. Submit proposed testing time to Consultant for review and acceptance. Under direction of Owner and reviewed with Consultant, perform testing of temporary genset under variable load conditions as later directed on site. Allow for minimum 2 hours of testing under conditions as reviewed with Consultant. Testing to include testing of control system and its integration to existing electrical distribution system. Provide required load banks in order to test genset at full load and variable loads.

.16 Perform testing during premium times.

.17 Submit hard copy and electronic copy of test report to Consultant.

.18 Be responsible for disconnections and removals of temporary installations after completion of Work.

.19 Patch damaged surfaces to existing standards as required for Owner’s acceptance.

3.03 INSTALLATION OF GENSET

.1 Prior to start of Work, prepare schedule of Work and submit to Consultant for review. Manufacturer/supplier to upon successful factory witness testing of unit, arrange and coordinate delivery and transporting of unit to site.

188 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 186: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 17

MMM No.: 1815301-000

.2 Perform a factory test of engine generator sets prior to delivery to job site. Include for and arrange for Owner and Consultant to witness factory tests and schedule tests at a time acceptable to Owner and Consultant. Include "out of town" expenses such as transportation, lodging, meals, etc., for Owner and Consultant to witness factory testing. Notify Owner and Consultant at least two (2) weeks in advance of tests. Should additional tests be required due to failure to comply with conditions specified in this article, costs (all travel expenses, accommodation if required, plus seven hundred and fifty dollars [$750.00] per day) for Consultant to witness these additional tests are to be borne by genset manufacturer/supplier. genset manufacturer/supplier to be responsible for full arrangements. Tests to include period(s) of minimum 4 hours continuous operation under full load conditions as directed by Consultant. Number of periods of testing to be quantity as required until successful testing of specified requirements to satisfaction of Consultant and Owner. Ensure that proper 100% capacity resistive type artificial load banks are available for tests. Factory testing to include use of strip chart recording instruments to confirm that engine generator set complies to specified requirements in frequency, voltage and current regulation as specified herein this Section. Submit reports for Consultant’s review and obtain Consultant’s approval prior to shipping gensets to site.

.3 Manufacturer/genset vendor to upon successful factory witness testing of unit, arrange and coordinate delivery and transporting of unit to site. Coordinate with genset vendor and General Contractor, moving unit onsite and hoisting into location as required. Confirm exact location with Owner and review with Consultant.

.4 Hoist/mount and secure genset and enclosure in place. Provide required vibration isolation and seismic restraints in accordance with Specification, Structural documents and as per local governing building code requirements.

.5 Provide shore power feeders in conduit from dedicated breakers in panelboards in building, serving container genset, and connect to integral power panel and devices as required. Connect feeders to panel and ensure that components and accessories that require external power are fed from panel breakers, as required. Identify breakers in panel. Refer to notes on drawings. Exterior feeders in conduit to be RWU90 in rigid conduit, as specified in Section 26 05 00. Coordinate conductor and conduit runs with genset vendor to suit enclosure requirements.

.6 Install a galvanized steel drip pan under each engine.

.7 Provide required power feeders extending from genset to main building and connecting to main electrical distribution system. Provide required shore power, control wiring, communications wiring and fire alarm system wiring. Make required connections to genset with suitable cabling and lugs. Connect to building distribution system as coordinated with Consultant. Connect and ground unit with proper copper ground conductors. Connect feeders to panel and ensure that all components and accessories that require external power are fed from panel breakers, as required. Identify breakers in panel. Extend control/communications wiring in conduit to fire alarm system, as required.

.8 For initiating start-up upon loss of normal power of electrical distribution system, provide required conductors from genset control panel to appropriate transfer switch contacts or to other designated control system loss of normal power signal as confirmed with and coordinated with Consultant.

.9 Install remote annunciator panel in location as confirmed with Owner and reviewed with Consultant. Extend wiring in conduit from genset controller to remote panel and connect complete. Program as required.

189 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 187: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 18

MMM No.: 1815301-000

.10 Provide required vibration isolation and seismic restraints in accordance with Specification, Structural documents and as per local governing building code requirements.

.11 Provide exhaust stack extension and mount to enclosure as per genset supplier’s instructions. Review exact height requirements with Consultant. Secure as required. Depending on stack height, provide lightning protection air terminal, down conductors and extend to grade ground rod driven into grade, as reviewed with Consultant.

.12 Connect and ground unit with proper copper ground conductors. Ground and bond equipment as per local electrical code requirements. Refer also to requirements of grounding and bonding article. Interconnect grounding to existing building grounding system as required by local codes and electrical authority.

.13 Coordinate natural gas piping connections and alarm connections with Mechanical Division Contractor and ensure proper installation is made to supply fuel to genset.

.14 Provide connection to gas isolation valves at incoming gas supply on main building; to follow route of gas line; and indicate alarm when valves are isolated preventing gas supply.

.15 Fill radiator with a solution of 50% clean water and 50% permanent type ethylene glycol (exact ratio to be confirmed with genset manufacturer). Check specific gravity of engine coolant. Add glycol and/or water if required.

.16 Check level of engine lubricating oil and add if required. Check and test operation of engine starting system, and jacket coolant heaters. Include acoustical testing to verify sound levels during operation at full load.

.17 Check and test operation of engine starting system, and jacket coolant heaters.

.18 Notify Owner and Consultant minimum 2 weeks in advance of onsite testing. Under direction and in presence of Owner and Consultant, genset manufacturer’s authorized technician to provide tests at site on engine generator set when installation is complete, but before acceptance of same. Coordinate with independent distribution system testing company specified in article entitled, "Distribution System Testing and Coordination Study", in Section entitled Electrical Work Analysis and Testing, to ensure that engine generator set performs with emergency power distribution system in accordance to requirements of all applicable local governing codes and standards.

.19 Coordinate and arrange for manufacturer’s trained mechanic to conduct such tests and to make all required changes and adjustments found necessary by such tests. Repeat tests until defects are corrected and equipment operates properly to Consultant's satisfaction. Perform general operational testing and other testing as per applicable local governing codes and standards and requirements herein specified. Perform full load test, which is to include period(s) of minimum 4 hours continuous operation under full load conditions as directed by Consultant. Number of periods of testing to be as required to successfully demonstrate that genset complies with specified parameters to satisfaction of Consultant and Owner. Perform testing with load banks prior to testing with building loads.

.20 Onsite testing to be performed at times acceptable to Owner. Be responsible for costs of additional testing due to failure of genset to perform to specified standards, with additional expenses in effect as specified previously for factory testing. Supply variable load banks and cables sized for 100% capacity of plant, for testing procedure indicated herein.

190 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 188: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 19

MMM No.: 1815301-000

.21 Include for license electrician to be on site for testing, verification and commissioning Work, to make any required distribution system changes necessitated by Work. Arrange for genset supplier’s controls contractor to be present for testing and commissioning.

.22 Equipment manufacturers to include for a site visit to inspect, test, perform start-up and verify installation to ensure that installation and Contractor is in compliance with Contract Documents.

.23 Upon completion of installation of equipment, by Contractor, equipment manufacturers to inspect installation of each complete equipment assembly and certify in writing to Consultant satisfactory installation and operations of same. Submit detailed list of deficiencies to Consultant.

.24 Obtain approvals from local governing authorities including Technical Standards and Safety Authority (TSSA). Submit to Consultant copies of TSSA certifications.

.25 Upon acceptance of emergency power plant, arrange for manufacturer’s mechanic to instruct Owner’s operating personnel in correct operation and maintenance of plant. Provide DVD recording of such instruction.

.26 Perform test procedures in accordance with test sheets found at end of this Section. Submit reports signed and bound to Consultant using these typical sheets.

.27 Refer to details and schedules on drawings for further specifications on genset.

3.04 GENERAL TESTING REQUIREMENTS FOR GENSETS

.1 In additional to requirements specified in this Section, refer to requirements of Section entitled Electrical Work Analysis and Testing.

.2 Following are general typical guidelines for testing of gensets and controls. Confirm exact requirements Consultant and Commissioning Agent prior to start of work. Additionally, contact genset manufacturer and obtain their recommended testing procedures for specific gensets of this Project. Coordinate with genset supplier.

.3 Operational Tests:

.1 With engine in a "cold start" condition and emergency load at its normal operating level, simulate a power failure by means acceptable to Consultant. Do not interrupt existing services unless approved in writing by Owner and reviewed with Consultant. Test load to be load which is normally served by emergency power system. Unless instructed by or approved in writing by Owner and reviewed with Consultant, do not use building loads for testing. Provide variable load banks sized for loads as required.

.2 Continue operational test for 1 hour, after which time, restore normal power, and demonstrate satisfactory transfer of load and shutdown of emergency generating sets.

.3 Observe and record following data:

.1 time delay on start;

.2 cranking time until engine starts and runs;

.3 time required to come up to operating speed;

191 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 189: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 20

MMM No.: 1815301-000

.4 time required to achieve a steady-state condition with all switches Transferred to emergency position;

.5 voltage, frequency, and amperes at start-up and at any observed change in load;

.6 engine oil pressure, water temperature where applicable, and battery change rate at 5 min intervals for first 15 minutes and at 15 minute intervals thereafter;

.7 time delay on retransfer for each transfer switch; and

.8 time delay on engine cool down and shutdown.

.4 Full Load Test

.1 Following operational test, subject genset to a 4 hour 100% load test.

.2 Provide variable load bank for testing, unless use of building load is permitted in writing by Owner and Consultant.

.3 Full load test may be initiated by any method that will start engine and, immediately upon reaching its rated speed, pick up full load in one-step.

.4 Record data for items listed above, at first load acceptance and every 15 minutes thereafter until completion of test period.

.5 Cycle Crank Test:

.1 Prevent engine from running by utilizing any method recommended by manufacturer. Place control switch in "run" position to cause engine to crank.

.2 Engage engine starting system to provide a cranking cycle consisting of:

.1 30 seconds of continuous cranking; or

.2 three (3) 10 seconds crank attempts separated by 10 seconds rest periods;

.3 repeat crank cycle a second time to demonstrate that batteries have sufficient capacity for a total cranking time of 60 seconds;

.4 demonstrate time required to recharge batteries to meet requirements.

.6 Safety Shutdown and Alarms:

.1 Test gensets as recommended by manufacturer and as described herein this Section to ensure that safety shutdowns and alarms are fully functional.

.7 Ventilation:

.1 During testing of gensets, demonstrate that sufficient ventilation is provided for gensets, in accordance with requirements of CAN/CSA-C282.

.8 Voltage and Frequency:

.1 Perform this test in accordance to CAN/CSA-C282.

192 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 190: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION March 15, 2016 Page 21

MMM No.: 1815301-000

.9 Oil Analysis:

.1 Perform this test in accordance to CAN/CSA-C282.

3.05 MOE TESTING

.1 Include for and arrange for experienced air emission’ testing company to provide testing and required equipment and personnel to verify that complete genset assembly complies with emissions requirements of local governing authority. Document test results and submit signed copies bound into test reports to Consultant.

END OF SECTION

193 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 191: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION - APPENDIX March 15, 2016 Page 1

MMM No.: 1815301-000

APPENDIX: ENGINE-GENERATOR TEST REPORT

PROJECT: MMM Job No:

Date:

OWNER:

ARCHITECT:

CONSULTING ENGINEERS: MMM Group Limited

LOCATION:

PRESENT:

ENGINE DATA: SERIAL NUMBER:

A. UNIT – GENERAL

B. CONTROL PANEL – GENERAL

C. VIBRATION CONTROL

D. START-UP TIME

COLD UNIT:

HOT UNIT:

194 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 192: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION - APPENDIX March 15, 2016 Page 2

MMM No.: 1815301-000

E. SAFETY DEVICES AND TIME DELAY OPERATION SHUT-DOWN OPERATION ALARM BELL LIGHT

LOW OIL PRESSURE

HIGH COOLANT TEMP

OVERSPEED

OVERCRANK

OTHERS

SHUT-DOWN T/D 4 MIN. AFTER NORMAL POWER RESTORED

F. HOUR METER READINGS

START:

CONCLUSION:

G. RECORDING INSTRUMENTS (SPEED OF CHART)

1. VOLTAGE (REGULATOR) ALLOWABLE VARIATION:

ACTUAL VARIATION @ 0-1/4 LOAD =

ACTUAL VARIATION @ 0-1/2 LOAD =

ACTUAL VARIATION @ 0-3/4 LOAD =

ACTUAL VARIATION @ 0-1/1 LOAD =

2. FREQUENCY (GOVERNOR) ALLOWABLE VARIATION:

ACTUAL VARIATION @ 0-1/4 LOAD =

ACTUAL VARIATION @ 0-1/2 LOAD =

ACTUAL VARIATION @ 0-3/4 LOAD =

ACTUAL VARIATION @ 0-1/1 LOAD =

3. RECOVERY TIME

H. VOLTAGE ADJUSTMENT (SPECIFY):

I. EXHAUST PRESSURE:

195 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 193: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION - APPENDIX March 15, 2016 Page 3

MMM No.: 1815301-000

J. GENERAL OBSERVATIONS:

K. INCOMPLETE ITEMS AND/OR DEFICIENCIES:

196 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 194: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 00 Outdoor Generator POWER GENERATION - APPENDIX March 15, 2016 Page 4

MMM No.: 1815301-000

L. METHOD OF LOADING (SPECIFY):

TIME IN MINUTES

LOADING

AMPS – PHASE 1

AMPS – PHASE 2

AMPS – PHASE 3

VOLTS – PHASE 1

VOLTS – PHASE 2

VOLTS – PHASE 3

FREQUENCY (HZ)

OIL PRESSURE. (PSI)

OIL TEMP (C°)

WATER IN TEMP (C°)

WATER OUT TEMP (C°)

JACKET TEMP (C°)

EXHAUST TEMP (C°)

ENGINE SPEED (RPM)

CHARGER

POWER FACTOR

GENERATOR TEMP (C°)

ROOM TEMP (C°)

EXHAUST SMOKE

KW RATING

VACUUM (GAS UNITS ONLY)

MMM Group Limited

Date: Per:

END OF APPENDIX

197 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 195: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 05 Outdoor Generator GENSET ENCLOSURES March 15, 2016 Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 SUBMITTALS

.1 Submit shop drawings for products specified in this Section, including but not limited to following:

.1 genset enclosure;

.2 enclosure accessories and components.

.2 Shop drawings to include following:

.1 full design detail drawings;

.2 layouts and dimensions;

.3 equipment capacities;

.4 wiring schematics;

.5 integrated systems.

1.02 TYPICAL DETAILS

.1 Refer to typical details found on drawings for references to products and/or execution required in this Section.

1.03 WARRANTY

.1 Warrant (full parts and labour) entire genset enclosure and accessories, in writing, to be in strict accordance with Specification and free from defects for same period as per genset warranty specified in Section 26 32 00.

.2 Above warranty requirements and issues to be provided by genset manufacturer or manufacturer’s authorized genset supplier.

2 PRODUCTS

2.01 GENSET ENCLOSURE

.1 “Skin-tight” type genset enclosure to be provided to house genset complete with silencers, control panel, batteries and accessories. General features include but are not limited to following:

.1 outdoor, weatherproof, corrosion resistant;

.2 sound attenuated;

.3 non-combustible fire-rated construction designed to required local governing authority and code requirements;

.4 heavy duty aluminium or steel outer skin over heavy duty steel framework construction and primed and finished with corrosion resistant paint finish;

198 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 196: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 05 Outdoor Generator GENSET ENCLOSURES March 15, 2016 Page 2

MMM No.: 1815301-000

.5 sound insulated panels;

.6 exhaust silencer;

.7 dry type distribution transformer and breaker panelboard, sized to accommodate loads of enclosure components requiring power feeds; factory prewired breaker panelboard with main breaker and branch breakers for feeding genset and enclosure components and accessories; include three (3) additional spare 15A-1P breakers installed in panel;

.8 locking access panels;

.9 flexible coolant and lubricating oil drain lines, that extend to exterior of enclosure, with internal drain valves;

.10 external radiator fill provision;

.11 radiator guard;

.12 heavy duty steel beam mounting base;

.13 insulated ventilation louvers and dampers;

.14 insulated enclosure with non-hydroscopic materials;

.15 pitched roof;

.16 corrosion resistant stainless steel door hardware, hinges and locks;

.17 locking compartments for storage of manuals, spare parts and tools;

.18 warning signs;

.19 vandal proof construction;

.20 finish painted in colour as approved by Owner and reviewed with Consultant;

.21 GFI receptacles inside enclosure, and a weatherproof GFI receptacle on outside of enclosure;

.22 switches controlling AC lamps mounted in vapour tight and gasketed fixtures;

.23 switched controlled vapour tight, gasketed DC light connected to main batteries, provide 60 minutes adjustable timer;

.24 external AC weatherproof and vandal proof LED type fixture with photocell control over panel access door;

.25 thermostatically controlled forced air internal heater to keep interior temperature at minimum temperature as per CSA C282;

.26 exhaust fan for internal high temperature heat removal from enclosure and include modulating thermostat control;

199 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 197: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 05 Outdoor Generator GENSET ENCLOSURES March 15, 2016 Page 3

MMM No.: 1815301-000

.27 emergency power off (EPO) station consisting of minimum 38 mm (1-1/2") diameter mushroom head, mounted in weatherproof enclosure with polycarbonate hinged cover for emergency access operation; typically mount recessed or semi-recessed in exterior wall of enclosure; provide "EMERGENCY POWER OFF" identification lettering; review exact nomenclature with Consultant prior to ordering; cover not to be locked;

.28 storage cabinet for O&M manuals and spare parts;

.29 seismic restraints as required by local governing building code;

.30 in applications of use of dissimilar materials, include provisions to prevent corrosion.

.2 Enclosure to meet applicable codes and standards enforced by local governing authorities, including but not limited to:

.1 CSA C282;

.2 ULC Standards;

.3 local applicable building codes;

.4 local applicable electrical codes;

.5 Technical Standards and Safety Authority (TSSA).

.3 Enclosure assembly to be designed such that genset components needing routine maintenance and servicing are easily accessible from access doors. Access doors to be locking, hinged type with retainers to hold doors open during service.

.4 Intake and exhaust louvers to be located at height to minimize effects from flood waters and accumulated snow levels. No roof penetrations except for exhaust stack.

.5 Provide motorized intake louvers to minimize air flow through enclosure when generator set is not operating. Louvers to include provisions to prevent accumulation of ice or snow that might prevent operation. Louvers to be spring open, power close operation.

.6 Enclosures to include weatherproof cable stub and openings for connection cabling through underside of base. Provide load bank cabling entry and temporary genset connections via openings with flexible boots behind a gasketted locking hinged door. Boots to prevent egress of any precipitation into enclosure when cables are run into enclosure. Exterior components and parts to be corrosion resistant and weatherproof. Coordinate location of cable access openings to suit structural base. Provide cable connection box with copper bussing.

.7 Enclosure to include provisions for gas piping extending through to connect to genset and required connectors, as coordinated with Mechanical Trades providing piping and suitable connectors. Coordinate exact requirements with Mechanical Trades.

.8 Sound-attenuated housing rated to allow generator set to operate at full rated load in an ambient temperature of up to 40°C (104°F).

200 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 198: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 05 Outdoor Generator GENSET ENCLOSURES March 15, 2016 Page 4

MMM No.: 1815301-000

.9 Acoustics:

.1 Maximum permissible sound emissions criteria for enclosure at engine full load rating to be net 75 dBA at 7m (23') including provisions for reverberations from neighbouring walls.

.2 Selection of silencer (muffler) to be coordinated with design of enclosure to meet sound level requirements.

.3 Submit with shop drawings, certification letter from a recognized acoustical authority certifying factory testing acoustical performance of enclosure housed genset, with genset operating at full load rating in accordance with specification requirements.

.4 Include for a qualified acoustical engineer to perform an acoustical field test during onsite genset testing, to certify performance and provide documented test report. Measure noise levels at 10 different locations as coordinated by Consultant.

.5 Obtain and submit required approvals from local governing authorities having jurisdiction.

.6 Materials of construction to be to general accepted trade standards unless more stringent requirements are required by any recent codes or regulations by local governing authorities. Ensure that most recent applicable standards are met.

.10 Provide complete grounding and bonding conductor system in compliance with code requirements, complete with conductors from equipment and exterior ground rods or for connection to main building grounding system.

.11 Engine exhaust system features are as follows:

.1 Engine exhaust system to be full factory installed within enclosure and consists of lengths of flexible stainless steel exhaust pipe, exhaust silencers, connector pieces, flanges and rigid exhaust piping. Size length of flexible piping for thermal expansion and engine vibration and to suit enclosure height restriction. Silencers to be based on Silex "Hospital Plus" series JDDPR type to provide highest degree of noise reduction and to suit respective size of genset and to be coordinated with enclosure design to suit spacing and overall noise criteria. Both flexible pipe and silencer to be suitable in all respects for application and be as recommended by genset supplier. Acceptable manufactures of silencers are Silex Inc., Vibron Ltd., Nelson, and Maxim.

.2 Custom manufacturer heavy duty steel exhaust flange to extend from silencer to roof thimble. Exhaust system exhausts out of enclosure roof through an insulated roof thimble designed for application and with weatherproof sealed pre-fabricated flashed roof curb. Thimble to be of heavy duty galvanized steel corrosion resistant construction.

.3 Terminate exhaust pipe flange minimum 450 mm (18") above roof line and top with required temporary weatherproof cap. Exhaust stack stub assembly to be capable of supporting an on-site installation of a vertical exhaust stack up to 10' (3m) high. Provide guy wires as required for proper support. Interior exhaust piping to be insulated with Rockwool type insulation suitable for application. Exact height of exhaust stack to be reviewed with Consultant.

201 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 199: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 05 Outdoor Generator GENSET ENCLOSURES March 15, 2016 Page 5

MMM No.: 1815301-000

.4 Exhaust stack and piping to meet requirements of local governing technical standards and safety authority standards and other required governing authorities. Exterior vertical exhaust stack to be constructed of minimum schedule 40 rigid black steel. Diameter to suit genset sizing as noted and confirmed with genset manufacturer. Exhaust stack to extend to height confirmed with Consultant. Stack to be complete with rain cap preventing ingress of water/snow. Stack in position to be designed to withstand anticipated wind forces and other forces of nature. Provide required supports as per stack manufacture’s recommendations as coordinated with genset vendor.

.5 Coordinate routing, dimensions, and configuration of exhaust system with enclosure dimension restrictions and equipment layout as detailed and as noted.

.6 Ensure that exhaust stack is positioned in location such that emissions do not become drawn into enclosure during operation. Weatherproof and seal openings in roof due to exhaust stack work.

.7 Where required to suit exhaust configuration of respective gensets, provide properly sized black steel pipe welded "Y" connector.

.12 Fire alarm provisions:

.1 Provide fire extinguishers of CO2 type, minimum 10 pounds (4.5 kg), and mounted within enclosure. Exact type of fire extinguisher to be as recommended by genset vendor to suit application. Provide mounting bracket and install on interior wall adjacent door. Include identification label on outside of door identifying location of extinguisher.

.13 Access and security signs:

.1 Corrosion resistant, weatherproof and resistant to fading from sunshine.

.2 .Red lettering on a white background.

.3 Permanently affixed.

.4 Nomenclature to be reviewed with Consultant prior to manufacturer.

.14 Grounding and Bonding:

.1 Provide complete grounding and bonding conductor system in compliance with code requirements, complete with ground bar in enclosure for required connection of grounding and bonding conductors from equipment, and exterior ground rods.

.15 Testing, Start-up, Verification and Training:

.1 Perform standard factory testing as specified in Part 3 and submit copy of detailed reports to Consultant for review.

.2 Onsite after installation inspection, testing, start-up, and verification to be as specified in Part 3. Assist installing Contractor in installation of equipment and to inspect installation, test equipment, perform start-up and verify equipment. Coordinate work with Contractor.

.3 Be present to assist during third party testing.

202 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 200: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 32 05 Outdoor Generator GENSET ENCLOSURES March 15, 2016 Page 6

MMM No.: 1815301-000

.4 Perform testing at times coordinated with Consultant.

.5 Provide instructions on system operating and maintenance.

.16 Acceptable enclosure manufacturers are as recommended by genset vendors/suppliers.

3 EXECUTION

3.01 INSTALLATION

.1 Coordinate installation requirements with requirements of Section 26 32 00.

.2 Coordinate structural base requirements for mounting of containerized genset, with General Trades Contractor. Provide concrete pad as detailed on drawings. Include for seismic restraints as required.

.3 Provide required vibration isolation and seismic restraints in accordance with Specification, Structural documents and as per local governing building code requirements.

.4 Provide shore power feeders in conduit from dedicated breakers in panelboards in building, serving container genset, and connect to integral power panel and devices as required. Connect feeders to panel and ensure that components and accessories that require external power are fed from panel breakers, as required. Identify breakers in panel. Refer to notes on drawings. Applicable distribution equipment to be provided to general standards of electrical products specified in other Sections. Exterior feeders in conduit to be RWU90 or TWU in rigid conduit, unless otherwise noted.

.5 Provide exhaust stack extension and mount to enclosure as per genset supplier’s instructions. Secure as required.

.6 Connect and ground unit with proper copper ground conductors. Ground and bond equipment as per local electrical code requirements. Refer also to requirements of grounding and bonding article.

.7 Provide concrete bollards and stairs as required. Coordinate concrete work, excavation and backfilling work with respective general trades.

.8 Test and verify functions of enclosure with genset testing.

.9 Obtain local governing technical standards and safety authority and other required local governing authority approvals and certifications.

.10 Additionally, refer to testing, coordination and verification requirements in Section 26 05 70 and 26 32 00 and include applicable requirements.

END OF SECTION

203 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 201: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 52 00 Outdoor Generator EMERGENCY LIGHTING March 15, 2016 Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 SUBMITTALS

.1 Submit shop drawings for products specified in this Section.

2 PRODUCTS

2.01 EMERGENCY LIGHTING UNITS

.1 Emergi-lite "ESL" Series, CSA approved, 120 VAC/12 VDC emergency lighting battery units. Units are complete with batteries, charger, dual lamp heads per unit (where shown); cabinet and 1.2 m (4') AC cord and plug set. Units to also be complete with automatic testing and self-diagnostic circuitry, and remote monitoring provisions. System to be designed to provide emergency lighting levels in accordance with local governing building requirements.

.2 Chargers are fully automatic, solid-state type that automatically and instantaneously energizes lamp load upon failure of AC supply. Battery protection circuit automatically shuts down lamp load when battery reaches full discharge. Chargers to fully recharge battery in 12-24 hours and be current limited and short circuit proof.

.3 Room housing automatic transfer switch to be equipped with emergency lighting battery units and lamps to ensure a minimum lighting level of 50 lux for a period of minimum 2 hours, at equipment locations requiring service and adjustment. Circuit feeding battery unit to be equipped with a transient voltage surge protective device (SPD). Provide SPD unit in accordance with battery unit manufacturer’s recommendations to suit CSA C282 requirements. SPD unit to comply with latest requirements of ANSI/IEEE C62.41, cUL 1449, and have maximum surge current of 125 kA/phase.

.4 Batteries to be long life sealed lead, maintenance free and have a capacity to supply sufficient output power to lamp loads and to exit sign emergency loads for a period of time in accordance with latest requirements of local governing building code but be a minimum of 60 minutes. Batteries to be designed for and guaranteed for at least 10 years of life expectancy.

.5 Cabinets are constructed of No. 18 gauge steel, finished in white enamel. Front cover is removable to provide easy and full access to battery and charger connections. Knockouts are provided on top for lamp heads. Cabinet includes protective wire-guard, where required and/or where identified with "WG" designation on drawings.

.6 Units include "PUSH-TO-TEST" switch, AC and high charge pilot lights and AC cordset.

.7 Integral lampheads are 12V, 6 W MR16 LED lamps, decorative design, high impact plastic, adjustable heads.

.8 Remote surface mounted heads in climate controlled equipment rooms and building maintenance/service areas to be No. EF18 series, single, double or triple, large adjustable swivel fire retardant thermoplastic heads with 12V, 6 W MR16 LED lamps; single unit approximately 114 mm L x 184 mm H x 89 mm D (4.5" x 7.25" x 3.5"); fixtures identified with "WG" to be complete with wire guard;

204 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 202: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 52 00 Outdoor Generator EMERGENCY LIGHTING March 15, 2016 Page 2

MMM No.: 1815301-000

.9 Remote surface mounted heads in non-climate controlled areas to be type EF39 series, NEMA 4X certified, weather-proof, vandal resistant fully gasketed cast aluminium back plate with polycarbonate lens, single and double adjustable head complete with 12V, 6 W MR16 LED lamps;

.10 Include for manufacturer’s authorized representative to perform on-site after installation inspection, testing, adjusting, and verification of equipment. Such work to be performed during premium after hours’ time. Refer to Part 3 for additional requirements.

.11 Acceptable manufacturers are:

.1 Emergi-lite;

.2 Lumacell;

.3 Beghelli;

.4 Readi-lite

.5 Aimlite.

3 EXECUTION

3.01 INSTALLATION OF EMERGENCY LIGHTING UNITS

.1 Provide emergency lighting battery units and lighting heads as specified herein and on Schedule of Luminaires, and mount where required. Connect battery units complete to dedicated emergency circuit of local power panels designated for this purpose or where identified on drawings, plug into designated adjacent receptacle. Provide wiring in conduit and connections to remote lamp heads and extend to central battery unit serving area.

.2 Install units such that units to be automatically actuated upon failure of power supply to normal lighting in area covered by that unit equipment.

.3 Connect exit signs to battery units circuits in applications where exit signs require backup DC supply.

.4 Install combination units in locations and connect complete.

.5 Obtain required training from manufacturer’s representative on any special installation procedures. Install units in accordance with manufacturer’s instructions to suit specific installation requirements.

.6 Note that drawings identify location for battery units and generally identify circuiting of remote heads. In absence of direction of circuiting, provide wiring in conduit to feed remote heads and exit lights from nearest battery unit with sufficient capacity in area, in accordance with application requirements, manufacturer’s requirements, and applicable codes. Multiple battery units may be required to accommodate connection of remote heads in some areas. Provide sufficient battery units to accommodate connected lamp loads and system design time of operation. Where more than one battery unit is installed in same immediate location, only one unit is required to be provided with integral lampheads.

205 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 203: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 26 52 00 Outdoor Generator EMERGENCY LIGHTING March 15, 2016 Page 3

MMM No.: 1815301-000

.7 Where battery model number is noted, it is for general reference and exact capacity may be required to be increased to suit connected loads and required battery output time duration to suit local governing codes. Ensure that emergency lighting operates at lighting levels and for duration to meet local governing codes.

.8 For units serving transfer switch room, provide SPD unit to line side of power supply to battery unit and install and connect in accordance with manufacturer’s instructions.

.9 Provide remote mounting lamp heads as specified. Provide remote mounting lampheads in locations to provide system performance in compliance with requirements of Documents and where applicable, local governing building code. Connect complete to battery units. Be responsible for revisions to system, including relocations, aiming and additional remote heads as determined by testing results. Generally, provide wiring in accordance with manufacturer’s requirements but be minimum No. 10 AWG, and increased to suit voltage drop requirements recommended by system manufacturer to comply with local electrical code requirements. Confirm finish requirements with Consultant prior to ordering.

.10 When installation of emergency lighting equipment is complete, and in conjunction with manufacturer’s authorized representative, inspect and test entire system, adjust as required, and certify in writing to Consultant that system is complete, have been tested, adjusted, and are in proper operating condition. Engage emergency lighting manufacturer to perform illumination level test in presence of Consultant, throughout project areas of building. Manufacturer’s technician to be responsible for properly aiming remote light heads, recording light level readings on record set of floor plans and calculating light level readings. Co-ordinate, arrange and obtain local authority building inspector approvals. Prepare and submit to Consultant a letter on manufacturer’s letterhead and signed by manufacturer’s authorized technician, stating that emergency lighting levels meet requirements of local building code requirements and applicable CSA Standards. Notify Owner and Consultant at least 10 days prior to propose testing date. Testing dates and times to be acceptable to Owner and Consultant.

.11 Provide minimum one hard bound copy and electronic copy of signed test report.

END OF SECTION

206 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 204: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 31 23 00 Outdoor Generator EXCAVATION, FILL AND GRADING March 15, 2016 Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 REFERENCES

.1 Division 01 applies to and is a part of this Section.

.2 Requirements of latest applicable standards being enforced on this Project by local governing authorities having jurisdiction.

.3 Refer to issued drawings and specifications of other Divisions of the Work, for additional requirements.

1.02 SITE CONDITIONS

.1 Review site conditions to determine the actual subsurface conditions of the area of work on site. Be responsible for a detailed and thorough review of the site.

.2 Before commencement of excavation work, determine the presence, if any, of existing underground services at the site. Include for local utility to locate presence of existing services. Locate such services and mark out same. Ensure that trades concerned are aware of their presence. Submit copies of utility locate reports as part of shop drawing submissions.

.3 The inverts and locations of existing site services may have been site surveyed and the approximate location may be shown on the drawings. Be responsible for confirming that the inverts and locations are correct, prior to commencing excavation. Where discrepancies are found, immediately inform the Consultant, and await a direction.

.4 Be responsible for any damage done to existing underground services caused by neglect to determine and mark out the location of such services prior to excavation work commencing.

1.03 GEOTECHNICAL SOIL INVESTIGATION AND ENVIRONMENTAL SOIL CHARACTERIZATION

.1 Geotechnical Investigation reports may be available for review. Contact Consultant for additional information that may be available from Owner.

.2 Be responsible for a detailed and thorough review of the documentation and reports, and incorporating applicable recommendations into the Work. No extras will be considered for any work deemed part of the available reports.

1.04 SAFETY REQUIREMENTS

.1 Perform site excavation and trench work in conformance with Construction Safety Act and to Shoring and Timbering in Trenches by Construction Safety Association, and other required local governing authority standards and codes.

.2 The arrangement, design and construction of sheeting, shoring, and bracing to be the responsibility of this Section and this Section to be responsible entirely for its failure and for safety of the entire operation.

.3 Make good and pay for all damages and be liable for all injuries resulting from inadequate sheeting, shoring, and bracing.

207 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 205: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 31 23 00 Outdoor Generator EXCAVATION, FILL AND GRADING March 15, 2016 Page 2

MMM No.: 1815301-000

.4 Provide required safety barriers and signage.

1.05 SERVICES AND UTILITIES

.1 Where Work falls under the jurisdiction of the local Utilities, confirm requirements and comply with Utilities requirements. A copy of the local Utilities requirements may be included with the issued Documents, however; be responsible for confirming with local Utilities the requirements for the project and that these requirements are the most current prior to the start of construction.

.2 Notify Public Utilities or Municipal Authorities in advance of planned excavations adjacent to their services and utilities. Locations of known existing services and utilities on plans are only approximate and are not guaranteed.

.3 Be responsible for carrying out required underground service locates prior to digging and excavations. Review drawings and specifications thoroughly prior to submission of Bid and include required costs for this work.

.4 Take care not to damage or displace encountered known and unknown services and utilities which are to remain active.

.5 When such services and utilities are encountered during execution of work, immediately notify Consultant and protect, brace and support active services and utilities. Confirm findings of unknown services and utilities in writing.

.6 Where required and coordinated with Consultant and respective local governing authority/utility, relocate existing services in a manner satisfactory and acceptable to the Public Utilities or Municipal Authorities concerned.

.7 In the case of damage to, or cutting off of an essential service or utility, notify Consultant immediately and repair the service or utility under Consultant’s direction.

.8 Inform Consultant about encountered services and utilities requiring adjustment or relocation to arrange for temporary disconnection and capping of services and utilities.

.9 Make good and pay for damages to existing services and utilities resulting from Work.

1.06 PROTECTION

.1 Take necessary measures required to prevent damage to existing trees which are to remain, landscaping, existing buildings, existing pavement, surface and underground utility lines and poles which are to remain. Make good all damage.

.2 Keep excavations and site free of standing water.

.3 Protect bottoms of excavations from softening.

.4 Dispose of water, including water-containing silt, in a manner acceptable to local authority.

.5 Use approved methods to protect bottoms and sides of excavations from frost and freezing.

.6 Effect approved measures to minimize dust as a result of this Work.

.7 Do not stockpile excavated material to interfere with site operation or drainage.

208 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 206: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 31 23 00 Outdoor Generator EXCAVATION, FILL AND GRADING March 15, 2016 Page 3

MMM No.: 1815301-000

.8 Provide fencing and barricades to properly make safe the Work areas.

2 PRODUCTS

2.01 MATERIALS

.1 Type 1 fill: granular material conforming to requirements for Class "A" aggregate, including crushed screened stone, gravel or sand.

.2 Concrete backfill: 13790 kPa (2000 psi) concrete.

.3 Nursery Sod: Quality of source to Guide Specification for Nursery Stock (Landscape Canada). Select sod with grass mixture equivalent to one growing on site, or with appearance equal to existing.

.4 Topsoil: Material capable of supporting good vegetative growth and suitable for use in top dressing, landscaping and seeding. Material reasonably free from subsoil, clay lumps, brush, objectionable weeds, and other litter, and free from cobbles, stumps, roots, and other objectionable material larger than 25 mm (1”) in any dimension.

.5 Asphalt: refer to Section 32 12 16.

3 EXECUTION

3.01 GENERAL

.1 Be responsible for providing excavation, back filling and grading work for the Project, unless otherwise noted in issued Bid Documents. Coordinate work requirements and be responsible for work.

.2 Perform work in phases and at times confirmed with and pre-arranged with the Owner. Do not prevent total access to parking lots or the buildings. Allow sufficient access space for Owner, unless otherwise approved by Owner. Obtain Owner’s approval of proposed access restrictions.

3.02 EROSION AND SEDIMENTATION CONTROL

.1 Provide temporary erosion and sedimentation control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to requirements of authorities having jurisdiction.

.2 Inspect, repair, and maintain erosion and sedimentation control measures during construction until permanent vegetation has been established.

.3 Remove erosion and sedimentation controls and restore and stabilize areas disturbed during removal.

3.03 EXCAVATION

.1 Perform excavating and grading for work. Depth of excavations must accommodate local governing requirements and best practices to compensate for frost levels.

.2 Excavate trenches to lines and grades as required, to a minimum of 150 mm (6") below applicable invert.

209 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 207: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 31 23 00 Outdoor Generator EXCAVATION, FILL AND GRADING March 15, 2016 Page 4

MMM No.: 1815301-000

.3 Trenches to be open cut unless otherwise required. Excavate trenches only so far in advance of the laying of services as Consultant will permit. Do not use blasting. Do not open trenches ahead of installation of services and backfilling more than weather will permit. Break up rocks and boulders and remove by drilling and wedging. Do not use blasting unless specifically approved in writing by the Consultant.

.4 The centre line of trench to follow line as indicated, or as otherwise ordered by Consultant. Trenches to be straight and where changes in direction are required, they are to follow lines as indicated, or as accepted by Consultant. Coordinate or tie trenches by measurement to existing monuments.

.5 Cut trenches to minimum width required, plus allowance for shoring if required. Trim and shape trench bottoms and leave free of irregularities, lumps, or projections.

.6 Excavate final stages of trench by hand or in such a manner that no material is disturbed below line of bottom of pipes. Compact bottom of excavation to maximum possible density. Backfill excess excavation with concrete.

.7 If required, provide shoring, close sheeting, and bracing of sides of excavated trench to prevent movement of adjacent soil and to ensure safety of excavation and adjacent property at all times. No part of sides to be allowed to overhang. Take precautions to prevent excavated materials from falling back into trenches.

.8 Where bottom of trench is in unstable soil, such as saturated clay or quicksand, deepen trench to depth required for installation of concrete backfill material. Provide a 100 mm (4") layer of sand or fine gravel placed and tamped in the trench to provide uniform bedding.

.9 Excavate for bollards and fence posts, as applicable. Ensure that excavations are performed to depths below frost lines (but which is to be minimum 1050 mm (42") below grade level) to ensure that bollards and posts remain settled and secured in position. Excavate as required for mounting bases. Refer to drawings for additional requirements.

.10 Perform pumping to keep excavations free of water.

3.04 BACKFILLING

.1 Do not commence backfilling until areas of work to be backfilled have been inspected and all approved by Consultant. Failure to allow Consultant and/or governing authority to inspect work prior to covering will require exposing and re-covering of work at Contractor’s expense.

.2 Clean excavated and graded areas and ensure areas to be backfilled are free from debris, frost, snow, ice, water, mud, and frozen ground.

.3 Prior to placing fill, compact existing subgrade to obtain same compaction as specified for fill. Remove "soft" material and fill with approved material until specified compaction is obtained. Prepare new bedding under the service in unstable soil, in fill, and in all cases where bedding has been removed in earlier excavation, particularly near perimeter walls of buildings, and at manholes and catch basins. Compact to maximum possible density and support the service by means of 200 mm (8") thick concrete cradles spanning the full length between firm supports. Provide sloping of grade to properly drain in direction as coordinated with consultant.

210 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 208: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 31 23 00 Outdoor Generator EXCAVATION, FILL AND GRADING March 15, 2016 Page 5

MMM No.: 1815301-000

.4 Where temporary unbalanced earth pressures are liable to develop on walls or other structures, erect bracing or shoring to counteract unbalance and leave in place until their removal is approved by Consultant.

.5 Backfill trenches within the building with clean sharp sand in individual layers of maximum 150 mm (6") thickness, compacted to a density of 100% Standard Proctor. Hand compact the first layers up to compacted level of 300 mm (12") above the top of the service. Hand or machine compact the balance up to grade using approved equipment.

.6 Backfill trenches outside the building (not under roads, parking lots or traffic areas), up to a compacted level of 450 mm (18") above the service with Granular "A" material, hand compacted to a density of 95% Standard Proctor. Backfill the balance with 150 mm (6") layers of approved excavated material compacted to 95% Standard Proctor density using approved equipment.

.7 Backfill trenches outside the building under roads, parking lots or traffic areas with granular "A" material in layers not exceeding 150 mm (6") thickness, compacted to 100% Proctor density up to grade level.

.8 Fill all depressions to correct grade level with appropriate material, after an adequate period has passed to reveal any settlement. Use maximum possible compaction. Be responsible for costs required to make good all damages caused by settlement.

.9 Compact each layer by means of power rammers. Maintain optimum moisture content to enable compaction to attain specified density.

.10 Use methods to prevent disturbing or damaging buried services, foundation drainage system, perimeter insulation, damp proofing.

.11 Where sheeting and shoring materials are used to support sides of excavation and are to be later removed, leave them in place as long as possible, compatible with placing and compacting of backfill, in order to eliminate voids or pockets in the backfill and to minimize possible movement or loss of adjacent ground and damage to facilities.

.12 Where excavation is necessary in proximity to and below the level of any footing, backfill with concrete to the level of the highest adjacent footing. Proximity is determined by the angle of repose as established by the Consultant.

.13 Use mechanical tampers, with suitably shaped bottoms, to properly compact material under and around ductbank. Compaction effort and equipment to be compatible with degree of compaction required and the strength of ductbank so as to avoid any damage to ductbank.

.14 At any location where there is insufficient space between ductbank and wall of trench to permit mechanical compaction equipment to be used effectively, provide hand compaction up to spring line, using suitably shaped tools to ensure that bedding material is compacted for full width of trench.

.15 Place backfill material to a minimum depth of 1 m (3') above crown of tunnel before using power operated tractors or rolling equipment to compact the backfill.

.16 For backfilling or filling do not use backfill material which is frozen or which contains ice, snow, frost, frozen particles, organic or other foreign matter.

211 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 209: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 31 23 00 Outdoor Generator EXCAVATION, FILL AND GRADING March 15, 2016 Page 6

MMM No.: 1815301-000

.17 Ensure equipment and workmanship provides uniform density of entire thickness of layer. Compact each layer to density specified before placing another layer of loose material. In confined spaces and no closer than 1200 mm (4') from walls, where heavy compacting equipment cannot be utilized, use hand controlled power actuated compactors or other suitable equipment to achieve required density.

.18 Backfill to level to allow for surface toppings to match existing.

3.05 SURFACE TOPPINGS

.1 Provide surface toppings as required. As applicable for existing sites, match toppings to existing and levelled out to be even with adjoining surfaces.

.2 Where surfaces are asphalt, refer to Section entitled Asphalt Paving. Where surfaces are concrete, refer to Section entitled Concrete.

.3 Lay sod during growing season (late spring to mid-summer months). Sodding during dry summer periods, freezing temperatures, or over frozen soil, is unacceptable. Prepare smooth, loose surface for laying sod. Apply suitable fertilizer. Lay sod with sections closely butted without overlapping. Stagger soil joints in large areas. Roll lightly and tamp. Water to obtain moisture penetration of minimum 100 mm (4"). Continue watering at intervals to maintain continued growth.

3.06 INSPECTION AND TESTING

.1 Include for testing of materials and compaction to be carried out by Testing Laboratory approved by Owner and/or Consultant.

.2 Sieve analysis: test proposed fill materials to confirm suitability for intended use and conformity with specifications.

.3 Density test: conduct tests on compacted fill to ASTM D698-00a for Standard Proctor Density.

3.07 STORAGE AND DISPOSAL OF MATERIALS

.1 Store and dispose of excavated materials as follows:

.1 during the progress of the contract, place the material as directed in such a manner to minimize damage or disfigurement of the ground and such that material to not in any way impede progress of the work;

.2 separately place surplus topsoil and subsoil as directed by Consultant; at completion of Work, leave site clean and unencumbered;

.3 separate waste materials for reuse, recycling and disposal.

.2 Where local facilities exist for recycling materials, transport recyclables to licensed and approved by local governing authorities recycling facilities.

212 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 210: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 31 23 00 Outdoor Generator EXCAVATION, FILL AND GRADING March 15, 2016 Page 7

MMM No.: 1815301-000

.3 Legally dispose of surplus material not required for backfill, grading or landscaping, from work site to an off-site dump, licensed and approved by local governing authorities.

END OF SECTION

213 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 211: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 32 12 16 Outdoor Generator ASPHALT PAVING March 15, 2016 Page 1

MMM No.: 1815301-000

1 GENERAL

1.01 REFERENCES

.1 Division 01 applies to and is a part of this Section.

.2 Requirements of latest applicable standards being enforced on this Project by local governing authorities having jurisdiction.

.3 The specifications refer to Ontario Provincial Standard Specifications (OPSS), latest applicable requirements.

1.02 SCOPE OF WORK

.1 In areas where existing asphalt surfaces are removed, damaged or where areas are required to be asphalt paved over, provide asphalt work in accordance with requirements of this Section, as noted on drawings and as required.

1.03 SAMPLES

.1 Be prepared, if requested by Consultant, to submit samples of materials for analysis and preparation of trial mixes to determine job formula as follows:

.1 22.7 kg (50 lb.) sample each of coarse and fine aggregate;

.2 minimum 20 l (5 gal) sample each of asphalt cement and primer;

.3 ship sample materials a minimum of four (4) weeks prior to paving, prepaid to the designated testing laboratory, in tightly closed containers to prevent contamination.

.2 If materials have been tested by an independent testing laboratory within previous six (6) months and have successfully passed tests equal to requirements of this Specification, disregard above instructions and submit test certificates from independent testing laboratory showing suitability and conformity of materials for this project.

1.04 PROTECTION

.1 Take measures to prevent damage to buildings, landscaping, pavers, curbs, sidewalks, trees, fences, and adjacent property. Make good all damages.

.2 Keep vehicular traffic off newly paved areas, until paving properly set, and in no case sooner than 6 hours after completion.

.3 Provide access to building at all times. Arrange paving schedule so as not to interfere with normal use of premises. Coordinate and confirm schedule with Owner.

1.05 WARRANTY

.1 Warrant work under this Section free from faults in materials and workmanship for a period of two (2) years.

214 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 212: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 32 12 16 Outdoor Generator ASPHALT PAVING March 15, 2016 Page 2

MMM No.: 1815301-000

2 PRODUCTS

2.01 MATERIALS

.1 Granular sub base (Granular 'B' Type II): crushed or uncrushed bank or pit gravel or stone obtained from an approved source and conforming to requirements for Granular 'B' aggregate, equivalent to OPSS Form No. 1010.

.2 Granular base (Granular 'A'): crushed gravel or stone, obtained from an approved source and conforming to requirements for Granular 'A' aggregate, equivalent to OPSS Form No. 1010.

.3 Hot mix asphalt: heavy duty, Type HL3, using materials and methods equivalent to those specified in OPSS Form No. 1150.

.4 Asphaltic primer: SS.1 Emulsified Asphalt as equivalent to specified in OPSS Form No. 1103.

3 EXECUTION

3.01 INSPECTION

.1 Check rough graded subgrade, carried out under work of Section entitled Selective Demolition, for conformity with elevations and cross sections.

.2 Proof roll new graded subgrade surface with weight and type of roller approved by Consultant and:

.1 check for unstable areas;

.2 check for areas requiring additional compaction;

.3 notify Consultant of unsatisfactory conditions.

.3 Do not begin work of this Section until such conditions have been corrected and are ready to receive sub base and base materials and/or paving.

3.02 PREPARATION

.1 Remove ice, snow, and water from surfaces before doing any work on such surfaces. Ensure sub grades are not frozen.

.2 Fine grade new sub grade surfaces in areas to be paved to within 13 mm (1/2") ± of specified grade and cross section and maintain surface at required grade and compaction until sub base course is placed.

3.03 GRANULAR SUB BASE AND BASE COURSES

.1 Place granular sub base to scheduled compacted thickness.

.2 Place granular base to scheduled compacted thickness as indicated. Extend base 150 mm (6") beyond edges of asphalt paving but below level of topsoil for sod.

.3 Place in layers not exceeding 100 mm (4") loose thickness.

215 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 213: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 32 12 16 Outdoor Generator ASPHALT PAVING March 15, 2016 Page 3

MMM No.: 1815301-000

.4 Mechanically compact granular sub base and base materials to minimum 100% of maximum Proctor dry density. Compaction to be determined and controlled in accordance with ASTM D 698, Method "D", Standard Density Test.

.5 Grade and compact surface until it conforms to lines and grades required. If sub base material becomes mixed with base material and is determined to be unacceptable by Consultant, remove materials affected; replace with clean, acceptable sub base and base materials and re compact.

.6 Use water, if required, within acceptable limits, to aid compaction and dust control.

.7 Each specified course thickness to be of thickness measured after compaction.

3.04 ASPHALT COURSES

.1 Unless otherwise specified, place hot mix asphaltic concrete paving in accordance with OPSS Form No. 1150.

.2 Before placing asphalt paving, re shape and compact base course, if necessary, to produce correct lines and grades, adding granular base material and compacting where necessary.

.3 Do not place asphalt paving during winter months, unless otherwise approved by Consultant.

.4 Do not place asphalt paving during wet weather nor if base is water saturated. Remove loose and foreign material from surfaces to be paved. Place asphaltic mixture using self-propelled spreader after granular bases are installed, compacted, and approved by the Consultant. The air temperature during the placing of mixture to be minimum 7°C (44°F) and rising. Temperature of mixture when spread to be not less than 120°C (250°F) not more than 150°C (300°F).

.5 Longitudinal and transverse joints to be carefully made, well bonded, and sealed. Joints between old and new pavement or between successive days work, to be made in such a manner to ensure continuous profile and grade as well as adequate bond.

.6 A course to not be placed upon a previously laid course within the twelve (12) hours following final compaction of the latter, or until the temperature of the previous course is 50°C (122°F) or less, whichever occurs first.

.7 Compact asphaltic mixture as soon as it can bear roller without undue displacement or hairline cracking with power driven roller weighting at least 9.072 Tonnes (10 tons) and exerting pressure on compression roll of at least 1700 kPa (250 lbs. per sq. inch) of tire width.

.8 Continue rolling until all roller marks are eliminated. Speed of roller to at all times be slow enough to avoid displacement of mixture. Keep roller wheels slightly moistened by water to prevent adhesion of mixture, but an excess of water will not be permitted. Compact mixture with hot tampers in locations not easily accessible to machine roller. Exercise due caution in compacting and finishing areas inaccessible to machine rollers.

.9 Upon completion of compaction, each course to be smooth and true to grade with variation not more than 6mm (1/4") from required thickness.

216 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 214: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fire Station No. 114 32 12 16 Outdoor Generator ASPHALT PAVING March 15, 2016 Page 4

MMM No.: 1815301-000

.10 Compacted surface course to be clean and free from fractures, spalling or other defects. Measured in any direction, it is not to deviate more than 3 mm (1/8") under a 3 m (10’) straight edge.

.11 Protect finish surfaces from damage by this section’s operations. Avoid splattering of asphaltic material onto adjacent surfaces and arrange for replacement, at no cost to Owner, of any materials damaged by work of this Section.

.12 Coordinate extent of work with each trade and determine exact responsibilities of each Subcontractor.

3.05 JOINTS

.1 Every contact between a bituminous pavement course and any bituminous pavement or any rigid object which exists at the time the course is laid, other than such contacts as occur on the underside of the course, to be considered to be a joint.

.2 Cut back bituminous course to its full depth in straight or curved lines as required to expose fresh, straight, vertical surface. Remove broken and loose materials.

.3 All faces at which joints are made to be painted with a thin uniform and continuous coating of joint painting material with the exception of joints between pavement lanes laid in succession.

.4 Where paving comprise two (2) or more courses, overlap longitudinal joints minimum 600 mm (2').

.5 Carefully place and compact hot asphaltic material against joints. Correct unsatisfactory joints before proceeding with work.

3.06 INSPECTION AND TESTING

.1 Owner may appoint and pay for independent inspection and testing agency to conduct inspection and testing as directed by Consultant in accordance with General Conditions.

.2 Advise Consultant in timely fashion when each stage of construction is ready for inspection and testing commencing completion of preparation of sub-base.

3.07 LAYER THICKNESS

.1 Compacted minimum thickness dimensions for parking areas and other light duty traffic areas are generally as follows:

.1 62 mm (2-1/2") HL3 asphalt surface course;

.2 150 mm (6") base course of Granular "A";

.3 350 mm (14") sub-base course of Granular "B" Type II.

.2 Roads to be increased from minimum thickness to suit typical local governing authority standards and as confirmed with Consultant.

END OF SECTION

217 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 215: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

1. MAIN GAS CONTROL VALVE POSITION ALARM - DI

PROVIDE THE FOLLOWING BAS CONTROL POINT:

2

M-2

SCALE: N.T.S.

THE FOLLOWING IS A PROPOSED SEQUENCE IMPLEMENTATION, INTENDED TO

GIVE A DIAGRAMMATIC OVERVIEW OF THE PROPOSED SEQUENCE OF

INSTALLATION FOR THIS PROJECT. BE RESPONSIBLE TO CONFIRM THIS

SEQUENCE, MAKE THE REQUIRED MODIFICATION TO SUIT THE ANOMALIES OF

THIS BUILDING AND COORDINATE THIS WHEN PREPARING THE MASTER

CONSTRUCTION SCHEDULE FOR THE IMPLEMENTATION OF ALL WORK

ASSOCIATED WITH THIS PROJECT.

PROPOSED SEQUENCE OF IMPLEMENTATION

1. MECHANICAL:

1.1. PERFORM ALL DEMOLITION WORK ONCE NEW GENERATOR IS IN PLACE AS

EXISTING GENERATOR WILL BE USED TEMPORARILY UNTIL NEW

GENERATOR IS FULLY FUNCTIONAL.

1.2. PREPARE THE SHOP DRAWINGS FOR REQUIRED EQUIPMENT.

1.3. PROVIDE NEW GAS METER ASSEMBLY AND PIPING AS SHOWN.

2. WHEN ALL THE MECHANICAL SERVICES HAVE BEEN INSTALLED, COMPLETE

AND COMMISSIONED:

2.1. COMPLETE ALL REMAINING REMEDIAL WORK, INCLUDING PATCHING WORK,

FIRE STOPPING, CEILING INSTALLATIONS, PAINTING, ETC. UPON

COMPLETION OF MECHANICAL SERVICES.

2.2. COMPLETE AS-BUILTS, OPERATIONS & MAINTENANCE MANUALS AND TURN

OVER TO CONSULTANT.

GAS LINE

DEMOLISHED

PIPE RISER DOWN

EXISTING WORK TO BE RETAINED

EXISTING WORK TO BE REMOVED AND/OR

D

E

G

PIPE RISER UP

PIPE RISER UP

EXISTING WORK TO BE RELOCATED

R

FLEXIBLE CONNECTOR

DRAWING LIST

DRAWING No. DESCRIPTION SCALE

As Noted

M-1

M-2

1:50

BRANCH OFF BOTTOM OF MAIN

BRANCH OFF TOP OF MAIN

CHECK VALVE

VALVE

UNION

SITE PLAN AND SYMBOLS - MECHANICAL

PART PLAN AND DETAILS - MECHANICAL

PROJECT PROPOSED SEQUENCE

OF IMPLEMENTATION

2M-2

SCALE: N.T.S.

TO NEW GAS GENERATOR

ON GRADE (1950CFH)

G

38ø

VALVE SHALL BE

COLORED "RED"

P.R.V.

PROVIDE POSITION - INDICATING CONTACT TO

END ALARM TO BAS WHEN VALVE IS CLOSED.

BASE BUILDING CONTROLS CONTRACTOR SHALL

BE ENGAGED TO PERFORM THIS BAS WORK.

G

75ø

~

EXISTING INCOMING GAS SERVICE

FOR A NEW CONNECTED LOAD OF

4,474 CFH AT 2 PSI

EXISTING GAS PRV AND

METER ASSEMBLY TO

BE REMOVED

CONNECT INTO

EXISTING SERVICE

~

GRADE

PROVIDE SIGNAGE STATING

"EMERGENCY GENERATOR

DO NOT SHUT OFF"

G

CONNECT TO THE

EXISTING GAS LINE

PROVIDE SIGNAGE STATING

"EMERGENCY GENERATOR

DO NOT SHUT OFF"

EMERGENCY

GENERATOR

NEW GAS METER

ASSEMBLY

SECURED VALVE TYPICAL

ALONG PATH TO GENERATOR

EXISTING GAS LINE TO EXISTING

GAS FIRED EQUIPMENT FOR AN

APPROXIMATE CONNECTED LOAD

OF 2,524 CFH

38ø

38ø

50ø

75ø

75ø

50ø38ø

PRV TO REDUCE 2,524 CFH

FROM 2 PSI TO 7" W.C.

PRV TO REDUCE 1,950 CFH

FROM 2 PSI TO 11" W.C.

1

M-1

SCALE: 1:200

APPROXIMATE LOCATION OF

EXISTING AND NEW GAS METER

REGULATOR ASSEMBLY

AREA OF WORK.

REFER TO PART SITE PLAN

APPROXIMATE LOCATION OF

EXISTING INCOMING GAS

SERVICE

1

M-2

M-1

FIRE STATION No.114

1 2016/03/15 Issued For Tender

218 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 216: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

EXISTING AMBULANCE / FIRE STATION BUILDING

EXISTING FENCE TO REMAIN

1630

EXISTING GENERATOR GATE FENCE TO REMAIN

EXISTING GENERATOR CONCRETE PAD

TO BE RETAINED FOR FUTURE USE.

780

LINE OF AMBULANCE VEHICLE ENTRY

NEW UNDERGROUND

ELECTRICAL CONDUITS

1000

NEW 150kW/188kVA OUTDOOR

NATURAL GAS GENERATOR.

1500

OUTLINE OF NEW CONCRETE PAD.

REFER TO STRUCTURAL DRAWINGS.

200mm DIAMETER STEEL PIPE BOLLARDS

1000

1500

EXISTING GAS METER & REGULATOR ASSEMBLY

TO BE REMOVED AND UPGRADED.

REFER TO DETAIL ON SHEET M-1 FOR

ADDITIONAL INFORMATION

EXISTING INCOMING GAS SERVICE FOR

A NEW CONNECTED LOAD OF 4,474 CFH

G

NEW BURIED 38mm GAS LINE TO

THE NEW EMERGENCY GENERATOR

GGG

GG

G

NEW BURIED 38mm GAS LINE TO

THE NEW EMERGENCY GENERATOR

G G

38mm GAS LINE UP TO GAS GENERATOR

C/W ISOLATION VALVE & FLEXIBLE

CONNECTION.

EXISTING DIESEL GENERATOR TO BE REMOVED BY OTHERS. BE RESPONSIBLE TO

RETAIN BASE BUILDING GENERATOR SERVICE TECHNICIAN TO DISPOSE SAFELY

DIESEL FUEL, COOLANT AND OTHER FLUIDS.

M-2

FIRE STATION No.114

1 2016/03/15 Issued For Tender

1

M-2

SCALE: 1:75

NOTES:

1 ROUTING OF SERVICES ARE DIAGRAMMATIC. BE

RESPONSIBLE TO CONFIRM EXACT ROUTING ON SITE

PRIOR TO FABRICATION OR ROUGH-IN AND INCLUDE

FOR ANY OFFSETS, TRANSITIONS, ETC. AS REQUIRED

FOR A COMPLETE INSTALLATION.

ROUTING OF SERVICES ARE DIAGRAMMATIC. BE

RESPONSIBLE TO CONFIRM EXACT ROUTING ON SITE

PRIOR TO FABRICATION OR ROUGH-IN AND INCLUDE

FOR ANY OFFSETS, TRANSITIONS, ETC. AS REQUIRED

FOR A COMPLETE INSTALLATION.

2

219 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 217: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

GENERAL NOTES AND SPECIFICATIONS

AIR

CONTENT

(%)

MAX

W / C

RATIO

SLUMP

(mm)

MIN

COMPRESSIVE

STRENGTH f'c

AT 28 DAYS

(MPa)

LOCATION / MEMBER

TABLE OF CONCRETE PROPERTIES

EXPOSURE

CLASS

OT

HE

R

170 ± 20

80 ± 30

UNSHRINKABLE FILL

LEAN MIX CONCRETE8

MAX 0.40

0.70

80 ± 30

CO

NC

RE

TE

N

OT

EX

PO

SE

D T

O D

E-IC

IN

G

CH

EM

IC

AL

S O

R F

RE

EZ

IN

G

AN

D T

HA

WIN

G U

/N

SKIM SLABS15 0.50

40 ± 20

40 ± 20

CO

NC

RE

TE

E

XP

OS

ED

T

O

DE

-IC

IN

G C

HE

MIC

AL

S

WIT

H/W

IT

HO

UT

F

RE

EZ

IN

G

AN

D T

HA

WIN

G

NON STRUCTURAL TOPPINGS

(EXPOSED TO FREEZING

AND THAWING)

32

OT

HE

R

SIDEWALKS, CURBS,

PAVING SLABS

30

0.45

a

5-8 C-2

0.45

a

5-8 C-2

80 ± 30

CONCRETE PAD

FO

OT

IN

GS

35 0.40 5-8

b,d

C-1

NOTES:

a. SPECIAL CONCRETE HANDLING AND PLACING METHODS OR THE USE OF A SUPER PLASTICIZER WILL BE REQUIRED

TO PLACE THIS CONCRETE.

b. PROVIDE CONCRETE WITH A MINIMUM CEMENTING MATERIALS CONTENT OF 325 kg/m³.c. MAXIMUM AGGREGATE SIZE IS 20mm.

d. PROVIDE CORROSION INHIBITOR TO CONCRETE MIX WITH MINIMUM DOSAGE OF 10 L/m³ OF 30% SOLUTION OF

CALCIUM NITRITE.

CONCRETE FILL

30

A. GENERAL

1. CHECK DIMENSIONS ON STRUCTURAL DRAWINGS AGAINST ELECT DRAWINGS AND EXISTING SITE

CONDITIONS. REPORT ANY INCONSISTENCIES TO CONSULTANT BEFORE PROCEEDING WITH THE WORK.

2. REFER TO ELECTRICAL AND MECHANICAL DRAWINGS FOR LOCATION AND SIZE OF CONDUITS AND GAS

PIPING BURIED UNDERGROUND.

3. DIMENSIONS ARE IN MM UNLESS NOTED OTHERWISE. ELEVATIONS ARE IN METRES UNLESS NOTED

OTHERWISE.

4. PERFORM DESIGN, FABRICATION AND PLACEMENT AND/OR ERECTION IN ACCORDANCE WITH

REQUIREMENTS OF REFERENCE STANDARDS, REGULATORY AUTHORITIES AND CONTRACT DOCUMENTS.

BE AWARE THAT THE MORE SEVERE REQUIREMENTS OF CONTRACT DOCUMENTS TAKE PRECEDENCE

OVER REQUIREMENTS OF REFERENCE STANDARDS AND REGULATORY AUTHORITIES.

5. DO NOT SCALE DRAWINGS.

B. DESIGN

1. STRUCTURAL DESIGN IS IN ACCORDANCE WITH PART 4 OBC 2012.

2. DESIGN DATA (OBC 2012):

SEISMIC: Ie=1.5

Sa(0.2)=0.22, Sa(0.5)=0.13, Sa(1.0)=0.067, Sa(2.0)=0.021

PGA=0.12

SITE CLASS = D

Fa=1.3, Fv=1.4

BASIC WIND LOAD: q 1/10 = 0.34 kPa

q 1/50 = 0.44 kPa

LIVE LOADS DUE TO SNOW AND RAIN: - GROUND SNOW LOAD: 0.90 kPa

- 24 HOURS RAIN LOAD: 0.95 kPa

C. CONSTRUCTION PHASING

1. COORDINATE WITH ELECTRICAL, MECHANICAL AND GENERAL TRADES WORK TO DETERMINE REQUIRED

SEQUENCE OF CONSTRUCTION FOR WORK SHOWN ON STRUCTURAL DRAWINGS.

D. REFERENCE STANDARDS & PUBLICATIONS

1. CAST-IN-PLACE CONCRETE, CONCRETE FORMWORK AND CONCRETE REINFORCEMENT:

1) CSA STANDARD A23.1, CONCRETE MATERIALS AND METHODS OF CONCRETE CONSTRUCTION.

2) CSA STANDARD A23.2, METHODS OF TEST AND STANDARD PRACTICES FOR CONCRETE.

3) CSA STANDARD A23.3, DESIGN OF CONCRETE STRUCTURES FOR BUILDINGS.

4) ADD CSA-S269.3 (R1998) CONCRETE FORMWORK.

5) ACI 117 STANDARD SPECIFICATIONS FOR TOLERANCES FOR CONCRETE CONSTRUCTION AND MATERIALS.

6) ACI 315, DETAILS AND DETAILING OF CONCRETE REINFORCEMENT.

7) ACI 315R, MANUAL OF ENGINEERING AND PLACING DRAWINGS FOR REINFORCED CONCRETE STRUCTURES.

8) RSIC-2004 REINFORCING STEEL MANUAL OF STANDARD PRACTICE.

2. STRUCTURAL STEEL:

1) CAN/CSA STANDARD G-40.20/G-40.21, GENERAL REQUIREMENTS FOR ROLLED OR WELDED STRUCTURAL

QUALITY STEEL.

2) CSA STANDARD S16.1-09, LIMIT STATES DESIGN OF STEEL STRUCTURES.

3) CSA STANDARD W59-03, WELDED STEEL CONSTRUCTION (METAL ARC WELDING).

4) CSA STANDARD W178.1 CERTIFICATION OF WELDING INSPECTION ORGANIZATIONS.

5) CSA STANDARD W178.2 CERTIFICATION OF WELDING INSPECTORS.

E. SITE WORK

1. DEMOLITION:

1) REMOVE CONCRETE PAVEMENT AS REQUIRED TO CONSTRUCT THE CONCRETE PAD AND BURY THE

CONDUITS. REINSTATE CONCRETE PAVEMENT AROUND NEW CONCRETE PAD AND PROVIDE 1% SLOPE TO

LEAD THE WATER AWAY FROM CONCRETE PAD.

F. CONCRETE FORMWORK

1. FORMWORK CONSTRUCTION:

1) FABRICATE AND ERECT FORMWORK IN ACCORDANCE WITH REQUIREMENTS OF REFERENCE STANDARDS.

2) USE EARTH FORMS FOR FOOTINGS ONLY WITH GEOTECHNICAL ENGINEER'S WRITTEN APPROVAL.

3) CLEAN FORMWORK IN ACCORDANCE WITH PROVISIONS OF CSA A23.1 PRIOR TO START OF CONCRETE

PLACEMENT.

2. TOLERANCES:

1) CONSTRUCT CONCRETE FORMWORK IN ACCORDANCE WITH REVIEWED SHOP DRAWINGS, REQUIREMENTS

OF CONTRACT DOCUMENTS AND REFERENCE STANDARDS TO PRODUCE FINISHED CONCRETE

CONFORMING TO SHAPE, DIMENSIONS, LOCATIONS AND LEVELS WITHIN TOLERANCES SPECIFIED IN CSA

A23.1 AND ACI 117.

2) CONFORM TO CSA A23.1 FOR TOLERANCE.

G. CONCRETE REINFORCEMENT

1. REINFORCING STEEL: DEFORMED BARS TO CSA G30.18, GRADE 400R/W.

2. FABRICATE REINFORCING STEEL ONLY IN A PERMANENT FABRICATING SHOP UNLESS OTHERWISE

APPROVED BY CONSULTANT.

3. FABRICATE REINFORCING STEEL IN ACCORDANCE WITH REVIEWED BAR LISTS AND SHOP DRAWINGS.

4. CLEARLY IDENTIFY REINFORCING BARS TO ALLOW CORRELATION WITH BAR LISTS AND PLACEMENT IN

ACCORDANCE WITH SHOP DRAWINGS.

5. PROVIDE SPLICES ONLY WHERE SPECIFICALLY INDICATED ON DRAWINGS, UNLESS OTHERWISE APPROVED

IN WRITING BY THE CONSULTANT.

6. BEFORE COMMENCING PLACEMENT OF REINFORCEMENT, CONFIRM THAT CONCRETE FORMWORK HAS

BEEN COMPLETED AND IS ADEQUATELY BRACED.

7. PLACE REINFORCEMENT IN ACCORDANCE WITH REQUIREMENTS OF CSA STANDARDS A23.3 & SHOP

DRAWINGS.

8. REMOVE CONTAMINANTS, INCLUDING CONCRETE RESIDUE FROM PREVIOUS POURS WHICH LESSEN BOND

BETWEEN CONCRETE AND REINFORCEMENT.

9. REPLACE INCORRECTLY FABRICATED REINFORCEMENT, RELOCATE MISPLACED REINFORCEMENT AND

INSTALL OMITTED REINFORCEMENT BEFORE CONCRETE IS PLACED, AS DIRECTED BY CONSULTANT OR

CONSULTANT'S REPRESENTATIVE.

H. MATERIALS

1. STRUCTURAL STEEL: TO CAN/CSA-G40.20/G40.21-04

1) W AND WWF SECTIONS, FABRICATED SECTIONS: GRADE 350W (50000 PSI)

2) PLATES, ANGLES, CHANNELS: GRADE 300W (43500 PSI)

3) HOLLOW STRUCTURAL SECTIONS TO GRADE 350W CLASS C, OR ASTM A500 GRADE C.

2. MINIMUM YIELD STRENGTH FOR DEFORMED REINFORCING STEEL: 400MPa (58000 PSI), WELDED WIRE

FABRIC: 440MPa (64000 PSI).

3. REINFORCING BAR AREAS ARE 100, 200, 300, 500, 700, 1000, 1500 AND 2500mm² FOR BAR DESIGNATIONS 10,

15, 20, 25, 30, 35, 45 AND 55 RESPECTIVELY.

4. CONCRETE - REFER TO TABLE OF CONCRETE PROPERTIES.

I. SHOP DRAWINGS AND SUBMITTALS

1. CONCRETE REINFORCEMENT AND CONCRETE PLACEMENT:

1) PREPARE SHOP DRAWINGS INCLUDING BAR PLACING DRAWINGS AND BAR LISTS IN ACCORDANCE WITH

THE REINFORCING STEEL INSTITUTE OF CANADA, REINFORCING STEEL MANUAL OF STANDARD PRACTICE,

ACI 315, ACI 315R, AND THE TYPICAL DETAILS INCLUDED WITH THE CONTRACT DOCUMENTS.

2) SUBMIT SHOP DRAWINGS & BAR LISTS SUFFICIENTLY DETAILED & DIMENSIONED TO PERMIT CORRECT

PLACEMENT OF REINFORCEMENT AND ACCESSORIES WITHOUT REFERENCE TO ARCHITECTURAL AND

STRUCTURAL DRAWINGS.

3) SHOW CONCRETE COVER TO REINFORCEMENT AND LOCATION OF CONSTRUCTION JOINTS.

2. STRUCTURAL STEEL:

1) SUBMIT SHOP DRAWINGS TO CONSULTANT FOR REVIEW BEFORE COMMENCING FABRICATION.

2) PROFESSIONAL ENGINEER RESPONSIBLE FOR CONNECTION DESIGN MUST EITHER SEAL AND SIGN EACH

SHOP DRAWING SUBMITTED, OR SUBMIT A SEAL AND SIGNED LETTER AT COMMENCEMENT OF SHOP

DRAWING PREPARATION CONFIRMING ASSUMPTION OF RESPONSIBILITY FOR COMPLIANCE OF

CONNECTIONS WITH THE REQUIREMENTS OF THE CONTRACT DOCUMENTS.

3) SHOW SPLICE LOCATIONS AND DETAILS.

3. REVIEW ALL SHOP DRAWINGS PRIOR TO SUBMISSION TO CONSULTANT. BY THIS REVIEW, CONTRACTOR

REPRESENTS TO HAVE DETERMINED AND VERIFIED ALL FIELD MEASUREMENTS, SITE CONDITIONS,

MATERIALS, PRODUCT OR ACCESSORY, AND TO HAVE CHECKED AND COORDINATED EACH SHOP DRAWING

WITH THE REQUIREMENTS OF WORK AND OF CONTRACT DOCUMENTS.

4. CONFIRM CONTRACTOR'S REVIEW OF EACH SHOP DRAWING BY STAMP, DATE AND SIGNATURE OF A

RESPONSIBLE PERSON. NOTIFY CONSULTANT IN WRITING AT TIME OF SUBMISSION OF ANY DEVIATIONS IN

SHOP DRAWINGS FROM REQUIREMENTS OF CONTRACT DOCUMENTS.

5. BE AWARE THAT CONSULTANT'S REVIEW OF SHOP DRAWINGS IS FOR CONFORMITY TO DESIGN CONCEPT

AND FOR GENERAL ARRANGEMENT, AND THAT CONTRACTOR RETAINS RESPONSIBILITY FOR ERRORS AND

OMISSIONS IN SHOP DRAWINGS AND RESPONSIBILITY FOR MEETING ALL REQUIREMENTS OF CONTRACT

DOCUMENTS.

6. MAKE CHANGES IN SHOP DRAWINGS WHICH CONSULTANT MAY REQUIRE CONSISTENT WITH CONTRACT

DOCUMENTS AND RESUBMIT UNLESS OTHERWISE DIRECTED BY CONSULTANT. WHEN RESUBMITTING

NOTIFY CONSULTANT IN WRITING OF REVIEWS OTHER THAN THOSE REQUESTED BY CONSULTANT.

7. DO NOT COMMENCE FABRICATION OF STRUCTURAL STEEL AND CONCRETE REINFORCEMENT UNTIL SHOP

DRAWINGS HAVE BEEN REVIEWED AND CONSULTANTS' COMMENTS ARE INCORPORATED ON SHOP

DRAWINGS ISSUED TO FABRICATING SHOP.

8. ALLOW 7 DAYS FOR RETURN OF SHOP DRAWINGS FROM CONSULTANTS.

J. INSPECTION AND TESTING

1. PERFORM FIELD INSPECTIONS AND TESTING DESCRIBED BELOW BY AN INSPECTION AND TESTING

COMPANY, APPOINTED AND PAID FOR BY THE GENERAL CONTRACTOR.

2. STRUCTURAL STEEL SHOP INSPECTION:

1) MATERIALS AND PAINT CONFORM TO CONTRACT DRAWINGS. MILL TEST REPORTS, PROPERLY

CORRELATED TO THE MATERIALS, WILL BE ACCEPTED IN LIEU OF PHYSICAL TESTS OF STRUCTURAL

MATERIALS;

2) FABRICATION AND WELDING CONFORM TO CONTRACT DOCUMENTS AND DIMENSIONED SHOP DRAWINGS;

3) SHOP SURFACE PREPARATION AND PAINTING CONFORM TO CONTRACT DRAWINGS;

4) SURFACES INACCESSIBLE FOR SURFACE PREPARATION AND PAINTING AFTER ASSEMBLY ARE TREATED

BEFORE ASSEMBLY;

5) INSPECTION AND TESTING COMPANY SHALL PERFORM NONDESTRUCTIVE TESTING OF WELDED

CONNECTIONS.

3. FIELD INSPECTION AND TESTING OF CONCRETE:

1) STANDARD CONCRETE SLUMP TEST TO MEET CSA A23.2 REQUIREMENTS.

2) CONCRETE CYLINDER COMPRESSION TESTS, 1 AT 7 DAYS AND 2 AT 28 DAYS TO MEET CSA A23.2

REQUIREMENTS.

4. FIELD INSPECTION AND TESTING OF STRUCTURAL STEEL:

1) STRUCTURAL STEEL ERECTION AND FIT-UP.

2) STRUCTURAL STEEL WELDED JOINTS, INCLUDING SLAG REMOVAL.

3) STRUCTURAL STEEL BOLTED CONNECTIONS.

4) GENERAL INSPECTION OF FIELD CUTTING AND ALTERATIONS OF STRUCTURAL STEEL.

5) GENERAL INSPECTION OF SHOP COATING TOUCH-UP OF STRUCTURAL STEEL.

6) INSPECTION OF SURFACE PREPARATION AND COATING THICKNESS FOR ZINC PRIMER AND ZINC-RICH

PAINT.

5. REINFORCEMENT INSPECTION:

1) PROVIDE MINIMUM 48 HOURS NOTIFICATION TO CONSULTANT TO INSPECT THE INSTALLATION OF

REINFORCEMENT PRIOR TO CONCRETE POUR.

K. FOUNDATIONS

1. GEO-TECHNICAL INFORMATION

STRUCTURAL DESIGN IS BASED ON INFORMATION IN THE GEOTECHNICAL INVESTIGATION LETTER REPORT

REFERENCE NO. 1601-S085 PREPARED BY SOIL ENGINEERS LTD. DATED FEB. 25, 2016.

FROST DEPTH = 1.2m (MIN).

MODULUS OF SUBGRADE REACTION IS 25 MPa/m.

THE SUB-GRADE SOIL AND PREPARATION FOR CONCRETE PAD MUST BE VERIFIED BY THE GEOTECHNICAL

CONSULTANT. THE COST OF GEOTECHNICAL INVESTIGATION SHOULD BE INCLUDED BY GENERAL

CONTRACTOR.

FIRE STATION No.114

S0

220 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 218: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

NEW GENERATOR

REFER TO ELECTRICAL

DRAWINGS

15

00

15

00

1000 1000

NEW CONCRETE PAD

HSS 178Øx9.5 FILL

WITH CONCRETE.

(TYPICAL)

30

0 M

IN

300 MIN

1

-

PART PLAN

1 : 50

EXISTING BUILDING

NOTE:

1. PROVIDE 60mm CONCRETE COVER FOR REINFORCEMENT.

2. TRENCH EXCAVATION AND BACK FILL SHOULD BE UNDER THE SUPERVISION OF GEOTECHNICAL ENGINEER.

3. REMOVE EXISTING PAVEMENT AND EARTH FILL TO THE REQUIRED DEPTH. THE SUBGRADE CONDITION SHOULD BE

INSPECTED AND APPROVED BY GEOTECHNICAL ENGINEER.

4. COMPACT THE CRUSHER-RUN LIMESTONE OR EQUIVALENT TO 100% MAXIMUM STANDARD PROCTOR DRY DENSITY.

CONCRETE PAD

30

0

PAINT STEEL PIPE AND

BASE PLATE WITH PRIMER

AND TWO COATS ENAMEL

PAINT IN YELLOW

50mm STYROFOAM RIGID

INSULATION OR EQUIVALENT

200mm THICK 20mm CRUSHER-RUN LIMESTONE

600 MIN

1%

1

1 : 20 -

SECTION

12

00

NEW GENERATOR

ROUND TOP OF CONCRETE

15@200 T&BEW

10@200 U-BAR

AROUND PERIMETER

600

600 MIN

1%

15

0

2

-

EXIST ASPHALTIC

CONCRETE PAVEMENT

NEW PAVEMENT TO

MATCH EXISTING

30

0

300

50

(T

YP

)

50 (TYP)

300 MIN

2

1 : 10 -

SECTION

BASE PLATE 300x300x16

COMPLETED WITH 4-16Ø

HILTI 200 HIT-Z ANCHOR

WITH 115mm EMBEDMENT.

PROVIDE NON-SHRINK

GROUT UNDER BASE

PLATE IF REQUIRED.

8

FIRE STATION No.114

S1

221 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 219: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

222 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 220: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

223 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 221: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

224 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 222: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

225 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 223: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

400 ESNA PARK DRIVE, UNIT 15, MARKHAM, ONTARIO L3R 3K2 P: 905 475 7755 F: 905 475 7718

WWW.FISHERENVIRONMENTAL.COM

March 4, 2016 Meaghan Aldcroft Environmental Coordinator City of Toronto, Corporate Services Facilities Management Metro Hall, 55 John Street Toronto ON, M5V 3C6 Re: Pre-reno Designated Substance Sampling, 12 Canterbury Place, Toronto, ON Dear Ms. Aldcroft,

As requested, Fisher Environmental Ltd. (Fisher) has performed an assessment of the building located at 12 Canterbury Place, Toronto, Ontario (the “Site”). Fisher understands that the request to have the

assessment performed is in anticipation of planned construction activities (backup generator installation). The purpose of the current survey was to identify Designated Substances including sampling of materials suspected to contain asbestos and lead. The assessment scope did not include the entirety of the subject building. Rather, the assessment was limited to locations where construction activities are proposed (electrical room and building exterior).

Location names and numbers where current bulk sampling was conducted are referenced from the existing asbestos-containing materials (ACM) report pertaining to the Site (under separate cover). The fieldwork was conducted on February 25, 2016.

Asbestos-Containing Materials

Based on current Site observations and reference to the existing ACM inventory data, no materials suspected to contain asbestos and which would be impacted by planned construction activities were observed in the project scope area.

The presence of ACM should be presumed in locations not accessed during the assessment. It is possible that ACM is present at the Site that is not identified in this report. Should additional suspected ACM not outlined in this report be discovered, it should be presumed as ACM until sample analysis determines asbestos content.

Due to the limited scope of work and the presence of solid building finishes (i.e. plaster or drywall walls and ceilings etc.) in many locations throughout the Site, the full extent of potential ACM may not be confirmed. Precautions should be taken when dismantling solid wall or ceiling finishes, or any other building surfaces which may conceal potential ACM. Such precautions include, but are not limited to, isolation measures and appropriate personal protective equipment.

226 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 224: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fisher Environmental Ltd.

March 4, 2016

Fisher Project No.15-7659 Page 2

12 Canterbury Place, Toronto, ON

The City of Toronto, Facilities Management

Lead-Containing Paint

Materials expected to be impacted by planned construction activities and suspected to contain lead included one visually distinct paint finish at the Site. A total of one (1) bulk sample was collected and submitted to Fisher Environmental Laboratories for inductively coupled plasma (ICP) analysis, as outlined in NIOSH 7300. The laboratory analysis report for lead paint sample results is included as Attachment A. The results of sample analysis by ICP method are summarized in Table 2, below.

Table 2 - Summary of Lead Paint Sample Analysis

Sample No. Sample Location Sample Description Lead Content (ppm and % by Weight)

16-3517-01 Location 2-01, Electrical Room Light Grey Paint (Wall) <10 ppm (<0.001%)

The Ontario Ministry of Labour (MOL) has not prescribed criteria defining an analyzed sample of bulk material as “lead-containing”. Further, the MOL has not established a lower limit for concentrations of lead in paint, below which precautions do not need to be considered during construction projects. However, except for aggressive disturbance of painted finishes, (e.g., abrasive blasting, torch cutting, or grinding), Fisher believes that a lead content below 0.1% by weight (1,000 ug/g or 1000 ppm) represents a concentration in which the lead content is not the limiting hazard for construction hygiene purposes.

No elevated concentrations of lead (greater than 0.1% lead) were detected in the light grey paint finish sampled from Location 2-01.

A review of most recent reassessment survey for the site indicated that off-white paint sample was collected from the project area during the 2014 reassessment survey. The results of the analysis indicated that no elevated concentrations of lead (greater than 0.1% lead) were detected in the off-white paint finish.

Where any lead-containing materials may be disturbed or removed, Fisher recommends that appropriate lead abatement procedures be used. The lead abatement procedures to be used are determined by the method(s) of disturbance employed. Regular construction dust suppression techniques and worker hygiene practices are sufficient for disturbance of paint finishes determined to contain less than 0.1% lead by weight, provided that work is limited to non-aggressive operations. Refer to MOL Guideline: Lead on Construction Projects, 2011, for details of the Ministry’s health and safety guidelines regarding lead.

Other Designated Substances

During the current survey, no sampling for mercury was conducted. However, fluorescent light tubes (known to contain mercury) were observed throughout the Site. Thermostatic controls, where observed, were noted to be electric or “dry type”. No other building materials or components suspected to contain

mercury were noted during the building survey.

No immediate recommendations are warranted with regard to mercury. However, if disturbance of the identified fluorescent light tubes presumed to contain mercury is planned as part of the anticipated construction activities, Fisher recommends that these items be removed and disposed of in accordance with all regulations. The disposal of mercury-containing items is regulated under Ministry of Environment

227 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 225: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Fisher Environmental Ltd.

March 4, 2016

Fisher Project No.15-7659 Page 3

12 Canterbury Place, Toronto, ON

The City of Toronto, Facilities Management

(MOE) O. Reg. 337 – General Waste Management. Specifically, the fluorescent light tubes should be disposed of at an MOE licensed receiver.

Crystalline silica is a constituent of all concrete and masonry products present at the Site. While the cutting, grinding, or demolition of materials containing silica is not anticipated at the Site, these activities should be completed in accordance with Ontario Ministry of Labour Guidelines for Silica on Construction projects. Specifically, the Guideline prescribes respiratory protection, site isolation, and the use of wetting to control dust emissions during the cutting, grinding, drilling, or demolition of silica-containing materials. Please refer to the Guideline for details concerning Silica on Construction Projects.

No other Designated Substances or other potentially hazardous building materials were identified in the proposed project scope areas. If additional suspected Designated Substances or other potentially hazardous building materials not identified in this or previous reports pertaining to the Site are discovered, work should be stopped and the material(s) in question should be sampled for determination of content.

We trust you find the enclosed in order, however should you have any questions or concerns please do not hesitate to contact us.

Respectfully submitted,

Muhammad Junayed, B.Sc. EPt. David Fisher, P. Eng., C. Chem. Project Manager Principal Attachment: Attachment A - Laboratory Analysis Report

228 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 226: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Attachment A - Laboratory Analysis Report

229 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 227: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Client: City of Toronto F.E. Job #: 16-3517

Facilities Management Project Name: Pre-Reno DSS

Address: 2nd Floor, Metro Hall Project ID: FE-16-7659

55 John Street, Toronto, ON Date Sampled: 25-Feb-16

M5V 3C6 Date Received: 29-Feb-16

Tel.: 416-392-9024 Date Reported: 1-Mar-16

E-mail: [email protected] Location: 277 Victoria Street

Attn: Meaghan Aldcroft Toronto, ON

Analyses Matrix Quantity Date Extracted Date Analyzed Lab SOPMethod

Reference

Lead Paint 1 29-Feb-16 1-Mar-16 Metals F-1 SM 3120-B

Certificate of Analysis

Fisher Environmental Laboratories is accredited by CALA (the Canadian Association for Laboratory Accreditation Inc.) for

specific parameters as required by Ontario Regulation 153/04. All analytical testing has been performed in accordance with

ISO 17025 and the Protocol for Analytical Methods Used in the Assessment of Properties under Part XV.1 of the

Environmental Protection Act published by Ontario Ministry of the Environment.

FISHER ENVIRONMENTAL LABORATORIES

FULL RANGE ANALYTICAL SERVICES SOIL /WATER / AIR TESTING ENVIRONMENTAL

COMPLIANCE PACKAGES 24 HOUR EMERGENCY RESPONSE CALA ACCREDITED

400 ESNA PARK DRIVE #15

MARKHAM, ONT. L3R 3K2

TEL: 905 475-7755

FAX: 905 475-7718 www.fisherenvironmental.com

Authorized by:_____________________________ Roger Lin, Ph. D., C. Chem.

Laboratory Manager

Page 1 of 2 Results relate only to the items tested230 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 228: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Client: City of Toronto F.E. Job #: 16-3517

Lead

1 Bulk Sample

Lab Sample ID Sample Matrix Lead (ppm)

16-3517-01 Paint <10

< result obtained was below RL (Reporting Limit).

Result RL Recovery AR Recovery AR

Lead <10 10 84 80-120 87 70-130

RPD AR

Lead 0.5 0-20

LEGEND:

RL - Reporting Limit

LCS - Laboratory Control Sample

MS - Matrix Spike

AR - Acceptable Range

RPD - Relative Percent Difference

ANALYTICAL METHODS:

Metals (Lead) - Method # F-1, Rev. 4.5, Standard Operation Procedure for determination of Metals by the Inductively Coupled Plasma- Optical. Method

used by Fisher Environmental Lab complies with the Standard Methods for the Examination of Water and Wastewater, 20th Ed 3120-B.

QA/QC Report

ParameterBlank (ppm) LCS (%)

ParameterDuplicate (%)

MS (%)

Electrical Room

Analysis Requested:

Client Sample ID

Sample Description:

Certificate of Analysis

Comments

P-01, Light Grey Paint

Page 2 of 2 Results relate only to the items tested231 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 229: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08

The CCDC 2-2008 Stipulated Price Contract constitutes the General Conditions of Contract. The terms and conditions of the CCDC 2-2008 Stipulated Price Contract are modified by the

City of Toronto's Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract "Supplementary Conditions"), attached here as Section 5.

CCDC 2-2008 is published by the Canadian Construction Documents Committee ("CCDC") and

is available for purchase at: http://www.ccdc.org/WhereToBuy/WhereToBuy.html

The Successful Bidder shall acquire the necessary copyright seal from CCDC and affix the seal on the cover page of CCDC 2 at the time it executes the CCDC 2 form of agreement.

CITY OF TORONTO

SUPPLEMENTARY CONDITIONS TO CCDC 2-2008

STIPULATED PRICE CONTRACT

June 2014

232 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 230: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 1

AMENDMENTS TO THE STIPULATED PRICE CONTRACT, CCDC2-2008

The Standard Construction Document for Stipulated Price Contract, English version, consisting of the Agreement Between Owner and Contractor, Definitions, and General Conditions of the Stipulated Price Contract, Parts 1 to 12 inclusive, governing same is hereby made part of these Contract Documents, with the following amendments, additions and modifications:

1. AGREEMENT BETWEEN OWNER AND CONTRACTOR

1.1 ARTICLE A-3-CONTRACT DOCUMENTS

1.1.1 Amend paragraph 3.1 by adding the following after the words, "The General Conditions of the Stipulated Price Contract":

- "These Supplementary Conditions

-The Specific Conditions, if any

-Drawings

-Specifications"

1.2 ARTICLE A-5 – PAYMENT

1.2.1 Delete paragraph 5.3 – Interest, in its entirety.

1.3 ARTICLE A-6 – RECEIPT AND ADDRESSES FOR NOTICES IN WRITING

1.3.1 Amend paragraph 6.1, by deleting the words, "or by facsimile" in the second sentence, the words, "facsimile or other form of" in the fourth sentence, and the words, "facsimile number" wherever they appear.

2. DEFINITIONS

2.1.1 Delete Definition 4, "Consultant", and replace it with the following:

"The 'Consultant', shall be the person or entity designated as the Consultant by the Owner, from time to time.

2.1.2 Add a new Definition, "Act", as follows:

"'Act" means the Construction Lien Act (Ontario), as amended."

2.1.3 Add a new Definition, "OHSA", as follows:

"'OHSA' means the Occupational Health and Safety Act (Ontario)."

2.1.4 Add a new Definition, "Submittals", as follows:

"Submittals

Submittals are documents or items required by the Contract Documents to be provided by the Contractor in accordance with the Contract Documents such as:

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.233 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 231: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 2

- Shop Drawings, samples, models, mock-ups to indicate details or characteristics, before the portion of the Work that they represent can be incorporated into the Work; and

- As-built drawings and manuals to provide instructions to the operation and maintenance of the Work.

2.1.5 Add a new Definition, "WSIB", as follows:

"'WSIB' means the Workplace Safety & Insurance Board."

2.1.6 Add a new Definition "Daily Work Records", as follows:

"'Daily Work Records' mean daily records detailing the number and categories of workers and hours worked or on standby, types and quantities of Construction Equipment, and descriptions and quantities of Product utilized."

3. GENERAL CONDITIONS OF THE STIPULATED PRICE CONTRACT

Where a General Condition or paragraph of the General Conditions of the Stipulated Price Contract is deleted by these Supplementary Conditions, the numbering of the remaining General Conditions or paragraphs shall remain unchanged, and the numbering of the deleted item will be retained, unused.

3.1 GC 1.1 - CONTRACT DOCUMENTS

3.1.1 Delete paragraph 1.1.7.1 in its entirety and replace it with new paragraph 1.1.7.1:

"1.1.7.1 If there is a conflict within the Contract Documents, the order of priority of documents, from highest to lowest, shall be:

any amendment to the Agreement between the Owner and the Contractor,

the Agreement between the Owner and the Contractor, as amended by these Supplementary Conditions

the Definitions,

Specific Conditions

Supplementary Conditions,

the General Conditions,

the Drawings,

Division 1 of the Specifications,

Technical Specifications,

material and finishing schedules."

3.1.2 Delete paragraph 1.1.8 in its entirety and replace it with new paragraph 1.1.8:

"1.1.8 The Owner shall provide the Contractor, without charge, up to ten copies of the Contract Documents. If requested by the Contractor, the City shall provide additional copies at the cost of printing handling and shipping."

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.234 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 232: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 3

3.1.3 Amend paragraph 1.1.9 by deleting the period at the end and replacing it with ", which shall not unreasonably be withheld."

3.2 GC 1.3 – RIGHTS AND REMEDIES

3.2.1 Amend paragraph 1.3.2 by deleting the word, "Consultant" and replacing it with "his representative".

3.3 GC 1.4 - ASSIGNMENT

3.3.1 Delete paragraph 1.4.1 in its entirety and replace it with the following:

"1.4.1 The Contractor shall not assign the Contract, either in whole or in part, without the written consent of the Owner."

3.4 GC 2.1 – AUTHORITY OF THE CONSULTANT

3.4.1 Delete paragraph 2.1 in its entirety and replace it with new paragraph 2.1:

"2.1.1 The Consultant will be the Owner's representative during construction and until the issuance by the Consultant of a certificate at completion of the Work ("Completion Certificate") or the issuance by the Consultant of a certificate of final acceptance ("Final Acceptance Certificate") whichever is later. All instructions to the Contractor including instructions from the Owner will be issued by the Consultant. The Consultant will have the authority to act on behalf of the Owner only to the extent provided in the Contract Documents.

2.1.2 The Consultant will inspect the Work for its conformity with the plans and Specifications, and record the necessary data to establish payment quantities under the schedule of tender quantities and unit prices or to make an assessment of the value of the Work completed in the case of a lump sum price contract.

2.1.3 The Consultant will investigate all claims of a change in the Work made by the Contractor and issue appropriate instructions.

2.1.4 In the case of non-compliance with the provisions of the Contract by the Contractor, the Consultant, after consultation with the Owner, will have the authority to suspend the Work for such reasonable time as may be necessary to remedy such non-compliance. The Contractor shall not be entitled to any compensation for suspension of the Work in these circumstances.

3.5 GC 2.2 - ROLE OF THE CONSULTANT

3.5.1 Amend paragraph 2.2.3 by deleting the second sentence thereof.

3.5.2 Amend paragraph 2.2.7 by deleting the words "except with respect to GC 5.1 – FINANCING INFORMATION REQUIRED OF THE OWNER."

3.5.3 Delete paragraph 2.2.16 and replace it with the following:

2.2.16 The Consultant and the Contractor will jointly conduct reviews of the Work to determine the date of Substantial Performance of the Work and completion of the Work as provided in GC 5.4 SUBSTNATIAL PERFORMANCE OF THE WORK and GC 5.7 – FINAL PAYMENT, respectively.

3.6 GC 2.4 - DEFECTIVE WORK

3.6.1 Amend paragraph 2.4.1 by adding the following at the end, "at no additional cost to the Owner"

3.6.2 Add new subparagraphs 2.4.1.1 and 2.4.1.2:

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.235 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 233: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 4

"2.4.1.1 The Contractor shall rectify, in a manner acceptable to the Owner and the Consultant, all defective Work and deficiencies throughout the Work, whether or not they are specifically identified by the Consultant.

2.4.1.2 The Contractor shall prioritize the correction of any defective Work which, in the sole discretion of the Owner, adversely affects the day to day operation of the Owner."

3.7 GC 3.2 - CONSTRUCTION BY OWNER OR OTHER CONTRACTORS

3.7.1 Delete subparagraphs 3.2.2.4 and 3.2.2.5 in their entirety.

3.8 GC 3.4 - DOCUMENT REVIEW

3.8.1 Delete paragraph 3.4.1 in its entirety and replace it with new paragraph 3.4.1:

"3.4.1 The Contractor shall review the Contract Documents and shall report promptly to the Consultant any error, inconsistency or omission the Contractor may discover. Such review by the Contractor shall comply with the standard of care described in GC 3.14 STANDARD OF CARE. Except for its obligation to make such review and report the result, the Contractor does not assume any responsibility to the Owner or to the Consultant for the accuracy of the Contract Documents. The Contractor shall not be liable for damage or costs resulting from such errors, inconsistencies, or omissions in the Contract Documents, which the Contractor could not reasonably have discovered. If the Contractor does discover any error, inconsistency or omission in the Contract Documents, the Contractor shall not proceed with the Work affected until the Contractor has received corrected or missing information from the Consultant."

3.8.2 Add new paragraph 3.4.2:

"3.4.2 If the Contractor finds discrepancies in and/or omissions from the Contract Documents or has any doubt as to the meaning or intent of any part thereof, the Contractor shall immediately notify the Consultant, who will provide written instructions or explanations. Neither the Owner nor the Consultant will be responsible for oral instructions."

3.9 GC 3.5 - CONSTRUCTION SCHEDULE

3.9.1 Add the following sections 3.5.1.1.1 to 3.5.1.1.5

"3.5.1.1.1 The schedule shall take into account the sequence of construction and the completion dates contained in the information for bidders and the tender submission package;

3.5.1.1.2 Only computerised type schedules will be accepted;

3.5.1.1.3 The schedule must show the Project critical path and the critical path must be identified in a contrasting colour (red) from the other activities;

3.5.1.1.4 The schedule must clearly show, in weekly intervals, the logic and timing of major activities, proposed start dates and estimated duration for activities;

3.5.1.1.5 The schedule must have a level of detail sufficient to identify the Contractor and each specific Subcontractor and their respective parts of the Work and the specific location thereof."

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.236 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 234: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 5

3.10 GC 3.6 – SUPERVISION

3.10.1 Amend paragraph 3.6.1 by adding the following after the words, "competent representative", "who shall be a Competent Person, as that term is defined in the Occupational Health and Safety Act,", and by deleting the last sentence, and replacing it with the following, "The Contractor shall not be entitled to change the Competent Person without the prior written authorization of the Owner, which shall not be unreasonably withheld."

3.10.2 Add paragraphs 3.6.3 to 3.6.7 as follows:

"3.6.3 The Contractor shall furnish competent and adequate staff, who shall be in attendance at the Place of the Work at all times, as necessary, for the proper administration, co-ordination, supervision and superintendence of the Work; organize the procurement of all Product and Construction Equipment so that they will be available at the time they are needed for the Work; and keep an adequate force of skilled workers on the job to complete the Work in accordance with all requirements of the Contract Documents.

3.6.4 Prior to commencement of the Work, the Contractor shall select a competent and experienced full time Project manager (the “Project Manager”) who shall be in attendance at the Place of the Work or on the road and engaged in the Work at all times, and a competent and experienced full time site supervisor (the “Site Supervisor”) who shall be in attendance at the Place of the Work at all times. The Project Manager shall have full responsibility for the prosecution of the Work, with full authority to act in all matters as may be necessary for the proper co-ordination, supervision, direction and technical administration of the Work, who shall attend site meetings in order to render reports on the progress of the Work and who shall have authority to bind the Contractor in all matters related to this Contract. The Project Manager and the Site Supervisor shall be satisfactory to the Owner and shall not be changed except for good reason and with the prior written approval of the Owner, which shall not unreasonably be withheld. The Project Manager may be the same person as the competent representative set out in section 3.6.1.

3.6.5 The Project Manager and Site Supervisor shall represent the Contractor at the Place of the Work and notices and instructions given to the Project Manager and/or the Site Supervisor shall be held to have been received by the Contractor.

3.6.6 The Owner acting reasonably, shall have the right to order the Contractor to remove from the Project any representative or employee of the Contractor, Subcontractors or Suppliers who, in the opinion of the Owner, are a detriment to the Project.

3.6.7. The Contractor shall provide the Owner and the Consultant with the names, work addresses and telephone numbers of the Project Manager, the Site Supervisor and other responsible field persons who may be contacted for emergency and other reasons during non-working hours.”

3.11 GC 3.7 - SUBCONTRACTORS AND SUPPLIERS

3.11.1 Add a new paragraph 3.7.1.4, as follows:

"3.7.1.4 at all times ensure full compliance with all of the Owner's policies including the Owner's Fair Wage Policy, and its collective agreements."

3.11.2 Delete paragraphs 3.7.3, 3.7.4, and 3.7.5 in their entirety, and replace them with sections 3.7.3, 3.7.4, 3.7.5, 3.7.6, 3.7.7, and 3.7.8 as follows:

"3.7.3 The Contractor may subcontract any part of the Work, subject to these General Conditions and any limitations specified in the Contract Documents.

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.237 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 235: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 6

3.7.4 The Contractor shall notify the Consultant, in writing, of its intention to subcontract. Such notification shall identify the part of the Work and the Subcontractor with whom it is intended to subcontract.

3.7.5 The Contractor shall not, without the written consent of the Owner, and whose consent shall not be unreasonably withheld, change a Subcontractor who has been engaged in accordance with this General Condition.

3.7.6 The Contractor shall preserve and protect the rights of the Owner with respect to that part of the Work to be performed under subcontract and shall enter into agreements with the intended Subcontractors to require them to perform their Work in accordance with the Contract Documents and shall be as fully responsible to the Owner for acts and omissions of the Contractor's Subcontractors and of persons directly and indirectly employed by them as for acts and omissions of persons employed directly by the Contractor.

3.7.7 The Owner's consent to subcontracting by the Contractor shall not be construed as relieving the Contractor from any obligation under the Contract and shall not impose any liability on the Owner. Nothing contained in the Contract Documents shall create a contractual relationship between a Subcontractor and the Owner.

3.7.8 The Contractor and all associated Subcontractors shall be subject to the Owner's policies, including any Fair Wage Policy, if any, as may be adopted by the Owner from time to time, and any of the Owner's or legislated labour trades requirements. Failure to comply with these policies or requirements may lead to termination of the Contract, or rejection of a Subcontractor, as the case may be."

3.12 GC 3.8 - LABOUR AND PRODUCTS

3.12.1 Paragraph 3.8.2 is amended by adding the following sentence to the end:

"The Contractor shall not change the source of supply of any Product without the written authorization of the Consultant."

3.12.2 Amend paragraph 3.8.3 by adding the following at the end thereof:

"and shall not employ any persons on the Work whose labour affiliation (or lack thereof) is incompatible with other labour employed in connection with the Work or at the Place of the Work."

3.13 GC 3.11- USE OF THE WORK

3.17.1 Amend section 3.11.2 by adding the words, ", individuals and the area adjacent to the work.", at the end thereof.

3.14 GC 3.12- CUTTING AND REMEDIAL WORK

3.18.1 Amend paragraph 3.12.1 by adding the word, "coring," before the word, "cutting".

3.15 GC 3.13- CLEANUP

3.15.1 Amend paragraph 3.13.2 by adding the following at the end thereof, "all to the satisfaction of the Consultant and the Owner, acting reasonably."

3.15.2 Add a new paragraph 3.13.4 as follows:

"3.13.4 The Owner shall have the right to back charge cleaning to the

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.238 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 236: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 7

Contractor if the cleaning is not completed within 24 hours of written notice to clean and the Owner shall have the right to back charge the cost of damage to the Place of the Work caused by the Contractor’s, Subcontractor’s or Supplier's transportation in and out of the Place of the Work if not repaired within 5 Working Days of written notice to repair or before final payment, whichever is earlier.”

3.16 GC 3.14 – STANDARD OF CARE

3.16.1 Add new General Condition 3.14 as follows:

"3.14.1 In performing its services and obligations under the Contract, the Contractor shall exercise a standard of care, skill and diligence that would normally be provided by an experienced and prudent Contractor supplying similar services for similar projects. The Contractor acknowledges and agrees that throughout the Contract, the Contractor's obligations, duties and responsibilities shall be interpreted in accordance with this standard. The Contractor shall exercise the same standard of due care and diligence in respect of any Products, personnel, or procedures which it may recommend to the Owner.

3.14.2 The Contractor further represents covenants and warrants to the Owner that there are no pending, threatened or anticipated claims that would have a material effect on the financial ability of the Contractor to perform its Work under the Contract."

3.17 GC 5.1 - FINANCING INFORMATION REQUIRED OF THE OWNER

3.17.1 Delete GC 5.1.1 and 5.1.2 in their entirety and replace them with "Intentionally left blank."

3.18 GC 5.2 - APPLICATIONS FOR PROGRESS PAYMENT

3.18.1 Amend paragraph 5.2.4 by deleting the words "calendar days" and replacing them with "Working Days".

3.18.2 Amend paragraph 5.2.7 by adding the following at the end thereof:

"Any Products delivered to the Place of the Work but not yet incorporated into the Work shall remain at the risk of the Contractor notwithstanding that title has passed to the Owner pursuant to GC 13.1 OWNERSHIP OF MATERIALS."

3.18.3 Add new paragraphs 5.2.8, 5.2.9 , 5.2.10, 5.2.11, 5.2.12, and 5.2.13 as follows:

"5.2.8 The Contractor shall submit a WSIB clearance certificate and a Statutory Declaration of Progress Payment Distribution by Contractor in a form acceptable to the Owner with each application for progress payment.

5.2.9 The Contractor shall, within 21 days of the signing of the Contract, and prior to the first claim for monthly payment, submit to the Owner a detailed breakdown of the lump sum tender price for the purpose of establishing monthly payments. The Owner, acting reasonably, reserves the right to modify costs allocated to the various breakdown items to prevent unbalancing.

5.2.10 Payment for mobilizing and setting up plant, temporary buildings and services, premiums and other disbursements, shall be prorated based on the value of the Work performed during a billable period..

5.2.11 Payment for bonds and insurance will be paid 100 per cent on the first progress payment, provided that respective invoices are submitted as proof of payment.

5.2.12 An “as-built” item shall be identified on the cost breakdown with a corresponding fair and reasonable value for the purpose of ensuring that the as-built information drawings are given due diligence. A detailed description of as-built information/drawings performed for that month shall accompany the invoice.

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.239 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 237: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 8

5.2.13 Prior to applying for any payment from the City, the Contractor shall submit a monthly projected/estimated payment schedule based on the detailed construction schedule and the Contract Price for the duration of the Contract."

3.19 GC 5.3 - PROGRESS PAYMENT

3.19.1 Amend subparagraph 5.3.1.2 by adding the following sentence at the end thereof:

"For clarity, the ten calendar day period referenced in this paragraph shall not commence until such time as the Consultant has determined that he has received from the Contractor all required documents supporting the invoice and evidencing the Work being invoiced, all to the Consultant's reasonable satisfaction."

3.19.2 Amend paragraph 5.3.1.3 by deleting the number "20" and replacing it with the number, "30", and by deleting everything after the word "after" and replacing it with the following:

"the Consultant and the Contractor have reached mutual agreement on the amount of the invoice evidencing the Work being invoiced with required supporting documents."

3.20 GC 5.4 – SUBSTANTIAL PERFORMANCE OF THE WORK

3.20.1 Delete paragraph 5.4.3 in its entirety and replace it with the following:

"Immediately prior to the issuance of the certificate of Substantial Performance of the Work, the Contractor, in consultation with the Consultant, shall establish a schedule for completion of the Work and cor rec t ing def ic ien t Work , and the construction schedule shall be deemed to be amended to include this completion schedule."

3.20.2 Add new paragraphs 5.4.4 and 5.4.5:

"5.4.4 Prior to submitting its written application for Substantial Performance of the Work, the Contractor shall submit to the Consultant all:

.1 guarantees;

.2 warranties, completed as per paragraph 12.3.6;

.3 certificates;

.4 testing and balancing reports;

.5 distribution system diagrams;

.6 spare parts;

.7 maintenance/operation manuals;

.8 training manuals;

.9 samples;

.10 reports and correspondence from authorities having jurisdiction in the Place of the Work;

.11 Shop Drawings, and marked up Drawings;

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.240 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 238: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 9

.12 completed as-built drawings in the latest edition of a Computer Assisted Design Drawing software program;

.13 inspection certificates;

and other materials or documentation required to be submitted under the Contract, together with written proof acceptable to the Owner and the Consultant that the Work has been substantially performed in conformance with the requirements of municipal, governmental and utility authorities having jurisdiction in the Place of the Work.

5.4.5 Where the Contractor is unable to deliver the documents and materials described in paragraph

5.4.4, then, provided that none of the missing documents and materials interferes with the use and occupancy of the Project in a material way, and except as described herein, the failure to deliver shall not be grounds for the Consultant to refuse to certify Substantial Performance of the Work. However, certification of Substantial Performance of the Work ma y be withheld if the Contractor f a i l s to deliver maintenance manuals, as required in paragraph 5.4.4.7, o r completed a s -built drawings, as required in subparagraph 5.4.5.12. Any documents or materials not delivered in accordance with paragraph 5.4.5 shall be delivered as provided in paragraph 5.7.1.2 of GC 5.7."

3.21 GC 5.5 - PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK

3.21.1 Amend paragraph 5.5.1.2 by adding the following at the end thereof:

"The Substantial Performance Statutory Holdback Release Payment Certificate will be a payment certificate releasing to the Contractor the statutory holdback due in respect of Work performed up to the date of Substantial Performance of the Work. Payment of such statutory holdback shall be due 46 days after the date of publication of the Certificate of Substantial Performance but subject to the provisions of the Construction Lien Act and the submission by the Contractor of the following documents: a satisfactory certificate of clearance from the WSIB; a Release and Waiver in a form acceptable to the City; and proof of publication of the Certificate of Substantial Performance."

3.21.2 Amend paragraph 5.5.2 by deleting from line 1, the words, "the statement" and replacing them with the words, "the documents".

3.21.3 Delete paragraph 5.5.3 in its entirety.

3.21.4 Amend paragraph 5.5.4 by deleting the last sentence and replacing it with the following: "In accordance with the Construction Lien Act, the Owner may retain out of the holdback amount any sums required by law to satisfy any liens against the Work and, the Owner acting reasonably, may retain any amounts in respect of claims of third parties made to the Owner in respect of the Contract or the Work, and in respect of any claims the Owner may have against the Contractor."

3.22 GC 5.6 - PROGRESSIVE RELEASE OF HOLDBACK

3.22.1 Amend paragraph 5.6.1 by deleting the period at the end of the first sentence and substituting ",subject to, and in accordance with, the terms of this GC 5.6." and by deleting the last sentence thereof and by adding the following as paragraphs 5.6.1.1, and 5.6.1.2:

"5.6.1.1 The holdback in respect of a subcontract shall be released 46 days after the date the subcontract is certified complete , provided the Contractor submits the following to the Consultant:

(a) a document satisfactory to the Consultant that will release the Owner from all further claims relating to the subcontract, qualified by stated exceptions such as holdback monies;

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.241 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 239: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 10

(b) evidence satisfactory to the Consultant that the Subcontractor has discharged all liabilities incurred in carrying out the subcontract;

(c) a satisfactory clearance certificate or letter from the Workplace Safety and Insurance Board relating to the subcontract; and

(d) a copy of the contract between the Contractor and the Subcontractor and a satisfactory statement showing the total amount due to the Subcontractor from the Contractor."

5.6.1.2 The Owner may retain out of the holdback amount any sums required by law to satisfy any liens against the Work and any amounts in respect of claims of third parties made to the City in respect of the Contract or the Work. "

3.23 GC 5.7 - FINAL PAYMENT

3.23.1 Amend paragraph 5.7.1 by renumbering it as 5.7.1.1 and adding the following subparagraph as 5.7.1.2,.

"5.7.1.2 The Contractor’s application for final payment shall be accompanied by any documents or materials not yet delivered pursuant to paragraph 5.4.4. The Work shall be deemed not to be performed until all of the aforementioned documents have been delivered, and the Owner may withhold payment in respect of the delivery of any documents in an amount determined by the Consultant in accordance with the provisions of GC 5.8 WITHHOLDING OF PAYMENT."

3.23.2 Amend paragraph 5.7.4 by deleting the number, "5" and replacing it with "45".

3.24 GC 6.2 - CHANGE ORDER

3.24.1 Add new paragraphs 6.2.3 and 6.2.4 as follows:

"6.2.3 Work on a Lump Sum Basis

6.2.3.1 Any agreement reached by the Owner and Contractor on an adjustment of the Contract Price on either a lump-sum or unit price basis shall be subject to the conditions contained in this paragraph 6.2.3.

6.2.3.2 Where a change in the Work, is performed by the Contractor’s own forces, the negotiated lump sum price for change in the Work, or negotiated unit price(s) for each unit priced item shall be all-inclusive, except HST and mark-up as provided hereafter, and shall include, without limitation, all costs, charges, expenses and fees whatsoever required or related to perform such change, or such unit priced item. The Contractor shall be allowed a mark-up to a maximum amount of 15% of the lump sum price, or aggregate of unit items and applicable unit price(s), for such change, net of taxes on the first $100,000 and 10% thereafter. The Contractor shall provide a written quotation identifying each amount to be charged for transportation, labour, Product, Construction Equipment and services and all other costs for the performance of the Work. The HST, as applicable, shall be identified separately in a manner satisfactory to the Owner.

6.2.3.3 Where a change in the Work is performed by a Subcontractor’s forces, the Subcontractor’s lump sum price for change in the Work, or unit price (s) for each unit priced item shall be all-inclusive, except HST and mark-up as provided hereafter, and shall include all of its costs, charges, expenses and fees whatsoever required or related to perform such change, or such unit priced item. The Contractor shall provide a written quotation with back-up documentation from the Subcontractor identifying each amount to be charged for transportation, labour, Product, Construction Equipment and services and all other costs for the performance of the Work and the total price charged by the Subcontractor. The Subcontractor shall be allowed a mark-up to a maximum amount of 15% of the lump sum price, or aggregate of unit items and applicable unit price(s), for such change, net of taxes on the first $100,000 and 10% thereafter. The Contractor is allowed a maximum mark-up of 10% on the total price charged by the Subcontractor to the

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.242 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 240: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 11

Contractor for such change, net of taxes and Subcontractor mark-up. The HST, as applicable, shall be identified separately in a manner satisfactory to the Owner.

6.2.3.4 In the event any of the change in the Work, contains items or parts that, in the opinion of the Consultant, are the same or equivalent to items for which the Contractor submitted unit prices in the tender submitted by the Contractor, then the prices in the tender shall be the prices paid by the Owner for that work or parts of the work in respect of any such change in the Work.

6.2.3.5 Where a change in the Work is performed either by the Contractor or a Subcontractor, and requires Construction Equipment, reasonable rental charges for Construction Equipment, such as tractors, bulldozers, ditching machines, air compressors, compactors, concrete mixers and graders, for the actual time required in operation for the performance of the Work must be agreed upon before commencing the Work.

6.2.3.6 The mark-ups provided for in paragraph 6.2.3.2 and 6.2.3.3 shall constitute the only compensation the Contractor shall be entitled to for any and all overhead, profit, incidental and administrative costs whatsoever related to the change, including but not limited to, costs relating to superintendence and supervision, shop drawing production, estimating, site office and home office expenses, workers tools, temporary facilities and controls, and coordination of any and all Work-related activities.

6.2.3.7 No claim whatsoever for a change in the Contract Time, delay, prolongation charges, remobilization or otherwise shall be permitted with respect to a change, unless first authorized by the Consultant and approved by the Consultant and set out in the Change Order or Change Directive, as the case may be, by the Owner.

6.2.3.8 No compensation for any change in the Work shall be allowed unless such change is first ordered in writing by the Consultant and authorized by the Owner.

6.2.4 Work on a Time and Material Basis

6.2.4.1 Where agreement is not reached on a lump-sum or unit price basis for a change in the Contract Price arising out of a change in the Work, the Owner may choose to issue a Change Order for Work on a Time and Material Basis, in which case the following provisions in this section 6.2.4 shall apply:

6.2.4.2 For the purposes of this paragraph 6.2.4, the following definitions apply:

Cost of Labour: means the amount of wages, salary, travel, travel time, food, lodging or similar items and Payroll Burden paid or incurred directly by the Contractor to or in respect of labour and supervision actively and necessarily engaged on the Work based on the recorded time and hourly rates of pay for such labour and supervision, but shall not include any payment or costs incurred for general supervision, administration or management time spent on the entire Work or any wages, salary or Payroll Burden for which the Contractor is compensated by any payment made by the Owner for Construction Equipment.

Cost of Product: means the cost of Product purchased, or supplied from stock, and valued at current market prices, for the purpose of carrying out extra Work, by the Contractor, or by others when such arrangements have been made by the Contractor for completing the Work, as shown by itemized invoices.

Operated Rented Construction Equipment: means rented Construction Equipment for which an operator is provided by the supplier of the Construction Equipment and for which the rent or lease includes the cost of the operator.

Payroll Burden: means the payments in respect of workplace insurance, vacation pay, employment insurance, sickness and accident insurance, pension fund and such other welfare and benefit payments forming part of the Contractor's normal labour costs.

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.243 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 241: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 12

Rented Equipment: means Construction Equipment that is rented or leased for the special purpose of Work on a Time and Material Basis from a person, firm or corporation that is not an associate of the lessee as defined by the Securities Act, R.S.O. 1990, Chapter c.S.5, as amended, and is approved by the Consultant.

Road Work: means the preparation, construction, finishing and construction maintenance of roads, streets, highways and parking lots and includes all work incidental thereto other than work on structures.

Sewer and Watermain Work: means the preparation, construction, finishing and construction maintenance of sewer systems and watermain systems, and includes all work incidental thereto other than work on structures.

Standby Time: means any period of time which is not considered Working Time and which together with the Working Time does not exceed 10 hours in any one Working Day and during which time a unit of Construction Equipment cannot practically be used on other work but must remain on the site in order to continue with its assigned task and during which time the unit is in fully operable condition.

Structure Work: means the construction, reconstruction, repair, alteration, remodelling, renovation or demolition of any bridge, building, tunnel or retaining wall and includes the preparation for and the laying of the foundation of any bridge, building, tunnel or retaining wall and the installation of equipment and appurtenances incidental thereto.

The 127 Rate: means the rate for a unit of Construction Equipment as listed in OPSS 127, Schedule of Rental Rates for Construction Equipment Including Model and Specification Reference, which is current at the time the Work is carried out or for Construction Equipment which is not so listed, the rate which has been calculated by the Owner, using the same principles as used in determining The 127 Rates.

Work on a Time and Material Basis: means changes in the Work approved by the Consultant for payment on a time and material basis. The Work on a Time and Material Basis shall be subject to all the terms, conditions, Specifications and provisions of the Contract.

Working Time: means each period of time during which a unit of Construction Equipment is actively and of necessity engaged on a specific operation and the first 2 hours of each immediately following period during which the unit is not so engaged but during which the operation is otherwise proceeding and during which time the unit cannot practically be transferred to other work but must remain on the site in order to continue with its assigned tasks and during which time the unit is in a fully operable condition.

6.2.4.3 Daily Work Records prepared as the case may be by either the Contractor's representative or the Consultant and reporting the labour and Construction Equipment employed and the Product used for Work on a Time and Material Basis, shall be reconciled and signed each day by both the Contractor's representative and the Consultant.

6.2.4.4 Payment as herein provided shall be full compensation for all labour, Construction Equipment and Product to do the Work on a Time and Material Basis except where there is agreement to the contrary prior to the commencement of the Work on a Time and Material Basis. The payment adjustments on a time and material basis shall apply to each individual Change Order authorized by the Consultant.

6.2.4.5 The Owner will pay the Contractor for labour employed on each time and material project at 135% of the Cost of Labour up to $3000, then at 120% of any portion of the Cost of Labour in excess of $3000.

6.2.4.6 The Owner will make payment in respect of Payroll Burden for Work on a Time and Material Basis at the Contractor’s actual cost of Payroll Burden.

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.244 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 242: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 13

6.2.4.7 At the Owner’s discretion, an audit may be conducted in which case the actual Payroll Burden so determined shall be applied to all Work on a Time and Material Basis.

6.2.4.8 The Owner will pay the Contractor for Product used on each time and material project at 120% of the Cost of Product up to $3,000, then at 115% of any portion of the Cost of Product in excess of $3,000.

6.2.4.9 The Owner will pay the Contractor for the Working Time of all Construction Equipment other than rented Construction Equipment and Operated Rented Construction Equipment used on the Work on a Time and Material Basis at the 127 Rates with a cost adjustment as follows:

(a) Cost $10,000 or less - no adjustment;

(b) Cost greater than $10,000 but not exceeding $20,000 - payment $10,000 plus 90% of the portion in excess of $10,000; and

(c) Cost greater than $20,000 - $19,000 plus 80% of the portion in excess of $20,000.

6.2.4.10 The Owner will pay the Contractor for the Working Time of Rented Equipment used on the Work on a Time and Material Basis at 110% of the invoice price approved by the Consultant up to a maximum of 110% of the 127 Rate. This constraint will be waived when the Consultant approves the invoice price prior to the use of the Rented Equipment.

6.2.4.11 The Owner will pay the Contractor for the Working Time of Operated Rented Construction Equipment used on the Work on a Time and Material Basis at 110% of the Operated Rented Construction Equipment invoice price approved by the Consultant prior to the use of the Construction Equipment on the Work on a Time and Material Basis.

6.2.4.12 The Owner will pay the Contractor for Standby Time of Construction Equipment at 35% of the 127 Rate or 35% of the invoice price whichever is appropriate. The Owner will pay reasonable costs for Rented Equipment where this is necessarily retained in the Place of the Work for extended periods agreed to by the Consultant. This will include Rented Equipment intended for use on other work, but has been idled due to the circumstances giving rise to the Work on a Time and Material Basis.

6.2.4.13 In addition, the Owner will include the Cost of Labour of operators or associated labourers who cannot be otherwise employed during the standby period or during the period of idleness caused by the circumstances giving rise to the Work on a Time and Material Basis.

6.2.4.14 Rented Equipment idled by the circumstances giving rise to the Work on Time and Material Basis to be returned to the lessor until the work requiring the Rented Equipment can be resumed. The Owner will pay such costs as result directly from such return.

6.2.4.15 When Construction Equipment is transported, solely for the purpose of the Work on a Time and Material Basis, to or from the Place of the Work, payment will be made by the Owner only in respect of the transporting units. When Construction Equipment is moved under its own power it shall be deemed to be working. Construction Equipment rates shall be subject to the approval of the Consultant.

6.2.4.16 Notwithstanding any other provision of this Section, no payment shall be made to the Contractor for or in respect of hand tools or equipment that are tools of the trade.

6.2.4.17 For changes in the Work, where the Work is performed by a Subcontractor the Owner shall pay the Contractor a mark up in the amount of 10 % of the first $10,000 plus 5 % of the amount in excess of $10,000.

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.245 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 243: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 14

6.2.4.18 No further markup will be applied regardless of the extent to which the Work is assigned or sublet to others. If Work is assigned or sublet to an associate, as defined by the Securities Act no markup whatsoever will be applied.

6.2.4.19 At the start of the Work on a Time and Material Basis, the Contractor shall provide the applicable labour and Construction Equipment rates not already submitted to the Consultant during the course of such work.

6.2.4.20 Separate summaries shall be completed by the Contractor according to the standard form “Summary for Payment of Accounts on a Time and Material Basis”. Each summary shall include the order number and covering dates of the Work and shall itemize separately labour, Product and Construction Equipment. Invoices for Product, Rented Construction Equipment and other charges incurred by the Contractor on the Work on a Time and Material Basis shall be included with each summary.

6.2.4.21 Each month the Consultant will include with the monthly progress payment certificate, the costs of the Work on a Time and Material Basis incurred during the preceding month all in accordance with the Contract administrative procedures and the Contractor's invoice of the Work on a Time and Material Basis.

6.2.4.22 The final "Summary for Payment of Accounts on a Time and Material Basis" shall be submitted by the Contractor within 60 days after the completion of the Work on a Time and Material Basis."

3.25 GC 6.3 - CHANGE DIRECTIVE

3.25.1 Delete paragraph 6.3.7.1 in its entirety and replace it with the following:

".1 salaries, wages and benefits paid to personnel in the direct employ of the Contractor, applying the labour rates set out in the wage schedule in the Contract Documents or as otherwise agreed between the Owner and Contractor for personnel,

(1) carrying out the Work, including necessary supervisory services;

(2) engaged in expediting the production or transportation of material or equipment, at shops or on the road;

(3) engaged in the preparation of Shop Drawings, fabrication drawings, coordination drawings and Contract as-built drawings, or,

(4) including clerical staff engaged in processing changes in the Work."

3.25.2 Amend paragraph 6.3.8 by adding the words "except for paragraph 6.3.14" after the word "Contract" in the first line.

3.25.3 Add new paragraph 6.3.14 as follows:

"6.3.14 For greater certainty, and without limitation, the cost of performing the Work attributable to the Change Directive does not include, and no payment shall be made for:

.1 head office salaries and benefits and all other overhead or general expenses, except only for the salaries, wages and benefits of personnel described in paragraph 6.3.7.1 and the contributions, assessments or taxes referred to in paragraphs 6.3.7.2;

.2 capital expenses and interest on capital;

.3 general clean-up, except where the performance of the Work in the Change Directive causes specific additional clean-up requirements;

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.246 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 244: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 15

.4 wages paid for project managers, superintendents, assistants, watch persons and administrative personnel, provided the Change Directive does not result in an extension of Contract Time;

.5 wages, salaries, rentals, or other expenses that exceed the rates that are standard in the locality of the Place of the Work that are otherwise deemed unreasonable by the Consultant;

.6 any costs or expenses attributable to the negligence, improper Work, deficiencies, or breaches of Contract by the Contractor or Subcontractor;

.7 any cost of quality assurance, such as inspection and testing services, charges levied by authorities, and any legal fees unless any such costs or fees are pre-approved in writing by the Owner."

3.26 GC 6.5 - DELAYS

3.26.1 Amend paragraphs 6.5.1, and 6.5.2 by deleting the period at the end of each paragraph, and substituting the following words, ", but excluding any consequential, indirect or special damages, loss of profit, loss of opportunity or loss of productivity resulting from such delay."

3.26.2 Add new subparagraphs 6.5.6, 6.5.7, 6.5.8 and 6.5.9 as follows:

"6.5.6 If the Contractor is delayed in the performance of the Work by an act or omission of the Contractor or anyone employed or engaged by the Contractor directly or indirectly, or by any cause within the Contractor's control, then the Contract Time shall be extended for such reasonable time as the Consultant may decide in consultation with the Contractor. The Owner shall be reimbursed by the Contractor for all reasonable costs incurred by the Owner as the result of such delay, including all services required by the Owner from the Consultant as a result of such delay by the Contractor and, in particular, the cost of the Consultant's services during the period between the date of Substantial Performance of the Work stated in Article A-1 herein as the same may be extended through the provisions of these General Conditions and any later, actual date of Substantial Performance of the Work achieved by the Contractor.

6.5.7 The Contractor shall be responsible for the care, maintenance and protection of the Work in the event of any suspension of construction as a result of the delay described in paragraphs 6.5.1, 6.5.2 or 6.5.3. In the event of such suspension, the Contractor shall be reimbursed by the Owner for the reasonable costs incurred by the Contractor for such care, maintenance and protection, but excluding the costs of the Contractor's head office personnel. The Contractor's entitlement to costs pursuant to this paragraph 6.5.7, if any, shall be in addition to amounts, if any, to which the Contractor is entitled pursuant to paragraphs 6.5.1, 6.5.2 or 6.5.3.

6.5.8 Without limiting the obligations of the Contractor described in GC 3.2 – CONSTRUCTION BY OWNER OR OTHER CONTRACTORS and GC 9.4 – CONSTRUCTION SAFETY, the Owner may, by Notice in Writing, direct the Contractor to stop the Work where the Owner determines that there is an imminent risk to the safety of persons or property at the Place of the Work. In the event that the Contractor receives such notice, it shall immediately stop the Work and secure the Project site. The Contractor shall not be entitled to an extension of the Contract Time or to an increase in the Contract Price unless the resulting delay, if any, would entitle the Contractor to an extension of the Contract Time or the reimbursement of the Contractor's costs as provided in paragraphs 6.5.1, 6.5.2 or 6.5.3.

6.5.9 The Contractor recognizes and agrees that the Owner will suffer financial loss if the Work is not completed within the time specified in the Contract. The Contractor also recognizes the delays, expenses and difficulties involved in proving the actual loss suffered by the Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Contractor agrees that as liquidated damages for delay (but not as penalty) the Contractor shall pay to the Owner, as liquidated damages, an amount per day, as designated in the Specific Conditions of Contract for each and every day’s delay from the specified time for completion of the Work until actual completion of the Work, and it is further expressly acknowledged and agreed by the Contractor that:

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.247 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 245: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 16

(a) this amount is a reasonable estimate of the actual damage that will be incurred by the Owner due to any failure to complete the Work within the time required by this Contract;

(b) the Owner may deduct the amount due under this section from any monies that may be due or payable to the Contractor, whether under this Contract or any other agreement;

(c) the liquidated damages provided for in this section shall be without prejudice to any other remedy to which the Owner is entitled at law or in equity."

3.27 GC 6.6 CLAIMS FOR CHANGE IN CONTRACT PRICE

3.27.1 GC 6.6.1 - 6.6.6 are deleted in their entirety and replaced with the following:

"6.6.1 Claims for a change in the Contract Price shall be determined in accordance with GC 8, as amended."

3.28 GC 7.1 - OWNER'S RIGHT TO PERFORM THE WORK, STOP THE WORK, OR TERMINATE THE CONTRACT

3.28.1 Amend paragraph 7.1.2 by adding the following sentence to the end:

"Failure by the Owner to provide such notice shortly after the default has occurred shall not constitute condonation of the default."

3.28.2 Add a new paragraph 7.1.5.5 as follows:

".5 charge the Contractor for any damages the Owner may have sustained as a result of the default."

3.29 GC 7.2 - CONTRACTOR'S RIGHT TO SUSPEND THE WORK OR TERMINATE THE CONTRACT

3.29.1 Delete paragraphs 7.2.1, and 7.2.3.1 in their entirety.

3.29.2 In paragraph 7.2.2, insert the words "other than the City of Toronto" after the words "public authority" in the second line.

3.29.3 Delete subparagraph 7.2.3.4 and replace it with the following:

".4 the Owner violates the requirements of the Contract to a substantial degree"

3.29.4 Delete paragraph 7.2.5 and replace it with the following:

"7.2.5 If the default cannot be corrected within the 5 Working Days specified in paragraph 7.2.4, the Owner shall be deemed to have cured the default if it

.1 commences the correction of the default within the specified time; and

.2 provides the Contractor with an acceptable schedule for such correction; and

.3 completes the correction in accordance with such schedule."

3.29.5 Add new paragraph 7.2.6:

"7.2.6 If the Contractor terminates the Contract under the conditions described in this GC 7.2, the Contractor shall be entitled to be paid for all Work performed to the date of termination. The Contractor

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.248 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 246: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 17

shall also be entitled to recover the direct costs associated with termination, including the costs of demobilization, losses sustained on Products and Construction Equipment. The Contractor shall not be entitled to any recovery for special, indirect or consequential losses, or loss of use."

3.30 GC 8.0 – DISPUTE RESOLUTION

3.30.1 Delete Part 8 in its entirety and replace it with the following:

"8.0 DISPUTE RESOLUTION

8.1.1 Continuance of the Work

Unless the Contract has been terminated or completed, the Contractor shall in every case, after serving or receiving any notification of a claim or dispute, verbal or written, continue to proceed with the Work with due diligence and expedition. It is understood by the parties that such action shall not jeopardize any claim it may have.

8.1.2 Record Keeping

Immediately upon commencing Work that may result in a claim, the Contractor shall keep Daily Work Records during the course of the Work, sufficient to substantiate the Contractor's claim, and the Consultant shall keep Daily Work Records to be used in assessing the Contractor's claim, all records to be in accordance with the requirements of the Contract.

8.1.3 The Contractor and the Consultant shall attempt to reconcile their respective Daily Work Records on a daily basis, to simplify review of the claim, when submitted. If the Contractor and the Consultant fail to reconcile their respective Daily Work Records, then the Contractor shall submit its Daily Work Records as part of its claim, whereby the resolution of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the claim.

8.1.4 The keeping of Daily Work Records by the Consultant or the reconciling of such Daily Work Records with those of the Contractor shall not be construed to be acceptance of the claim.

8.2 Claims Procedure

8.2.1 The Contractor shall give verbal notice to the Consultant of any situation which may lead to a claim for additional payment immediately upon becoming aware of the situation and shall provide written notice to the Consultant of such situation or of any express intent to claim such payment, within seven days of the commencement of any part of the Work which may be affected by the situation or shall form part of the claim.

8.2.2 The Contractor shall submit detailed claims as soon as reasonably possible and in any event no later than 30 days after completion of the Work affected by the situation. The detailed claim shall:

a) identify the item or items in respect of which the claim arises;

b) state the grounds, contractual or otherwise, upon which the claim is made; and

c) include the records maintained by the Contractor supporting such claim.

In exceptional cases the 30 days may be increased to a maximum of 90 days with approval in writing from the Consultant.

8.2.3 Within 30 days of the receipt of the Contractor’s detailed claim, the Consultant may request the Contractor to submit any further and other particulars as the Consultant considers necessary to

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.249 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 247: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 18

assess the claim. The Contractor shall submit the requested information within 30 days of receipt of such request.

8.2.4 Within 90 days of receipt of the detailed claim, the Owner, or if authorized by the Owner, the Consultant, shall advise the Contractor, in writing, of the Owner’s opinion with regard to the validity of the claim.

8.3 Negotiations

8.3.1 The parties shall make all reasonable efforts to resolve their dispute by amicable negotiations and agree to provide, without prejudice, open and timely disclosure of relevant facts, information, and documents to facilitate these negotiations.

8.3.2 Should the Contractor disagree with the opinion given in paragraph 8.2.4, with respect to any part of the claim, the Consultant shall enter into negotiations with the Contractor to resolve the matters in dispute. Negotiation shall occur on three levels; first, with the Consultant, second, with the Owner’s Manager level, and third, with the Owner’s Director, General Manager or Executive Director level. Corresponding level shall be involved in the discussions on behalf of the Contractor. Any agreement reached with the Consultant shall be subject to the Owner’s approval. Prior to commencement of construction the Owner and the Contractor shall meet to determine the names of the representatives at the three levels of discussion. These names shall be put in writing, to be used in the event of a dispute in issue.

8.3.3 Discussions with the Consultant shall be completed as soon as possible and shall be limited to a period of no more than 30 days following receipt of the opinion given in paragraph 8.2.4. Manager level discussion shall be completed as soon as possible following failed discussions with the Consultant, and shall be limited to a period of no more than a further 30 days. The Director, General Manager or Executive Director level discussion shall be completed as soon as possible following failed manager level discussions, and shall be limited to a period of no more than a further 30 days.

8.3.4 Each party shall be responsible for elevating an issue to the next level of negotiation, if the issue has not been resolved at the current level. The Contractor or Consultant shall notify the other properly in writing if he or she wishes to pursue an issue to the next level of negotiation.

8.3.5 Where a negotiated settlement cannot be reached, or it is agreed that payment cannot be made in accordance with paragraph 6.2.3 or paragraph 6.2.4, the parties may, upon mutual agreement, proceed in accordance with clause paragraph 8.4, Mediation.

8.4 Mediation

8.4.1 If a claim is not resolved satisfactorily through the negotiation process in paragraph 8.3, and the Contractor wishes to pursue the issue further, the parties may, upon mutual agreement, utilize the services of an independent third party mediator.

8.4.2 The mediator shall be mutually agreed upon by the Owner and Contractor.

8.4.3 The mediator shall be knowledgeable regarding the area of the disputed issue. The mediator shall meet with the parties together or separately, as necessary, to review all aspects of the issue. The mediator may provide the parties with his or her non-binding without prejudice settlement recommendation, on the day of the mediation.

8.4.4 Each party is responsible for its own costs related to the use of the third party mediator process. The costs of the third party mediator shall be equally shared by the Owner and Contractor.

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.250 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 248: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 19

8.5 Payment

8.5.1 Payment of the claim shall be made no later than 30 days after the date of resolution of the claim or dispute. Such payment shall be made according to the terms of Part 5, Payment.

8.6 Rights of Both Parties

8.6.1 Unless the parties agree otherwise, no action taken under paragraphs 8.1 to 8.6, by either party shall be construed as a renunciation or waiver of any of the rights or recourse available to the parties.

8.7 Arbitration

8.7.1 If a claim is not resolved satisfactorily through the negotiation process, or mediation if utilized, either party may request an arbitration of the dispute and the parties, by mutual agreement, may submit such dispute to arbitration and the provisions of the Ontario Arbitration Act, 1991, as amended, shall apply to such arbitration, including the provisions for appeal therein except as otherwise provided in this section 8.7. Notwithstanding this, in the case of claims for amounts less than $150,000, exclusive of H.S.T., the provisions of subsection GC 8.7 to 8.11, Arbitration, shall be mandatory if requested by either party, and the matter shall proceed to arbitration if not resolved through the said negotiation or mediation processes.

8.7.2 If the Parties engage in arbitration to resolve the issue, notification to that effect shall be communicated in writing to the Consultant within 30 days of completing the negotiations referred in paragraph 8.3, or, if the parties proceed to mediation under paragraph 8.4, within 30 days of completing that mediation.

8.7.3 The parties shall be bound by the decision of the arbitrator.

8.7.4 The rules and procedures of the Arbitration Act, 1991, S.O. 1991, c.17, as amended, shall apply to any arbitration conducted hereunder except to the extent that they are modified by the express provisions of paragraphs 8.7 to 8.11.

8.8 Arbitration Procedure

8.8.1 The following provisions are to be included in the agreement to arbitrate:

.1 All existing actions in respect of the matters under arbitration shall be stayed pending arbitration;

.2 All then unresolved claims and matters to be settled are to be set out in a schedule to the agreement. Only such claims and matters as are in the schedule shall be arbitrated; and

.3 Before proceeding with the arbitration, the Contractor shall confirm that all matters in dispute are set out in the schedule.

8.9 Appointment of Arbitrator

8.9.1 The arbitrator shall be mutually agreed upon by the Owner and Contractor to adjudicate the dispute.

8.9.2 Where the Owner and Contractor cannot agree on a sole arbitrator within 30 days of the notification of arbitration noted in paragraph GC 8.7.2, the Owner and the Contractor shall each chose an appointee with 37 days of the notice of arbitration.

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.251 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 249: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 20

8.9.3 The appointees shall mutually agree upon an arbitrator to adjudicate the dispute within 15 days after the last appointee was chosen or they shall refer the matter to the Arbitration and Mediation Institute of Ontario Inc. which shall select an arbitrator to adjudicate the dispute within 7 days of being requested to do so.

8.9.4 The arbitrator shall not be interested financially in the Contract nor in either party’s business and shall not be employed by either party.

8.9.5 The arbitrator is not bound by the rules of evidence which govern the trial of cases in court but may hear and consider any evidence which the arbitrator considers relevant.

8.9.6 The hearing shall commence within 90 days of the appointment of the arbitrator.

8.10 Costs

8.10.1 The arbitrator’s fee shall be equally shared by the Owner and the Contractor.

8.10.2 The fees of any independent experts and any other persons appointed to assist the arbitrator shall be shared equally by the Owner and the Contractor.

8.10.3 The arbitration hearing shall be held in a place mutually agreed upon by both parties or in the event the parties do not agree, a site shall be chosen by the arbitrator. The cost of obtaining appropriate facilities shall be shared equally by the Owner and the Contractor.

8.10.4 The arbitrator may, in his or her discretion, award reasonable costs, related to the arbitration.

8.11 The Decision

8.11 The reasoned decision shall be made in writing within 90 days of the conclusion of the hearing. An extension of time to make a decision may be granted with consent of both parties. Payment shall be made in accordance with Part 5, Payment."

3.31 GC 9.1 - PROTECTION OF WORK AND PROPERTY

3.31.1 Delete subparagraph 9.1.1.1 in its entirety and replace it with new subparagraph 9.1.1.1:

"9.1.1.1 errors in the Contract Documents which the Contractor could not have discovered applying the standard of care described in GC 3.14 STANDARD OF CARE."

3.31.2 Amend paragraph 9.1.1.2 by adding the word, "negligent" at the beginning thereof.

3.31.3 Add new paragraphs 9.1.5 and 9.1.6 as follows:

"9.1.5 Without in any way limiting the Contractor's obligations under this GC 9.1, should the Contractor or any Subcontractor or Supplier cause loss or damage to trees or other plantings, whether owned by the Owner or third parties, the Contractor shall be liable for the replacement cost of the trees or other plantings damaged, including the cost of any arborist or other Consultant, and such costs may be deducted by the Owner from amounts otherwise owing to the Contractor.

9.1.6 The Contractor shall neither undertake to repair and/or replace any damage whatsoever to the Work of other Contractors, or to adjoining property, nor acknowledge the same was caused or occasioned by the Contractor, without first consulting the Owner and receiving written instructions as to the course of action

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.252 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 250: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 21

to be followed from either the Owner or the Consultant. However, where there is danger to life or public safety, the Contractor shall take such emergency action as it deems necessary to remove the danger."

3.32 GC 9.4 - CONSTRUCTION SAFETY

3.32.1 Delete paragraph 9.4.1 in its entirety and substitute new paragraph 9.4.1:

"9.4.1 The Contractor shall be solely responsible for construction safety at the Place of the Work and for compliance with the rules, regulations and practices required by the applicable construction health and safety legislation and shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Work."

3.32.2 Add new paragraphs 9.4.2, 9.4.3 and 9.4.4:

"9.4.2 Prior to the commencement of the Work, the Contractor shall submit to the Owner:

.1 a current WSIB clearance certificate;

.2 documentation of the Contractor’s in-house safety-related programs;

.3 a copy of the Notice of Project filed with the Ministry of Labour naming itself as “constructor” under OHSA

9.4.3 The Contractor shall indemnify and save harmless the Owner, its agents, officers, directors, employees, consultants, successors and assigns from and against the consequences of any and all safety infractions committed by the Contractor under OHSA, including the payment of legal fees and disbursements on a solicitor and client basis. Such indemnity shall apply to the extent to which the Owner is not covered by insurance, provided that the indemnity contained in this paragraph shall be limited to costs and damages resulting directly from such infractions and shall not extend to any consequential, indirect or special damages.

9.4.4 The Owner undertakes to include in its contracts with other contractors and/or in its instructions to its own forces the requirement that the other contractor or own forces, as the case may be, will comply with directions and instructions from the Contractor with respect to occupational health and safety and related matters."

3.33 GC 10.1 - TAXES AND DUTIES

3.33.1 Add the following to the end of paragraph 10.1.1:

"Any Value Added Taxes (including Harmonized Sales Tax), where applicable, shall be listed as line items separate from the total Contract Price."

3.33.2 Delete paragraph 10.1.2 and replace it with the following:

"Any increase or decrease in costs to the Contractor due to changes in such included taxes and duties at the time of the bid closing shall increase or decrease the Contract Price accordingly. For greater certainty, the Contractor shall not be entitled to any mark-up for overhead or profit on any increase in such taxes and duties."

3.33.3 Add new paragraphs 10.1.3, 10.1.4, 10.1.5, and 10.1.6, as follows:

"10.1.3 Where the Owner is entitled to an exemption or a recovery of sales taxes, customs duties, excise taxes or Value Added Taxes applicable to the Contract, the Contractor shall, at the request of the Owner or the Owner's representative, assist with the application for any exemption, recovery or refund of all such

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.253 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 251: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 22

taxes and duties and all amounts recovered or exemptions obtained shall be for the sole benefit of the Owner. The Contractor agrees to endorse over to the Owner any cheques received from the Federal or provincial governments, or any other taxing authority, as may be required to give effect to this paragraph.

10.1.4 The Contractor shall maintain accurate records of Construction Equipment, Product and component costs reflecting the taxes, customs duties, excise taxes and Value Added Taxes paid.

10.1.5 Any refund of taxes, including, without limitation, any government sales tax, customs duty, excise tax or Value Added Tax, whether or not paid, which is found to be inapplicable or for which exemption may be obtained, is the sole and exclusive property of the Owner. The Contractor agrees to cooperate with the Owner and to obtain from all Subcontractors and Suppliers cooperation with the Owner in the application for any refund of any taxes, which cooperation shall include but not be limited to, making or concurring in the making of an application for any such refund or exemption, and providing to the Owner copies, or where required, originals of records, invoices, purchase orders and other documentation necessary to support such applications or exemptions or refunds. All such refunds shall either be paid to the Owner, or shall be a credit to the Owner against the Contract Price, in the Owner's discretion. The Contractor agrees to enable, assist with and submit to any reasonable audit requested by the Owner with respect the potential refunds under this paragraph.

10.1.6 Customs duties penalties, or any other penalty, fine or assessment levied against the Contractor, shall not be treated as a tax or customs duty for the purpose of this GC 10.1"

3.34 GC 10.2 LAWS, NOTICES, PERMITS, AND FEES

3.34.1 Add to the end of paragraph 10.2.4, the following:

"The Contractor shall notify the Chief Building Official or the registered code agency where applicable, of the readiness, substantial completion, and completion of the stages of construction set out in the Ontario Building Code. The Contractor shall be present at each site inspection by an inspector or registered code agency as applicable under the Ontario Building Code."

3.34.2 Delete paragraph 10.2.6 and replace it with the following:

"10.2.6 If the Contractor fails to notify the Owner and the Consultant in writing, fails to obtain direction as required in paragraph 10.2.5, and/or performs work that it knows or ought to have known that contravenes any laws, ordinances, guidelines, standards, permits, statutes, by-laws, rules, regulations, or codes, the Contractor shall be responsible for and shall correct the violations thereof, and shall bear the costs, expenses, and damages attributable to the failure to comply with the provisions of such laws, ordinances, guidelines, standards, permits, statutes, by-laws, rules, regulations, or codes, and, notwithstanding any limitations described in paragraph 12.1.1, shall indemnify and hold harmless the Owner and the Consultant from and against any claims, demands, losses, costs, damages, actions, suits or proceedings resulting from such failure or breach of law."

3.34.3 Add a new paragraph 10.2.8 as follows:

"10.2.8 Without limiting the generality of any other provision in the Contract Documents, the Contractor shall cause all certificates to be furnished that are required or given by the appropriate governmental or quasi-governmental authorities as evidence that the Work as installed conforms with the laws and regulations of any authorities having jurisdiction over the Place of the Work, including, without limitation, certificates of compliance for the Owner’s occupancy or partial occupancy. The certificates are to be final certificates giving complete clearance of the Work, in the event that such governmental or quasi-governmental authorities furnish such certificates."

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.254 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 252: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 23

3.35 GC 10.3 PATENT FEES

3.35.1 Amend paragraph 10.3.1 by adding the words, "indemnify and" before the words, "hold the", in the second line.

3.35.2 In paragraph 10.3.2, add the words, "by the Owner", after the words, "supplied to the Contractor"

3.36 11.1 INSURANCE

3.36.1 Delete paragraph 11.1 in its entirely and replace it with the following:

"11.1 INSURANCE

11.1.1 Without restricting the generality of paragraph 12, Indemnification, the Contractor shall provide, maintain and pay for the insurance coverages listed in this General Condition under paragraphs 11.1.2, 11.1.3,11.1.4, and 11.1.5. Insurance coverage in paragraphs 11.1.6, and 11.1.7 will only apply when so specified in the Contract Documents.

11.1.2 Commercial General Liability Insurance

.1 Commercial General Liability Insurance shall provide that the policy:

a) is in the amount of Five Million Dollars ($5,000,000), per occurrence;

b) includes the Owner (City of Toronto), its Boards, Agencies and Commissions and subsidiary operations, as applicable, and the Consultant as additional insureds with respect to liability arising out of the operation of the insured for which a contract is issued by the Owner; and,

c) has provision for a cross liability and/or severability of interest, contractual liability, Owner's and Contractor's protective liability, broad form property damage, contingent/and or employer's liability, products and completed operations, non owned automobile liability and, if applicable to the insured operations as detailed in the Contract Documents, coverage for blasting, pile driving and collapse.

.2 The Contractor shall maintain in force such policies of insurance specified by the Contract Documents at all times from the commencement of the Work until the end of any Warranty Period set out in these General Conditions of Contract or as otherwise required by the Contract Documents.

.3 The Contractor shall maintain completed operations coverage for a period of six (6) years from Substantial Performance of the Contract, unless otherwise indicated in the Contract Documents. On an annual basis the contractor shall submit to the City a renewal Certificate or a replacement policy prior to the expiration date of the existing policy without notice or demand by the City. If the Contractor fails to do so, any limitation period for claiming indemnity described in the Contract Documents will not be binding on the Owner.

.4 "Claims Made" insurance policies will not be permitted.

11.1.3 All Risk Property Insurance (Builders' Risk or Installation Floater)

.1 The Contractor shall provide, maintain and pay for a policy of all risk property insurance. The policy shall be maintained from the commencement of Work until 10 days after Substantial Performance of the Work and shall be written on a replacement cost basis on all Products, supplies and equipment and/or systems, including boiler and machinery, if applicable, that forms part of the Work. The policy may be in the form of a Builder's Risk or Installation Floater, as appropriate to the Project. The Owner shall be included as an additional insured and a joint loss payee on the Builder's Risk Insurance Policy.

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.255 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 253: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 24

11.1.4 Automobile Liability Insurance

.1 The Contractor shall provide, maintain and pay for a policy of automobile liability insurance in respect of all licensed owned/leased vehicles that will be utilized in the performance of the Work, unless otherwise required by the Contract Documents. This policy of automobile liability insurance shall have limits of not less than Two Million Dollars ($2,000,000).

11.1.5 Contractor's Equipment Insurance

.1 The Contractor shall provide, maintain and pay for a policy of all risks Contractor’s equipment insurance covering construction machinery and equipment used and owned by the Contractor for the performance of the Work, including boiler insurance on temporary boilers and pressure vessels. This policy shall be in a form acceptable to the Owner and shall not allow subrogation claims by the insurer against the Owner. Upon agreement of the Owner, approval may be provided to the Contractor to waive the equipment insurance requirement for the purpose of this Contract.

11.1.6 Contractor's Pollution Liability Insurance

.1 Where specified in the Contract Documents, the Contractor shall provide, maintain and pay for a policy of pollution liability insurance. The policy shall have a limit of not less than Two Million Dollars ($2,000,000) per claim limit. The policy shall cover third-party injury and property damage claims, including clean-up costs, as a result of pollution conditions arising from the Contractor’s operations and completed operations (i.e. Work performed). The policy shall be kept in force for 24 months from the date of Substantial Performance of the Work. The Owner shall be included as an additional insured on this policy.

11.1.7 Use and Occupancy of the Work Prior to Completion

.1 Should the Owner wish to use or occupy part or all of the Work prior to Substantial Performance of the Work, the Owner will give 30 days’ written notice to the Contractor of the intended purpose and extent of such use or occupancy. Prior to such use or occupancy the Contractor shall notify the Owner in writing of the additional premium cost, if any, to maintain property and boiler insurance, which shall be at the Owner's expense. If because of such use or occupancy the Contractor is unable to provide coverage, the Owner upon written notice from the Contractor and prior to such use or occupancy shall provide, maintain and pay for property and boiler insurance insuring the full value of the Work, including coverage for such use or occupancy, and shall provide the Contractor with proof of such insurance. The Contractor shall refund to the Owner the unearned premiums applicable to the Contractor's policies upon termination of coverage.

.2 The policies shall provide that, in the event of a loss or damage, payment shall be made to the Owner and the Contractor as their respective interests may appear. The Contractor shall act on behalf of both the Owner and the Contractor for the purpose of adjusting the amount of such loss or damage payment with the insurers. When the extent of the loss or damage is determined the Contractor shall proceed to restore the Work. Loss or damage shall not affect the rights and obligations of either party under the Contract except that the Contractor shall be entitled to such reasonable extension of Contract Time relative to the extent of the loss or damage as the Consultant may decide in consultation with the Contractor.

11.1.8 Payment for Loss or Damage

.1 The Contractor shall be entitled to receive from the Owner, in addition to the amount due under the Contract, the amount at which the Owner's interest in restoration of the Work has been appraised, such amount to be paid as the restoration of the Work proceeds and in accordance with the requirements of Part 5.0. In addition the Contractor shall be entitled to receive from the payments made by the insurers the amount of the Contractor's interest in the restoration of the Work.

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.256 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 254: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 25

.2 The Contractor shall be responsible for deductible amounts under the policies.

11.1.9 Insurance Requirements and Duration

.1 Unless specified otherwise, the duration of each insurance policy shall be from the date of commencement of the Work until 10 days after the date of final acceptance of the Work, as set out in the Final Acceptance Certificate.

.2 Prior to commencement of the Work and upon placement and at renewal, amendment or extension of all or any part of the insurance, the Contractor shall promptly provide the Owner with confirmation of coverage on the Owner’s certificate of insurance form or on a form acceptable to the Owner, without notice or demand by the Owner. The insurance documents shall be signed by the insurer or an authorized representative of the insurer.

.3 If the Owner receives notice of cancellation for nonpayment of the insurance premium, the Owner may, but is not obliged to, pay the premium of any policy of insurance required to be maintained herein and make a formal demand for reimbursement of such costs from the Contractor. If the Contractor fails to pay the cost of the insurance placed by the Owner within 15 days of the date on which the Owner made a formal demand for reimbursement of such costs, the Owner may deduct the costs thereof from monies which are due or may become due to the Contractor.

.4 The Contractor shall, on request, promptly provide the Owner with a certified true copy of each insurance policy exclusive of information pertaining to premium or premium bases used by the insurer to determine the cost of the insurance. The certified true copy shall include a signature of the insurer or the underwriter or the broker.

.5 All insurance policies taken out by the Contractor shall be placed with insurers licensed to write business in the Province of Ontario.

.6 The insurance policies required pursuant to this clause shall be primary and shall not call into contribution any insurance available to the Owner.

.7 The amount of the deductible for the purpose of this Contract shall not be more than $25,000.00.

.8 The Contractor shall maintain such forms of insurance as the Owner, acting reasonably, may require from time to time, in amounts and for risks against which a prudent Contractor would insure."

.9 Each policy (except for the policy of automobile insurance required under section 11.1.4) shall contain an endorsement requiring the insurer(s) to notify the City of Toronto in writing, by registered mail, at least thirty (30) days, (fifteen (15) days if cancellation is due to non-payment of premium), prior to any cancellation of the Contractor’s insurance."

3.37 GC 11.2 – CONTRACT SECURITY

3.37.1 Add new paragraph 11.2.3 as follows:

“11.2.3 The premiums for the bonds required by the Contract Documents are included in the Contract Price."

3.38 GC 12.1 - INDEMNIFICATION

3.38.1 Delete paragraphs 12.1.1 through 12.1.6 and replace them with the following:

"12.1.1 The Contractor shall indemnify and hold harmless the Owner and each of the Owner's elected officials, officers, employees and agents (hereinafter referred to collectively as the “Indemnitees”) from and

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.257 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 255: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 26

against all claims, demands, actions, suits or proceedings which may be brought against or made by third parties, hereinafter called "claims", directly or indirectly arising or alleged to arise out of the performance of or the failure to perform any of its obligations under the Contract Documents.

12.1.2 The Contractor shall indemnify and hold harmless the Owner and the Indemnitees from all and every claim for damages, royalties or fees for the infringement of any patented invention or copyright occasioned by the Contractor in connection with the Work performed or Product furnished by the Contractor under the Contract.

12.1.3.1 The Owner shall indemnify and hold harmless the Contractor from and against all claims, demands, actions, suits or proceedings ("claims") in respect to claims against the Contractor by third parties that arise out of the Contractor's direct involvement in this Contract provided such claims are directly caused by the negligent act or omission of the Owner, and then only to the extent the loss or damage was caused by the Owner.

12.1.3.2 The Owner shall indemnify and hold harmless the Contractor, its agents, officers and employees from and against all claims, demands, losses, expenses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of its obligations under the Contract Documents which are attributable to a lack of or defect in title or an alleged lack of or defect in title to the Place of the Work. The Contractor expressly waives the right to indemnity for claims other than those stated above.

12.1.4 The Contractor shall pay to the Indemnitees, or any of them, on demand any loss, costs, damages and expenses which may be sustained, incurred or paid by the Indemnitees, or any of them, in consequence of any such action, suit, claim, lien, execution or demand and any moneys paid or payable by the Indemnitees in settlement or in discharge or on account thereof. If the Contractor fails to make such payment, all such mentioned loss, costs, damages and expenses and all such moneys so paid or payable may be deducted from any moneys of the Contractor then remaining in the possession of the Owner on account of the Work or from moneys payable by the Owner to the Contractor on any account whatever or may be recovered from the Contractor or its Surety, as the case may be, in any court of competent jurisdiction as moneys paid at their request. The Contractor hereby authorizes and empowers the Owner or the Consultant as the case may be, or their Solicitor, for the time being, to defend, settle or compromise any of such actions, suits, claims, liens, executions or demands as the Owner or the Consultant, as the case may be, or their said Solicitor may deem expedient. The Contractor shall ratify and confirm all the acts of the Owner or the Consultant or their Solicitor in that behalf, and shall pay to such Solicitor on demand his or her reasonable costs of any such defense, settlement and/or compromise, and that in default of such payment the same may be deducted from any moneys payable by the Owner to the Contractor on any account whatever."

3.39 GC 12.2 - WAIVER OF CLAIMS

3.39.1 Amend paragraphs 12.2.1 through 12.2.10 as follows:

"GC 12.2 WAIVER OF CLAIMS

12.2.1 In the fourth line, add the words “claims for delay pursuant to GC 6.5 DELAYS, claims for an increase in the Contract Price, pursuant to GC 6.6 CLAIMS FOR A CHANGE IN THE CONTRACT PRICE” after the word “limitation”. Add the words “(collectively “Claims”)” after “Substantial Performance of the Work” in the sixth line.

12.2.1.1 Change the word “claims” to “Claims” and change the word “claim” to “Claim”.

12.2.1.2 Change the word “claims” to “Claims”.

12.2.1.3 Delete paragraph 12.2.1.3 in its entirety.

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.258 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 256: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 27

12.2.1.4 Change the word “claims” to “Claims”.

12.2.2 Change the words “in paragraphs 12.2.1.2 and 12.2.1.3” to “in paragraph 12.2.1.2”. Change the word “claims” to “Claims” in both instances and change the word “claim” to “Claim”.

12.2.5 Delete the number "395" and substitute the number "760".

12.2.6 Change the word “claim” to “Claim” in all instances in the paragraph.

12.2.7 Change “The party” to “The Contractor". Change the word “claim” to “Claim” in all instances in the paragraph.

12.2.8 Change the word “claim” to “Claim” in all instances in the paragraph.

12.2.9 Delete paragraph 12.2.9 in its entirety.

12.2.10 Delete paragraph 12.2.10 in its entirety.

3.40 GC 12.3 – WARRANTY

3.40.1 Amend paragraph 12.3.1 by deleting the words, "one year", and replacing them with the words, "two years", and by adding the following at the end of the paragraph, "With respect to equipment installed at the request of the Owner, and successfully operating at its intended design capacity before completion of the work, the warranty period shall be two years from the date the equipment commenced its successful operations.

3.40.2 Amend paragraphs 12.3.3, 12.3.4, and 12.3.6 by deleting the words, "one year", and replacing them with the words, "two years".

3.40.3 Add the following clauses as 12.3.7, 12.3.8, and 12.3.9"

“12.3.7 Any Product or equipment requiring excessive servicing during the warranty period (or free maintenance period, if applicable) shall be considered defective and the warranty (or free maintenance period) shall be deemed to take effect from the time that the defect has been corrected so as to cause excessive servicing to terminate.

12.3.8 Following Substantial Performance of the Work, and without limiting the Contractor’s warranty under this GC 12.3, the Contractor shall assign to the Owner, to the extent assignable, the benefit of all warranties and guarantees relating to the Work. The assignment shall expressly reserve the right of the Contractor to make any claims under such warranties and guarantees and such assignment shall in no way prejudice any rights of or benefits accruing to the Contractor pursuant to such warranties and guarantees.

12.3.9 The provisions of the GC 12.3 – WARRANTY shall not deprive the Owner of any action, right or remedy otherwise available to the Owner for the Contractor’s failure to fulfill its obligations or responsibilities under the Contract and shall not be construed as a waiver of claims in favour of the Contractor or as a limitation on the time in which the Owner may pursue such other action, right or remedy. The warranties set out in the Contract are not supplemental to and do not limit or preclude the application of any other conditions and warranties, express or implied, by law or trade usage.”

PART 13 - OTHER PROVISIONS

3.41 Add New PART 13 As Follows:

"GC 13.1 - OWNERSHIP OF MATERIALS

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.259 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 257: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Supplementary Conditions, June 2014 28

13.1.1 Unless otherwise specified, all materials existing at the Place of the Work at the time of execution of the Contract shall remain the property of the Owner. All Work and Products delivered to the Place of the Work by the Contractor shall be the property of the Owner. The Contractor shall remove all surplus or rejected materials as its property when notified in writing to do so by the Consultant.

GC 13.2 - CONSTRUCTION LIENS

13.2.1 In the event that a written notice of lien is delivered to the Owner in respect of the Project by or through a Subcontractor or Supplier, and provided the Owner has paid all amounts properly owing under the Contract, the Contractor, at its own expense and within ten (10) days, shall ensure that such written notice of lien is withdrawn in writing.

13.2.2 In the event that the Contractor fails to conform with the requirements of 13.2.1, the Owner may set off and deduct from any amount owing to the Contractor, all costs and associated expenses, including legal fees and disbursements reasonably incurred to secure a written withdrawal of the notice of lien. If there is no amount owing by the Owner to the Contractor, then the Contractor shall reimburse the Owner for all of the said costs and associated expenses.

GC 13.3 - CONTRACTOR DISCHARGE OF LIABILITIES

13.3.1 In addition to the obligations assumed by the Contractor pursuant to GC 3.7, the Contractor agrees to discharge all liabilities incurred by it for labour, materials, services, Subcontractors and Products, used or reasonably required for use in the performance of the Work, except for amounts withheld by reason of legitimate dispute and which have been identified to the party or parties, from whom payment has been withheld.

GC 13.4 – DAILY REPORTS/DAILY LOGS

13.4.1 The Contractor shall cause its supervisor or such competent person as it may delegate, to prepare a daily log or diary reporting on weather conditions, work force of the Contractor, Subcontractors, Suppliers and any other forces on site and also record the general nature of Project activities. Such log or diary shall also include any extraordinary or emergency events which may occur and also the identities of any persons who visit the site who are not part of the day-to-day work force.

13.4.2 The Contractor shall also maintain records, either at its head office or at the job site, recording manpower and material resourcing on the Project, including records which document the activities of the Contractor in connection with GC 3.5, and comparing that resourcing to the resourcing anticipated when the most recent version of the schedule was prepared pursuant to GC 3.5. The Contractor shall make these records available to the Owner and/or the Consultant for inspection, upon reasonable notice.

GC 13.5 - PUBLIC STATEMENTS

13.5.1 The Contractor shall not publish, issue or make any statements or news release, electronic or otherwise, concerning the Contract, the Work, or the Project, without the express written consent of the Owner."

GC 13.6 OWNER'S SET-OFF

13.6.1 In addition to and without limiting any other rights the Owner may have under this Contract and at law, the Owner may retain from monies owing to the Contractor under this Contract an amount sufficient to cover any outstanding or disputed liabilities including the cost to remedy deficiencies, the reduction in value of substandard portions of the Work, claims for damages by third parties, undetermined claims by the Owner, and any assessment due the Workplace Safety and Insurance Board.

END OF SUPPLEMENTARY CONDITIONS

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Page 5-2.260 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 258: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-1

Table of Contents Page No. 5A – 1.  Specification Reference Numbers ......................................................................................... 2 

2.  Emergency During Construction ........................................................................................... 2 

3.  Workplace Safety And Insurance Act .................................................................................... 2 

4.  Occupational Health And Safety Act ..................................................................................... 2 

5.  Organization Of Work And Work Restrictions ....................................................................... 7 

6.  Other Contractors .................................................................................................................. 7 

7.  Contractor's Liability .............................................................................................................. 8 

8.  Pre-Construction Survey And Layout .................................................................................... 8 

9.  Disposal Of Surplus Excavated Material And Removals....................................................... 8 

10.  Smog Alert Response Plans ................................................................................................. 9 

11.  Security ............................................................................................................................... 10 

12.  Material And Truck Weighing .............................................................................................. 10 

13.  Noise Regulations ............................................................................................................... 11 

14.  Fair Wage And Labour Trades Policy ................................................................................. 11 

15.  Liquidated Damages ........................................................................................................... 11 

16.  Spills Reporting ................................................................................................................... 12 

17.  Taxes .................................................................................................................................. 12 

18.  Insurance ............................................................................................................................ 12 

19.  Service Standards for Contractors in Responding to Third Party Claims ............................ 12 

20.  Contract Documents ........................................................................................................... 14 

21.  Order of Precedence ........................................................................................................... 14 

261 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 259: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-2

1. Specification Reference Numbers

All index and reference numbers in the Tender Submission Package, Plans and/or Specifications, or Index are given for the convenience of the Contractor and as such must be taken only as a general guide to the items referred to. It must not be assumed that such numbering is the only reference to each item, but the Contract as a whole must be fully read in detail for each item.

2. Emergency During Construction

The Contractor is requested to furnish the phone number and name of a representative who can be contacted on a 24 hour basis in case of emergency during construction, upon request by the Consultant after the award of the Contract. Those nominated shall have a cellular phone and/or pager to ensure that potential contact with them can be sustained over 24 hours, seven days a week throughout the duration of the Contract.

3. Workplace Safety And Insurance Act

Before commencing Work the Contractor shall provide the City with a valid clearance certificate from the Workplace Safety & Insurance Board (WSIB), and shall continue to provide valid clearance certificates from the WSIB for the duration of the Contract. Prior to the release of final monies owing by the City of Toronto, the Contractor will be required to produce a certificate issued by the Board to the effect that it has paid in full their assessment based on a true statement of the amount of payrolls. If such a certificate cannot be provided because the Contractor is considered by WSIB to be an independent operator without coverage, a letter to this effect from the WSIB shall be provided by the Contractor.

4. Occupational Health And Safety Act

4.1 Nothing in this section shall be deemed or construed as making the City the

"employer" of any workers employed or engaged by the Contractor to perform the Work and/or supply services to the project, including any part thereof, or the "constructor", either instead of or jointly with the Contractor. “Employer” and “constructor” shall have the same meaning as in section 1 of the Occupational Health and Safety Act, R.S.O. 1990, Chapter O.1, as amended from time to time, including any regulations thereunder and successor legislation (hereinafter collectively referred to as the “OHSA”).

4.2 Unless specifically advised otherwise in writing by the Consultant or otherwise

directed by the Ministry of Labour, where the Work consists of or includes construction, the Contractor shall for the purposes of the OHSA be deemed, construed and designated as the "constructor" for the project comprising the Work and shall:

262 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 260: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-3

(a) assume all of the responsibilities of that constructor as set out in the OHSA and its regulations including, without restricting the generality of the foregoing, (i) registration as a constructor with the Director of the Construction

Health and Safety Branch in accordance with the OHSA and, in particular section 5 of Regulation 213/91 or any successor provision;

(ii) posting/compliance with any applicable notice-filing and notice-posting/availability requirements of the OHSA and, in particular section 6 of Regulation 213/91 under or any successor provision;

(b) provide the City with adequate written proof of the registration referred to in subsection (a) (i) of this section before commencing the Work; and

(c) where the notice requirements referred to in subsection (a) (ii) of this section are applicable, provide a copy of such notice to the City concurrently with the filing thereof pursuant to the OHSA.

4.3 In accordance with the OHSA, as amended, a list of designated substances

found at the project site is appended to hereto under Section 4 – Scope of Work and forms part of this Contract.

4.4 The Contractor shall ensure that each prospective subcontractor engaged by the

Contractor for the project has received a copy of the list of designated substances that are present at the site, provided to the Contractor by the City, before each prospective subcontractor enters into a binding contract for the supply of Work on the project, and the Contractor shall perform all other obligations as the constructor under the Contract and for the project.

4.5 The Contractor shall conform to and enforce strict compliance with the OHSA

including, without restricting the generality of the foregoing, the Contractor's duties and obligations as an "employer" under section 25 and 26 thereof, and OHSA regulations with respect to construction, designated substances and asbestos. “Designated substance” and “hazardous material” shall have the same meaning as in the OHSA.

4.6 The Contractor shall:

(a) ensure that no work will commence, and that those engaged by the

Contractor are aware of and comply with the requirements of the OHSA and shall not commence work, without first reporting their arrival and intent at the Work site on the first day to the Consultant;

(b) establish and maintain at each Work site, in a manner easily available to all workers, other staff and authorized City staff, a copy of all relevant Material Safety Data Sheets (“MSDS”);

(c) deliver to the Consultant a list of all designated substances and a copy of the MSDS for each hazardous material, both as defined in the OHSA, that will be brought to the Project site and/or used in the performance of the Work, no later than Five (5) working days following execution of the Contract and at least Ten (10) working days prior to commencement of the Work;

263 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 261: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-4

(d) not bring onto the Work site any designated substance or hazardous material without the prior written authorization of the Consultant;

(e) strictly conform to and comply with, all applicable laws, statutes, regulations, orders, directives and rulings from any federal, provincial or municipal governmental authority pertaining to lead and any other designated substance(s) or hazardous material(s), including without limitation, the OHSA and all regulations thereunder, and also cause its subcontractors to do so;

(f) submit to the Consultant a copy of the Notice of Project issued to the Ministry of Labour;

(g) should the Contractor be issued a notice/directive as either an "order to comply" or a "stop work order", immediate corrective measures shall be taken by the Contractor. A copy of the notice/directive shall be delivered to the Consultant immediately.

(h) promptly report to the Consultant all accidents involving personal injury or property damage that occur in connection with the work; and

(i) take all steps necessary to prevent the spread of lead-containing dust/particles and any other designated substance(s) or hazardous material(s) from the Work site when performing Work involving, but not limited to, lead-containing paint, and to protect the Contractor, those engaged by the Contractor in performance of the Work, City employees and all others, including the general public, likely to be at or near the Work site.

4.7 Where the Work includes removal of asbestos, the Contractor shall:

(a) conform to and enforce strict compliance with all applicable laws, statutes, regulations, orders, directives and rulings from any federal, provincial or municipal governmental authority governing workplace safety or asbestos on construction projects and in building and repair operations with respect to the removal of asbestos, air testing and removal of barriers, including without limitation, OHSA Reg. 278/05 (Designated Substance --- Asbestos on Construction Projects and in Buildings and Repairs Operations), hereinafter referred to as the “Asbestos Regulation”, as may be amended from time to time;

(b) ensure, through appropriate air testing and such other measures as may be appropriate and necessary, that the Work site and adjacent areas not been contaminated with asbestos during the performance of the Work; and

(c) prior to dismantling any barriers erected to contain asbestos and asbestos-containing materials, the Contractor shall provide written confirmation to the Consultant that, after conducting proper air testing and other due diligence measures, the area is safe in accordance with the requirements of the OHSA.

4.8 Asbestos

4.8.1 If, during the course of the Work, the Contractor or any of the subcontractors or suppliers engaged by the Contractor, disturb material that is believed to be asbestos containing material, separate and apart from asbestos abatement

264 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 262: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-5

work forming part of the Contract, the Contractor shall act in strict compliance with the OHSA, including but not limited to the Asbestos Regulation, and without limiting the generality of the foregoing, shall:

(a) Stop work and evacuate the area where the asbestos containing

material is believed to have been disturbed and take all precautions or actions mandated by the OHSA and notify the City immediately;

(b) Notify the Consultant via telephone, with written notification to follow as soon as possible; and

(c) Refrain from entering the work area for any reason whatsoever until safe to do so, in accordance with the requirements of the OHSA and, prior to re-entry, notify the Consultant for approval to recommence Work.

4.8.2 The Contractor shall ensure that all employees, including the employees of

any subcontractors, are trained on the City’s asbestos management program (the “Program”) prior to the commencement of the work. The training will include the specific requirements of the Program and the record containing the City’s inventory report, including,

(a) the location of all asbestos containing material described in the record

for the work location, including drawings, plans and specifications; (b) whether the material is friable or non-friable; (c) a description of the condition of the material.

4.8.3 Prior to the commencement of the Work, the Contractor shall confirm to the City in writing that the training described in section 4.8.2 has been completed.

4.8.4 The Contractor shall ensure that all employees, including the employees of

any subcontractors, are trained on the City’s asbestos report prepared in accordance with section 10 of the Asbestos Regulation. The training shall include the specific requirements of the report including,

(a) the location of all asbestos containing material described in the record

for the work location, including drawings, plans and specifications; (b) whether the material is friable or non-friable; (c) a description of the condition of the material.

4.8.5 Prior to the commencement of the work, the Contractor shall confirm to the City in writing that the training described in paragraph 4.8.4 has been completed.

4.9 The Contractor shall use all reasonable and due care to avoid spilling or

disturbing any designated substance(s) or hazardous material(s) of which the City notifies the Contractor are or may be on the site; and shall not remove or interfere with any designated substance(s) or hazardous material(s) except in full compliance with the OHSA and, after notifying the Consultant, being authorized to do so by the Consultant. The Contractor shall, following discovery that any designated substance or hazardous material has been removed or interfered with other than in compliance with this subsection, forthwith report same to the

265 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 263: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-6

Consultant and ensure that no further such non-complying removal or interference occurs.

4.10 Where the Contractor encounters designated substance(s) or hazardous

material(s) at the site or has reasonable grounds to believe that designated substance(s) or hazardous material(s) are or may be present at the site, the Contractor shall take all reasonable steps as deemed necessary to comply with the OHSA, including stopping the Work, to ensure that no person suffers injury, sickness, or death and that no property is injured or destroyed as a result of exposure to or the presence of such substance(s) or material(s), and immediately report the circumstances to the Consultant and any other appropriate authority, in writing. Where there is a delay by reason of so doing, the Contractor shall be entitled to its reasonable costs, to the extent directly incurred by reason of that delay and directly related to designated substance(s) or hazardous material(s) which existed at the site prior to the commencement of the Work which were not disclosed by the City.

4.11 Authorized representatives of the City shall, at all times, have access to the Work

site to monitor the Contractor’s compliance with the terms of the Contract. 4.12 During the course of the Work, the Contractor shall furnish forthwith to the City of

Toronto Health and Safety Manager, via the Consultant, a copy of all correspondence, reports, compliance orders or charges arising from or issued in respect to the requirements of the OHSA which are received or which come to the notice of the Contractor that apply or are relevant to any of the Work or activities conducted under the terms of the Contract.

4.13 Without limiting any other right, remedy or privilege of the City under this

Contract or otherwise provided by law, statute or in equity, where the Contractor has failed to strictly comply with the OHSA or any other health and safety duty, obligation or requirement of the Contractor, whether express or implied, the City shall have the right to:

(a) Require the Contractor to remedy such default, by the removal of any

workers from the Work that fail to comply with the OHSA (or any other health and safety plan, policy or program requirement of the Contract) or the taking of such other measures as may be necessary to remedy such default;

(b) Suspend or Stop the Work; (c) Cancel or Terminate the Contract; and/or (d) Exercise any other right, remedy or privilege available to the City for

default or breach of this Contract available under the terms of this Contract, or may be available in law, by statute or in equity.

4.14 In the event that the City exercises the right to suspend or stop the Work or an

affected part thereof, as a result of the failure by the Contractor to strictly comply with the OHSA or any other health and safety duty, obligation or requirement of the Contractor, such Work or part thereof shall not resume until any such violation has been completely rectified to the satisfaction of the Consultant.

266 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 264: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-7

4.15 The Contractor shall be responsible for any delay in the progress of the Work as a result of any violation of a health and safety requirements of any federal, provincial or municipal governmental authority, it being understood that no such delay shall be deemed or construed as an "Unavoidable Delay" for the purposes of extending the time for performance for the Work or entitling the Contractor to additional compensation whatsoever, and the Contractor shall take all necessary steps to avoid delay in the final completion of the Work without additional cost to the City. The City shall not be responsible for any compensation, expense or liability resulting from any such delay.

4.16 Nothing in this Contract shall be construed as requiring the City to monitor or

approve the workplace health and safety practices of the Contractor. The City shall not be liable to any person by reason of a breach by the Contractor or any subcontractor of any applicable health and safety standard or requirement.

5. Organization Of Work And Work Restrictions

Before work commences, the Contractor shall expedite the ordering and delivery of all materials and equipment required, and shall co-ordinate the sequence of the work stages. No claim shall be allowed for delays and/or additional expense resulting from failure to order and accept the delivery of materials from suppliers in a timely manner and subsequent failure to maintain the contract schedule. It is the Contractor's responsibility to implement all required measures (e.g. fences, enclosures, etc.) in order to strictly control the pedestrian traffic in the construction area and to prevent any pedestrian approaching into the areas of construction hazard, or any other dangerous area. The Contractor shall be attentive to the needs of pedestrians that are visually or physically impaired, and the Contractor must be prepared at all times to assist in the safe and comfortable passage of these pedestrians. The Contractor shall note that a number of existing utilities and services are located below the area of reconstruction and others in the near vicinity. The Contractor shall examine the site to identify potential problems associated with the accessibility, transportability and constructability of their proposed methods.

6. Other Contractors

The Contractor is advised that existing utility relocation and other work, survey, testing, sampling and quality control estimates may take place within the construction limits prior to and possibly during the work to facilitate the new construction. The Contractor shall co-ordinate its activities with those of any particular utility, testing companies, City crew and other contractor working within the project construction limits at a particular work location in order that all work can take place expeditiously and without conflict. There shall be no consideration for additional payment to the Contractor related to work activity co-ordination as described above.

267 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 265: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-8

7. Contractor's Liability

The Contractor will be held responsible by the City of Toronto for damages caused by the Contractor's work to utilities, properties, structures near to or in the general area of the Work, through the Contractor's or its sub-contractor's intentional or negligent action or omission, or through settlement of ground, vibration or shock etc., resulting from causes relating to the Work performed under the Contract. Additionally, the Contractor will be required to make good all damage at its expense and to the satisfaction of the Consultant.

8. Pre-Construction Survey And Layout

8.1 Pre-Construction Survey

The City shall perform a pre-construction survey to identify property bars, and to establish baselines and benchmarks necessary for the delineation of Working Area and layout of the Works. Notwithstanding, the City may request the Contractor to perform the pre-construction survey. In which case, compensation for the service shall be determined on a time and materials basis in accordance with GC 6.2.4.

8.2 Layout

The City shall perform the layout of the Works in this Contract. Notwithstanding, the City may request the Contractor to perform the Layout of the Works. In which case, compensation for the service shall be determined on a time and materials basis in accordance with GC 6.2.4.

9. Disposal Of Surplus Excavated Material And Removals

All surplus excavated materials, removals, grindings and all other debris, including that from sewer flushing and catch basin cleaning, shall be disposed of, off site. No separate payment shall be made for the costs associated with this work. The City of Toronto will not make arrangements for the disposal of surplus materials or supply bills of lading. The Contractor shall assume full ownership of the surplus excavated material and shall be solely responsible for its removal and disposal. The Contractor shall indemnify and hold harmless the City and each of its elected officials, officers, employees and agents from and against all claims, demands, actions, suits or proceeding which may arise in connection with the excavated material and the handling and disposal thereof. The Contractor shall comply with the requirements of all Federal, Provincial and Municipal Laws, Acts, Ordinances, Regulations, Orders-in-Council and By-laws, which could in any way pertain to the work outlined in the Contract.

268 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 266: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-9

Stockpiling of excavated material within the City street allowance is not permitted. The Contractor shall dispose of all excavated material off site immediately upon removal. No additional payment will be made for costs incurred as a result of this requirement.

10. Smog Alert Response Plans

The Contractor, when notified by the Consultant that the City’s Smog Alert Response Plan has been implemented, shall, where applicable:

suspend use of oil based products except for roadway line painting required to address safety concerns or to reduce traffic congestion;

suspend all pesticide spraying; suspend grass cutting operations; not allow refuelling during daytime hours; not permit equipment and vehicle idling; curtail the use of two-stroke engines as much as practical; suspend normal street sweeping of all roadways during daytime hours except

where there is an urgent need for clean-up, i.e. following a special event such as Caribana;

suspend the operation of loop cutting tar pots; and suspend any non-essential planned traffic control device installation or

modification work which will require lane closures or require complete deactivation of the traffic control device. Work that is required to address safety concerns or to reduce traffic congestion may continue.

Asphalt paving operations using SS-1 tack coat (water based) may continue. A Smog Alert may be preceded by a Smog Watch. A Smog Watch is issued when there is a 50 percent chance that a smog day is coming within the next three (3) days. The Contractor shall not be entitled to any additional payment or extension of Contract Time due to the implementation of the Smog Alert Response Plans. Notwithstanding the above, if it is necessary and the Consultant ordered the suspension of paving operations, payment and/or extension of the Contract for the suspension of asphalt paving operations shall only be made if notification by the Executive Director or General Manager to suspend work is made in less than four hours prior to starting of such operations, and if such suspension has detrimentally impacted on the Contractor's work schedule. The Contractor shall provide supporting documentation identifying the impact and associated fair and reasonable costs and any delay in accordance with the General Conditions of Contract Part 6. Payment for this work, at actual costs incurred, shall be made under the appropriate provisional item(s) identified in the Pricing Form and in accordance with the General Conditions of Contract 6.2.4 Payment on a Time and Material Basis with the exception of any mark ups.

269 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 267: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-10

11. Security

The Contractor shall be responsible for the security of the work of this Contract from the time the job site is turned over to him until all work has been completed. The Contractor shall take all necessary precautions to ensure that the construction site does not pose a hazard to the public for the duration of the project. Appropriate safety and warning signs must be posted. All such site security measures shall be removed from the site at the completion of the project. The Contractor shall supply a Capital Improvement/Project Information Sign that shall be posted in a prominent area. The specifications for the sign can be found at www.toronto.ca/ecs-standards under Construction Information Sign Specifications. No additional separate payment will be made for such work and provisions.

12. Material And Truck Weighing

The City reserves the right to randomly verify the quantity of materials supplied in connection with this Contract. Prior to unloading of materials that are priced on a unit weight basis (“unit weight materials”), the weight tickets must be provided to the Consultant (or in their absence, the City’s inspector). Material weight tickets that are not provided to the Consultant or the City’s inspector prior to unloading will not be accepted later for payment. When directed by the Consultant or the City’s inspector, trucks carrying unit weight materials shall proceed immediately to a City’s weighing facility as specified by the Contractor Administrator or the inspector. After passing through the City’s weight scale and unloading the materials, the empty truck shall return to the same facility to verify the vehicle tare if so directed by the Consultant or the City’s inspector. Should the weight verification show that the verified weight of the material is less than what is shown on the Contractor’s weight ticket by more than 1.0%, the payment for the affected load shall be made based on the weight measured by the City’s weighing facility. City staff will also adjust the method of measurement for all following loads that are not weight-verified but have been delivered to the site before a new weight verification process can prove the Contractor had rectified the weight inconsistency. The weight of the following loads will be adjusted based on an adjustment factor determined from the most recently weight-verified load The City will not compensate contractors for any cost associated with the weight verification process.

270 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 268: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-11

13. Noise Regulations

The Contractor shall comply with all City noise bylaws. In addition, the Contractor shall ensure the following:

Equipment shall be maintained in an operating condition that prevents unnecessary noise, including but not limited to proper muffler systems, properly secured components and the lubrication of all moving parts; and

Idling of equipment shall be restricted to the minimum necessary for the proper performance of the specified work.

14. Fair Wage And Labour Trades Policy

The Contractor and all associated subcontractors, shall be subject to the City's Fair Wage Policy and Labour Trades Obligations, as adopted by the City from time to time, and any of the City's or legislated labour trades requirements. Failure to comply with this policy and/or these requirements, may lead to termination of the Contract, or termination or rejection of a subcontractor, as the case may be, with no recourse by the Contractor in respect of such termination or rejection. The Fair Wage Schedule that is applicable to this Contract is set out in Section 2 – Information for Bidders – of this Tender Call.

15. Liquidated Damages

The Contractor recognizes and agrees that the City will suffer financial loss if Substantial Performance of the Contract is not attained within the time specified in this Contract. The Contractor also recognizes the delays, expenses and difficulties involved in proving the actual loss suffered by the City if Substantial Performance of the Contract is not attained on time. Accordingly, instead of requiring any such proof, the Contractor agrees that as liquidated damages for delay (but not as penalty) the Contractor shall pay to the City the sum of $1,000.00 (ONE THOUSAND DOLLARS) per day as liquidated damages for each and every calendar day’s delay from the specified time for the attainment of Substantial Performance of the Contract until Substantial Performance of the Contract is attained, and it is further expressly acknowledged and agreed by the Contractor that:

(a) this amount is a reasonable estimate of the actual damage that will be incurred by the City due to any failure to attain Substantial Performance of the Contract within the time required by this Contract;

(b) the City may deduct the amount due under this section from any monies that may be due or payable to the Contractor, whether under this Contract or any other agreement; and,

(c) the liquidated damages provided for in this section shall be without prejudice to any other remedy to which the City is entitled at law or in equity.

271 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 269: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-12

16. Spills Reporting

Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that cause or are likely to cause adverse effects shall forthwith be reported to the Consultant. Spills or discharges and their adverse effects shall be as defined in the Environmental Protection Act R.S.O. 1990, c. E.19, as may be amended. All spills or discharges of liquid, other than accumulated rain water, from luminaries, internally illuminated signs, lamps, and liquid type transformers under the control of the Contractor, and all spills or discharges from this equipment that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be assumed to contain PCBs and shall forthwith be reported to the Consultant. This reporting will not relieve the Contractor of its legislated responsibilities regarding such spills or discharges.

17. Taxes

Harmonized Sale Tax (HST) is to be applied to the prices submitted as specified in the relevant sections of the call document or in the Price Schedule provided in the call. HST for the supply and delivery of materials/goods is to be shown as additional/separate line items on the Price Schedule and any subsequent invoices.

18. Insurance

This clause is supplementary to 3.36 (paragraph 11.1 Insurance) of the Supplementary

Conditions in Section 5. The limit of Commercial Liability Insurance is $5,000,000 as specified in paragraph

11.1.2

The limit of Automobile Liability Insurance is $2,000,000 as specified in paragraph 11.1.5

Contractor's Pollution Insurance is $2,000,000 as specified in paragraph 11.1.6.

19. Service Standards for Contractors in Responding to Third Party Claims

1. Without limiting the obligations of the Contractor under section 2, the Contractor, or the Contractor's insurer, shall:

(a) respond to all third party claimants in a timely manner, (b) ensure that third party claimants are provided with accurate information about

the status of their claim, and (c) where appropriate, notify third party claimants of the relevant activity on their

claims and provide them with information.

272 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 270: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-13

2. (1) If the Contractor receives notice of a third party claim from a claimant relating

to or arising out of the Contract, the Contractor shall immediately forward the notice of claim to the City Clerk's office at [email protected].

(2) Once the Contractor receives notice of a third party claim from the City's

adjuster, relating to or arising out of the Contract, the Contractor, or the Contractor's insurer, shall:

(a) within 5 Working Days of receiving notice of the claim, send a letter to the

claimant acknowledging receipt of the claim and provide the claimant with the contact information of the Contractor's Superintendent, or another person representing the Contractor, to whom the claimant can refer questions regarding the claim.

(b) conduct an investigation of the claim and make a decision regarding the claim that is based on a proper consideration of the facts.

(c) within 25 Working Days of receiving notice of the claim, provide the claimant with a letter advising of the results of the investigation and clearly explaining the Contractor's decision regarding the claim or should the contractor require the involvement of their insurance company to resolve the claim, this shall be forwarded to the insurance company and the claimant notified within the allotted time above.

An extension of time for responding to the claimant may be provided in writing by the Consultant, if the Contractor or the Contractor's insurer, in writing, provides the Consultant with a request for an extension as well as the reasons for the extension. In considering whether to provide an extension under this section, the Consultant shall consider the Contractor's, or the Contractor's insurer's, reasons for the request and all of the surrounding circumstances including good customer service standards. Once the contractor forwards the claim to their respective insurer, the resolution of the claim shall follow the insurance industry standards for claim investigation.

(3) If an extension of time is provided under subsection 2(2), the Contractor, or

the Contractor's insurer, shall write to the claimant advising that the investigation is on-going, advise of the date by which the Contractor or its insurer will report the results of the investigation to the claimant, and explain the reasons why additional time is required to make a decision on the claim.

(4) A copy of all letters sent to the claimant by or on behalf of the Contractor, including letters sent by the Contractor's insurer, pursuant to this section shall be copied to the Consultant, and the City's adjuster.

3. (1) If the Contractor fails to meet any of its obligations under section 1 or 2, the City

shall provide the Contractor with notice that these obligations must be fulfilled.

(2) If the Contractor does not meet its obligations under section 1 or 2 within 5 Working Days from receipt of the notice provided to the Contractor pursuant to

273 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 271: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-14

subsection 3(1), the City may hold back an amount of $10,000.00 from monies payable to the Contractor under this Agreement.

(3) Subject to its right to exercise any other right of hold back or set-off, including

the City's rights under Supplementary GC 13.6.1, the City will release the monies held back pursuant to subsection 3(2) once it has received evidence that the Contractor has sent the claimant a letter(s) in accordance with subsections 2(2)(a) and (c).

4. Where appropriate, the Contractor shall ensure its insurer takes all of the

appropriate steps to meet the obligations under sections 1 to 3, failing which the Contractor shall be responsible for undertaking these obligations itself.

5. The Contractor shall provide to the City monthly updates on the status of all third

party claims received until claim resolution.

20. Contract Documents

Supplementary Condition 1.1.1 is deleted and replaced with:

1.1.1 Amend paragraph 3.1 by adding the following after the words, "The General Conditions of the Stipulated Price Contract":

- These Supplementary Conditions

-The Specific Conditions, if any

-Drawings

-Specifications

-any addenda to the tender call for the Contract

- the tender call for the Contract

21. Order of Precedence

Supplementary Condition 3.1.1 is deleted and replaced with:

3.1.1 Delete paragraph 1.1.7.1 in its entirety and replace it with new paragraph 1.1.7.1:

"1.1.7.1 If there is a conflict within the Contract Documents, the order of priority of documents, from highest to lowest, shall be:

any amendment to the Agreement between the Owner and the Contractor,

the Agreement between the Owner and the Contractor, as amended by these Supplementary Conditions and any Specific Conditions

the Definitions,

any Addenda to the Tender Call for the Contract,

274 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 272: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 5A – Specific Conditions of Contract Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 5A-15

the Tender Call for the Contract,

Contractor's Bid,

the General Conditions,

Division 1 of the Specifications,

Technical Specifications,

Material and Finishing schedules,

the Drawings."

275 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 273: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 6-1

Note

Bidders are not required to complete the following listed documents as part of the Bid Submissions.

The Successful Bidder shall complete these documents upon notification by the City.

CCDC 2-2008 STIPULATED PRICE CONTRACT

CCDC 221-2002 PERFORMANCE BOND

CCDC 222-2002 LABOUR & MATERIAL PAYMENT BOND (Trustee Form)

WSIB & TAX STATUTORY DECLARATION

INSURANCE CERTIFICATE

DECLARATION OF COMPLIANCE WITH ANTI-HARASSMENT/DISCRIMINATION LEGISLATION & CITY POLICY FORM

SUPPLEMENTARY STATUTORY DECLARATION FOR OHSA

276 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 274: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package CCDC 2-2008 STIPULATED PRICE CONTRACT

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 6-2

CCDC 2-2008 STIPULATED PRICE CONTRACT

CCDC 2 is published by the Canadian Construction Document Committee ("CCDC") and is available for purchase at http://www.ccdc.org/WhereToBuy/WhereToBuy.html

277 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 275: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package CCDC 221-2002 PERFORMANCE BOND

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 6-3

CCDC 221-2002 PERFORMANCE BOND

CCDC 2 is published by the Canadian Construction Document Committee ("CCDC") and is available for purchase at http://www.ccdc.org/WhereToBuy/WhereToBuy.html

278 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 276: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package CCDC 222-2002 LABOUR & MATERIAL PAYMENT BOND (Trustee Form)

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 6-4

CCDC 222-2002 LABOUR & MATERIAL PAYMENT BOND (Trustee Form)

CCDC 2 is published by the Canadian Construction Document Committee ("CCDC") and is available for purchase at http://www.ccdc.org/WhereToBuy/WhereToBuy.html

279 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 277: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package WSIB & Tax Statutory Declaration Form

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 6-5

CANADA, ) IN THE MATTER OF the annexed Agreement PROVINCE OF ONTARIO, ) made between JUDICIAL DISTRICT OF YORK ) ) ) ) – and – ) ) THE CITY OF TORONTO ) ) this day of , 20 . ) with respect to ) I, , of the CITY / TOWN / VILLAGE of in the Province of , do solemnly declare as follows: 1. I am of (If an incorporated Company, state" President", (Company Name) “Secretary”, or as the case may be) referred to above (hereinafter called “the Contractor”), and as such have knowledge of

the matters hereinafter declared to. 2. The Contractor has paid all assessment or compensation payable to the Workplace

Safety and Insurance Board as provided for in the article of the General Conditions entitled “Certification and Payment”, attached to the said Agreement.

3. The Contractor has paid all taxes and/or penalties imposed on it by the Corporation Tax

Act, R.S.O. 1990, c. C.40, as may be amended. AND I MAKE this solemn Declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath. DECLARED before me at } } the of } } in the City of Toronto } } this day } Signing Officer of Company } of 20 }

A Commissioner, etc.

280 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 278: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package Insurance Certificate

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 6-6

INSURANCE CERTIFICATE

281 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 279: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

282 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 280: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

283 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 281: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Page 6-8

Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy

Organizations/individuals in Ontario, including the City of Toronto, have obligations under the Ontario Human Rights Code, the Occupational Health and Safety Act, the Employment Standards Act, the Accessibility for Ontarians with Disabilities Act, the Criminal Code of Canada and the Charter of Rights and Freedoms. In addition, the City of Toronto also has policies that prohibit discrimination on the additional grounds of political affiliation or level of literacy, subject to the requirements of the Charter. Organizations are required to have and post policies, programs, information, instruction, plans and/or other supports, and an appropriate internal process available to their employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints under the applicable legislation and including the additional grounds of discrimination prohibited under City policy. Individuals are obliged to refrain from harassment/hate activity. The City of Toronto requires all organizations and individuals that contract with the City to sign the following Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy. This Declaration must be signed by your organization and submitted with the contract or Letter of Understanding. The name of your organization and the fact that you have signed this declaration may be included in a public report to City Council. Declaration:

I/we uphold our obligations under the above provincial and federal legislation. In addition, I/we uphold our obligations under City policies which prohibit harassment/discrimination on a number of grounds including political affiliation and level of literacy. WHERE LEGALLY MANDATED I/we have in place the necessary policies, programs, information, instruction, plans and/or other supports that are consistent with our obligations, and I/we have an internal process available to my/our employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints. I/we agree that I/we shall, upon the request of the City, provide evidence of the policies, programs, information, instruction, plans and other supports and an appropriate internal complaint resolution process required under this Declaration which is sufficient to allow the City to determine compliance. I/We acknowledge that failure to demonstrate compliance with this declaration to the satisfaction of the operating Division, in consultation with the City Solicitor, may result in the termination of the contract. Name of Vendor or Name of Grant Applicant (Organization or Individual): Complete Address: Email _____________________________ Tel. No. ____________________________ Postal Code: Fax No. ____________________________ Name of Signing Officer or Name of Applicant (Name – please print): Position

Signature: Date: Authorised Signing Officer or Individual

Multilingual Services: 311 and TTY 416-338-0889.Further information: www.toronto.ca/diversity.ca

Gro

up/V

endo

r/In

divi

dual

Nam

e:

Dat

e:

For

Offi

ce U

se O

nly

DE

CL

AR

AT

ION

OF

CO

MP

LIA

NC

E W

ITH

AN

TI-

HA

RA

SS

ME

NT

/DIS

CR

IMIN

AT

ION

LE

GIS

LA

TIO

N &

CIT

Y P

OL

ICY

284 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 282: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package Supplementary Statutory Declaration Form for Occupational Health and Safety

Tender Call No. 194-2016 Contract No. N/A

PMMD V 5.13 – 2015.12.08 Page 6-9

SUPPLEMENTARY STATUTORY DECLARATION FORM FOR OCCUPATIONAL HEALTH AND SAFETY

285 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 283: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement

Tender Call No. 194-2016 Contract No. N/A

PMMD Construction - V 1.0 – May 20, 2011

DOMINION OF CANADA } IN THE MATTER of a proposed Contract for } PROVINCE OF ONTARIO } } JUDICIAL DISTRICT } } OF YORK; } } TO WIT: } Contract No.

as hereinbefore described on the first page of the Tender.

I/we

of the city / town / village of

in the province of do solemnly declare as follows:

IF AN INDIVIDUAL STRIKE OUT "OF"

1. I am (If an incorporated Company, state "President", “Secretary”, or as the case may be) of

(State Firm Name)

the Contractor herein.

IF AN INDIVIDUAL CARRYING ON A BUSINESS UNDER A FIRM NAME, USE THIS PARAGRAPH

I am the Contractor herein contracted to carry out the work under Contract no.______ and I carry on business at

under the name of and (State Firm Name)

there is no other person associated with me in partnership.

IF A PARTNERSHIP, USE THIS PARAGRAPH

We are the Contractors contracted to carry out the work under Contract no.____ and we carry on business at

in partnership, under the name of

and (State Firm Name)

we are the only members of such partnership.

Asbestos Abatement

286 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 284: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement

Tender Call No. 194-2016 Contract No. N/A

PMMD Construction - V 1.0 – May 20, 2011

2. I/we have a health and safety policy and a programme to implement such policy as required by clause 25 (2) (j) of the Occupational Health and Safety Act. R.S.O., 1990, c. o.1, as may be amended (hereinafter “OHSA”), and the said policy does not conflict with the health and safety policy of the City of Toronto.

3. With respect to the goods and services contemplated in the above Contract, the Contractor and its proposed Subcontractors

a) Have conducted training, for all personnel to be involved in providing such goods and services (including but not limited to employees and workers as well as the employees and workers of all sub-contractors), as required by the OHSA and all regulations thereunder, including those with respect to the workplace hazardous materials information system, industrial establishments, construction projects, confined spaces and designated substances.

b) Have put into effect all programmes relating to designated substances as required by the regulations under the OHSA.

c) Have put into effect all programs and plans related to confined spaces as required by the regulations under the OHSA.

4.(a) Without limiting the generality of the foregoing, the Contractor’s supervisors have received, in addition to the training set out in 3(a), a program of Asbestos Management Training which meets the requirements of Ontario Regulation 278/05 (Designated Substances – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “B”.

4.(b) Without limiting the generality of the foregoing, the Contractor has provided to its supervisors and all personnel (including but not limited to employees and workers as well as the employees and workers of all sub-contractors) training with respect to Asbestos Abatement which meets the requirements of Ontario Regulation 278/05 (Designated Substance – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “A”. effective November 1, 2007, and in accordance with section 20 of Ontario Regulation 278/05, for type 3 operations, supervisors and personnel (including but not limited to employees and workers as well as the employees and workers of all sub-contractors) have completed the Asbestos Abatement Worker Training program approved by the Ministry of Training Colleges and Universities.

287 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 285: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement

Tender Call No. 194-2016 Contract No. N/A

PMMD Construction - V 1.0 – May 20, 2011

5. I am/we are each of the full age of twenty-one years or over.

And I/we make this solemn declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of “the Canada Evidence Act”.

SEVERALLY DECLARED before me at the }

} of in } the Province of Ontario } } this day } Signing Officer of Company } of 20 }

A Commissioner, etc.

288 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 286: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement

Tender Call No. 194-2016 Contract No. N/A

PMMD Construction - V 1.0 – May 20, 2011

APPENDIX “A”

“ASBESTOS ABATEMENT TRAINING” history of asbestos and asbestos-containing materials; the hazards of asbestos; health effects associated with asbestos exposure; methods of controlling asbestos hazards; review of Ontario’s Occupational Health and Safety Act and Regulation (278/05)

pertaining to asbestos; reasons for abatement; Type 1, Type 2 and Type 3 abatement methods and procedures; notification of project procedures; use and maintenance of personal protective equipment; air monitoring and analysis procedures; asbestos disposal requirements; overview of asbestos products in switch gears, roof felts and underground tanks; owner’s and employer’s responsibilities; employee’s responsibilities; consultant roles and responsibilities; contractor roles and responsibilities; access procedures for areas containing asbestos procedure regarding unplanned asbestos identification; use of air monitoring/testing equipment; use of respirators;

289 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 287: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement

Tender Call No. 194-2016 Contract No. N/A

PMMD Construction - V 1.0 – May 20, 2011

use of disposable clothing; construction of enclosure with decontamination facility (exhaust unit, worker access,

airlocks, etc.) including a transfer room and clean room; use of air movement and filtration system; use of vacuum system (HEPA); use of hand tools, cleaning tools; use of poly sheeting, bags, labels and tape; use of warning signs; use of surfactants and encapsulents; and use of airless electric sprayer. Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request.

290 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 288: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement

Tender Call No. 194-2016 Contract No. N/A

PMMD Construction - V 1.0 – May 20, 2011

APPENDIX “B”

“ASBESTOS MANAGEMENT TRAINING” Occupational Health and Safety Act and Regulations and Ontario Regulation 278/05

regarding Asbestos Identification of health hazards Legislated employer duties Responsibilities of Workers Legislated constructor duties Legislated Asbestos Management Plans Ongoing Asbestos Management in Buildings, O Reg 278/05 Asbestos Records Asbestos Management Program Building Surveys Control considerations including management plan, encapsulation / encasement,

enclosure, removal Asbestos Waste Disposal Environmental Protection Act

Ontario Regulation 347 Packaging Waste Transporting Asbestos Legislation Requirements General Respirator Limitations Types of Respirators Parts of a Respirator Visual Inspection

291 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 289: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Abatement

Tender Call No. 194-2016 Contract No. N/A

PMMD Construction - V 1.0 – May 20, 2011

Fit Checks Particulate Filters General Guidelines for Abatement Activities Classifying Activities Work Procedures – Type 1, Type 2 and Type 3 abatement methods and procedures Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request.

292 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 290: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 7 – City Policies Tender Call No. 194-2016 Contract No. N/A

SECTION 7 – CITY POLICIES

293 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 291: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Section 7 – City Policies Tender Call No. 194-2016 Contract No. N/A

City of Toronto Accessible Customer Service Training Requirements: Contractors, Consultants and other Service Providers

(Accessibility Standard for Customer Service, O. Reg. 429/07, AODA 2005) The City of Toronto supports the goals of the Accessibility for Ontarians with Disabilities Act (AODA), 2005 and is committed to providing equal treatment and equitable benefits of City services, programs and facilities in a manner that respects the dignity and independence of people with disabilities. Under section 6 of the Accessibility Standard for Customer Service, O. Reg. 429/07 (Appendix A), established by the AODA, the City of Toronto must ensure that employees, volunteers and all other personnel, including third party contractors, who deal with members of the public or other third parties on behalf of the City or, who participate in developing City policies, practices or procedures on the provision of goods and services receive training on accessible customer service. All personnel must complete training that meets the requirements of the Accessible Customer Service regulation and includes:

An overview of the AODA Understanding the requirements of the Regulation How to interact and communicate with persons with various types of disabilities; How to interact with persons with disabilities who use an assistive device or require the

assistance of a guide dog or other service animal or the assistance of a support; How to use equipment or devices available on the provider’s premises or otherwise

provided by the provider to people with disabilities to access goods or services; and What to do if a person with a particular type of disability is having difficulty accessing

the provider’s goods or services. Third party contractors and other service providers are to ensure that training records are maintained, including dates when training is provided, the number of personnel who received training and individual training records. Contractors are required to ensure that this information is available, if requested by the City of Toronto. Access an e-learning course: The training requirements can be fulfilled by completing the e-Learning course “Serve-ability: Transforming Ontario’s Customer Service”, which can be found on the Ministry of Community and Social Services website: http://www.mcss.gov.on.ca/mcss/serve-ability/splash.html For more information: How to comply with the Accessible Customer Service Standard at: www.accessON.ca/compliance Requirements of the Accessibility Standards for Customer Service (Ontario Regulation 429/07): www.e-laws.gov.on.ca/html/source/regs/english/2007/elaws_src_regs_r07429_e.htm

294 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 292: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

City Manager’s Office

Fair Wage Office

100 Queen Street West

City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

Fair Wage Policy* A1. Definitions As used in this Fair Wage Policy, the following terms have the meaning indicated: APPRENTICE – An Individual who has entered into a registered training agreement under which the individual is to receive workplace-based training in a trade, other occupations or skill set as part of an apprenticeship program approved by the Ontario Ministry of Training, Colleges and Universities. APPRENTICESHIP PROGRAM – A program recognized by Ontario Ministry of Training, Colleges and Universities which provides for the qualification, recruitment, selection, employment, and training on the job. Apprenticeship and training leads to Ontario Certification of Qualification and Apprenticeship for Journeyperson status, which is recognized by employer and employee representatives of industry. CONTRACT – A legal, business agreement between the City of Toronto and the contractor to perform work or services or to provide materials and supplies. CONTRACTORS – Any person or business entity with whom the City enters into a contract with to perform the work or provide services. FAIR WAGE SCHEDULE – Stipulated rates of pay for different classifications of work produced and obtainable from the Fair Wage and Labour Trades Office. FIELD WORK – All work in performance of the contract that is not shop work. FRINGE BENEFITS – Includes such benefits as company pension plans, extended health care benefits, dental and prescription plans, etc. It does not include legislated payroll deductions such as C.P.P., E.H.T., W.S.I.B. or E.I.C. NON-COMPLIANCE – The occurrence of any of the following conditions: A. Contractor fails to co-operate with the Manager, Fair Wage Office in fulfilling his/her responsibilities under

the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry. B. Sub-contractor fails to co-operate with the Manager, Fair Wage Office in fulfilling his/her responsibilities

under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry. C. Contractor or sub-contractor has been found in violation of the Fair Wage Policy (non-compliance applies

to both contractor and sub-contractor. D. Contractor has been found in violation of the Labour Trades Contractual Obligations in the Construction

Industry. E. Sub-contractor has been found in violation of the Labour Trades Contractual Obligations in the

Construction Industry. PROCUREMENT CALL DOCUMENT – Includes a Tender, Request for Quotations and a Request for Proposals as issued by the Purchasing and Materials Management Division, and as defined in Chapter 195 of the Toronto Municipal Code. SHOP WORK – Any work in performance of the contract that is done in or at any factory, foundry, shop or place of manufacture not located at or upon the site of the work, and not operated solely for the purpose of the work.

295 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 293: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

City Manager’s Office

Fair Wage Office

100 Queen Street West

City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

SUB-CONTRACTOR – Any person or business entity not contracting with or employed directly by the City but who supplies services or materials to the improvement under an agreement with the contractor or under the contract with another sub-contractor. WAGES or RATE OF WAGES – Includes the hourly rate, vacation and holiday pay and any applicable amount for fringe benefits shown in the current Fair Wage Schedule, to be paid to the worker as part of the worker’s wages or for the worker’s benefit provided for in any collective agreement applicable to that worker. WORKERS – Includes mechanics, workers, labourers, owners and drivers of a truck or other vehicle employed in the execution of the contract by the contractor or by any sub-contractor under them and clerical staff. A2. City of Toronto Council references A. City of Toronto Council, by the adoption of Corporate Services Committee Report 13, Clause 1, as

amended, at its meeting of October 1 and 2, 1998, directed that the Fair Wage Policy of the former Municipality of Metropolitan Toronto be adopted for all City departments, agencies, boards and commissions and replace all existing fair wage policies of the former local municipalities.

B. City of Toronto Council, by the adoption of Administration Committee Report 7, Clause 1, as amended, at its meeting of June 18, 19 and 20, 2002, directed that certain changes be made to the Fair Wage Policy and Procedures.

C. City of Toronto Council, by the adoption of Administration Committee Report 5, Clause 2, at its meeting of June 24, 25 and 26, 2003, directed that certain further changes be made to the Fair Wage Policy and Procedures, and to the Fair Wage Rate Schedule.

D. City of Toronto Council, by the adoption of Government Management Committee Item 8.9, at its meeting of October 22 and 23, 2007, directed that certain changes be made to the Fair Wage Policy.

A3. Purpose and history of Fair Wage Policy A. The Fair Wage Policy has as a central principle the prohibition of the City doing business with contractors,

sub-contractors and suppliers who discriminate against their workers. B. Originally implemented in 1893 to ensure that contractors for the City paid their workers the union rates or,

for non-union workers, the prevailing wages and benefits in their field, the Fair Wage Policy has expanded over the years to other non-construction classifications such as clerical workers.

C. The policy also requires compliance with acceptable number of working hours and conditions of work in order to protect the rights of workers.

A4. Intent of Fair Wage Policy The intent of the Fair Wage Policy can be summarized as follows: A. To produce stable labour relations with minimal disruption; B. To compromise between the wage differentials of organized and unorganized labour; C. To create a level playing field in competitions for City work; D. To protect the public; and E. To enhance the reputation of the City for ethical and fair business dealings. A5. Application

296 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 294: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

City Manager’s Office

Fair Wage Office

100 Queen Street West

City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

A. The provisions of the Fair Wage Policy apply equally to contractors and all sub-contractors engaged in work for the City of Toronto. It is understood that contractors cannot sub-contract work to any sub-contractor at a rate lower that called for in the Fair Wage Policy.

B. The fair wage rates do not apply to small businesses, typically those with owner-operators, or partnerships,

or principals of companies as long as they undertake the work themselves. C. It should be noted that under the above City of Toronto Council reference authorities, the conditions of the

Fair Wage Policy cannot be waived, unless authorized by Council to do so. A6. Establishment of rates A. Establishing fair wage rates and schedules are intended to minimize potential conflicts between organized and

unorganized labour in the tendering and awarding of City contracts. B. Certain designated construction-related rates are based on the lowest rate established by collective bargaining,

while the wage rates for other classifications are based on market and industrial surveys in accordance with the prevailing wages for non-union workers in the geographic area.

C. The City encourages contractors to hire and train apprentices under approved apprenticeship programs. Apprentices/trainees will be assessed based on Provincial Qualification Apprenticeship Certification Criteria.

D. Fair wage rates, including rates for apprentices, are established through discussion between the Fair Wage Office and with employee and employer groups and associations (having both union and non-union members). This discussion will also include appropriate apprenticeship programs for construction-related trades.

E. The proper wage rates to be paid to apprentices/trainees are those specified by a particular industry program in which they are enrolled, expressed as a percentage of the journeyman rate on the wage determination. In the event employees reported as apprentices and trainees have not been properly registered, or are utilized at the jobsite in excess of the ratio of journeymen permitted under the approved program, they must be paid the applicable schedule of wage rate. The Manager, Fair Wage Office may assess established employee work history as to determine the appropriate apprentice/trainee level.

F. These rates are reviewed by the above-noted groups and are recommended to Council, by the Manager, Fair Wage Office for approval every three years.

A7. Contractor and sub-contractor responsibilities A. Contractors will be responsible for any violations or non-compliance issues arising from the engagement of

any sub-contractor on City work. B. The contractor or sub-contractor shall pay or cause to be paid weekly or biweekly to every worker

employed in the execution of the contract wages at the following rates, namely:

(1) For workers employed in shop work: (a) The union rate of wages in the particular district or locality in which the work is

undertaken for any class or work in respect of which there is such union rate; and (b) For any class of work for which there is no such union rate, the rate of wages shall be the

rate of wages, as determined by the Manager, Fair Wage Office prevailing in the particular district or locality in which the work is undertaken.

(2) For workers employed in field work:

(a) Where the contractor or sub-contractor is in contractual relationship with a union recognized by the Ontario Labour Relations Board as the bargaining agent for the relevant workers, the applicable rate of wages set out in the collective agreement; and

297 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 295: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

City Manager’s Office

Fair Wage Office

100 Queen Street West

City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

(b) Where there is no such contractual relationship, a rate not less than that set out for such work in the Schedule of Wage Rates files by the Manager, Fair Wage Office, with the City Clerk of the Corporation after being first approved by Toronto Council; and

(c) For any class of work for which there is no rate, the rate of wages shall be the rate of wages, as determined by the Manager, Fair Wage Office, prevailing in the particular district or locality in which the work is undertaken.

C. The contractor and sub-contractor shall:

(1) At all times keep a list of the names and classifications of all workers employed in the work, the hourly rate and hours worked per day and a record of the amounts paid to each.

(2) From time to time, if demanded by the Manager, Fair Wage Office, furnish a certified copy of all paysheets, lists, records and books relating to the work and keep the originals thereof open at all times for examination by the Manager.

(3) At all times furnish and disclose to the said Manager any other information respecting wages of workers that may be desired by the Manger in connection with the work.

(4) Attach to all accounts rendered for payment of money upon the contract, a declaration affirming that the requirements of the Fair Wage Policy have been fully complied with.

(5) Display legible copies of this Fair Wage Policy in a prominent position in his or her workshop(s), accessible to all employees.

E. The contractor or sub-contractor shall not compel or permit any worker engaged for the work to work more

than the number of hours per day and the number of hours per week set out in the Fair Wage Schedule for the particular type of work involved except in case of emergency, and then only with the written permission of the Commissioner or head of the department/division having charge of the work or the person then acting as such.

A8. Responsibilities of Manager, Fair Wage Office A. To fulfil the duties of the Manager, as set out in Chapter 67 of the Toronto Municipal Code, 67-A3 B. In every procurement call to which the Fair Wage Policy applies, the Manager, Fair Wage Office, will

determine the applicable Fair Wage Schedules for the work requested in the procurement call, or whether unionized workers need to be utilized for the work requested in the procurement call as per Chapter 67 Schedule B Labour Trades Contractual Obligations in the Construction Industry.

C. Once the applicable Fair Wage Schedule is determined for a specific procurement call, the Manager, Fair Wage Office will provide a copy of the Fair Wage Schedule to Purchasing and Materials Management Division to insert into the procurement document, before the procurement documentation is issued.

D. In case of a jurisdictional dispute or dispute as to rate of wages to be paid under the contract or as to the amount to be paid to any worker or apprentice, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties.

E. After the procurement call closes, the Manager, Fair Wage Office, at the request of Purchasing and Materials Management Division, will send a fair wage declaration form to the three lowest bidders, to determine if the bidder will comply with the fair wage policy and fair wage schedule.

A9. Penalty Provisions A. If the contractor or sub-contractor fails to pay any worker wages at the rate called for in Chapter 67-A7, the

City may: (1) Charge an administrative fee not in excess of 15 per cent of the balance necessary to make up the amount that should have been paid from the contractor’s progress draw or holdback; and

298 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 296: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

City Manager’s Office

Fair Wage Office

100 Queen Street West

City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

(2) Pay the worker(s) directly for any back-wages owing directly from the contractor’s progress draw or holdback.

B. If a tenderer or bidder is found not to comply with the Fair Wage Policy, the Manager may recommend the

next lowest bidder for contract aware to Purchasing & Materials Management Division in the following circumstances: (1) On the declaration form discussed in Chapter 67-A8E, a contractor or sub-contractor does not

meet the Fair Wage Schedules. (2) An investigation is underway and the firm does not co-operate in providing timely information

within 5 business days after being requested by the Manager, Fair Wage Office in fulfilling his or her responsibilities under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry and, operationally, the provision of goods and/or services cannot be delayed.

(3) A contractor or sub-contractor is in violation of the Fair Wage Policy and has not paid restitution to its workers.

(4) A contractor or sub-contractor is unable to comply with the City of Toronto Labour Trades Contractual Obligations in the Construction Industry.

A10. Disqualification Provisions

A. When a contractor or any sub-contractor is found to be in non-compliance with the provisions of the Fair Wage Policy in two separate instances over a period of three years inclusive, the Manager, Fair Wage Office must report and may recommend to the Government Management Committee that the said contractor or sub-contractor be disqualified from conducting business with the City for a period of two years, inclusive.

B. The disqualification period will start from the day of the decision of Council.

C. After the disqualifying period is over, the said contractor or sub-contractor will be placed on probation for the next year. If another non-compliance violation occurs, the Manager, Fair Wage Office must report and may recommend to the Government Management committee that the said contractor or sub-contractor; be disqualified from conducting business with the City for an indefinite period of time.

D. All non-compliance activities (including firm names) and disqualification statistics will be reported to Council annually. Disqualified firms will be published on the City’s website.

299 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 297: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Corporate Services

Fair Wage Office

100 Queen Street West

City Hall, 18th Floor, West Toronto, Ontario M5H 2N2

Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

Labour Trades Contractual Obligations in the Construction Industry* B1. Legislative Applicability of Labour Trades Obligations.

The mandatory Labour Trades provisions for municipalities bound by province-wide collective agreements are separate from Fair Wage Policy established, monitored and enforced by the City. Central to any understanding of municipal obligations to Labour Trades, is that the City has no discretion in setting wage rates or in using union labour for certain trades performing Work for the City. This is by virtue of the Province-wide collective agreements applicable to trades in the Industrial, Commercial and Institutional (ICI) and Residential sectors and other negotiated collective agreements in other sectors of the construction industry.

The Province-wide collective agreements are binding on all employers in the sector. The former City of Toronto was first considered an “employer” when the relevant unions obtained bargaining rights beginning in 1978. As a result, subject to the jurisdiction of the collective agreements, union workers must be used for contracted-out Work. The use of union sub-contractors for municipal building projects is also required in most cases.

B2. Current Labour Trades Contractual Obligations in the Construction Industry.

A. The City of Toronto is bound by the current province-wide collective agreements with respect to the Industrial, Commercial and Institutional sectors of the construction industry between:

(1) The Carpenters’ Employer Bargaining Agency and the Ontario Provincial Council, United Brotherhood of Carpenters and Joiners of America.

(2) The Mechanical Contractors Association of Ontario and the Ontario Pipe Trades Council of the United Association of Journey-men and Apprentices of the Plumbing and Pipe-Fitting Industry of the United States and Canada.

(3) The Electrical Trade Bargaining Agency of the Electrical Contractors Association of Ontario and The International Brotherhood of Electrical Workers and the IBEW Construction Council of Ontario.

(4) The International Union of Bricklayers and Allied Craftsmen and the Ontario Provincial Conference of the International Union of Bricklayers and Allied Craftsmen, and The Masonry Industry Employers Council of Ontario.

(5) The International Association of Heat and Frost Insulators and Asbestos Workers and The Master

Insulators’ Association of Ontario Inc. (6) The International Brotherhood of Painters and Allied Trades and The Ontario Painting Contractors

Association.

(7) The Ontario Glazier Agreement between The Architectural Glass and Metal Contractors Association and The International Brotherhood of Painters and Allied Trades; and

(8) The Environmental Sheet Metal Association Toronto and the Sheet Metal Workers’ International

Association and the Ontario Sheet Metal Workers’ Conference. (9) The Ontario Erectors Association Incorporated, and the International Association of Bridge,

Structural, Ornamental and Reinforcing Iron Workers and the Ironworkers District Council of Ontario

Labour Trades Contractual Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter 67)

FW R (02/06) Page 1 of 2 300 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 298: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

B. Exhibition Place is bound;

(1) By collective agreements in all sectors of the construction industry between:

(a) The Carpenters’ Employer Bargaining Agency and The Ontario Provincial Council, United Brotherhood of Carpenters and Joiners of America.

(b) The Mechanical Contractors Association of Ontario and The Ontario Pipe Trades Council of the United Association of Journeymen and Apprentices of the Plumbing and Pipe Fitting Industry of the United States and Canada.

(c) The Electrical Trade Bargaining Agency of the Electrical Contractors Association of Ontario and The International Brotherhood of Electrical Workers and the IBEW Construction Council of Ontario; and

(2) By Letters of Understanding between the Board and, respectively, Local 506 of the Labourers International Union of North America and The International Brotherhood of Painters and Allied Trades.

C. Any non-maintenance part(s) of the Work that is the work of Union members for whom the said Council, Brotherhood, Association or Local is the collective representative under the provisions of any one of the said collective agreements or the said Letters shall in each case be performed only by an employer owing contractual obligations to such representative, unless such obligations do not prohibit performance of such part(s) of the Work by others.

B3. Guidelines for Prospective Bidders.

This summary is an overview of the current status of trades’ certifications and the relevant construction sectors for which firms and workers with the appropriate union affiliations must be used when performing the following Work for the City of Toronto and Exhibition Place.

City of Toronto Exhibition Place Type of Work * I.C.I.

Asbestos/ Insulation X Bricklaying/ Masonry X Carpentry X X Electrical X X Glazing X Iron Workers X Labourers X Mechanical X X Painting X X Sheet Metal X

* (Industrial, Commercial, Institutional sector)

B4. Decisions, Fair Wage Policy.

The Fair Wage Office will make final decisions with respect to:

• Work jurisdictions, in consultation with the industry • type of Work involved • whether or not union firms/workers must be used • if Labour Trades Contractual Obligations apply * Labour Trades Contractural Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter 67)

FW R (02/06) Page 2 of 2 301 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 299: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

GUIDE TO PROSPECTIVE BIDDERS

APPLICATION OF THE FAIR WAGE SCHEDULES In accordance with the City of Toronto Fair Wage Policy, Contractors and Sub-contractors are responsible to pay workers employed in “field work”, a rate of wages not less than that set out for such work in the applicable Schedule of Wage Rates for this contract is as follows:

APPLICABLE FAIR WAGE SCHEDULE SUBJECT TO LABOUR TRADE CONTRACTUAL OBLIGATIONS IN THE CONSTRUCTION INDUSTRY

“INDUSTRIAL, COMMERCIAL, INSTITUTIONAL (I.C.I.) WORK”

On December 18, 2013, City Council enacted By-law No. 1717-2013 that revises the Industrial, Commercial, Institutional (I.C.I.) Work Schedule for 2013-2016. This schedule is applicable to the construction industry as determined by work characteristics that include industrial, commercial, institutional work. Refer to the Labour Trade Contractual Obligations document for legislated labour requirements with respect to certified trades. To obtain a copy of the I.C.I. Schedule, call the Fair Wage Office at the telephone number listed below or accesses the following link:

Industrial, Commercial, Institutional (I.C.I.) Schedule 2013.pdf In case of a jurisdictional dispute or dispute as to the rate of wages to be paid under the contract or to the amount to be paid to any worker, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties. In the event that other Fair Wage Schedules may overlap the work covered by this contract, please contact the Fair Wage Office at (416) 392-7300 to seek clarification.

Human Resources

Fair Wage Office 100 Queen Street West City Hall, 18th Floor, West Tower Toronto, ON M5H 2N2

Tel: 416-392-7300 Fax: 416-392-0801 Hotline: 416-392-FAIR E-mail: [email protected] Visit us at www.toronto.ca/fairwage

302 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 300: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

1

Purchasing & Materials Management Division

Right to Reject Debtors and Set Off Policy

DATE: August 16, 2011

PAGE : 1 of 6

PURPOSE

1.0 To protect the interests of the taxpayers of the City of Toronto by reserving the right to the City to reject an offer to supply goods and/or services through the City’s procurement processes where the City determines that the person making the offer is in any way indebted to the City and in its sole discretion is of the opinion that it is in the City’s best interests that the offer be rejected. To make it clear to persons responding to a call or request from the City that the Treasurer may choose to exercise any legal or equitable right of setoff against any person who becomes indebted to the City during the provision of their services and may re-direct payments to otherwise due to such person towards repayment of outstanding amounts owed to the City. Note: 1. Adopted by Council at its meeting held on July 20, 21, 22, 2004, Report No. 5, Clause 8, Administration Committee. 2. Revised by City Council at its meeting of June 14, 15 & 16, 2005, Report No. 5, Clause 3.

POLICY

2.0 Application This policy shall apply to all calls and proposals issued by the City of Toronto’s Purchasing and Materials Management Division (PMMD). 3.0 Definitions “bid” means a formal price response to a call issued by the City; “bidder” means any person submitting a competitive bid in response to a call by the City; “call” means a solicitation from the City to external suppliers or providers to submit a tender or a quotation; "controlling interest" means the interest that a person has in a corporation when the person beneficially owns, directly or indirectly, or exercises control or direction

303 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 301: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

2

over, equity shares of the corporation carrying more than 10 per cent of the voting rights attached to all equity shares of the corporation for the time being outstanding; “debtors watch list” means a list of persons and or companies who are indebted to the City; “indebted” includes but is not limited to unpaid taxes, outstanding claims, judgements or executions, arrears of rent and any interest and penalty thereon owing by a person to the City; “parent" means a person who has demonstrated a settled intention to treat a child as a member of his or her family whether or not that person is the natural parent of the child; “person” shall include any individual, sole proprietorship, partnership, corporation or other entity with the legal capacity to contract; “procurement processes” includes any call or request issued by PMMD pursuant to Chapter 195, Purchasing, of the City of Toronto Municipal Code; “related person” means a parent or the spouse or any child of the person or any person or entity having an indirect pecuniary interest as set out in section 4.0; “request” means a solicitation from the City to external suppliers or providers to submit a proposal; “senior officer" means the chair or any vice-chair of the board of directors, the president, any vice-president, the secretary, the treasurer or the general manager of a corporation or any other person who performs functions for the corporation similar to those normally performed by a person occupying any such office; "spouse" means a person to whom the person is married or with whom the person is living in a conjugal relationship outside marriage. 4.0 Indirect pecuniary interest A person has an indirect pecuniary interest in any matter in which another person is concerned, if:

(a) the person or his or her nominee, (i) is a shareholder in, or a director or senior officer of the other person,

being a corporation that does not offer its securities to the public;

(ii) has a controlling interest in or is a director or senior officer of the other person, being a corporation that offers its securities to the public, or

(iii) is a member of the other person; or

304 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 302: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

3

(b) the person is a partner of the other person or is in the employment of the other person.

5.0 Right to Reject It shall be the policy of the City of Toronto that in any procurement of goods and services by the City, the City reserves the right to reject an offer to supply goods and/or services presented in response to the City’s procurement processes where the City determines that the person making the offer is in any way indebted to the City and in its sole discretion is of the opinion that it is in the City’s best interests that the offer be rejected. For the purpose of this section 5.0, “person making the offer” includes the person actually making the offer, whether as agent or principal, a person on whose behalf the offer is made and any related person. 5.1 Process All calls or proposals issued by PMMD on behalf of City Divisions shall include a copy of this policy. 5.2 Declaration PMMD shall be entitled to rely on the contents of the Debtors Watch List in making a determination of disqualification. 6.0 Determination of Disqualification The City Manager or designate shall have, in consultation with the Treasurer, the City Solicitor and the Division Head on whose behalf PMMD has issued a procurement process, the sole discretion to reject a bid on the basis of this policy in the best interests of the City. The Guidelines in Appendix ‘A’, attached, will be used by the City Manager in exercising his/her discretion under the policy. NOTE: On July 23, 2007 the City Manager delegated to the Treasurer, the authority to make the determination for rejection as described herein above in Section 6.0 and in Appendix A of this policy 6.1 Notification of Rejection Once a decision to reject a bid has been made by the City under sections 5.0 and 6.0 hereof, PMMD shall forthwith notify the affected person of the decision by way of a notice in writing delivered to the address provided by the person in the particular procurement process from which that the bid has been rejected, provided, however, that any such rejection is not conditional upon the delivery or receipt of such notice in writing.

305 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 303: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

4

7.0 Set-Off The Treasurer, in consultation with the City Solicitor, may choose to exercise any legal or equitable right of set-off against any person who becomes indebted to the City during the provision of their services and may re-direct payments otherwise due to such person towards repayment of outstanding amounts owed to the City. 8.0 Where a disqualified person is otherwise the lowest bidder whose bid meets the specifications and requirements set out in the call or request, such bid will be referred to a standing committee of council in accordance with the provisions of Schedule 195, Purchasing, of the Municipal Code.

Attachments

APPENDIX A – GUIDELINES IN REPSECT OF THE CITY’S RIGHT TO REJECT DEBTORS AND SET OFF POLICY

CONTACT

Should you have any questions please contact the Purchasing and Materials Management Division

. In the event that further interpretation is required, please contact the Manager, Corporate Purchasing Policy & Quality Assurance at 392-0387 or Supervisor, Policy, Training & Technology at 392-1305

306 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 304: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

5

Appendix A

Guidelines in Respect of the City’s Right to Reject Debtors and Set Off Policy (The “Policy”)

The following are guidelines for the City Manager to consider when, in consultation with the City Solicitor, the Treasurer and the Division Head, to determines whether to exercise his/her discretion to reject a debtor under the Policy. The City Manager may consider any individual guideline or any combination of guidelines to determine the application of the Policy.

(1)

Size of the indebtedness

The policy should only be applied in situations where the amount of the indebtedness is significant in relationship to the contract under consideration.

The suggested size of the indebtedness that would trigger possible application of the policy is 10% of the amount bid.

(2)

Age of the indebtedness

The policy should be applied in situations where the age of the indebtedness is significant. The suggested age of the indebtedness that would trigger possible application of the policy is 90 days overdue or more. The policy may also be applied where the debtor has a chronic pattern of late payment.

(3)

The nature of the indebtedness

Where the nature of the indebtedness is a legal claim or a claim to rectify previous deficiencies, the policy should be applied in those circumstances where the claim is significant in size (see 1.) If the contractor in question has a track record of settling cross claims in a manner acceptable to staff, it would be inappropriate to use the policy. It may be quite appropriate to exercise the policy with a debtor that has a chronically poor record with the City with respect to payment of accounts or where the debtor has a chronic history of claims.

(4)

Other Avenues Available to Correct the Indebtedness

The denial of City business is one of many avenues that the City has to encourage the payment of outstanding accounts. In a situation where the City

307 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 305: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

6

has other strong collection tools available such as the disconnection of water or the tax sale of a property, it may be in the best interests of the City to award a contract if the bid is attractive enough and the risk of not collecting on outstanding accounts is low.

(5)

The Spread between the Debtors Low Bid and the Next Lowest Bid

In circumstances where the response submitted by the debtor is so attractive as compared to the next ranked response that the benefit of the award significantly outweighs the debt to the City, it may not be appropriate to decline the award. Care must be taken, however, in situations where the indebtedness is in the form of past claims for poor workmanship. In these situations, a low bid may indicate that the pattern of poor workmanship and resulting claims may continue.

308 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 306: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Purchasing & Materials Management Procedure

Restrictions on the Hiring and use of Former City of Toronto Management Employees for City Contracts

DATE: January 7, 2016

PAGE : 1 of 2

PURPOSE

To ensure that former management employees of the City or Toronto or its special purpose bodies ("Former Employees") who took part in a separation program or received a retirement package, are prohibited from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years starting from an employee's separation date. To monitor for other potential conflicts of interest or unfair advantage involving bidders or proponents who employ former employees who may be included on project work contracted by the City or its special purpose bodies within two years of their departure from employment with the City.

POLICY

A standard clause is to be inserted in all competitive procurement calls and requests issued by the City and its special purpose bodies, in order to advise companies, firms and individuals and ensure compliance with this policy. Accordingly, all respondents competing for a City of Toronto contract will be asked to identify, by name, any Former Employees now under their employ if: the employee terminated their employment with the City of Toronto or its special purpose bodies within two years of the date of bidding on the contract. Former Employees who took part in a Separation Program or Retirement Incentive are prohibited from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years starting from the employee’s separation date. This would include, but not be limited to, for example, the following roles: • As an independent contractor/consultant; • As a contractor/consultant on City project work for a company/firm (but, the firm may compete); or

• As a contractor/consultant on City project work for a company/firm that has been sub-contracted by another company/firm.

In addition, irrespective of whether a Former Employee was part of a separation or retirement benefit, there are many potential situations of conflict of interest or unfair advantage that may arise where a Former Employee is to be included on project work contracted by the City within two years following their departure from employment with the City. Those situations may include:

(i) A potential breach of confidential City information/intellectual property;

(ii) The potential use of insider information on City plans or strategies;

309 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 307: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

(iii) The potential of undue influence in the evaluation of bids/proposals; and

(iv) The creation of an unlevel playing field among bidders/proponents.

A Former Employee or their company/firm employing may also be limited or prevented from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years where the City deems there to be a conflict of interest or unfair advantage. Notes: (1) Adopted by Council at its meeting of February 4, 5, & 6, 1998, Report No. 2, Clause No. 2 of the Strategic Policies and Priorities Committee, and (2) Revised by City Council at its meeting of November 26, 27, 28, 2002, Report No. 14, Clause No. 6, Administration Committee.

PROCEDURES

(1) The above policy will be included in all applicable competitive procurement

calls/requests issued by the Purchasing and Materials Management Division.

(2) In addition, all applicable competitive procurement calls/requests issued by the Purchasing and Materials Management Division will include the following statement:

"Former City of Toronto management employees who took part in an separation program or received a retirement incentive are prohibited from participating in contracts directly or indirectly related to the City of Toronto and its special purpose bodies within the last two years.

Respondents are to state the name(s) of any former City of Toronto management employee(s) hired/used by your firm, if any, who have left the employ of the City or its special purpose bodies within the last two years.

Specify: ___________________________."

(3) This policy will be considered in the evaluation of all submissions received by the City of Toronto in addition to any other potential conflicts of interest and unfair advantages identified in the applicable competitive procurement call.

CONTACT

Should you have any questions, please contact the Purchasing and Materials Management Division. In the event that further interpretation is required, please contact the Manager, Corporate Purchasing Policy & Quality Assurance at 416-392-0387 or Supervisor, Policy, Training & Technology at 416-392-1305.

310 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 308: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

TORONTO LICENSING REQUIREMENTS

Attached is a listing of services and trades which require licensing.

Any firm (prime contractor, sub-contractor) performing or subcontracting any or all of the

services listed must be licensed and in good standing.

For further detailed information on Licenses please contact the call centre at 416-392-6700.

TRADES / SERVICES REQUIRING TORONTO LICENSES

BUILDING RENOVATORS:

- Bricklaying / Masonry - Shingling

- Carpentry - Waterproofing

- Flat Roofing - Concrete Work

- Plastering - Eavestroughing

- Tile Setting - Manufacture & Installation of Cabinets and Vanities

- Drywall / Taping - Installation of Aluminum Products

- Tuck Pointing - Underpinning

OTHER TRADES:

- Insulation Installer - Heating Contractor

- Building Cleaner - Exterior - Plumbing and Heating Contractor

- Sign Painter - Plumbing Contractor

- Chimney Repairperson - Drain Contractor

MISCELLANEOUS:

-Auctioneer

Revised August 7, 2009

311 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 309: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT

Tender No.:_______________________________ Bidder’s Name:________________________

The City of Toronto Environmentally Responsible Procurement Policy encourages bidders to also offer products/services which are environmentally preferred. Environmentally preferred products/services offered must be competitive in cost, conform to specifications, performance requirements and, be suitable for the intended application as determined by the using division(s). Environmentally preferred products/services are those such as durable products, reusable products, energy efficient products, low pollution products/services, products (including those used in services) containing maximum levels of post-consumer waste and/or recyclable content, and products which provide minimal impact to the environment. An environmentally preferred product is one that is less harmful to the environment than the next best alternative having characteristics including, but limited to the following:

1. Reduce waste and make efficient use of resources: An Environmentally Preferred Product would be a product that is more energy, fuel, or water efficient, or that uses less paper, ink, or other resources. For example, energy-efficient lighting, and photocopiers capable of double-sided photocopying.

2. Are reusable or contain reusable parts: These products such as rechargeable batteries,

reusable building partitions, and laser printers with refillable toner cartridges.

3. Are recyclable: A product will be considered to be an Environmentally Preferred Product if local facilities exist capable of recycling the product at the end of its useful life.

4 Contain recycled materials: An Environmentally Preferred Product contains post-consumer

recycled content. An example is paper products made from recycled post-consumer fibre.

5. Produce fewer polluting by-products and/or safety hazards during manufacture, use or disposal: An Environmentally Preferred Product would be a non-hazardous product that replaces a hazardous product.

6. Have a long service-life and/or can be economically and effectively repaired or upgraded. Bidders shall if requested, provide written verification of any environmental claims made in their bid/proposal satisfactory to the City of Toronto within five(5) working days of request at no cost to the City. Verification may include, but not be limited to, certification to recognized environmental program (e.g., Environmental Choice Program [ECP]), independent laboratory tests or manufacturer’s certified tests. Only proven environmentally preferred products/services shall be offered. Experimental or prototype products/services will not be considered. For a copy of the City of Toronto Environmentally Responsible Procurement Policy, contact the Purchasing and Materials Management Division at (416) 392-7303 or (416) 392-0387. State if environmentally preferred products/service is being offered: YES______ NO______ State briefly the environmental benefit of the product/service offered: ________________________________________________________________________________ __________________________________________________________________________

312 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 310: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

Contractor Performance Evaluation 1

START DATE:

COMPLETION DATE: U I ME EE EX N/A

A. sub-score 25%1.

2.

3.

B. sub-score 25%1.

2.

3.

C. sub-score 12.5%

1.

2.

3.

4.

5.

6.

7.

8.

9.

D. sub-score 25%1.

2.

3.

4.

5.

6.

7.

8.8.1

8.2

8.3

8.4

8.5

8.6

E. sub-score 12.5%

1.

2.

3.

4.

5.

6.

7.

NOTE: If the contractor disagrees with this evaluation, it is to submit its objections in writing with supporting evidence within five (5) business days to the Division

Manager (for Interim Reports) or to the Division Director (for Final Reports)

version 1.2 - Feb 25-15

Did a person with decision-making authority represent the contractor at pay/progress meetings?

QUALITY - Compliance with Contract Standards & Specifications

Did the contractor commence the work on time?

Did the contractor promptly & effectively correct defective work as the project progressed?

Did the contractor submit a satisfactory baseline schedule in compliance with the contract?

Did the contractor comply with standards and specifications in the contract?

ORGANIZATION - Work Plan and Management

Did the contractor take adequate precautions with any hazardous materials and designated substances?

CONTRACTOR:

PROJECT NAME:

SAFETY & COMPLIANCE - Laws & Standards CONTRACT VALUE:

DESCRIPTION:

Was the quality and workmanship in compliance with the contract documents?

3.00

3.00

Did the contractor adhere to environmental, (non-OHSA) safety requirements, and other laws & policies?

For definitions refer to Backup sheets

Ranking

Did the contractor complete the project on time?

Accurate and complete record documents (as-builts)

Did the contractor effectively coordinate and manage the work of its subcontractors?

Secure and/or closed applicable municipal permits

Did the contractor comply with OHSA requirements?

Did the contractor submit schedule updates in accordance with the contract?

Did the contractor provide adequate & competent site supervision?

3.00

Did the contractor adequately staff and resource the project in compliance with the contract?

Did the contractor keep the site clean and free of trash and debris in compliance with the contract?

CONTRACT No.:

Did the contractor promptly comply with change orders, change directives, site instructions, and RFQs?

Weight

Weight

Weight

Weight

Weight

Did the contractor submit accurate, complete invoices in a timely manner?

Date

Project Manager:

SignatureName (Print or Type)

Director: (required for Final only)

Did the contractor coordinate to minimize disruption to the public and City operations?

Manager:

Total Score (weighted)

DATE:

Did the contractor submit timely, relevant requests for information (RFIs) as needed?Were shop drawings submitted according to shop drawing schedule and in compliance with the contract?EXECUTION - Work Performance

3.00

Did the contractor adequately address disputes, damages and claims with third parties to City PM's knowledge?

Look ahead schedules or work plans

Did the contractor seek authorization to perform extra or additional work?

3.00

3.00

Did the contractor follow the approved schedule and meet milestones?Did the contractor provide effective quality control?

Was the quality and submission timelines of the following items acceptable?

Did the contractor provide competitive change order pricing?Did the contractor accept responsibility for the full scope and extent of the contract?

Did the contractor participate in resolving project problems and display initiative to implement solutions?Did the contractor demonstrate accountability for problems for which they where responsible?

Complete operations and maintenance manuals and closeout documents

Did the contractor communicate, cooperate, collaborate with the contract administrator, project team & stakeholders?

Training plan and manualsStartup testing and commissioning reports

ADMINISTRATION - Contractor Performance and Diligence

Interim #

Final

Page 1 of 1313 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT

Page 311: Pages Section 1 – Tender Process Terms and … 1 – Tender Process Terms and Conditions Tender Call No. 194-2016 Contract No. N/A PMMD V 5.13 – 2015.12.08 Page 1-1 1. Definitions

IMPORTANT - PLEASE READ THIS

It is important to the City of Toronto to receive a reply from all invited Bidders. There is no obligation to submit a Bid; however, should you choose not to submit, completion of this form will assist the City in determining the type of services you are interested in submitting a Bid in the future. INSTRUCTIONS:

If you are unable, or do not wish to submit a Bid on this Request for Tender, please complete the following portions of this form. State your reason for not submitting a Tender by checking applicable box(es) or by explaining briefly in the space provided. It is not necessary to return any other Request for Tender documents. 1. We do not offer this service. Other reasons or additional comments. 2. We do not offer services to these requirements. 3. Unable to offer services competitively. 4. Cannot handle due to present commitments. 5. Quantity/project too large. 6. Cannot meet delivery/completion requirements. 7. Tender restrictions. Do you wish to participate in Request for Tenders for services in the future? YES ____ NO ____

For City’s use only - Do not write in this space. Company Name:

Address:

Signature of Company Representative:

Position:

Date: Tel. No.: Fax No.:

Please return completed form by facsimile to 416-397-7779 or by e-mail to [email protected]

NOTICE OF “NO BID”

TENDER #: 194-2016

CLOSING DATE: May 19, 2016

314 of 314

VIE

WIN

G COPY

DO NOT S

UBMIT