The Regional Municipality of Waterloo

Contract T2016-118

Cambridge Centre Terminal 381 Hespeler Road Cambridge, Ontario

THE REGIONAL MUNICIPALITY OF WATERLOO BID NO. T2016-118

TABLE OF CONTENTS

Page

BIDDER'S CHECK LIST 1

SECTION A INSTRUCTIONS TO BIDDERS A-1 to A-15

SECTION B BID B-1 to B-13

ENVELOPE TEMPLATE

SECTION C SUPPLEMENTAL GENERAL CONDITIONS C-1 to C-27

SECTION D SPECIAL PROVISIONS D-1 to D-2

SECTION E TECHNICAL SPECIFICATIONS E-1 to E-319

APPENDIX 1 DRAWING PACKAGE (To be downloaded as a separate attachment – 56 pages)

APPENDIX 2 GEOTECHNICAL INFORMATION (To be downloaded as a separate attachment – 35 pages) CAMBRIDGE CENTRE TERMINAL T2016-118

BIDDER'S CHECK LIST

Before submitting your bid, check the following points:

1. Has your bid been properly signed? ______

2. Have you enclosed the bid deposit, ie. certified cheque or bid bond? ______Please note that Bid Deposit shall be valid for at least 120 days from bid closing

3. Have you enclosed the Agreements to Bond, signed and sealed by your proposed surety? ______

4. Have you listed all listed Subcontractors? ______

5. Have you provided one copy of the bid form (Section B)? ______

6. Are the documents complete? ______

NOTE: Your bid will be informal and may be disqualified if ANY of the foregoing points (if applicable) have not been complied with.

MAKE SURE THAT YOU SEAL THE BID IN AN .

CAMBRIDGE CENTRE TERMINAL T2016-118

SECTION A

INSTRUCTIONS TO BIDDERS

CAMBRIDGE CENTRE TERMINAL T2016-118

INDEX PAGE

SECTION A INSTRUCTIONS TO BIDDERS

1. DEFINITIONS ...... 1 2. CLOSING DATE AND TIME ...... 1 3. DESIGNATED OFFICIAL ...... 1 4. BID DOCUMENTS ...... 1 5. TAXES ...... 1 6. CLAIMS OR LITIGATION ...... 2 7. BIDDER’S MEETING ...... 2 8. BID SUBMISSION ...... 3 9. ADDENDA ...... 4 10. BID DEPOSIT ...... 4 11. PERFORMANCE AND LABOUR AND MATERIALS PAYMENT BONDS ...... 6 12. SUBCONTRACTORS ...... 6 13. CONTRACT REQUIREMENT ...... 6 14. BID ACCEPTANCE ...... 7 15. DISQUALIFICATION OF BIDS ...... 8 16. WITHDRAWAL OF BIDS PRIOR TO BID CLOSING ...... 8 17. WITHDRAWAL OF BIDS DURING BID OPENING ...... 9 18. CONFLICT OF INTEREST ...... 9 19. FREEDOM OF INFORMATION ...... 9 20. COLLUSION AND PRICE FIXING ...... 10 21. SUBMISSION FROM AFFILIATED PARTIES ...... 10 22. ENTIRE AGREEMENT ...... 11 23. DISPUTE RESOLUTION ...... 11 24. OTHER APPROVALS ...... 12 25. ALTERNATE PRICES ...... 12 26. PROVISIONAL PRICES ...... 12 27. REGION OF WATERLOO LABOUR TRADES OBLIGATIONS ...... 12 28. EXCLUSION OF LIABILITY ...... 13 29. QUANTITIES ARE PROVISIONAL ...... 14 30. TRAFFIC MANAGEMENT ...... 14

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

1. DEFINITIONS The definitions contained in the Supplemental General Conditions and the General Conditions apply to this Section A, Instructions to Bidders.

2. CLOSING DATE AND TIME (a) Bidders shall be solely responsible for the delivery of their bids in the manner and time prescribed herein.

(b) Bids for T2016-118 Cambridge Centre Terminal will be received until 2:00:59 p.m. on March 24, 2016 at The Region of Waterloo, Procurement Office, Reception Desk, 4th Floor, 150 Frederick Street, Kitchener, Ontario N2G 4J3.

(c) The time of 2:00:59 p.m. will be determined based on the wall clock located at The Region of Waterloo, Procurement Office, Reception Desk, 4th Floor, 150 Frederick Street, Kitchener, Ontario N2G 4J3. Bids / proposals received at 2:01:00 p.m. or later will be deemed to be late and non-compliant.

(d) Bids shall be enclosed and sealed in an envelope with the envelope template provided affixed securely to the front of the envelope.

(e) Bids will be opened in public immediately at 2:30 p.m. on March 24, 2016 in the Procurement Office at 150 Frederick Street.

3. DESIGNATED OFFICIAL (a) Questions, clarifications, or interpretations regarding this bid shall be requested in writing and shall only be directed to: Aaron Dooling, Buyer, 519-575-4475, [email protected]

(b) The deadline for questions is Thursday, March 17, 2016. Any questions received after this time will not be addressed.

4. BID DOCUMENTS Bid documents are only published on the Region’s website https://bids.regionofwaterloo.ca.

5. TAXES With the exception of HST, the successful bidder shall pay government sales taxes, customs duties and excise taxes with respect to the contract and in its bid shall have taken into account all current legislation respecting such taxes and duties.

A-1

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

6. CLAIMS OR LITIGATION (a) The Region of Waterloo will not open and consider bids received from parties with whom the Region is in litigation or pending litigation unless approval allowing such is obtained by the bidder from the Council of the Region of Waterloo prior to the close of the bid.

(b) Bids which are unopened pursuant to this policy will be returned to the bidders and no contract in regard to the bid process will be created as between the bidder and the Region of Waterloo.

(c) The terms “litigation” and “pending litigation” are defined in the Region’s Purchasing By-law.

(d) In order to obtain approval from Council of the Region to open and consider a bid, the bidder, before the close of the bid, must contact the Regional Clerk and the Manager, Procurement in writing at least one (1) week before the next regularly scheduled Council meeting, setting out the bidder’s request and any grounds to support the request. The bidder’s request will then be presented to Council for its consideration.

(e) The Regional Clerk and the Manager, Procurement may be contacted at:

Regional Clerk's Office 150 Frederick Street, 2nd Floor Kitchener, ON N2G 4J3 Fax (519) 575-4481

(f) Information on the regularly scheduled Council meetings can be found at http://www.regionofwaterloo.ca/en/regionalgovernment/agendasminutes.

7. BIDDER’S MEETING (a) The bidder must carefully examine the site of the work before submitting the bid, either personally or through a representative and be satisfied as to the nature and location of the work, local conditions, soil structure and topography at the site of the work, the nature and quality of the materials to be used, the equipment and facilities needed preliminary to and during the prosecution of the work, the means and access to the site, on-site accommodation, all necessary information as to risks, contingencies and circumstances as may affect the bid, and other matters which can in any way affect the work under the contract. (b) The bidder is fully responsible for obtaining all information required for preparation of the bid and for execution of the work. It shall be the responsibility of the successful bidder to provide all of the necessary materials and labour required to fully satisfy the intent of this contract and to complete the works.

A-2

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

(c) A pre-bid meeting will be held at the Cambridge Centre (355 Hespeler Road) in the parking lot beside the Credit Union building on Wednesday, March 9th at 10:00am. This meeting is not mandatory; however, the Region may not provide another opportunity to inspect the site.

8. BID SUBMISSION (a) Each bid must include a completed Section B, an Agreement to Bond from a surety licensed by law to do business in the Province of Ontario, and a bid deposit in the amount required herein, together with any other documents / information required herein.

(b) Submissions must be submitted on the forms provided in the bid documents and bear an original signature, not a photocopy or facsimile.

(c) Bidders are cautioned against qualifying their submission in any manner whatsoever, as this may result in their submission being rejected.

(d) Care should be exercised in reading and completing all bid submission requirements as failure to comply with such may disqualify your submission.

(e) Erasures and alterations must be initialed in ink by the signing authority.

(f) Bid submissions which are illegible, incomplete, unbalanced, uncertain, include extraneous conditions, are obscure or contain irregularities of any kind may be rejected.

(g) All prices in the bid are to be in Canadian funds.

(h) Each bid must be properly signed by an authorized official or principal who has authority to bind the bidder.

(i) The bidder must give the bid price in figures and, except as is otherwise specifically permitted in the Bid Document, shall fill in all blank spaces for unit prices, lump sums, time for completion and other information in the bid submission.

(j) The prices bid in the bid submission must include for the supply of all labour, materials, tools, equipment, machinery, supervision and other services necessary to do and complete the works, all in accordance with the requirements of the Bid Documents, whether or not specifically stated in the Bid Documents.

(k) It is the intention of the Bid Documents to require new, finished work. Any items omitted therefrom which are clearly necessary for the completion of

A-3

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

the work or its appurtenances will be considered a portion of the work though not directly specified or shown on the drawings.

9. ADDENDA (a) If a bidder finds discrepancies in or omissions from the Bid Documents, or if they are in doubt as to their meaning, the bidder shall notify the Region of Waterloo.

(b) The Region of Waterloo reserves the right, for any reason, to issue addenda to the bidders at any time prior to bid closing. Addenda issued during the bidding period shall be allowed for by the Bidder in submitting the bid.

(c) Any information or changes to the requirements for this bid opportunity will be posted on the Region of Waterloo’s website https://bids.regionofwaterloo.ca in the form of an addendum. All addenda posted prior to the closing date shall be considered part of the contract documents. When an addendum is issued, the Region will attempt to send a notification email to all registered plan takers with a link to the addendum. The Region makes no promise or guarantees that addenda will be delivered by any means to any bidder nor is the Region responsible for computer malfunctions or delays; therefore, it is the bidder’s sole responsibility to check the website for any addenda prior to bid closing. By submitting a bid the bidder acknowledges and agrees that they have checked the website and that their bid incorporates all addenda.

(d) No addenda will be issued within 48 hours of the closing date except to extend or cancel the bid.

10. BID DEPOSIT (a) Each bid must be accompanied by: (i) certified cheque; (ii) bid bond from a surety licensed by law to do business in the Province of Ontario; (iii) letter of credit; or (iv) other forms of security acceptable to the Region of Waterloo at its sole discretion;

made payable to the Region of Waterloo, which shall be valid for at least one hundred and twenty (120) days from bid closing , in the amount of at least 10% and must be enclosed in the bid envelope.

(b) The bid deposits of all but the two lowest compliant bidders will be returned after the award of the contract.

(c) The bid deposits of the two lowest compliant bidders will be retained until: (i) a bid has been accepted; A-4

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

(ii) the Performance Bond; (iii) the Labour and Materials Payment Bond, (both, to be issued from a surety licensed by law to do business in the Province of Ontario); (iv) Workplace Safety and Insurance Board (WSIB) Clearance Certificate (if applicable); (v) proof of compliance with sales tax requirements (vi) executed contract; and (vii) the other documents required herein;

have been furnished to the satisfaction of the Region of Waterloo.

(d) After the execution of the Contract and the receipt by the Region of Waterloo of the Performance Bond and the Labour and Materials Payment Bond, cash, or other acceptable security, and the other documents required herein, the bid deposit of the successful bidder will be returned.

(e) If a bidder has not been requested by the Region of Waterloo to execute the Contract one hundred and twenty (120) days from bid closing or if the Region of Waterloo has not issued to the bidder a written order to commence work within the said one hundred and twenty (120) days from bid closing, the bidder’s deposit will be returned, except as otherwise provided herein.

(f) The Region of Waterloo may, at its discretion: (i) cash a bid deposit cheque and deposit the proceeds to its account, without prejudice to the ultimate disposition of such bid deposit as provided for herein; (ii) return a bid deposit to a bidder at an earlier time than provided for herein; or (iii) return a bid deposit to a bidder on receipt from the said bidder of an alternative security acceptable to the Region of Waterloo in lieu of the said bid deposit;

and no such action shall prejudice the validity of the bid or signify any intention with respect to the bid to which such bid deposit relates.

(g) Except as otherwise herein provided the bidder guarantees that if the bid is withdrawn: (i) after the closing time for the submission of bids; (ii) before or after the bidder has been notified that the bid has been recommended to the Council of the Region of Waterloo for acceptance; or (iii) that if the Region of Waterloo does not for any reason receive within the period of fourteen (14) days as stipulated and as required herein, the Contract executed by the bidder, the Performance Bond and the Labour and Materials Payment Bond from a surety licensed by law to do business in the Province of Ontario, executed by the

A-5

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

bidder and the surety company, or other acceptable security and the other documents required herein;

without prejudicing any cause of action or right of the Region of Waterloo as against the bidder, the Region of Waterloo may retain the bid deposit for the use of the Region of Waterloo and may: (iv) accept any bid; (v) advertise for new bids; (vi) negotiate a contract; or (vii) not accept any bids;

as the Region of Waterloo may deem advisable.

11. PERFORMANCE AND LABOUR AND MATERIALS PAYMENT BONDS (a) When the contract is signed, the successful bidder must furnish:

i. a Performance Bond from a surety licensed by law to do business in the Province of Ontario for 50% of the amount of the Contract Price plus HST, or 50% of the amount of the Contract Price plus HST in cash or acceptable security; and

ii. a Labour and Materials Payment Bond issued from a surety licensed by law to do business in the Province of Ontario for 50% of the amount of the Contract Price plus HST, or 50% of the amount of the Contract Price plus HST in cash or acceptable security.

(b) Such security, whether in the form of a bond, cash or letter of credit, will be held for the warranty period.

12. SUBCONTRACTORS (a) The bidder shall list the name of each Subcontractor or supplier for each item listed in Section B used in making up their bid. Only one Subcontractor or supplier shall be named for each item listed. A bidder may state “own forces” if it intends to carry out the item with its own labour and machinery.

(b) A failure to name a Subcontractor, supplier and/or “own forces” for all listed items of work, as applicable, shall disqualify a bid.

13. CONTRACT REQUIREMENT (a) The accepted bidder will be required to enter into the contract with the Region of Waterloo.

(b) The bidder agrees that, if requested so to do by the Region of Waterloo or anyone acting on its behalf within one hundred and twenty (120) days from bid closing, the bidder will execute all copies of the Contract provided

A-6

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

and return it to the Region of Waterloo within fourteen (14) days after being so requested.

(c) If the Bidder has not been requested to execute the Contract or if the Bidder has not received the written order to proceed one hundred and twenty (120) days from bid closing, then the Contract between the bidder and the Region of Waterloo may be voidable by either party through written notice.

14. BID ACCEPTANCE (a) This bid is irrevocable and open to acceptance by the Council of the Region of Waterloo up to and including, but not after 60 calendar days after the bid closing.

(b) The lowest or any bid will not necessarily be accepted.

(c) The Region of Waterloo reserves the right to reject any or all bids, including without limitation the lowest bid, and to award the contract to whomever the Region of Waterloo in its sole and absolute discretion deems appropriate, notwithstanding any custom of the trade to the contrary nor anything contained in the bid and Contract Documents.

(d) The Region of Waterloo shall not, under any circumstances be responsible for any costs incurred by any bidder in the preparation of its bid.

(e) Without limiting the generality of the foregoing, the Region of Waterloo reserves the right, in its sole and absolute discretion, to accept or reject any bid which in the view of the Region of Waterloo is incomplete, obscure, or irregular; uncertain, which has erasures or corrections in the documents, which contains exceptions, variations or qualifications; which omits one or more prices, which contains prices the Region of Waterloo considers unbalanced or which is accompanied by a bid bond or Consent of Surety issued by a surety not acceptable to the Region of Waterloo; or which otherwise fails to comply with the requirements herein.

(f) The Region of Waterloo in its sole and absolute discretion, reserves the right at any time to re-bid or cancel the tender, or negotiate a contract for the whole or any part of the project or tender with any one or more persons whatsoever, including one or more of the bidders.

(g) The Region of Waterloo reserves the right to communicate with one or more bidders following the bid close to clarify elements of the bids.

(h) In the event of a tied bid, the Region of Waterloo may evaluate and accept a bid, in its absolute and sole discretion, based upon experience, efficiencies or cost considerations other than price. In the event of a tied

A-7

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

bid, the Region of Waterloo also reserves the right in its sole and absolute discretion to flip a coin as between the tied bidders or to cancel and re- issue the bid.

15. DISQUALIFICATION OF BIDS (a) The bid must be legible in ink or typewritten and all items must be bid.

(b) Bids which are incomplete, unbalanced, conditional, or obscure, or which contain erasures or alterations not properly initialed, or irregularities of any kind, may be disqualified at the sole discretion of the Region of Waterloo.

(c) Whenever there is a discrepancy between the Schedule of Unit Prices and the total price as listed in the Summary of Prices, the total price shall prevail and the bidder shall be bound accordingly.

(d) If a bidder has omitted to enter a price for an item of work set out in the Bid Document, the bidder shall, unless the bidder has specifically stated otherwise in the bid, be deemed to have allowed elsewhere in the bid for the cost of carrying out the said item of work and unless otherwise agreed to by the Region of Waterloo, no increase shall be made in the total bid price on account of such omission.

(e) Should the Region of Waterloo consider non-compliance with the formal requirements of the bid to be minor in nature, it reserves the right to waive such requirements at its sole discretion.

(f) Bidders who have submitted bids that have been disqualified by the Region of Waterloo because of informalities will be notified.

16. WITHDRAWAL OF BIDS PRIOR TO BID CLOSING (a) A bidder who has submitted a bid may request that their bid be withdrawn. The withdrawal shall only be allowed if the request is made before the closing time for the submission of bids. Withdrawal requests must be directed to the designated official by letter, telegram, fax or in person. Telephone requests will not be considered.

(b) When withdrawals are made in person, the official receiving bids shall obtain a signed withdrawal form confirming the details. If the person is other than a senior official of the bidder, and for letter, telegram or fax withdrawals, the authenticity of the request must be confirmed by telephoning a responsible official of the bidder.

(c) Bids confirmed as withdrawn prior to being placed in the bid , shall be returned unopened to the bidder.

(d) Withdrawal notices received after the bid has been deposited shall, together with the confirmation of withdrawal, be placed in the bid box. A-8

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

These bids are dealt with at the opening by announcing that the bid was withdrawn. The bid amount of a withdrawn bid shall not be read out.

(e) The withdrawal of a bid does not disqualify a bidder from submitting another bid on the same contract.

17. WITHDRAWAL OF BIDS DURING BID OPENING (a) When bids for several different contracts are being opened at the same bid opening, at the conclusion of the reading out of bids, the low bidder on that bid may withdraw any of their remaining bids for the contracts yet to be opened. Bids withdrawn under this procedure cannot be reinstated.

(b) If more than one bid is read out under the same name for the same contract and no withdrawal notice has been received, the bid contained in the envelope bearing the latest date and time stamp will be considered the intended bid, and any others shall be considered withdrawn and returned to the bidder in the usual manner.

18. CONFLICT OF INTEREST (a) The bidder declares that no member of the Council of the Region of Waterloo and no officer or employee of the Region of Waterloo will become interested directly or indirectly as a contracting party, partner, shareholder, surety, or otherwise in or in the performance of the Contract or in the supplies, work or business to which it relates, or in any portion of the profits thereof, or in any of the money to be derived therefrom.

(b) Should the bidder believe that a conflict of interest or potential conflict of interest exists, the bidder must disclose this information to the Region of Waterloo prior to the acceptance of the bid. The Region of Waterloo may, at its sole discretion, withhold acceptance of the bid until the matter is resolved to the Region of Waterloo's satisfaction.

(c) The Region of Waterloo may disqualify a bid if it believes that a conflict of interest or potential conflict of interest exists or it may, at it is sole discretion, allow a conflict of interest or potential conflict of interest to exist if it is satisfied that there are adequate safeguards in place and if the Region of Waterloo determines that it is in its best interests to do so.

19. FREEDOM OF INFORMATION The bidder acknowledges that any bid submitted shall become a record belonging to the Region of Waterloo and therefore is subject to the Municipal Freedom of Information and Protection of Privacy Act. This provincial law gives individuals, businesses and other organizations a legal right to request records held by the Region of Waterloo, subject to specific limitations. The bidder should be aware that it is possible that any records provided to the Region of Waterloo, including but not limited to, pricing, technical specifications, drawings, plans, audio-visual materials or information about staff, parties to the bid or suppliers A-9

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

could be requested under this law. If the bidder believes that all or part of the bid should be protected from release, the relevant parts should be clearly marked as confidential. Please note that this will not automatically protect the submission from release, but it will assist the Region of Waterloo in making a determination on release if a request is made. The identity of all bidders, as well as total bid prices, may be available to the public under the Region of Waterloo’s Purchasing By-law.

20. COLLUSION AND PRICE FIXING (a) By submitting a bid, the bidder certifies that: (i) The prices in the bid have been arrived at independently of those of any other bidder; (ii) The prices in the bid have not been knowingly disclosed by the bidder, and will not knowingly be disclosed by the bidder prior to selection of the successful bidder, directly or indirectly, to any other bidder or competitor; and (iii) 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.

(b) The Region of Waterloo may disqualify a bid if it believes that any of the prohibited acts in (a) have occurred.

21. SUBMISSION FROM AFFILIATED PARTIES (a) The Region of Waterloo shall not allow more than one bid from affiliated parties. As such, the bidder declares that no other affiliated party has or will submit a bid to the Region of Waterloo for this Contract.

(b) If affiliated parties submit more than one bid for this Contract then all such bids of the affiliated parties shall be disqualified.

(c) The Region of Waterloo shall not allow a bid from a bidder that is affiliated to the Engineer/Contract Administrator. If the bidder is affiliated with the Engineer/Contract Administrator then its bid shall be disqualified.

For the purposes of this section: (i) one corporation is affiliated with another corporation if one of them is the subsidiary of the other or both are subsidiaries of the same corporation or each of them is controlled by the same person; (ii) a corporation is a subsidiary of another corporation if it is controlled by that other corporation; (iii) if two corporations are affiliated with the same corporation at the same time, they are deemed to be affiliated with each other; (iv) a partnership or sole proprietorship is affiliated with another partnership, sole proprietorship or a company if both are controlled by the same person; (v) a corporation is controlled by a person if securities of the corporation to which are attached more than fifty per cent of the A-10

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

votes that may be cast to elect directors of the corporation are held, directly or indirectly, whether through one or more subsidiaries or otherwise, otherwise than by way of security only, by or for the benefit of that person, and the votes attached to those securities are sufficient, if exercised, to elect a majority of the directors of the corporation; and (vi) a partnership is controlled by a person if the person holds an interest in the partnership that entitles the person to receive more than fifty per cent of the profits of the partnership or more than fifty per cent of its assets on dissolution.

22. ENTIRE AGREEMENT (a) The Bid Documents contain all the terms and conditions and requirements relating to the Contract.

(b) Any other information, including but not limited to: (i) verbal communications with any person including an elected official, officer, employee, agent or consultant of the Region of Waterloo; (ii) written documentation from any source including from an elected official, officer, employee, agent or consultant of the Region of Waterloo; (iii) past practices or qualifications accepted by the Region of Waterloo for prior bids; and (iv) any industry customs, are not relevant and should not be relied upon by the bidder unless such is specifically incorporated into the Bid Documents, or any addendum thereto, by the Region of Waterloo.

23. DISPUTE RESOLUTION (a) If the bidder has any complaint, disagreement or dispute whatsoever in regard to the manner in which the Region of Waterloo, its elected officials, officers, employees, or its consultants and advisors, has or is carrying out the bid which cannot be resolved then the bidder shall submit its complaint, disagreement or dispute in writing to the Region of Waterloo’s Chief Financial Officer as soon as practicable and the Region of Waterloo’s Chief Financial Officer shall investigate the complaint, disagreement or dispute forthwith and provide a written report as he or she deems necessary to the bidder with the results arising from such.

(b) Any conclusions and recommendations of a written report from the Region of Waterloo’s Chief Financial Officer will be implemented, as necessary, in the bid unless such conclusions and recommendations are no longer possible because the bid has been awarded or for any other reason, in which , the conclusions and recommendations will be considered and implemented, as necessary, by the Region of Waterloo for future bids.

A-11

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

24. OTHER APPROVALS (a) The acceptance of any bid may be conditional upon the approval of the Ministry of the Environment, City of Cambridge Site Plan and Building Permit approvals, and the Grand River Conservation Authority.

(b) The acceptance of any bid may be conditional upon the approval of a Licence Agreement being entered into with Devcam (the Mall) and The Region of Waterloo.

(c) The Region of Waterloo, its elected officials, officers and employees shall not be liable to any bidder for any claim whatsoever in the event that any approval required for the project is not granted, and the bid is cancelled as a result.

25. ALTERNATE PRICES Alternate prices may be discarded or incorporated, as a whole and/or in part, into the bid price in the amounts indicated, at the absolute discretion of the Region of Waterloo and may be used to determine the low bidder.

26. PROVISIONAL PRICES Provisional prices may be discarded or incorporated, as a whole and/or in part, into the bid price in the amounts indicated, at the absolute discretion of the Region of Waterloo and may be used to determine the low bidder.

27. REGION OF WATERLOO LABOUR TRADES OBLIGATIONS

(a) The bidder acknowledges that the Region is bound by the collective agreement between the Carpenters’ Employer Bargaining Agency and the Carpenters’ District Council of Ontario of the United Brotherhood of Carpenters and Joiners of America (the “Union”) in the Industrial, Commercial and Institutional Sector (the “Provincial Collective Agreement”), which requires the successful bidder to be bound by the Provincial Collective Agreement, and employ only Union members to perform the work covered by the Provincial Collective Agreement, and contract or subcontract the work covered by the Provincial Collective Agreement only to contractors or subcontractors who are bound by the Provincial Collective Agreement. By submitting a bid, the bidder certifies and declares that it is bound by the Provincial Collective Agreement and that all applicable contractors and subcontractors of the bidder in regard to its bid who will be performing carpentry work as defined in the Provincial Collective Agreement are bound by the Provincial Collective Agreement as well. For greater certainty, the bidder must be bound by the Provincial Collective Agreement even if its contractors and subcontractors will be performing the carpentry work as defined in the Provincial Collective Agreement.

A-12

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

(b) The bidder shall provide proof to the Region in the form of a certificate from the Ministry of Labour or a letter from the Union to confirm that the bidder and any applicable contractor or subcontractor of the bidder is bound by the Provincial Collective Agreement within seven days of written demand by the Region. The failure to provide proof shall render the bidder’s bid to be non-compliant.

(c) Notwithstanding subparagraph (a) above, the Region will consider a bid from a bidder that is comprised of a joint venture of entities that includes a party or parties that are not bound by the Provincial Collective Agreement provided that: (i) At least one entity to the joint venture is an employer bound by the Provincial Collective Agreement save and except for an employer who performs either formwork, drywall, caulking, or resilient flooring as a majority of its contracted works. For the purposes of this subparagraph, the majority of contracted works shall be based on the employer’s revenue from all contracted works for the 12 month period prior to the applicable bid closing and the term ‘entity’ shall include an affiliation, group, or family of companies;

(ii) The joint venture bidder will employ only Union members to perform the work covered by the Provincial Collective Agreement, and contract or subcontract the work covered by the Provincial Collective Agreement only to contractors or subcontractors who are bound by the Provincial Collective Agreement;

(iii) The joint venture makes all parties to the joint venture joint and severally liable for any obligations and liabilities to the Region under the contract; and

(iv) One party to the joint venture is designated as the primary contact in regard to any communications with the Region.

The joint venture bidder shall provide satisfactory proof to the Region to verify the requirements of subparagraphs (b) within seven days of written demand by the Region. The failure to provide proof shall render the joint venture bidder’s bid to be non-compliant.

(d) A copy of the Provincial Collective Agreement can be found at www.labour.gov.on.ca.

28. EXCLUSION OF LIABILITY

The Bidder acknowledges and agrees that the Region of Waterloo may be required as part of this Bid to: A-13

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

(a) make certain determinations or rulings in regard to the Bidder’s compliance or another bidder’s compliance with the terms and conditions of the Bid; (b) exercise any discretion that it has reserved to itself in this Bid, or that it has by law; (c) make an award of the Bid whether to the Bidder or to another bidder; (d) cancel the Bid and re-bid the corresponding works in whole or in part at a later time; and/or (e) cancel the Bid and all corresponding works.

(hereinafter referred to as a “Decision”) in a manner or on grounds that the Bidder disagrees or disputes.

In this regard, the Bidder, by submitting a bid, acknowledges and agrees, notwithstanding any other terms and conditions of the Bid, any express or implied duties that the Region of Waterloo may owe the Bidder, including without limitation any implied duty of fairness, or any remedies available to the Bidder at law or in equity, that its sole recourse and remedy against or in regard to the Region of Waterloo, its elected officials, officers, employees, or its consultants and advisors, arising from or related in any way to a Decision shall be in accordance with the Dispute Resolution paragraph of the Bid and that in NO EVENT shall the Region of Waterloo, its elected officials, officers, employees, or its consultants and advisors, be liable or responsible, in any way whatsoever, to the Bidder, its officers, directors, employees, consultants, subcontractors, suppliers, sureties or insurers, for any claims, actions, causes of action, contracts, damages, including without limitation direct, indirect, consequential, incidental, general, special or exemplary damages, any economic losses, any lost profits, lost opportunities, expenses, costs, including without limitation any expenses or costs to prepare a bid, or any other losses arising from or related in any way whatsoever to a Decision.

29. QUANTITIES ARE PROVISIONAL

The quantities shown for unit price items in the Form of Bid are provisional only and are for the sole purpose of establishing a dollar amount based on the unit rate. For any work done or materials supplied on a unit price basis, the Bidder will be paid for the actual measured quantities at the respective unit rates bid.

30. TRAFFIC MANAGEMENT

The Contractor shall be solely responsible for the supply, placement, maintenance and removal of all temporary traffic control measures within all

A-14

SECTION A – INSTRUCTIONS TO BIDDERS CAMBRIDGE CENTRE TERMINAL T2016-118

areas of the temporary work zone as defined in the Ontario Traffic Manual (OTM), Book 7. Traffic control measures include all signs, cones, beacons, flashing arrow boards and traffic control personnel required to comply with the requirements specified herein:

. All stop bars, crosswalks, hatching, arrows and school crossings must be delineated with 45 cm cones complete with retro reflective collars and placed in accordance with Ontario Traffic Manual (OTM), Book 7 requirements.

. The Contractor shall provide a service vehicle equipped with a directional arrow board conforming to Ontario Traffic Manual (OTM) specifications and two (2) rotating flashing amber lights, minimum. Cones and signs are to be placed around the work zone for safety and driver guidance in accordance with Ontario Traffic Manual (OTM), Book 7, Work Zone specifications. This practice will be strictly enforced by the Region of Waterloo and Inspector. When the TC12 is not visible to motorists at a distance of 150m or when speeds are greater than 70km/h a TC2-A will be required along with a TC3 and TC4 . All these signs must be on each service truck as per Book 7 requirements.

. Two (2) lanes of traffic must be maintained at all times with adequate flagging and delineation where necessary as described in the Ontario Traffic Manual (OTM), Book 7.

. Contractor to provide to the Region, copies of the Traffic Protection Plan that will be used by the work crews. The Region reserves the right to disallow any plans that do not conform to the Ontario Traffic Manual (OTM), Book 7 requirements.

A-15 SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

SECTION B

BID

SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

1.0 BID OFFER

BY: NAME:

ADDRESS:

TO: The Regional Municipality of Waterloo hereinafter called the "Region" or the “Region of Waterloo”.

FOR: Cambridge Centre Terminal

UNDER: BID No. T2016-118

B-2 SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

2.0 TIMING

The bidder, having carefully examined the site of the proposed work, and having read, understood and accepted the provisions, plans, specifications and conditions attached hereto, each and all of which forms part of this bid, agrees to start the work of the Contract on or before the expiration of 10 working days from the date of written instruction to do so.

Substantial Performance for this project is expected in a phased approach (Partial Substantial Completion) and has direct implications if not met (see section SGC 7 – GC 1.5 TIME IS OF THE ESSENCE, page C-5). Based on the Staging Drawing (C3.0), Partial Substantial Completion of the work shall be achieved by: Phase 1 and 2 - October 19, 2016 Phase 3 and 4 - November 23, 2016

3.0 LIST OF SUBCONTRACTORS

The following list of subcontractors whom the bidder proposes to retain for this Contract, and whose bids have been used in completing the bid, must be completed in full by the bidder. A bidder may also designate “Own Forces” where the bidder intends to carry out the works using its own equipment and employees. Only one subcontractor or “Own Forces” shall be named for each item of work as listed below. No deviation from this list will be permitted during the performance of the Contract except in accordance with the Contract terms and conditions.

LIST OF SUB CONTRACTORS

Item of Work Subcontractor

1. Site Works

2. Paving

3. Roofing

4. Masonry

5. Mechanical

6. Electrical

FAILURE to name a subcontractor (and/or “Own Forces”) for all listed items of work, as applicable, may disqualify your bid.

B-3 SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

4.0 SCHEDULE OF PROVISIONAL PRICES (HST EXCLUDED)

To be Used for Estimating Additions to and Deductions from the Work

Item Unit Addition Deletion 1

2

The bidder agrees that the bidder is not entitled to payment of the provisional items and allowances except for additional work carried out in accordance with the Contract as directed by the Consultant and only to the extent of such additional work.

5.0 SCHEDULE OF ALTERNATE PRICES (HST EXCLUDED)

Alternatives Increase in Decrease in Total Price Total Price 1 Brick Replacement In lieu of using brick on building exterior, continue to use the specified building stone on the entire building exterior (estimate of replacement is 350 square metres).

2

3

4

5

Alternate prices may be discarded or incorporated into the total price in the amounts indicated, at the absolute discretion of the Region of Waterloo and may be used to determine the low bidder. These prices are irrevocable and open to acceptance for the bid acceptance period specified in Section A, clause 14.

B-4 SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

6.0 CIVIL WORKS BREAKDOWN (UNIT PRICE)

Item Reference Description Quantity Unit Unit Price Total Price No. Specification 1.0 General Sediment and Erosion 1.1 RWSSP 805 1 LS Control 1.2 Tree Protection 1 LS RWSS 2, RWSSP 1.3 Traffic control 1 LS 706 Terminal Site and 2.0 Ancillary Works - Removals & Grading Strip and Grub Topsoil 2.1 RWSSP 201, 180 765 m² and Sod Saw Cut 2.2 RWSSP 510, 492 550 m Asphalt/Concrete Remove and Dispose of 2.3 RWSSP 180, 510 5500 m² Asphalt Remove and Dispose of 2.4 100 m² Concrete Sidewalk Remove and Dispose of 2.5 RWSSP 180 605 m Concrete Curb Remove and Dispose of 2.6 1 ea Concrete Sign Base Remove and Relocate 2.7 3 ea Traffic Signs Earth Excavation 2.8 RWSSP 180, 206 5500 m3 (Grading) Import Fill, Compact, and as approved by site 2.9 500 m3 Grade (provisional) Engineer Terminal Site and 3.0 Ancillary Works - Site Servicing (Storm) 300mmø PVC Storm 3.1 Pipe, PVC DR-35, CSA OPSS 410 14 m 137.1 250mmø PVC Storm 3.2 Pipe, PVC DR-35, CSA OPSS 410 140 m 137.1 150mmø PVC Orifice 3.3 Pipe, PVC DR-26, CSA OPSS 410 3 m 137.1 Break Into and Connect 3.4 to Existing Storm OPSS 510 2 ea Structure 600mm x 600mm 3.5 OPSS 407 4 ea Catchbasin 1200mm Dia 3.6 OPSS 407 5 ea Maintenance Hole 3.7 STC-1 Stormceptor 1 ea

B-5 SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

Catch Basin Frame and 3.8 OPSS 407 4 ea Grate (Various Types) Maintenance Hole Frame 3.9 and Grate (Various OPSS 407 5 ea Types) Adjust Existing Maintenance Hole to new 3.10 RWSSP 408 1 ea grade, remove risers as required Terminal Site and 4.0 Ancillary Works - Site Servicing (Sanitary) 200mmø PVC Sanitary 4.1 Pipe, PVC DR-35, CSA OPSS 410 30 m 137.1 Break Into and Connect 4.2 to Existing Sanitary OPSS 510 1 ea Structure Adjust Existing Maintenance Hole to new 4.3 RWSSP 408 1 ea grade, remove risers as required Terminal Site and 5.0 Ancillary Works - Site Servicing (Water) 5.1 25mmø Water Service DGSSMS E2-04 1 ea Water Valve and Meter 5.2 1 ea Chamber Connect to Existing 5.3 OPSS 701 1 LS 200mm Water Service Terminal Site and 6.0 Ancillary Works - Surface Works tonn 6.1 Granular 'B' RWSSP 1010 965 e RWSSP 300 & tonn 6.2 Granular 'A' 1100 1000 e Mountable Curb 6.3 RWSSP 353 180 m (modified) Concrete Barrier Curb 6.4 RWSSP 353 175 m (OPSD 600.110) Concrete Barrier Curb 6.5 with Gutter (OPSD RWSSP 353 240 m 600.040) Depressed curb and 6.6 gutter (transition) for RMW 227 14 ea ramp Concrete Island with 6.7 RWSSP 351 54 m² 125mm Concrete 6.8 125mm sidewalk RWSSP 351 & 904 405 m² Portland Cement Geotech Report, 6.9 Concrete 300mm w/Wire 1420 m² RWSSP 1300 Mesh for Bus Loop B-6 SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

Asphalt Milling 1.0m wide 6.10 RMW 207 250 m² to match existing Asphalt 75mm - Credit Union and Island SP, RWSSP 300 & tonn 6.11 121 Widening (match existing 1000 e conditions) SP 12.5 FC 1 Asphalt SP, RWSSP 300 & tonn 6.12 82 50mm 1000 e SP, RWSSP 300 & tonn 6.13 SP 19 Asphalt 100mm 164 1000 e New Parking Area - 7.0 Removals & Grading Strip and Grub Topsoil 7.1 RWSSP 201, 180 820 m² and Sod Saw Cut 7.2 RWSSP 510, 492 235 m Asphalt/Concrete Remove and Dispose of 7.3 RWSSP 180, 510 2050 m² Asphalt Remove and Dispose of 7.4 613 m² Concrete Sidewalk Remove and Dispose of 7.5 RWSSP 180 290 m Concrete Curb Remove and Dispose of 7.6 32 m Concrete Retaining Wall Remove and Dispose of 7.7 1 ea Existing Catch Basin Earth Excavation 7.8 RWSSP 180, 206 2000 m3 (Grading) Import Fill, Compact, and as approved by site 7.9 500 m3 Grade (provisional) Engineer New Parking Area - Site 8.0 Servicing (Storm) 300mmø PVC Storm 8.1 Pipe, PVC DR-35, CSA OPSS 410 8 m 137.1 Connect to Existing 8.2 OPSS 510 1 ea Storm Sewer Break Into Existing Storm Sewer, Install 1200mm 8.3 OPSS 510 1 ea dia Maintenance Hole and Connect to Existing 600mm x 600mm 8.4 OPSS 407 1 ea Catchbasin Catch Basin Frame and 8.5 OPSS 407 2 ea Grate Adjust Existing Maintenance Hole to new 8.6 RWSSP 408 3 ea grade, remove risers as required Adjust Existing Catch 8.7 RWSSP 408 1 ea Basin to new grade New Parking Area - Site 9.0 Servicing (Water) B-7 SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

Adjust Existing Water 9.1 RWSSP 408 5 ea Valves to New Grade Adjust Existing Water Meter Chamber to New 9.2 RWSSP 408 1 ea Grade and Relocate Meter Post and Wiring New Parking Area - 10.0 Surface Works tonn 10.1 Granular 'B' for 350mm RWSSP 1010 1894 e tonn 10.2 Granular 'A' for 50mm RWSSP 314 295 e Concrete Barrier Curb 10.3 RWSSP 353 430 m (OPSD 600.110) Depressed curb and 10.4 gutter (transition) for RMW 227 2 ea ramp Concrete Sidewalk 10.5 RWSSP 351, 1300 80 m² 100mm Asphalt Milling 1.0m wide 10.6 RMW 207 55 m² to match existing SP, RWSSP 300 & tonn 10.7 75mm Asphalt 480 1000 e 11.0 New Traffic Signs 11.1 Busses Only 3 ea 11.2 No Right Turn 2 ea 11.3 No Left Turn 1 ea 11.4 Stop 3 ea 11.5 One Way 1 ea 11.6 No Exit 1 ea TOTAL CIVIL WORKS

B-8 SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

7.0 LANDSCAPE WORKS BREAKDOWN (UNIT PRICE)

Estimated Item Item Specification Quantity No. Code Item Number Units Unit Price Subtotal A-001 Narcissus sp. Bulbs Section 4 880 ea Hemerocallis x 'Zona A-002 Section 4 100 ea Rosa' 2yr. A-003 Lilium lancifolium 2 yr. Section 4 100 ea Geranium “Johnson’s A-004 Section 4 100 ea Blue” 2 yr. Cotoneaster x 'Lowfast' 2 A-005 Section 4 114 ea yr. potted Juniperus sabina 'Calgary A-006 Section 4 88 ea Carpet' 60 mm spr. Syringa reticulata 'Ivory A-007 Section 4 21 ea Silk' 50 mm cal. Gladitisa tricanthos A-008 Section 4 8 ea 'Sunburst' 75 mm cal. A-009 Quercus rubra 75 mm cal. Section 4 14 ea Quercus palustris 50 mm A-010 Section 4 4 ea cal. A-011 Acer rubrum 75 mm cal. Section 4 5 ea Plant Bed Preparation 3 A-012 Section 4 120 m and Earth Excavation 2 A-013 Unit Paver sidewalks Section 6 255 m RWSSP 351, 2 A-014 Concrete sidewalks 1700 m 1300 A-015 Bicycle Racks Section 7 30 ea. Topsoil imported (100 A-016 Section 3 105 m3 mm depth) 2 A-017 Sod Section 1 1050 m Topsoil imported (450 A-018 Section 3 145 m3 mm depth) A-019 Planter Wall and Steps Section 5 250 lm 2 A-020 Geotextile 550 m A-021 Tree Removal Section 4 17 ea. A-022 Temporary Fencing Section 2 180 lm TOTAL LANDSCAPE WORKS (carry over to section 8.0)

B-9 SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

8.0 LUMP SUM BREAKDOWN OF CONTRACT PRICE

Item Price 1. General Requirements a) Mobilization and Demobilization $

b) 50% Performance Bond and 50% Labour and Materials $ Payment Bond c) Insurance $ e) Shop Drawings, O&M Manuals, Administration $ f) Miscellaneous $ 2. Civil (carry over total from 6.0) $ 3. Landscaping (carry over total from 7.0) $ 4. Div 3 – Concrete $ 5. Div 4 – Masonry $ 6. Div 5 – Metal $ 7. Div 6 – Wood, Plastics, Composites $ 8. Div 7 – Thermal and Moisture Protection $ 9. Div 8 – Openings $ 10. Div 9 – Finishes $ 11. Div 10 – Specialties $ 12. Div 12 – Furnishings $ 13. Mechanical $ 14. Electrical & Communications $ 15. Start-up/Commissioning $ 16. Cash Allowances (Sec 01 21 00, 1.2.9) $ 485,000 17. Contingency (Sec 01 21 00, 1.3.2) $ 370,000

TOTAL PRICE (exclusive of HST) $

B-10 SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

9.0 LABOUR RATES

The following labour rates shall apply for calculating the cost or credit of Change Notices. The rates shall include any employee benefits.

Superintendent $______

Journeymen $______

Labourers $______

Plumbers $______

Electricians $______

Tin Smiths $______

Other ...... $______

B-11 SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

10.0 AGREEMENT TO BOND - PERFORMANCE AND LABOUR AND MATERIALS

For THE REGIONAL MUNICIPALITY OF WATERLOO

We, the undersigned, hereby agree to become bound as surety for

in a performance bond totalling Fifty Percent (50%) of the total Contract Price plus HST, and in a labour and materials payment bond totalling Fifty Percent (50%) of the total Contract Price plus HST, and conforming to the instruments of Contract attached hereto, for the full and due performance of the works shown as described herein, if the bid for the Cambridge Centre Terminal is accepted by the Region of Waterloo.

It is a condition of this Agreement that if the above mentioned bid is accepted, application for the above mentioned bonds must be completed with undersigned within ONE HUNDRED AND TWENTY (120) days from closing of the bid related thereto, otherwise this Agreement shall be null and void.

DATED this day of , 2016

______Name of Bonding Company

BY: ______Signature of Authorized Person Signing for Company

(Company Seal)

______Position

I/we have the authority to bind the corporation.

B-12 SECTION B - BID CAMBRIDGE CENTRE TERMINAL T2016-118

11.0 SIGNING PAGE

I/We, the undersigned, have carefully examined the site of the proposed works, and having read, understood and accepted the provisions, plans, specifications, addenda and conditions attached hereto, each and all of which forms part of this bid, hereby offer to furnish all machinery, tools, labour, apparatus, plant and other means of construction; all materials except as otherwise stated in the Contract; and to complete the work in strict accordance with the provisions, plans, specifications and conditions hereto attached for the prices shown in the attached Schedule of Items and prices, inclusive of cash allowances and contingencies, which form part of this Tender (excluding HST) for the total price of

$______

Attached to this bid is a certified cheque or bid bond in the specified amount made payable to the Region of Waterloo, the proceeds of which, upon acceptance of this bid, shall constitute a deposit which shall be forfeited if the bidder fails to file with the Region of Waterloo the complete Performance Bond and Labour and Materials Payment Bond specified in the Instructions for Bidders and an executed form of Contract of the performance of work within fourteen (14) days after being so requested by the Region of Waterloo. Enclosed are Agreements to Bond (Performance and Labour and Materials Payment) from calendar days

NAME OF BONDING COMPANY

The bidder hereby agrees that notification of acceptance of this bid shall be in writing, and may be sent by prepaid post, and if sent by prepaid post, acceptance shall be deemed to have been made on the date of the mailing of such notification.

SIGNED AND DELIVERED AT

this day of 2016.

NAME OF BIDDER (Print or Type)

ADDRESS AND TELEPHONE NUMBER OF BIDDER (Print or Type)

Per:

Name:

Title:

I/We have authority to bind the Corporation.

Witnessed by: ______(required if bidder is not a Corporation.)

This is the 13th and the last page of 13 pages to be submitted as the bid for this contract.

B-13

SUBMITTED BY

Name:

Address:

REGION OF WATERLOO PROCUREMENT AND SUPPLY SERVICES 150 FREDERICK STREET, 4TH. FLOOR KITCHENER, ONTARIO N2G 4J3

IMPORTANT: Bids are to be dropped off at the Procurement & Supply Services Counter, 150 Frederick Street, 4th Floor, Kitchener, ON. Submissions received in Procurement & Supply Services after the closing time will NOT be accepted. The onus is on the bidder to ensure that the bid is received in the proper location and before the closing time.

CONTRACT NUMBER: T2016-118 CONTRACT NAME: Cambridge Centre Terminal CLOSING DATE: March 24, 2016 CLOSING TIME: 2:00:59 p.m.

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

SECTION C

SUPPLEMENTARY GENERAL CONDITIONS

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

This page is left intentionally blank

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

SGC 1 - GENERAL

Standard Construction Document - CCDC 2-2008, Stipulated Price Contract, and the amendments below, forms the basis of Agreement between the Owner and Contractor including the Definitions of specific words and terms.

SGC 2 - AGREEMENT BETWEEN OWNER AND CONTRACTOR

ARTICLE A-1 THE WORK a) Add the following word to the beginning of paragraph 1.1, “Diligently”, b) Add to the end of paragraph 1.3:

“and fully complete the Works and Contract by the day of _ in the year of __ __; and”

c) Add new paragraph 1.4 as follows:

“1.4 provide all the labour, materials, equipment, machinery, Products and work including, without limitation, all commissioning services required by the Contract Documents in order to fully complete and construct the Work and in accordance with, and satisfaction of, all applicable federal, provincial, municipal and local laws, regulations, rules, by-laws, guidelines, standards, permits, statutes, ordinances, and codes including, without limitation, those relating to occupational health and safety and any and all obligations, responsibilities and duties required by or set out in any site plan agreement or approval, attributable to the Place of the Work and/or the proposed development therein, and furnish efficient business and construction administration and superintendence consistent with the interests of the Owner.”

ARTICLE A-5 PAYMENT a) Delete paragraph 5.1.2 and substitute with the following:

“Upon Substantial Performance of the Work, as certified by the Consultant, and one day after all lien rights have expired, pay to the Contractor any unpaid balance of holdback monies together with such Value Added Taxes as may be applicable to such payment.”

b) In paragraph 5.1.3 revise the word “issuance” to “receipt by the Owner”.

c) In paragraph 5.3.1(2) delete “(Insert name of chartered lending institution whose prime rate is to be used)” to “the Toronto Dominion Bank”.

ARTICLE A-7 LANGUAGE OF THE CONTRACT

a) Delete paragraph 7.1 in its entirety.

C-1

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

SGC 3 - DEFINITIONS

Revise the following: a) Add to the end of DEFINITION 12. Owner, “The terms “Region”, “Region of Waterloo” and “The Regional Municipality of Waterloo” are all considered the Owner.”

Add the following Definitions: a) DEFINITION 27. By Others:

"By Others, when used in the Contract Documents, shall not mean by someone other than the Contractor. The only means by which something shown or specified shall be indicated as not being in the Contract is by the use of the initials “N.I.C.” or the words “not in (the) Contract” or “by Owner”." b) DEFINITION 28. Exposed:

"Exposed means visible by the occupants at completion of the Work, unless indicated otherwise. This includes roof area, mechanical and service spaces, inside cupboards and the like." c) DEFINITION 29. OHSA

"OHSA means the Occupational Health and Safety Act, R.S.O. 1990, c.0.1, as amended, and its regulations.” d) DEFINITION 30. EPA

“EPA means the Environmental Protection Act R.S.O. 1990, c.E.19, as amended, and its regulations.

e) DEFINITION 31. Bid Documents

“Bid Documents means the Documents listed in the Table of Contents of Section A – Instructions to Bidders.

SGC 4 - GENERAL CONDITIONS

The General Conditions of Standard Construction Documents - CCDC2-2008, Stipulated Price Contract, are the General Conditions between the Owner and the Contractor.

C-2

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

SGC 5 - GC 1.1 CONTRACT DOCUMENTS

a) Delete the first sentence in paragraph 1.1.1 and replace it with the following:

“The intent of the Contract Documents is to include the construction, labour, Products, construction machinery and equipment and other services necessary, complementary or ancillary, whether described or not, for the performance and completion of the Work by the Contractor in accordance with the Contract Documents or properly inferable from them.” b) Replace sub-paragraph 1.1.7.1 with:

“the order of priority of documents, from highest to lowest, shall be -Supplementary Conditions, -Special Provisions, -the Agreement between Owner and the Contractor, -the Definitions, -the General Conditions, -Addenda to the Bid Document, -Request for Bid Document, -The Contractor’s bid, -Division 1 of the Specifications, -Technical Specifications, -Material and Finishing Schedules, -the Drawings. c) Add sub-paragraph 1.1.7.5 as follows:

“Noted materials shall govern over graphic indications.” d) Delete paragraph 1.1.8 and substitute the following:

“The Consultant on behalf of the Owner shall provide the successful Contractor without charge one hard copy and one electronic copy of the Contract Documents, exclusive of those required by jurisdictional authorities. Additional copies can be purchased by the Contractor at the Consultant’s cost of reproduction, handling and sales tax.” e) Add new paragraph 1.1.11 as follows:

“All legislation, regulations, by-laws, codes or standards quoted shall be the latest edition, including all revisions or amendments.” f) Add new paragraph 1.1.12 as follows:

C-3

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

“The Contractor declares and represents that in entering into the Contract with the Owner for the performance of the Work, it has reviewed any and all documentation including, without limitation, geotechnical reports provided by the Owner and has either visually investigated for itself the character of the Work to be done and all local conditions, including, without limitation, the position of all pole lines, conduits, water mains, sewers and other underground and over ground utilities and structures, or that, not having so reviewed or visually investigated, the Contractor has assumed and does hereby assume all risk of conditions now existing or arising in the course of the Work which could have been reasonably identified by a visual inspection or which are identified or inferred in any information provided by the Owner including, without limitation, any geotechnical reports, which might or could make the Work, or any items thereof more expensive in character, or more onerous to fulfil, than was contemplated or known when the Contract was signed. Any use of, reliance upon, any part of parts of the documentation and/or geotechnical report(s) by any party, including a tenderer, proponent, or any party or parties carrying on any Work associated with the project, is at the sole risk and responsibility of such party or parties. The Owner makes no representation or warranty as to the accuracy, completeness or appropriateness of the contents of the documentation and/or geotechnical report and assumes no liability for same.

The Contractor further declares and represents that in tendering for the Work and in entering into the Contract, that it has satisfied itself and will assume the risk for the nature and location of the Work, the character of the equipment and facilities needed preliminary to and during prosecution of the Work, the general and local conditions and all other matters which can in any way affect the work under the Contract, and in so carrying out this examination the Contractor has assessed and will assume the risk for and has made its own estimate of the facilities and difficulties to be encountered; and has allowed for all conditions that could have a bearing on the cost of the work or the time allowed for its completion.”

g) Add new paragraph 1.1.13 as follows:

“Except as otherwise provided for in the Contract Documents, all loss or damage occasioned to the Work or arising out of the nature of the Work to be done, or from the normal action of the elements or from any reasonably foreseeable circumstance in the prosecution of the same, or from any normal difficulties which may be encountered in the prosecution of the Work, having regard to the nature thereof, shall be sustained and borne by the Contractor including all material required to replace any defective or rejected Work, or to restore any failure shall be all at the expense of the Contractor. Without limiting the foregoing, where the completion date for the construction of the Works makes necessary the performance of all or part of the Works under winter conditions, then except as specifically stated otherwise in the Contract Documents, the Contractor shall do all things necessary for the performance and protection of such winter work without additional compensation or claim thereof.”

C-4

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

SGC 6 - GC 1.4 ASSIGNMENT

Delete paragraph 1.4.1 in its entirety and replace it with the following: “The Contractor shall not assign the Contract, or any portion thereof, without the prior written consent of the Owner. The Owner shall be entitled to assign the Contract to any person, corporation or other entity (the “Assignee”). Upon the assumption by the Assignee of the Owner’s obligations under the Contract, the Owner shall be released from its obligations arising under the Contract.”

SGC 7 – GC 1.5 TIME IS OF THE ESSENCE

Add new GC 1.5 TIME IS OF THE ESSENCE as follows: “1.5.1 All time limits stated in the Contract Documents are of the essence of the Contract. 1.5.2 Without limiting any other right or remedy, the Contractor shall pay the Owner liquidated damages in the amount of $2,600.00 for each Working Day that the Contractor is in breach of the Contract by failing to attain Substantial Performance of the Work and/or final completion of the Work, The Contractor acknowledges and agrees that the liquidated damages are a reasonable pre-estimation of the Owner’s additional costs, which include but are not limited to internal staff time, additional Consultant costs and the Owner’s loss of the use and enjoyment of the completed Works, in whole in part, as a result of the breach of Contract.”

SGC 8 - GC 1.6 OWNER NOT EMPLOYER

Add new GC 1.6 as follows: “The Contractor agrees that the Owner is not to be deemed the employer of the Contractor nor its personnel under any circumstances whatsoever.”

SGC 9 - GC 1.7 ACCESSIBILITY FOR ONTARIANS WITH DISABILITIES

Add new GG 1.7 as follows: “The Contractor shall comply with the provisions of the Accessibility for Ontarians with Disabilities Act, 2005, and the Regulations there under with regard to the provision of its goods or services contemplated herein to persons with disabilities. Without limitation, if applicable, pursuant to section 6 of Ontario Regulation 429/07, Accessibility Standards for Customer Service, made under the Accessibility for Ontarians with Disabilities Act, 2005, the Contractor shall ensure that all of its employees, agents, volunteers, or others for whom it is at law responsible, receive training about the provision of its goods and services to persons with disabilities. The Contractor acknowledges that pursuant to the Accessibility for Ontarians with Disabilities Act, 2005, the Owner must, in deciding to purchase goods or services through its procurement process, consider the accessibility for persons with disabilities to such goods or services. The Region’s Accessibility Plan can be found on the Owner’s website.”

SGC 10 - GC 2.3 REVIEW AND INSPECTION OF THE WORK

C-5

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

a) In paragraph 2.3.4, after “inspections” insert “review” in all three occurrences.

SGC 11 – GC 2.4 DEFECTIVE WORK

Add new paragraph 2.4.4 as follows: “The Contractor agrees to correct, or reimburse the Owner for, all damage, to the Work and/or the property, goods and/or equipment of the Owner and/or the Owner’s tenants, where the damage is the result of any defective work of the Contractor.

SGC 12 – GC 2.5 CONTRACTOR PERFORMANCE EVALUATION

Add new GC 2.5 as follows: “The Owner, at any time during and/or after the completion of the Contract, may conduct a formal evaluation of the Contractor's performance using a performance evaluation form as established by the Owner. The results of the formal performance evaluation shall be provided to the Contractor.

If the Contractor obtains a score of less than 80% on two performance evaluations on two separate contracts in a period of two years then the Owner shall place the Contractor on probation for a period of two years from the date that the Owner gives the Contractor notice of the probation. If a Contractor receives a score of less than 80% on a final performance evaluation for a contract during a probation period then the Owner shall suspend the Contractor for a period of two years from the date that the Owner gives the Contractor notice of the suspension and the Owner shall not open and consider any bids or otherwise acquire any goods or services from the Contractor. At the conclusion of the suspension period, the Owner may open and consider bids from the Contractor, and otherwise acquire any goods or services from the Contractor, but the Contractor will be on probation for a one year period commencing on the date that the suspension concludes. The Contractor may, within 15 days of receipt of a performance evaluation, write to and request that the Owner's Chief Financial Officer review the performance evaluation in relation to the grounds as set out in the Contractor’s written request. Upon receipt of a written request, the Chief Financial Officer shall review the performance evaluation based on the grounds set out in the request and the Chief Financial Officer shall have all the authority to either revise or confirm the performance evaluation. At the conclusion of the review, the Chief Financial Officer shall advise the Contractor in writing of his or her decision and the Contractor agrees to be bound by such without any further right of review or appeal to any court or other body having lawful jurisdiction.

This provision shall not limit the ability of the Owner in any way to utilize third party references, internal references, performance evaluations or other information when considering this or any other bid.

C-6

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

The Owner’s performance evaluation process shall not limit any other rights or remedies of the Owner including those rights and remedies as set out in the Contract.

The Contractor agrees to the terms of the performance evaluation process as set out herein and shall adhere, both during and after the term of the Contract, as applicable. SGC 13 – GC 3.1 CONTROL OF THE WORK

Add new paragraph 3.1.3 as follows: “The Contractor acknowledges, confirms, represents and warrants to the Owner that: .1 in performing the Work, it shall at all times exercise the degree of care and skill that ought to be exercised by contractors in performing work of the nature contemplated herein; and .2 it has the necessary experience, skill and expertise required to enable it to fulfil its obligations, duties, liabilities and responsibilities herein.”

SGC 14 - GC 3.4 DOCUMENT REVIEW

a) Add to paragraph 3.4.1 at the end of the first sentence, “by comparing the various drawings to each other and to the applicable sections of the specification,”.

b) Add new paragraph 3.4.2 as follows:

“Notwithstanding the foregoing, inconsistencies and omissions shall not include lack of reference on the drawings or in the specifications to labour and/or Products that are required or normally recognized within respective trade practices as being necessary for the complete execution of the Work.”

SGC 15 - GC 3.5 CONSTRUCTION SCHEDULE

a) In subparagraph 3.5.1.1, on the first line after the words “first application for payment,” insert “or the execution of the Contract to form part of the Construction Documents, whichever comes first,”

b) Add to the end of subparagraph 3.5.1.1:

“This schedule shall enable the Owner and the Consultant to monitor the progress of the Work on a weekly basis. The Contractor shall attend bi-weekly job site meetings and any meetings of the Owner when reasonably called upon to do so to discuss the said schedule and subsequent progress of construction relating to said schedules.”

c) In subparagraph 3.5.1.2, on the second line after the words “on a monthly basis,” add ”...at a minimum or as required by the Consultant.”

d) Add new paragraph 3.5.1.4 as follows:

C-7

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

"Carry out the Work to completion as rapidly as possible consistent with good practice, safe working conditions and reasonable economy;"

e) Add new paragraph 3.5.1.5 as follows:

“Commence the Work immediately upon award of Contract and shall provide sufficient labour for the steady progress of the Work including overtime work, if required to meet the scheduled rate of completion, at all times working in compliance with the OHSA.”; f) Add new paragraph 3.5.1.6 as follows:

“Provide overtime work without cost to the Owner if such is deemed necessary to meet the schedule.”

g) Add new paragraph 3.5.2 as follows:

“Work shall be carried out in accordance with the required construction schedule prepared by the Contractor beforehand and approved by, where applicable, the Consultant, and by the Owner.”;

h) Add new paragraph 3.5.3 as follows:

“The Contract Price shall include all costs required to phase the work of the Project in order that the various stages of the Work as called for in the Contract Documents and the functional needs of the Owner are maintained.”

SGC 16 - GC 3.6 SUPERVISION

a) In paragraph 3.6.1 on the first line after the words “who shall be in” insert “full time”.

b) In paragraph 3.6.1, after “valid reason”, add “which shall be provided in writing and in consultation with the Consultant and the Owner”. c) Add new paragraph 3.6.3 as follows:

“The appointed representative assigned to the Project shall be fully competent to implement efficiently all requirements for scheduling, coordination, field engineering, reviews, inspections and submittals defined in the specifications, and have minimum 5 years documented Superintendent/Project Management experience.”

d) Add new paragraph 3.6.4 as follows:

“The Consultant shall reserve the right to review the record of experience and credentials of the appointed representative assigned to this Project prior to commencement of Work, during Work or any change of the representative by the Contractor pursuant to paragraph 3.6.1.”

C-8

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

SGC 17 - GC 3.7 SUBCONTRACTORS AND SUPPLIERS

a) In subparagraph 3.7.1.1 add to the end of the second line “including any warranties and service agreements which extend beyond the terms of this Contract.”

b) In paragraph 3.7.2, on the first line, delete the words “if requested by the Owner”.

c) Add new paragraph 3.7.7 as follows:

“3.7.7 The Contractor shall employ those Subcontractors, Suppliers or Contractors Own Forces proposed in the bid for the specific item of work. If the Contractor wishes to substitute a Subcontractor, Suppliers or Contractors Own Forces other than the one named in the bid, the Contractor shall provide the Consultant and Owner with the following: 1. Reason(s) for the substitution 2. Documentation from the originally named Subcontractor, Suppliers or Contractors Own Forces indicating their desire to withdraw from the project including the reason(s) for the withdrawl; and 3. The proposed substitute Subcontractor’s, Supplier’s or Contractors Own Forces experience and competence to carry out the work.

Employment of the proposed substitute Subcontractor, Suppliers or Contractors Own Forces on the project is subject to the written consent of the Owner.” d) Add new paragraph 3.7.8 as follows:

“The approval of Subcontractors, Suppliers or Contractors Own Forces by the Owner in no way signifies a relationship between the Owner and any Subcontractor, Suppliers or Contractors Own Forces. The Subcontractor, Suppliers or Contractors Own Forces remains at all times the responsibility of the Contractor.” e) Add new paragraph 3.7.9 as follows:

“Work performed by Subcontractors, Suppliers or Contractors Own Forces other than those named in the bid, or substitutions consented to by the Owner as described in 3.7.7, may not be paid for by the Owner.”

SGC 18 - GC 3.8 LABOUR AND PRODUCTS a) Add new paragraph 3.8.4 as follows:

“The Contactor shall not employ any persons on the Work whose labour affiliation (or lack thereof) is incompatible with other labour employed in connection with this Project.”

C-9

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

b) Add new paragraph 3.8.5 as follows:

“Ensure that rates of wages, hours and conditions of work are in accordance with codes generally recognized and accepted in the locality.”

c) Add new paragraph 3.8.6 as follows:

“Products which are specified by their proprietary names or by part or catalogue number shall form the basis for the specifications and tenders. No substitutes for these may be used without the Consultant’s approval in writing. Substitutes will be considered only when submitted with the bids and on the appropriate form. In applying for permission to use substitutes, the Contractor shall prove to the Consultant’s satisfaction that the substitute is equal to the specified product, and is compatible in every respect with the configuration and design of the Project, not requiring any change thereto to accommodate the substitution. Each application shall be accompanied by a list of properties of the specified product and the proposed substitute. No application to use substitutes will be considered unless made in this way.”

d) Add new paragraph 3.8.7 as follows:

“When requesting approval for the use of substitutes, the Contractor shall include in their submission any effect that the substitute may have on the Contract Price, and be prepared to reimburse the Owner for all costs that may become evident later as a result of the substitution.”

e) Add new paragraph 3.8.8 as follows:

“The Contractor shall use all Products in strict accordance with the manufacturers’ directions except where specified otherwise. Whenever specific reference to manufacturers’ direction or instructions is made in specifications, the Contractor shall submit copies of said instructions or directions or both for approval before commencing to use such Products. Whenever more than one Product is specified for one use, the Contractor may select for their use any of the Products so specified unless the specifications or the drawings indicate otherwise.

f) Add new paragraph 3.8.9 as follows:

“Materials, appliances, equipment and other Products are sometimes specified by reference to brand names, proprietary names, trademarks or symbols. In such cases, the name of a manufacturer, distributor, Supplier or dealer is sometimes given to assist the Contractor to find a source Supplier. This shall not relieve the Contractor from their responsibility from finding their own source of supply even if the source named no longer supplies the Product specified. If the Contractor is unable to obtain the specified Product, they shall supply a substitute Product equal to or better than the specified Product, as approved by the Consultant with no extra compensation. Should the

C-10

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

Contractor be unable to obtain a substitute Product equal to or superior to the specified Product and the Owner accepts an inferior Product, the Contract Price shall be adjusted accordingly, as approved by the Consultant.”

g) Add new paragraph 3.8.10 as follows:

“The Contractor shall use Canadian made Products where the price and quality thereof are comparable to corresponding foreign made Products.”

h) Add new paragraph 3.8.11 as follows:

"All work shall be of the highest quality performed by persons trained and skilled in accordance with the best practices for each particular Section of the Work and trade. Provide special work and performance standards specified."

i) Add new paragraph 3.8.12 as follows:

“Where materials or workmanship are specified to comply to a standard such as a Building Code, Canadian Standards Association, Canadian General Standards Board or American Society for Testing and Materials, it shall mean the latest revised edition of the standard at the time of receipt of bids.”

SGC 19 - G.C. 3.10 SHOP DRAWINGS

a) In paragraph 3.10.8.1, change “determined and verified all applicable field measurements” to read “determined, verified and correlated all applicable field measurements”

b) In paragraph 3.10.12, add the following:

“The Contractor shall allow the Consultant 10 Working Days to review shop drawings from the date of receipt, to the date of postage with a courier. The Contractor shall periodically re-submit the Shop Drawings Schedule to correspond to changes in the construction schedule. If re-submission of shop drawings are required a further 10 Working Day period is required for Consultant’s review.”

c) Add new paragraph 3.10.13 as follows:

“The Consultant’s review of shop drawings does not relieve the Contractor of their responsibility to review all information pertaining to: 1. detail design; 2. dimensions; 3. information pertaining to fabrication processes; 4. techniques of construction and installation; 5. coordination of the work of Subcontractors.”

C-11

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

d) Add new paragraph 3.10.14 as follows:

“The Contractor shall submit shop drawings in accordance with the shop drawing procedures specified in Section 01340 - Submittals.”

e) Add new paragraph 3.10.15 as follows:

”Only shop drawings indicated as “Reviewed for General Design” or “Reviewed as Noted” and bearing the Consultant’s review data and initials, shall be used at the Place of the Work.”

f) Add new paragraph 3.10.16 as follows:

“Reviewed shop drawings shall not authorize changes in cost to the Owner nor shall they authorize changes to the construction schedule.”

SGC 20 - GC 3.11 USE OF THE WORK

a) In paragraph 3.11.1, insert “instructions by the Consultant,” between “permits,” and “or the Contract Documents.”

b) In paragraph 3.11.2, add to the end “and/or the existing building.”

c) Add new paragraph 3.11.3 as follows:

“Areas of the Work in existing buildings shall be carried on at all times so that there will be a minimum of interference with the normal function of the facility.” d) Add new paragraph 3.11.4 as follows:

“The contractor shall not be permitted to bring any person onto the Place of the Work unless the person is necessary to carry out the works.”

SGC 21 - GC 3.12 CUTTING AND REMEDIAL WORK a) Add new paragraph 3.12.5 as follows:

“Unless specifically stated otherwise under a particular Section of the specifications, the Contractor shall do all cutting and remedial work and making good necessary for the proper installation and performance of the Work.” b) Add new paragraph 3.12.6 as follows:

“To avoid unnecessary cutting, the Contractor shall lay out their work and advise the Subcontractors, when necessary, where to leave holes for installation of pipes and other work.”

C-12

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

SGC 22 - GC 3.13 CLEANUP

a) In paragraph 3.13.1 add the following sentence:

“The Contractor shall remove accumulated waste and debris at least once a week.”

b) Add new paragraph 3.13.4 as follows:

“The Contractor shall dispose of debris at locations and in a manner acceptable to the Owner, and authorities having jurisdiction in the area of the Work and the disposal area, and cover with tarpaulins tied in place to prevent scattering of debris on site and during transport.”

SGC23 - GC 4.1 CASH ALLOWANCES

a) In paragraph 4.1.1 add the following: “The Consultant may direct the Contractor to bid work for which payment is made from a cash allowance.”

b) Delete paragraph 4.1.4 and replace with the following:

“Where costs exceed the amount under an allowance, unexpended amounts from other cash allowances will be relocated at the Consultant’s direction to cover the shortfall without additional overhead and profit charges attributed. Overhead and profit charges may only be charged to overruns on the sum total of cash allowances. The maximum mark-up on authorized overrun on cash allowances shall be 5%.

c) Delete paragraph 4.1.5 and replace with the following:

“The unexpended total cash allowance amount will be deducted from the Contract Price at the time of issuance of the final certificate for payment.”

SGC 24 - GC 5.1 FINANCING INFORMATION REQUIRED OF THE OWNER

Delete GC 5.1 in it entirety and replace with GC 5.1 Terms of Payment Electronic Funds Transfer Clause.

GC 5.1 TERMS OF PAYMENT ELECTRONIC FUNDS TRANSFER a) The Owner requires is for all vendors to accept payment via Electronic Funds transfer. Contractors should contact the Region of Waterloo's Accounts Payable division at 519-575-4490 ext. 3006 to set up their account for direct deposit.

C-13

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

SGC 25 - GC 5.2 APPLICATION FOR PROGRESS PAYMENT

a) In paragraph 5.2.3, delete the words “as of the last day of the payment period.” and add “less than two weeks prior to their incorporation into the Work, unless otherwise approved by the Consultant.” b) In paragraph 5.2.4, on the first line, revise “15 calendar days” to “20 calendar days”. c) Add new paragraph 5.2.8 as follows:

“The Contractor shall submit with the second, and every subsequent application a Statutory Declaration duly sworn, that payments of all legally valid claims to the Contractor by others have been made for the previous progress payment period. The Contractor shall use standard forms CCDC 9A, 9B and 9C.” d) Add new paragraph 5.2.9 as follows:

“Prior to each application for payment, the Contractor and Consultant shall jointly check the progress of the Work at the site.”

SGC26 - GC 5.3 PROGRESS PAYMENT a) In paragraph 5.3.1.3, insert the words “a completed and acceptable" after “receipt by the Consultant of” and delete the word "the" before application. b) Add new paragraph 5.3.2 as follows:

“There shall be no additional certification of payments after Substantial Performance of the Work until the Contractor has achieved total completion of the Works.”

SGC 27 - GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK a) In paragraph 5.4.1 add the following:

“The Contractor will proceed diligently to remedy and rectify all items contained on the aforementioned list to the satisfaction of the Consultant and the Owner.” b) Delete paragraph 5.4.3 in its entirety.

SGC 28 - GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK a) To 5.5.1.1. add to the end “including a declaration that no notices of lien have been received.”

C-14

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

b) Add new sub-paragraph 5.5.1.3 as follows:

“The Contractor must be registered as an employer or independent operator (as the case may be) with the Workplace Safety and Insurance Board (WSIB). The Contractor shall be required to enroll in the WSIB e-Clearance service and provide the Owner with a Clearance Certificate Number through the e-Clearance service. The Contractor must maintain their account with the WSIB in good standing throughout the duration of the Work under this order, and shall ensure that its e-Clearance is automatically renewed prior to its expiry. At no time may Work proceed or continue under the Contract in the absence of a current Clearance Certificate Number from WSIB.”

c) Delete paragraph 5.5.2. and replace with the following:

“After the receipt of the documents required in paragraph 5.5.1., the Consultant will issue a certificate for payment of the holdback amount”

d) Delete paragraph 5.5.3 in its entirety.”

SGC 29 - GC 5.7 Final Payment

Paragraph 5.7.4 - Change “5 days” to read “15 days”.

SGC 30 - GC 5.8 WITHHOLDING OF PAYMENT

a) Add new paragraph 5.8.2 as follows:

“Notwithstanding other provisions, where the Contractor owes monies to the Owner then the Owner may set-off such monies from payments due and owing to the Contractor pursuant to this Contract.”

b) Add new paragraph 5.8.3 as follows:

“Three percent (3%) of the Contractor’s bid price shall be allocated as a holdback for the preparation and delivery to the Owner of the Project record, Contract close-out and all other documents as may be required or as specified in the Contract Documents.”

SGC 31 - GC 6.1 OWNER’S RIGHT TO MAKE CHANGES

a) Add new paragraph 6.1.3 as follows:

“No extension to Contract Time shall be granted for changes in the Work unless the Contractor can clearly demonstrate that such changes significantly alter the overall construction schedule submitted at the commencement of the work. All costs

C-15

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

associated with extensions of contract time, if approved, are to be included in the relevant change order."

b) Add new paragraph 6.1.4 as follows:

“If changes to the Contract become in excess of 10% of the contract price, the Contractor shall inform Insurance or Surety Company or Companies who have issued Performance Bonds, Liability Insurance and Property Insurance for this Contract, of these changes and shall, subject to approval by the Consultant and the Owner, initiate and pay such adjustments on behalf of the Owner and a Change Order will be issued by the Consultant, to reimburse the Contractor.”

SGC 32 - GC 6.2 CHANGE ORDER

a) In paragraph 6.2.1 add the following:

“Quotations submitted by the Contractor for any Changes to the Work must be accompanied by a complete itemized breakdown of all costs so that the total price can be properly assessed. Include any costs associated with extensions in time. Overhead and profit shall be calculated as per paragraph 6.3.6 (Ref: GC 6.3 CHANGE DIRECTIVE) of this section.

b) Add new paragraph 6.2.3 as follows:

“If the change results in a net increase in the Contractor’s cost, the Contract Price shall be increased by the amount of the net increase in the Contractor’s cost, plus the Contractor’s overhead and profit shall be calculated on the following basis: 1. combined overhead and profit mark-up on the Contractor’s work shall not exceed ten percent (10%); 2. the Contractor’s combined overhead and profit mark-up on Subcontractors’ work shall not exceed five percent (5%); 3. combined overhead and profit mark-up charged by Subcontractors on their own work shall not exceed ten percent (10%).”

SGC 33 - GC 6.3 CHANGE DIRECTIVE

In paragraph 6.3.6.1,on the second line delete “percentage fee on such net increase.” and insert the following: “overhead and profit shall be calculated on the following basis: 1. combined overhead and profit mark-up on the Contractor’s work shall not exceed ten percent (10%); 2. the Contractor’s combined overhead and profit mark-up on Subcontractors’ work shall not exceed five percent (5%); 3.combined overhead and profit mark-up charged by Subcontractors on their own work shall not exceed ten percent (10%).”

C-16

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

SGC 34 - GC 6.4 CONCEALED OR UNKNOWN CONDITIONS

In subparagraph 6.4.1.1 add to the end of the sentence, “or any geotechnical reports that were made available to the Contractor prior to the Contract.”

SGC 35 - GC 6.5 DELAYS

a) In paragraph 6.5.1. in the second sentence add “and direct” between the words “reasonable” and “costs”.

b) In paragraph 6.5.2. in the second sentence add “and direct” between the words “reasonable” and “costs”.

c) In paragraphs 6.5.1 and 6.5.2, add the following to the end of each paragraph:

“,provided that the Owner shall not be liable for any other costs or damages whatsoever including, without limitation, any indirect, consequential, or special damages, such as loss of profits, loss of opportunity or loss of productivity resulting from such delay.” d) Add the following to the end of subparagraph 6.5.3.4:

“provided that the Owner shall, in such instance, only be liable for reasonable and direct costs incurred by the Contractor and shall not be liable for any other costs or damages whatsoever including, without limitation, any indirect, consequential, or special damages, such as loss of profits, loss of opportunity or loss of productivity resulting from such delay. Notwithstanding the foregoing, the Contractor shall use its best efforts to minimize the impact of such event upon the performance of the Work and Contract Time.” e) In paragraph 6.5.4 add the following:

“No claim for delay shall be considered valid unless a copy of the notice requested to be given to the Consultant, has been sent simultaneously to the Owner.” f) In paragraph 6.5.5, add the following:

“In case the additional instructions require pricing by the Contractor, the above 10 day period shall commence after a fully substantiated price has been submitted by the Contractor to the Consultant.”

SGC 36 - GC 7.1 OWNER’S RIGHT TO PERFORM THE WORK, TERMINATE THE CONTRACTOR’S RIGHT TO CONTINUE WITH THE WORK OR TERMINATE THE CONTRACT

a) Add new subparagraph 7.1.3.4 as follows:

C-17

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

“An “acceptable schedule” as referred to in paragraph 7.1.3.2 means a schedule approved by the Consultant and the Owner wherein the default can be corrected within the balance of the Contract Time and shall not cause delay to any other aspect of the Work or the work of other contractors, and in no event shall it be deemed to give a right to extend the Contract Time.”

b) In subparagraph 7.1.5.3 add “Owner and” between “including compensation to the” and “Consultant for the”. Also add “Owner’s and” between “for the” and “Consultant’s additional services”.

SGC 37 - GC 7.2 CONTRACTOR’S RIGHT TO SUSPEND THE WORK OR TERMINATE THE CONTRACT

a) In paragraph 7.2.1, add “and the Consultant” between the words “bankruptcy” and “Notice in Writing”.

b) Add new subparagraph 7.2.3.5 as follows:

“The foregoing defaults in contractual obligations shall not apply to the withholding of certificates or payments, or both, in accordance with the General Conditions, because of the Contractor’s failure to pay all claims promptly, nor because of the registration of liens against the Owner’s property, until such claims and liens are discharged.”

c) Add new subparagraph 7.2.3.6 as follows:

“If the Contractor stops the Work or terminates the Contract as provided for in paragraph 7.2.1 to 7.2.5 above, the Contractor shall ensure the Place of Work and the Work is left in a safe, secure condition as required by authorities having jurisdiction as well as the Contract Documents”.

SGC 38 - GC 8.1 AUTHORITY OF THE CONSULTANT

Add new paragraph 8.1.4 as follows:

“Notwithstanding any other paragraph, the Consultant shall not have authority to make a finding and the procedures set out in paragraph 8.1.3 and paragraphs 8.2.3 to 8.2.8 of GC 8.2 - NEGOTIATION, MEDIATION AND ARBITRATION, and in GC 8.3 - RETENTION OF RIGHTS shall not apply to:

1. any claim by a third party against the Owner and/or the Contractor for any personal injury, including death, or damage to property; 2. any claim for indemnity as between the Owner and Contractor; or 3. any claim or dispute that is insured or subject to a subrogated right of an insurer.”

C-18

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

SGC 39 - GC 8.2 NEGOTIATION, MEDIATION AND ARBITRATION

Add new paragraph 8.2.9 as follows: “Unless the arbitrator orders otherwise, each party shall bear their own costs of the arbitration and the cost of arbitrator(s) and any arbitration facilities shall be apportioned equally between the parties hereto.”

SGC 40 - GC 9.1 PROTECTION OF WORK AND PROPERTY

Add new paragraph 9.1.5 as follows: “The Contractor shall provide and maintain hoarding and dust screens in accordance with local bylaws and Construction Safety Council, and to the Consultant’s approval. The Contractor shall locate hoarding either in accordance with instructions received from the Consultant at the first site meeting or as specified in the Contact Documents."

SGC 41 - GC 9.2 TOXIC AND HAZARDOUS SUBSTANCES a) In paragraph 9.2.1, after the word “legislation” insert “and the Occupational Health and Safety Act of Ontario (OHSA) and amendments to the Act and all regulations under the Act” b) Add new paragraph 9.2.10 as follows:

“It shall be the responsibility of the Contractor to ensure that the following Workplace Hazardous Material Information System regulations are adhered to on the job site: .1 All personnel shall have received WHMIS training; .2 All materials being used, falling under WHMIS guidelines, shall be labelled in accordance with up-to-date and valid WHMIS requirements; .3 Appropriate Material Safety Data Sheets shall be available at all times;

SGC 42 - GC 9.4 CONSTRUCTION SAFETY a) Delete paragraph 9.4.1. in its entirety and replace with the following:

“The Contractor shall be solely responsible for construction safety at the Place of 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.” b) Add new paragraph 9.4.2 as follows:

“Prior to the commencement of the Work, the Contractor shall submit to the Owner: .1 a current WSIB clearance certificate;

C-19

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

.2 copies of the Contractor’s insurance policies having application to the Project or certificates of insurance, at the option of the Owner; .3 documentation of the Contractor’s in-house safety-related programs, including, but not limited to, Contractor’s Health and Safety Policy and Contractor’s Health and Safety Program Manual ; .4 a copy of the Notice of Project filed with the Ministry of Labour naming itself as “constructor” under OHSA; and .5 a copy of “Registration of Constructors and Employers Engaged in Construction” (form 1000).” c) Add new paragraph 9.4.3 as follows:

“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.”

d) Add new paragraph 9.4.4 as follows:

“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.”

e) Add new paragraph 9.4.5 as follows:

“Each Contractor and Subcontractor having an accident or incident on the project site, as prescribed in Sections 8 through 11 of the Construction Regulations under the OHSA, shall notify the Director of Facilities; and the General Contractor, as constructor, shall advise the Workplace Safety and Insurance Board and the Ministry of Labour, if so required by the OHSA.”

f) Add new paragraph 9.4.6 as follows:

“Failure to comply with these provisions and all applicable legislation, including the OHSA and the Environmental Protection Act and regulations made thereunder, may result in the cancellation of this Contract and no further monies will be owed by the Owner from the date of cancellation. As well, the Owner may withhold any monies owing to the Contractor in order to cover any losses the Owner may incur in order to have the Work completed by whatever means the Owner deems appropriate.”

C-20

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

SGC 43 - GC 10.1 TAXES AND DUTIES

a) Add to the end of paragraph 10.1.2 “The Contractor shall keep a record of all taxes and duties carried in the Contract Price and records and invoices of accounts subject to such taxes and duties paid for substantiating any adjustments in the event of changes in legislation during the course of the Contract and for the purpose of claiming exemption or recovering taxes and duties paid.” b) Add new paragraph 10.1.3 as follows:

"The Owner shall pay all applicable HST in addition to the Contract Price.” c) Add new paragraph 10.1.4 as follows:

“Upon registration of this agreement, the Contractor shall provide the Owner with its GST registration number.” d) Add new paragraph 10.1.5 as follows

“For out of Ontario Contractors who have a GST registration number, the Contractor shall invoice the Owner for the Ontario HST for applicable goods and services delivered in Ontario. For out of Ontario Contractors who do not have a GST registration number, the Owner will self-assess the HST on applicable goods and services delivered in Ontario. If the Contractor does not have a business office in Canada and does not provide a waiver of income tax withholding from the Canada Revenue Agency, the Owner will withhold and remit income tax as necessary.”

SGC 44 - GC 10.2 LAWS, NOTICES, PERMITS, AND FEES

a) In paragraph 10.2.1, add “...including, but not limited to OHSA, EPA and all regulations made under these Acts.”

b) Add to the end of paragraph 10.2.2 “Application and administration work required to obtain the building permit will be performed by the Consultant.”

c) Add to the end of paragraph 10.2.3 as follows:

“, as well as the filing of any “Notice of Project”. The Contractor, when necessary, shall also be responsible for the filing of the “Notice of Project” with the Ministry of Labour under the OHSA.”

d) Delete paragraph 10.2.4 and replace with the following:

“The Contractor shall give the required notices and shall comply, and shall require its employees, agents and Subcontractors and Suppliers to comply, with all laws,

C-21

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

ordinances, guidelines, standards, permits, statutes, by-laws, rules, regulations, or codes and all of the Owner’s policies and procedures which are or become in force and are applicable to the performance of the Work including, without limitation, all those relating to the preservation of the public health, occupational health and safety and to construction safety.

SGC 45 - GC 10.4 WORKERS’ COMPENSATION

a) Delete 10.4.1 and replace with the following:

“The Contractor must be registered as an employer or independent operator with the Workplace Safety and Insurance Board (WSIB). The Contractor shall be required to enroll in the WSIB e-Clearance service and provide the Region with a Clearance Certificiate Number through the e-Clearance service. The Contractor must maintain his or her account with the WSIB in good standing throughout the duration of the work under this order, and shall ensure that its e-Clearance is automatically renewed prior to its expiry. At no time may work proceed or continue under the contract in the absence of a current Clearance Certificate Number from the WSIB.”

b) Delete 10.4.2 and replace with the following”

The Contractor is also required to obtain and provide from any and all Sub-contractors, including any and all independent operators who perform Work as a Sub-contractor, copies of current clearance certificates and is expected to continue to maintain and provide updated clearance certificates throughout the period of Work under this contract. No Work under this Contract may be performed in the absence of a current clearance certificate which applies to any Contractor, Sub-contractor, worker or independent operator who is to perform the Work.”

SGC 46 - GC 10.5 DUES & ASSESSMENTS

Add new G.C 10.5 as follows: “The Contractor shall pay all dues and assessments payable under the Unemployment Insurance Act or any other Act, whether Provincial or Federal in respect to the Contractor(s), its employees and operations.”

SGC 47 - GC 11.1 INSURANCE

Replace Section GC11.1 Insurance in its entirety with the following:

“Without restricting the generality of GC 12.1 Indemnification the following insurance coverages are specified as minimum requirements of this Contract. The Contractor's attention is directed to the insurance requirements below. It is highly recommended that the Contractor confer with their respective insurance carriers or

C-22

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

brokers to determine in advance of bid submission the availability of insurance certificates and endorsements as prescribed and provided herein. It is the responsibility of the Contractor and/or their Insurance Broker to review all potential operations and exposures to determine if the coverage and limits noted below are sufficient to address all insurance related exposures presented by the specifications of this Contract. The Contractor shall insure its undertaking, business and equipment under the following coverage so as to protect and indemnify and save harmless the Owner:

a) Commercial General Liability Insurance: The Contractor shall maintain liability insurance acceptable to the Owner throughout the term of this Agreement. Coverage shall consist of a comprehensive policy of public liability and property damage insurance, with all applicable coverage endorsements available, in an amount of not less than $5,000,000 per occurrence. Such insurance shall name The Regional Municipality of Waterloo, and any other person or party identified in the Contract Documents, as an additional insured with a cross liability endorsement and severability of interests provision. The policy Self-Insured Retention (SIR)/deductible shall not exceed $100,000 per claim and if the policy has an aggregate limit, the amount of the aggregate shall be double the required per-occurrence limit. A combination of primary coverage plus umbrella or excess liability insurance coverage may be used.

In the event that the Contract includes shoring, blasting, excavation, underpinning, demolition, pile driving, caisson work and work below ground surface including tunneling and grading: such insurance coverage shall be endorsed to cover shoring, blasting, excavation, underpinning, demolition, pile driving, caisson work and work below ground surface including tunneling and grading.

The Region reserves the right to request an alternative to the Commercial General Liability Insurance policy in the form of a Wrap-Up Liability Insurance policy. If this option is exercised, it will be specified elsewhere in the Contract Documents.

b) Owned and Non-Owned Automobile Liability Insurance: The Contractor shall maintain automobile liability insurance on all Owned, Non-Owned and Leased Automobiles used in the performance of the work to a limit of $5,000,000 throughout the term of this Agreement.

c) Unless otherwise specified in the Contract Documents, the Contractor shall provide and maintain during the term of the Agreement, Broad Form Contractors’ Equipment Insurance coverage for construction machinery and equipment used by the Contractor for the performance of the work. Such insurance shall be in a form acceptable to the Region and shall not allow subrogation claims by the Insurer against the Region. Subject to satisfactory proof of financial capability by the Contractor to self-insure their equipment, the Region agrees to waive the equipment insurance requirement.

C-23

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

d) In the event that the Contract includes the installation of any machinery and equipment not covered under a Builders Risk Insurance policy, the Contractor shall provide and maintain during the term of the Agreement an All Risk Installation Floater Insurance policy covering the installation of any machinery and equipment associated with the Contract. Coverage shall be in an amount equal to the value of the machinery and/or equipment and shall include coverage while it is in transit to and awaiting installation at the work site. e) Unless otherwise specified in the Contract Documents, the Contractor shall provide and maintain during the term of the Contract, Broad Form Builders’ Risk Insurance coverage to the amount of 1.1 times the full replacement cost of the Contract.

The Builders Risk shall be underwritten on the following basis:  Policy deductible shall not exceed $5,000 without prior approval by the Region. If a loss occurs, the deductible shall be the sole responsibility of the Contractor.  The Contractor and the Region must be named as co-insured on the policy.  The policy shall contain a clause which will allow occupancy prior to the completion or acceptance of the entire work.  A copy of the Builder’s Risk Certificate shall be furnished to all parties prior to the commencement of the Contract. f) In the event that the Contract includes the replacement of boilers, machinery or equipment, the Contractor shall provide and maintain Boiler & Machinery Insurance coverage on a Comprehensive Plus Form to the full replacement cost of the boiler, machinery and equipment. g) In the event that the Contract requires the Contractor to retain professional consultants, architects, landscape architects, planners and/or engineers, the Contractor shall ensure its professional consultants, architects, landscape architects, planners and engineers, providing a professional service in connection with the Contract, maintain until three (3) years after the Agreement, Professional Liability Insurance to a limit not less than $1,000,000 providing coverage for acts, errors and omissions arising from their professional services performed under this Agreement. The policy SIR/deductible shall not exceed $100,000 per claim and if the policy has an aggregate limit, the amount of the aggregate shall be double the required per claim limit. Certificates evidencing such coverage shall be supplied to the Region prior to the completion of the Contract and in accordance with the provisions stated above. h) When specified elsewhere in the Contract Documents, the Contractor shall take out and keep in force Contractor’s Pollution Liability (CPL) coverage to ensure that their work does not exacerbate any pre-existing environmental condition during construction. Coverage shall be in an amount of not less than $2,000,000 per claim or per occurrence, or such greater amount as the Region may from time to time

C-24

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

require, naming the Region as an additional insured, which coverage shall be maintained in force for 12 months following the termination of the Contract. The policy SIR/deductible shall not exceed $100,000 per claim and if the policy has an aggregate limit, the amount of the aggregate shall be double the required per occurrence limit.

i) In the event any aircraft and/or watercraft are used directly or indirectly in the performance of the work, Aircraft and/or Watercraft Liability Insurance shall be maintained by the Contractor throughout the term of this Agreement. Coverage shall be in an amount of not less than $5,000,000 per occurrence.

j) Provisions: All Insurers must be licensed in Ontario. The Contractor shall forward a Certificate of Insurance on the Region’s Form (CERTIFICATE OF INSURANCE – CONTRACTOR) evidencing this insurance with the executed Agreement. The Certificate shall state that coverage will not be cancelled, terminated, amended or otherwise changed or modified except after thirty (30) days (fifteen (15) days if cancellation is due to non payment of premium) prior written notice by certified mail to the Region.

It is also understood and agreed that in the event of a claim any deductible or self- insured retention under these policies of insurance shall be the sole responsibility of the Contractor and that this coverage shall preclude subrogation claims against the Region and any other person insured under the policy and be primary insurance in response to claims. Any insurance or self-insurance maintained by the Region and any other person insured under the policy shall be considered excess of the Contractor's insurance and shall not contribute with it. The minimum amount of insurance required herein shall not modify, waive or otherwise alter the Contractor’s obligation to fully indemnify the Region under this Agreement. Any failure to comply with any provision of the insurance policy by the Contractor shall not affect coverage provided to the Region.

The Region reserves the right to modify the insurance requirements as deemed suitable. k) Third Party Claims Process: The Region’s claims process for third party Contractor claims is to refer the claimant directly to the Contractor and to leave the resolution of the claim with the Contractor. This applies regardless of whether or not it is an insured loss. As the Region has a responsibility to the taxpayers, the Region must ensure that claimants are dealt with in a fair and efficient manner. Claims reported to the Contractor, either directly by a third party or through the Region shall be promptly investigated by the Contractor. The Contractor shall make contact with the third party claimant within 48 hours of receipt of notice of a claim. The Contractor shall initiate an investigation of the claim immediately upon notice and advise the third party claimant in writing, with a copy to the Region, of the status of their claim within 20 business days of the notice.

C-25

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

Upon resolution of the claim, the Contractor shall issue a letter to the Claimant, with a copy to the Region, which will include the reasons for their position.

Should this position not resolve the claim and be accepted by the third party claimant, the Contractor shall immediately report the claim to its Insurer for a further review. (Insurer for this purpose is defined as either the Claims Department of the Contractor’s Insurance Company or the Claim’s Administrator at the Contractor’s Insurance Broker.) The Contractor’s Insurer upon receipt of this claim shall advise the third party claimant by letter, with a copy to the Region, that they are now investigating the claim. When a final position on the claim has been determined, the Contractor’s Insurer shall advise the third party claimant by letter, with a copy to the Region. Failure to follow this procedure shall permit the Region to investigate and resolve any such claims. Nothing herein shall limit the right of the Region to investigate and resolve any such claims notwithstanding the response of the Contractor and/or its Insurer and to seek indemnification from the Contractor or to exercise any other rights under the Contract. The Region may, without breaching this Contract, retain from the funds owing to the Contractor an amount that, as between the Region and the Contractor, is equal to the balance in the Region’s favour of all outstanding debts, claims or damages, whether or not related to this Contract.

SGC 48 - GC 11.2 CONTRACT SECURITY a) Delete paragraph 11.2.1 and replace with the following:

“The Contractor shall, within ten (10) business days of their notification of award of contract and prior to Contract signing, provide to the Owner any contract security specified in the Contract Documents. b) Add new paragraph 11.2.3 as follows:

“Each bond shall have an endorsement reading: “This bond will not be cancelled, transferred, or allowed to lapse without notifying the Owner in writing not less than 15 days before cancellation or lapse.”

SGC 49 - GC 12.1 INDEMNIFICATION a) Delete paragraph 12.1.1 and replace with the following:

"The Contractor, both during and after the term of this Agreement, shall at all times, and at its own cost, expense and risk, defend, indemnify and hold harmless the Owner and the lower-tier municipality in which the works are carried out, their elected officials, officers, employees, volunteers, agents, contractors, the Contract Administrator, all respective heirs and executors, successors and assigns, from any and all losses, damages (including, but not limited to, incidental, indirect, special and consequential damages, or any loss of use, revenue or profit by any person, organization or entity),

C-26

SECTION C – SUPPLEMENTARY GENERAL CONDITIONS CAMBRIDGE CENTRE TERMINAL T2016-118

fines, penalties and surcharges, liabilities (including, but not limited to, any and all liability for damages to property and injury to persons, including death), judgments, claims, demands, causes of action, contracts, suits, actions or other proceedings of any kind (including, but not limited to, proceedings of a criminal or quasi-criminal nature) and expenses (including, but not limited to, legal fees on a substantial indemnity basis), which the indemnified persons or person may suffer or incur, howsoever caused, arising out of or in consequence of or directly or indirectly attributable to the Work required to be performed by the Contractor, its agents, employees and Subcontractors on behalf of the Owner, provided such losses, damages, fines, penalties and surcharges, liabilities, judgments, claims, demands, causes of action, contracts, suits, actions or other proceedings of any kind and expenses as defined above are due or claimed to be due to the negligence, breach of contract, and/or breach of law of the Contractor, its agents, employees or Subcontractors.”

b) Delete section GC12.1.2 in their entirety.

c) Delete section GC12.1.3 in their entirety.

SGC 50 - GC 12.2 WAIVER OF CLAIMS

Delete GC 12.2 in its entirety.

SGC 51 - GC 12.3 WARRANTY

a) Delete paragraph 12.3.5, and replace with the following:

“The Contractor agrees to correct, or reimburse the Owner for, all damage, to the Work and/or the property, goods and/or equipment of the Owner and/or the Owner’s tenants, where the damage is the result of any defect or deficiency that is covered pursuant to the warranty herein.

b) Add new paragraph 12.3.7 as follows:

“The Contractor shall commence or correct any deficiency within two working days after receiving a notice from the Owner or the Consultant, and complete the work as expeditiously as possible, except that in case the deficiency would prevent maintaining security or keep basic systems essential to the ongoing business of the Owner and/or their tenants, operational as designed, all necessary corrections and/or installations of temporary replacements shall be carried out immediately as an emergency service. Should the Contractor fail to provide this emergency service within 8 hours of a request made during normal business hours of the Contractor the Owner is authorized, regardless of GC 3.1 – Control of the Work, to carry out all necessary repairs or replacements at the Contractor’s expense.”

C-27

SECTION D

SPECIAL PROVISIONS

This page is left intentionally blank

SECTION D – SPECIAL PROVISIONS CAMBRIDGE CENTRE TERMINAL T2016-118

1.0 AODA Compliant Deliverables

“The *** [insert name of contracting party as defined in the agreement] shall ensure that any information, products, deliverables and/or communication (as defined in the Integrated Standards Regulation O. Reg. 191/11) produced pursuant to this Agreement shall be in conformity with World Wide Web Consortium Web Content Accessibility Guidelines (WCAG) 2.0 Level AA and shall be provided in accessible Word, Excel, PowerPoint, PDF, or other applicable format.

2.0 Accessible Customer Service Training Requirements - Contractors, Consultants and Service Providers

Third party Contractors who deal with the public or other third parties on behalf of the Region of Waterloo, as well as contractors who participate in developing Region of Waterloo policies, practices or procedures governing the provision of goods and services to members of the public or other third parties, must comply with the Accessibility for Ontarians With Disabilities Act, 2005 (“AODA”), in particular the Accessibility Standards for Customer Service, O. Reg. 429/07 as well as the Integrated Accessibility Standards, O. Reg. 191/11.

In accordance with the requirements of section 6 of the Accessibility Standards for Customer Service and section 7 of the Integrated Accessibility Standard, contractors shall ensure that all of their employees, agents, volunteers or others for whom they are responsible receive training about the provision of goods and services provided to people with disabilities. The training should include a review of the purposes of the AODA and the requirements of the Customer Service Regulation, as well as instruction regarding all matters set out in section 6 of the Customer Service Regulation, the requirements of the accessibility standards referred to in the Integrated Regulation and on the Human Rights Code as it pertains to persons with disabilities.

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 complete the Region of Waterloo AODA Contractor Compliance Form (available on the Region of Waterloo website under the link for Accessible Customer Service Training Requirements for Vendors), and keep on file to ensure that this information is available, if requested by the Region of Waterloo.

3.0 REGION OF WATERLOO LABOUR TRADES OBLIGATIONS

(a) The Contractor represents and warrants that it is:

(i) Bound by the collective agreement between the Carpenters’ Employer Bargaining Agency and the Carpenters’ District Council of Ontario of the United Brotherhood of Carpenters and Joiners of America (the “Union”) in the Industrial, Commercial and Institutional Sector (the “Provincial Collective Agreement”), and that it shall remain bound during the term of this Agreement. For greater certainty, the Contractor must be bound by the Provincial Collective D-1

SECTION D – SPECIAL PROVISIONS CAMBRIDGE CENTRE TERMINAL T2016-118

Agreement even if its subcontractors or contractors will be performing the carpentry work as defined in the Provincial Collective Agreement; or

(ii) A joint venture wherein at least one entity to the joint venture is an employer bound by the Provincial Collective Agreement, and that it shall remain bound during the term of this Agreement, save and except for an employer who performs either formwork, drywall, caulking, or resilient flooring as a majority of its contracted works. For the purposes of this subparagraph, the majority of contracted works shall be based on the employer’s revenue from all contracted works for the 12 month period prior to the applicable bid closing and the term ‘entity’ shall include an affiliation, group, or family of companies.

(b) The Contractor agrees that it shall employ only Union members to perform the work covered by the Provincial Collective Agreement, and only contract or subcontract the work covered by the Provincial Collective Agreement to contractors or subcontractors who are bound by the Provincial Collective Agreement as well.

(c) Where the Contractor is a joint venture,

(i) All members of the joint venture shall be joint and severally liable to the Region for all obligations and liabilities pursuant to the Contract; and

(ii One party to the joint venture shall be designated at all times as the primary contact in regard to any communications with the Region.

(d) The Contractor further agrees that it shall provide satisfactory proof to the Region to verify the requirements of this paragraph within seven days of written demand by the Region.

D-2

SECTION E – TECHNICAL SPECIFICATIONS CAMBRIDGE CENTRE TERMINAL T2016-118

SECTION E

TECHNICAL SPECIFICATIONS

______CAMBRIDGE CENTRE TERMINAL LIST OF CONTENTS SECTION 00 01 11 A49/WSP NO. 121-20554-06 PAGE 1 2016-03-03______

Section Title Pages Division 01 - General Requirements 01 11 00 Summary Of Work 2 01 14 00 Work Restrictions 1 01 21 00 Allowances 2 01 23 10 Alternatives 1 01 31 19 Project Meetings 2 01 32 16.07 Construction Progress Schedule 4 01 33 00 Submittal Procedures 4 01 35 29.06 Health and Safety Requirements 4 01 35 43 Environmental Procedures 4 01 41 00 Regulatory Requirements 1 01 45 00 Quality Control 3 01 51 00 Temporary Utilities 3 01 52 00 Construction Facilities 6 01 56 00 Temporary Barriers And Enclosures 3 01 56 39 Tree Protection 3 01 73 00 Execution 2 01 74 11 Cleaning 3 01 78 00 Closeout Submittals 6

Division 02 - Existing Conditions 02 41 17 Selective Demolition 1

Division 03 – Concrete 03 10 00 Concrete Forming and Accessories 4 03 20 00 Concrete Reinforcing 5 03 30 00 Cast-In-Place Concrete 13

Division 04 – Masonry 04 05 00 Common Work Results for Masonry 8 04 05 12 Masonry Mortar and Grout 2 04 05 19 Masonry Anchorage and Reinforcing 6 04 05 23 Masonry Accessories 2 04 21 13 Brick Masonry 5 04 22 00 Concrete Unit Masonry 2 04 42 00 Exterior Stone Cladding 7

Division 05 – Metal 05 12 23 Structural Steel for Buildings 5 05 31 00 Steel Decking 4 05 50 00 Metal Fabrications 3

Division 06 - Wood, Plastics, and Composites 06 10 10 Rough Carpentry 3 06 20 00 Finish Carpentry 4

Division 07 - Thermal and Moisture Protection 07 21 13 Board Insulation 4 07 21 16 Blanket Insulation 2 07 27 10 Air Vapour Barriers 5 07 55 00 Modified Bituminous Roofing 10 07 62 00 Sheet Metal Flashing and Trim 3 ______CAMBRIDGE CENTRE TERMINAL LIST OF CONTENTS SECTION 00 01 11 A49/WSP NO. 121-20554-06 PAGE 2 2016-03-03______

07 92 10 Sealants 4

Division 08 - Openings 08 11 14 Steel Door and Frames 4 08 44 13 Aluminum Windows 9 08 71 10 Door Hardware - General 5 08 80 50 Glazing 4

Division 09 - Finishes 09 21 16 Gypsum Board Assemblies 6 09 22 16 Metal Stud Systems 2 09 24 00 Cement Plastering (Stucco) 6 09 30 13 Porcelain Tiling 7 09 61 40 Platform Edge 4 09 65 16 Resilient Tile Flooring 5 09 91 23 Interior Painting 12

Division 10 – Specialties 10 28 10 Toilet and Bath Accessories 6

Division 12 - Furnishings 12 93 13 Bicycle Racks 3 12 93 23 Trash and Receptors 3 12 93 43.13 Site Seating 3

Division 26 – Electrical 26 00 00 General Requirements 6 26 01 00 Materials and Installation 8 26 02 00 Main Electrical Service 1 26 02 15 Dry Type Transformers 2 26 04 00 Panelboards 3 26 05 00 Lighting Equipment 3 26 05 15 Exit and Emergency Lights 2 26 05 74 Arc Flash Hazard Analysis 12

Division 27 – Communications 27 60 01 Computer Data Wiring 3

Division 32 – Exterior Improvements 32 05 00 Common Work Results for Exterior Improvements 9 32 14 13 Interlocking Concrete Pavers 1 32 91 19 Topsoil Placement and Grading 4 32 92 23 Sodding 5 32 93 33 Trees Shrubs and Ground Cover 10 32 95 00 Concrete Block Planter Walls 10

END OF SECTION

Cambridge Centre Terminal Summary Of Work Section 01 11 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 WORK COVERED BY CONTRACT DOCUMENTS

.1 Work of this Contract comprises of providing following: .1 A single storey driver relief building that is constructed with concrete piers and foundations, structural steel roof and deck, and loadbearing concrete block. The building is enclosed with brick and a small amount of stone and panels. .2 2 aBRT bus stops (located on west and east side of main island) that are constructed with concrete piers and foundations, structural steel roof and deck, Stainless steel piers and glass canopy and panels, and the main section is enclosed with stone. .3 A conctrete retaining wall at the north end of the site. .4 A pedetrian island that incorporates 10 bus stops around it and has landscaping and public art pieces. .5 Various roadwork to accomodated new bus turing lanes, on or adjacent to municipal roads and mall roadways. This includes Utlility relocates, new service connections, grading, paving, curbing, landscaping, etc. .6 Removal of existing bus stops at former Target location and reconfiguration to standard parking stalls.

1.2 WORK SEQUENCE

.1 Construct Work in stages to accommodate Owner's continued use of premises during construction.

.2 Co-ordinate Progress Schedule and co-ordinate with Owner Occupancy during construction.

.3 Maintain fire access/control.

1.3 CONTRACTOR USE OF PREMISES

.1 Limit use of premises for Work, for storage, and for access, to allow: .1 Owner occupancy. .2 Partial owner occupancy. .3 Public usage.

1.4 OWNER OCCUPANCY

.1 Owner will occupy premises during entire construction period for execution of normal operations.

Cambridge Centre Terminal Summary Of Work Section 01 11 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.2 Co-operate with Owner in scheduling operations to minimize conflict and to facilitate Owner usage, and outage scheduling.

1.5 ALTERATIONS, ADDITIONS OR REPAIRS TO EXISTING BUILDING

.1 Execute work with least possible interference or disturbance to building operations, occupants, and normal use of premises. Arrange with owner to facilitate execution of work.

1.6 EXISTING SERVICES

.1 Notify, owner and utility companies of intended interruption of services and obtain required permission.

.2 Where Work involves breaking into or connecting to existing services, give owner 72 hours notice for necessary interruption of mechanical or electrical service throughout course of work. Minimize duration of interruptions. Carry out work at times as directed by governing authorities with minimum disturbance to tenant operations.

.3 Provide alternative routes for personnel and vehicular traffic.

.4 Submit schedule to and obtain approval from owner for any shut-down or of active service or facility including power and communications services. Adhere to approved schedule and provide notice to affected parties.

.5 Provide temporary services when directed by owner to maintain critical building and tenant systems.

.6 Where unknown services are encountered, immediately advise Consultant and confirm findings in writing.

.7 Protect, relocate or maintain existing active services. When inactive services are encountered, cap off in manner approved by authorities having jurisdiction and owner.

.8 Record locations of maintained, re-routed and abandoned service lines.

.9 Construct barriers in accordance with Section 01 56 00 - Temporary Barriers and Enclosures.

Cambridge Centre Terminal Summary Of Work Section 01 11 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

1.7 DOCUMENTS REQUIRED

.1 Maintain at job site, one copy each document as follows: .1 Contract Drawings. .2 Specifications. .3 Addenda. .4 Reviewed Shop Drawings. .5 List of Outstanding Shop Drawings. .6 Change Orders. .7 Other Modifications to Contract. .8 Field Test Reports. .9 Copy of Approved Work Schedule. .10 Health and Safety Plan and Other Safety Related Documents. .11 Other documents as specified.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not used.

PART 3 - EXECUTION

3.1 NOT USED

.1 Not used.

END OF SECTION

Cambridge Centre Terminal Work Restrictions Section 01 14 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 ACCESS AND EGRESS

.1 Design, construct and maintain temporary "access around" work areas, in accordance with relevant municipal, provincial and other regulations.

1.2 USE OF SITE AND FACILITIES

.1 Execute work with least possible interference or disturbance to normal use of premises and operations of the Mall. Make every effort to reduce any impacts of demolition and construction to the vehicle entrances.

.2 Closures: protect work temporarily until permanent enclosures are completed.

1.3 ALTERATIONS, ADDITIONS OR REPAIRS TO EXISTING BUILDING

.1 Execute work with least possible interference or disturbance to building operations occupants, and normal use of premises. Arrange with owner to facilitate execution of work.

1.4 SPECIAL REQUIREMENTS

.1 Ensure that Contractor personnel employed on site become familiar with and obey regulations including safety, fire, traffic, environmental and security regulations.

.2 Keep within limits of work and avenues of ingress and egress.

1.5 BUILDING SMOKING ENVIRONMENT

.1 Comply with smoking restrictions. Smoking is not allowed.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

Cambridge Centre Terminal Work Restrictions Section 01 14 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

PART 3 - EXECUTION

3.1 NOT USED

.1 Not Used.

END OF SECTION

Cambridge Centre Terminal Allowances Section 01 21 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 Canadian Construction Documents Committee (CCDC) .1 CCDC 2-2008, Stipulated Price Contract.

.2 Project Supplementary Conditions

1.2 CASH ALLOWANCES

.1 Refer to CCDC 2, GC 4.1.

.2 Include in Contract Price specified cash allowances.

.3 Cash allowances, unless otherwise specified, cover net cost to Contractor contractor services, products, construction machinery and equipment, freight, handling, unloading, storage installation and other authorized expenses incurred in performing Work.

.4 Contract Price, and not cash allowance, includes Contractor's Contractor's overhead and profit in connection with such cash allowance.

.5 Contract Price will be adjusted by written order to provide for excess or deficit to each cash allowance.

.6 Where costs under a cash allowance exceed amount of allowance, Contractor will be compensated for excess incurred and substantiated plus allowance for overhead and profit as set out in Contract Documents.

.7 Include progress payments on accounts of work authorized under cash allowances in Consultant's monthly certificate for payment.

.8 Prepare schedule jointly with Consultant and Contractor to show when items called for under cash allowances must be authorized by Consultant for ordering purposes so that progress of Work will not be delayed.

.9 Amount of each allowance as follows: .1 Testing: $50,000 Testing allowance is specific for concrete, compaction and material testing .2 Plyon Sign: $70,000 Allowance covers removal of existing pylon sign and installation of new sign. Associated electrical services removal/installations up to the sign and structural footings and foundations are included in the base bid set and are not to utilize this allowance.

Cambridge Centre Terminal Allowances Section 01 21 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.3 Surveying: $5,000 .4 Security: $50,000 Allowance is for supply and install of cameras, mounting hardware, server equipment and programming. Allowance is also for supply, install and programming of card reader access control panels. All associated power, data cable, conduit, card readers, door hardware (i.e. electric strikes) are included in the base bid set and are not to utilize this allowance. .5 Shelters: $100,000. Allowance is for supply and install of bus shelters to be located beside the retaining wall, complete with their integrated lighting, electronic displays, and embedded rebar and foundations. All conduit, power and data services to shelters are included in base bid set and are not to utilize this allowance. .6 Utility Relocation: $175,000. Allowance to relocate gas line and Bell line .7 Traffic Signals & Line Markings: $35,000. A temporary traffic signal will be installed at Hespeler and the main mall entrance prior to construction. GC to work around this to allow permanent traffic signal to be installed after substantial completion. All road line markings are to be from this allowance.

Totaling: $485,000

1.3 CONTINGENCY ALLOWANCE

.1 Refer to CCDC 2, GC 4.2.

.2 Include in Contract Price contingency allowance of $ 370,000.

.3 Do not include in Contract Price, additional contingency allowances for products, installation, overhead or profit.

.4 Expenditures under contingency allowance will be authorized in accordance with procedures provided in CCDC 2, GC 6.1 - Changes CCDC 2, 6.2 Change Order and CCDC 2, 6.3 Change Directive.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

Cambridge Centre Terminal Allowances Section 01 21 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

PART 3 - EXECUTION

3.1 NOT USED

.1 Not Used.

END OF SECTION

Cambridge Centre Terminal Alternatives Section 01 23 10 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 Canadian Construction Documents Committee (CCDC) .1 CCDC 23-2003, A Guide to Calling Bids and Awarding Contracts.

1.2 REQUIREMENTS

.1 Referenced specification Sections stipulate pertinent requirements for products and methods to achieve the Work stipulated under each Alternative.

.2 Coordinate affected related Work and modify surrounding Work to integrate the Work under each Alternative.

1.3 AWARD/SELECTION OF ALTERNATIVES

.1 Indicate variation of Price for Alternatives described below and listed in Supplementary Bid Information Form. Note that this form requests a 'difference' in bid Price by adding to or deducting from the base Bid price.

.2 Bids shall be evaluated on 'Base Bid' price. After determination of preferred Bidder, consideration will be given to Alternatives and Bid Price adjustments.

1.4 ALTERNATIVES

.1 Any proposed alternative materials, manufacturers or installation methods to have written approval prior to submission

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

Cambridge Centre Terminal Alternatives Section 01 23 10 A49/WSP No. 121-20554-06 Page 2 2016-03-03

PART 3 - EXECUTION

3.1 NOT USED

.1 Not Used.

END OF SECTION

Cambridge Centre Terminal Project Meetings Section 01 31 19 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 ADMINISTRATIVE

.1 Schedule and administer project meetings throughout the progress of the work at the call of the Consultant or client.

.2 Prepare agenda for meetings.

.3 Distribute written notice of each meeting four days in advance of meeting date to Consultant and client.

.4 Provide physical space and make arrangements for meetings.

.5 Preside at meetings.

.6 Record the meeting minutes. Include significant proceedings and decisions. Identify actions by parties.

.7 Reproduce and distribute copies of minutes within three days after meetings and transmit to meeting participants and, affected parties not in attendance.

.8 Representative of Contractor, Subcontractor and suppliers attending meetings will be qualified and authorized to act on behalf of party each represents.

1.2 PRECONSTRUCTION MEETING

.1 Within 15 days after award of Contract, request a meeting of parties in contract to discuss and resolve administrative procedures and responsibilities.

.2 Client, Consultant, Contractor, major Subcontractors, and field inspectors and will be in attendance.

.3 Establish time and location of meeting and notify parties concerned minimum 5 days before meeting.

.4 Incorporate mutually agreed variations to Contract Documents into Agreement, prior to signing.

.5 Agenda to include: .1 Appointment of official representative of participants in the Work.

Cambridge Centre Terminal Project Meetings Section 01 31 19 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.2 Schedule of Work: in accordance with Section 01 32 16.07 - Construction Progress Schedules - Bar (GANTT) Chart. .3 Schedule of submission of shop drawings, samples, colour chips. Submit submittals in accordance with Section 01 33 00 - Submittal Procedures. .4 Requirements for temporary facilities, site sign, offices, storage sheds, utilities, fences in accordance with Section 01 52 00 - Construction Facilities. .5 Delivery schedule of specified equipment in accordance with Section 01 32 16.07 .6 Site security in accordance with Section 01 56 00 - Temporary Barriers and Enclosures . .7 Proposed changes, change orders, procedures, approvals required, mark-up percentages permitted, time extensions, overtime, administrative requirements. .8 Owner provided products. .9 Record drawings in accordance with Section 01 33 00 - Submittal Procedures. .10 Maintenance manuals in accordance with Section 01 78 00 - Closeout Submittals. .11 Take-over procedures, acceptance, warranties in accordance with Section 01 78 00 - Closeout Submittals. .12 Monthly progress claims, administrative procedures, photographs, hold backs. .13 Appointment of inspection and testing agencies or firms. .14 Insurances, transcript of policies.

1.3 PROGRESS MEETINGS

.1 During course of Work and 2 weeks prior to project completion, schedule progress meetings bi-weekly.

.2 Contractor, major Subcontractors involved in Work and Consultant and client are to be in attendance.

.3 Notify parties minimum 5 days prior to meetings.

.4 Record minutes of meetings and circulate to attending parties and affected parties not in attendance within 3 days after meeting.

.5 Agenda to include the following: .1 Review, approval of minutes of previous meeting. .2 Review of Work progress since previous meeting. .3 Field observations, problems, conflicts. .4 Problems which impede construction schedule.

Cambridge Centre Terminal Project Meetings Section 01 31 19 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.5 Review of off-site fabrication delivery schedules. .6 Corrective measures and procedures to regain projected schedule. .7 Revision to construction schedule. .8 Progress schedule, during succeeding work period. .9 Review submittal schedules: expedite as required. .10 Maintenance of quality standards. .11 Review proposed changes for affect on construction schedule and on completion date. .12 Other business.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

PART 3 - EXECUTION

3.1 NOT USED

.1 Not Used.

END OF SECTION

Cambridge Centre Terminal Construction Progress Sect 01 32 16.07 A49/WSP No. 121-20554-06 Schedule - Bar (Gantt) Page 1 Chart 2016-03-03

PART 1 - GENERAL

1.1 DEFINITIONS

.1 Activity: element of Work performed during course of Project. Activity normally has expected duration, and expected cost and expected resource requirements. Activities can be subdivided into tasks.

.2 Bar Chart (GANTT Chart): graphic display of schedule-related information. In typical bar chart, activities or other Project elements are listed down left side of chart, dates are shown across top, and activity durations are shown as date-placed horizontal bars. Generally Bar Chart should be derived from commercially available computerized project management system.

.3 Baseline: original approved plan (for project, work package, or activity), plus or minus approved scope changes.

.4 Construction Work Week: Monday to Friday, inclusive, will provide five day work week and define schedule calendar working days as part of Bar (GANTT) Chart submission.

.5 Duration: number of work periods (not including holidays or other nonworking periods) required to complete activity or other project element. Usually expressed as workdays or workweeks.

.6 Master Plan: summary-level schedule that identifies major activities and key milestones.

.7 Milestone: significant event in project, usually completion of major deliverable.

.8 Project Schedule: planned dates for performing activities and the planned dates for meeting milestones. Dynamic, detailed record of tasks or activities that must be accomplished to satisfy Project objectives. Monitoring and control process involves using Project Schedule in executing and controlling activities and is used as basis for decision making throughout project life cycle.

.9 Project Planning, Monitoring and Control System: overall system operated by Consultant to enable monitoring of project work in relation to established milestones.

Cambridge Centre Terminal Construction Progress Sect 01 32 16.07 A49/WSP No. 121-20554-06 Schedule - Bar (Gantt) Page 2 Chart 2016-03-03

1.2 REQUIREMENTS

.1 Ensure Master Plan and Detail Schedules are practical and remain within specified Contract duration.

.2 Plan to complete Work in accordance with prescribed milestones and time frame.

.3 Limit activity durations to maximum of approximately 10 working days, to allow for progress reporting.

.4 Ensure that it is understood that Award of Contract or time of beginning, rate of progress, Interim Certificate and Final Certificate as defined times of completion are of essence of this contract.

1.3 ACTION AND INFORMATIONAL SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

.2 Submit to Consultant within 5 working days of Award of Contract Bar (GANTT) Chart as Master Plan for planning, monitoring and reporting of project progress.

.3 Submit Project Schedule to Consultant within 5 working days of receipt of acceptance of Master Plan.

1.4 PROJECT MILESTONES

.1 Project milestones form interim targets for Project Schedule. .1 Excavation completed within ____ working days of Award of Contract date. .2 Substructure completed within _____ working days of Award of Contract date. .3 Superstructure completed within _____ working days of Award of Contract date. .4 Building closed-in and weatherproofed within _____ working days of Award of Contract date. .5 Interior finishing and fitting, mechanical, and electrical work completed within ____ working days of Award of Contract date. .6 Interim Certificate (Substantial Completion) within ____ working days of Award of Contract date.

Cambridge Centre Terminal Construction Progress Sect 01 32 16.07 A49/WSP No. 121-20554-06 Schedule - Bar (Gantt) Page 3 Chart 2016-03-03

1.5 MASTER PLAN

.1 Structure schedule to allow orderly planning, organizing and execution of Work as Bar Chart (GANTT).

.2 Client and Consultant will review and return revised schedules within 5 working days.

.3 Revise impractical schedule and resubmit within 5 working days.

.4 Accepted revised schedule will become Master Plan and be used as baseline for updates.

1.6 PROJECT SCHEDULE

.1 Develop detailed Project Schedule derived from Master Plan.

.2 Ensure detailed Project Schedule includes as minimum milestone and activity types as follows: .1 Award. .2 Shop Drawings, Samples. .3 Permits. .4 Mobilization. .5 Excavation. .6 Backfill. .7 Building footings. .8 Slab on grade. .9 Structural Steel. .10 Siding and Roofing. .11 Interior Architecture (Walls, Floors and Ceiling). .12 Plumbing. .13 Lighting. .14 Electrical. .15 Piping. .16 Controls. .17 Heating, Ventilating, and Air Conditioning. .18 Millwork. .19 Fire Systems. .20 Testing and Commissioning. .21 Supplied equipment long delivery items. .22 Engineer supplied equipment required dates.

Cambridge Centre Terminal Construction Progress Sect 01 32 16.07 A49/WSP No. 121-20554-06 Schedule - Bar (Gantt) Page 4 Chart 2016-03-03

1.7 PROJECT SCHEDULE REPORTING

.1 Update Project Schedule on weekly basis reflecting activity changes and completions, as well as activities in progress.

.2 Include as part of Project Schedule, narrative report identifying Work status to date, comparing current progress to baseline, presenting current forecasts, defining problem areas, anticipated delays and impact with possible mitigation.

1.8 PROJECT MEETINGS

.1 Discuss Project Schedule at regular site meetings, identify activities that are behind schedule and provide measures to regain slippage. Activities considered behind schedule are those with projected start or completion dates later than current approved dates shown on baseline schedule.

.2 Weather related delays with their remedial measures will be discussed and negotiated.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not used.

PART 3 - EXECUTION

3.1 NOT USED

.1 Not used.

END OF SECTION

Cambridge Centre Terminal Submittal Procedures Section 01 33 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 ADMINISTRATIVE

.1 Submit to Owner submittals listed for review. Submit promptly and in orderly sequence to not cause delay in Work. Failure to submit in ample time is not considered sufficient reason for extension of Contract Time and no claim for extension by reason of such default will be allowed.

.2 Do not proceed with Work affected by submittal until review is complete.

.3 Present shop drawings, product data, samples and mock-ups in SI Metric units.

.4 Where items or information is not produced in SI Metric units converted values are acceptable.

.5 Review submittals prior to submission to Owner. This review represents that necessary requirements have been determined and verified, or will be, and that each submittal has been checked and co-ordinated with requirements of Work and Contract Documents. Submittals not stamped, signed, dated and identified as to specific project will be returned without being examined and considered rejected.

.6 Notify Owner, in writing at time of submission, identifying deviations from requirements of Contract Documents stating reasons for deviations.

.7 Verify field measurements and affected adjacent Work are co-ordinated.

.8 Contractor's responsibility for errors and omissions in submission is not relieved by Consultant's review of submittals.

.9 Contractor's responsibility for deviations in submission from requirements of Contract Documents is not relieved by Consultant review.

.10 Keep one reviewed copy of each submission on site.

1.2 SHOP DRAWINGS AND PRODUCT DATA

.1 Refer to CCDC 2 GC 3.11.

.2 The term "shop drawings" means drawings, diagrams, illustrations, schedules, performance charts, brochures and other data which are to be provided by Contractor to illustrate details of a portion of Work.

Cambridge Centre Terminal Submittal Procedures Section 01 33 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.3 Submit drawings stamped and signed by professional engineer registered or licensed in Province of Canada.

.4 Indicate materials, methods of construction and attachment or anchorage, erection diagrams, connections, explanatory notes and other information necessary for completion of Work. Where articles or equipment attach or connect to other articles or equipment, indicate that such items have been co-ordinated, regardless of Section under which adjacent items will be supplied and installed. Indicate cross references to design drawings and specifications.

.5 Allow 14 days for Owner / Consultant's review of each submission.

.6 Adjustments made on shop drawings by Owner/ Consultant are not intended to change Contract Price. If adjustments affect value of Work, state such in writing to Consultant prior to proceeding with Work.

.7 Make changes in shop drawings as Owner/ Consultant may require, consistent with Contract Documents. When resubmitting, notify Consultant in writing of revisions other than those requested.

.8 Accompany submissions with transmittal letter, containing: .1 Date. .2 Project title and number. .3 Contractor's name and address. .4 Identification and quantity of each shop drawing, product data and sample. .5 Other pertinent data.

.9 Submissions include: .1 Date and revision dates. .2 Project title and number. .3 Name and address of: .1 Subcontractor. .2 Supplier. .3 Manufacturer. .4 Contractor's stamp, signed by Contractor's authorized representative certifying approval of submissions, verification of field measurements and compliance with Contract Documents. .5 Details of appropriate portions of Work as applicable: .1 Fabrication. .2 Layout, showing dimensions, including identified field dimensions, and clearances. .3 Setting or erection details. .4 Capacities. .5 Performance characteristics. .6 Standards. .7 Operating weight.

Cambridge Centre Terminal Submittal Procedures Section 01 33 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.8 Wiring diagrams. .9 Single line and schematic diagrams. .10 Relationship to adjacent work.

.10 After Owner/Consultant's review, distribute copies.

.11 Submit electronic copy of shop drawings for each requirement requested in specification Sections and as Consultant may reasonably request.

.12 Submit electronic copies of product data sheets or brochures for requirements requested in specification Sections and as requested by Consultant where shop drawings will not be prepared due to standardized manufacture of product.

.13 Submit electronic copies of test reports for requirements requested in specification Sections and as requested by Consultant. .1 Report signed by authorized official of testing laboratory that material, product or system identical to material, product or system to be provided has been tested in accord with specified requirements. .2 Testing must have been within 3 years of date of contract award for project.

.14 Submit electronic copies of certificates for requirements requested in specification Sections and as requested by Consultant. .1 Statements printed on manufacturer's letterhead and signed by responsible officials of manufacturer of product, system or material attesting that product, system or material meets specification requirements. .2 Certificates must be dated after award of project contract complete with project name.

.15 Submit electronic copies of manufacturers instructions for requirements requested in specification Sections and as requested by Owner/Consultant. .1 Pre-printed material describing installation of product, system or material, including special notices and Material Safety Data Sheets concerning impedances, hazards and safety precautions.

.16 Submit electronic copies of Manufacturer's Field Reports for requirements requested in specification Sections and as requested by Owner/Consultant.

.17 Documentation of the testing and verification actions taken by manufacturer's representative to confirm compliance with manufacturer's standards or instructions.

.18 Submit electronic copies of Operation and Maintenance Data for requirements requested in specification Sections and as requested by Owner/Consultant.

.19 Delete information not applicable to project.

.20 Supplement standard information to provide details applicable to project.

Cambridge Centre Terminal Submittal Procedures Section 01 33 00 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.21 If upon review by Owner/Consultant, no errors or omissions are discovered or if only minor corrections are made, copies will be returned and fabrication and installation of Work may proceed. If shop drawings are rejected, noted copy will be returned and resubmission of corrected shop drawings, through same procedure indicated above, must be performed before fabrication and installation of Work may proceed.

1.3 SAMPLES

.1 Submit for review samples in triplicate as requested in respective specification Sections. samples with origin and intended use.

.2 Deliver samples prepaid to Owners and Consultant's business address.

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

.4 Where colour, pattern or texture is criterion, submit full range of samples.

.5 Adjustments made on samples by owner/Consultant are not intended to change Contract Price. If adjustments affect value of Work, state such in writing to Consultant prior to proceeding with Work.

.6 Make changes in samples which owner / Consultant may require, consistent with Contract Documents.

.7 Reviewed and accepted samples will become standard of workmanship and material against which installed Work will be verified.

1.4 PHOTOGRAPHIC DOCUMENTATION

.1 Submit electronic copy of colour digital photography in jpg format, standard resolution monthly with progress statement Owner and consultant.

.2 Project identification: name and number of project and date of exposure indicated.

.3 Number of viewpoints: 4 locations. .1 Viewpoints and their location as determined by Owner.

.4 Frequency of photographic documentation: weekly and/or as directed by Owner.

Cambridge Centre Terminal Submittal Procedures Section 01 33 00 A49/WSP No. 121-20554-06 Page 5 2016-03-03

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

PART 3 - EXECUTION

3.1 NOT USED

.1 Not Used.

END OF SECTION

Cambridge Centre Terminal Health And Safety Sect 01 35 29.06 A49/WSP No. 121-20554-06 Requirements Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 Canada Labour Code, Part 2, Canada Occupational Safety and Health Regulations

.2 Province of Ontario .1 Occupational Health and Safety Act and Regulations for Construction Projects, R.S.O. 1990, c.0.1, as amended and O. Reg. 213/91 as amended - Updated 2005.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit in accordance with Section 01 33 00 - Submittal Procedures.

.2 Submit site-specific Health and Safety Plan: Within 7 days after date of Notice to Proceed and prior to commencement of Work. Health and Safety Plan must include: .1 Results of site specific safety hazard assessment. .2 Results of safety and health risk or hazard analysis for site tasks and operation.

.3 Submit 1 digital copy of Contractor's authorized representative's work site health and safety inspection reports to Consultant.

.4 Submit copies of reports or directions issued by Federal, Provincial and Territorial health and safety inspectors.

.5 Submit copies of incident and accident reports.

.6 Submit WHMIS MSDS - Material Safety Data Sheets

.7 Client and Consultant will review Contractor's site-specific Health and Safety Plan and provide comments to Contractor within 5 days after receipt of plan. Revise plan as appropriate and resubmit plan to Consultant within 5 days after receipt of comments from Consultant.

.8 Consultant's review of Contractor's final Health and Safety plan should not be construed as approval and does not reduce the Contractor's overall responsibility for construction Health and Safety.

Cambridge Centre Terminal Health And Safety Sect 01 35 29.06 A49/WSP No. 121-20554-06 Requirements Page 2 2016-03-03

.9 Medical Surveillance: where prescribed by legislation, regulation or safety program, submit certification of medical surveillance for site personnel prior to commencement of Work, and submit additional certifications for any new site personnel to Client.

.10 On-site Contingency and Emergency Response Plan: address standard operating procedures to be implemented during emergency situations.

1.3 FILING OF NOTICE

.1 File Notice of Project with Provincial authorities prior to beginning of Work.

.2 Contractor shall be responsible and assume the Principal Contractor role for each work zone location and not the entire complex. Contractor shall provide a written acknowledgement of this responsibility with 3 weeks of contract award. Contractor to submit written acknowledgement to CSST along with Ouverture de Chantier Notice.

.3 Contractor shall agree to install proper site separation and identification in order to maintain time and space at all times throughout life of project.

1.4 SAFETY ASSESSMENT

.1 Perform site specific safety hazard assessment related to project.

1.5 MEETINGS

.1 Schedule and administer Health and Safety meeting with prior to commencement of Work.

1.6 REGULATORY REQUIREMENTS

.1 Do Work in accordance with Section 01 41 00 - Regulatory Requirements.

1.7 GENERAL REQUIREMENTS

.1 Develop written site-specific Health and Safety Plan based on hazard assessment prior to beginning site Work and continue to implement, maintain, and enforce plan until final demobilization from site. Health and Safety Plan must address project specifications.

Cambridge Centre Terminal Health And Safety Sect 01 35 29.06 A49/WSP No. 121-20554-06 Requirements Page 3 2016-03-03

.2 Client may respond in writing, where deficiencies or concerns are noted and may request re-submission with correction of deficiencies or concerns.

1.8 RESPONSIBILITY

.1 Be responsible for health and safety of persons on site, safety of property on site and for protection of persons adjacent to site and environment to extent that they may be affected by conduct of Work.

.2 Contractor will be responsible and assume the role Constructor as described in the Ontario Occupational Health and Safety Act and Regulations for Construction Projects.

.3 Comply with and enforce compliance by employees with safety requirements of Contract Documents, applicable federal, provincial, and local statutes, regulations, and ordinances, and with site-specific Health and Safety Plan.

1.9 COMPLIANCE REQUIREMENTS

.1 Comply with Ontario Occupational Health and Safety Act, R.S.O. 1990, c. 0.1 and Ontario Regulations for Construction Projects, O. Reg. 213/91.

1.10 UNFORSEEN HAZARDS

.1 When unforeseen or peculiar safety-related factor, hazard, or condition occur during performance of Work, follow procedures in place for Employee's Right to Refuse Work in accordance with Acts and Regulations of Province having jurisdiction and advise Consultant verbally and in writing.

1.11 POSTING OF DOCUMENTS

.1 Ensure applicable items, articles, notices and orders are posted in conspicuous location on site in accordance with Acts and Regulations of Province having jurisdiction, and in consultation with Consultant.

1.12 CORRECTION OF NON-COMPLIANCE

.1 Immediately address health and safety non-compliance issues identified by authority having jurisdiction or by Consultant.

Cambridge Centre Terminal Health And Safety Sect 01 35 29.06 A49/WSP No. 121-20554-06 Requirements Page 4 2016-03-03

.2 Provide Consultant with written report of action taken to correct non-compliance of health and safety issues identified.

.3 Consultant may stop Work if non-compliance of health and safety regulations is not corrected.

1.13 WORK STOPPAGE

.1 Give precedence to safety and health of public and site personnel and protection of environment over cost and schedule considerations for Work.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not used.

PART 3 - EXECUTION

3.1 NOT USED

.1 Not used.

END OF SECTION

Cambridge Centre Terminal Environmental Procedures Section 01 35 43 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 Definitions: .1 Environmental Pollution and Damage: presence of chemical, physical, biological elements or agents which adversely affect human health and welfare; unfavourably alter ecological balances of importance to human life; affect other species of importance to humans; or degrade environment aesthetically, culturally and/or historically. .2 Environmental Protection: prevention/control of pollution and habitat or environment disruption during construction.

.2 Reference Standards: .1 Canadian Construction Documents Committee (CCDC) .1 CCDC 2-2008 Stipulated Price Contract. .2 U.S. Environmental Protection Agency (EPA)/Office of Water .1 EPA 832/R-92-005-92, Storm Water Management for Construction Activities, Chapter 3. .2 EPA General Construction Permit (GCP) 2012.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit in accordance with Section 01 33 00 - Submittal Procedures.

.2 Product Data: .1 Submit manufacturer's instructions, printed product literature and data sheets and include product characteristics, performance criteria, physical size, finish and limitations. .2 Submit 2 copies of WHMIS MSDS in accordance with Section 01 35 29.06 - Health and Safety Requirements.

.3 Before commencing construction activities or delivery of materials to site, submit Environmental Protection Plan for review and approval by Client and Consultant.

.4 Environmental Protection Plan must include comprehensive overview of known or potential environmental issues to be addressed during construction.

.5 Address topics at level of detail commensurate with environmental issue and required construction tasks.

.6 Include in Environmental Protection Plan: .1 Names of persons responsible for ensuring adherence to Environmental Protection Plan.

Cambridge Centre Terminal Environmental Procedures Section 01 35 43 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.2 Names and qualifications of persons responsible for manifesting hazardous waste to be removed from site. .3 Names and qualifications of persons responsible for training site personnel. .4 Descriptions of environmental protection personnel training program. .5 Erosion and sediment control plan identifying type and location of erosion and sediment controls to be provided including monitoring and reporting requirements to assure that control measures are in compliance with erosion and sediment control plan, Federal, Provincial, and Municipal laws and regulations and EPA 832/R-92-005, Chapter 3. .6 Drawings indicating locations of proposed temporary excavations or embankments for haul roads, stream crossings, material storage areas, structures, sanitary facilities, and stockpiles of excess or spoil materials including methods to control runoff and to contain materials on site. .7 Traffic Control Plans including measures to reduce erosion of temporary roadbeds by construction traffic, especially during wet weather. .1 Plans to include measures to minimize amount of material transported onto paved public roads by vehicles or runoff. .8 Work area plan showing proposed activity in each portion of area and identifying areas of limited use or non-use. .1 Plan to include measures for marking limits of use areas and methods for protection of features to be preserved within authorized work areas. .9 Spill Control Plan to include procedures, instructions, and reports to be used in event of unforeseen spill of regulated substance. .10 Non-Hazardous solid waste disposal plan identifying methods and locations for solid waste disposal including clearing debris. .11 Air pollution control plan detailing provisions to assure that dust, debris, materials, and trash, are contained on project site. .12 Contaminant Prevention Plan identifying potentially hazardous substances to be used on job site; intended actions to prevent introduction of such materials into air, water, or ground; and detailing provisions for compliance with Federal, Provincial, and Municipal laws and regulations for storage and handling of these materials. .13 Pesticide treatment plan to be included and updated, as required.

1.3 FIRES

.1 Fires and burning of rubbish on site is not permitted.

Cambridge Centre Terminal Environmental Procedures Section 01 35 43 A49/WSP No. 121-20554-06 Page 3 2016-03-03

1.4 DRAINAGE

.1 Develop and submit erosion and Sediment Control Plan (ESC) identifying type and location of erosion and sediment controls provided. Plan to include monitoring and reporting requirements to assure that control measures are in compliance with erosion and sediment control plan, Federal, Provincial, and Municipal laws and regulations, EPA 832/R-92-005, Chapter 3

.2 Storm Water Pollution Prevention Plan (SWPPP) to be substituted for erosion and sediment control plan.

.3 Provide temporary drainage and pumping required to keep excavations and site free from water.

.4 Ensure pumped water into waterways, sewer or drainage systems is free of suspended materials.

.5 Control disposal or runoff of water containing suspended materials or other harmful substances in accordance with local authority requirements.

1.5 SITE CLEARING AND PLANT PROTECTION

.1 Protect trees and plants on site and adjacent properties as indicated.

.2 Protect trees and shrubs adjacent to construction work, storage areas and trucking lanes, and encase with protective wood framework from grade level to height of 2 m minimum.

.3 Protect roots of designated trees to dripline during excavation and site grading to prevent disturbance or damage. .1 Avoid unnecessary traffic, dumping and storage of materials over root zones.

.4 Minimize stripping of topsoil and vegetation.

.5 Restrict tree removal to areas indicated.

1.6 POLLUTION CONTROL

.1 Maintain temporary erosion and pollution control features installed under this Contract.

.2 Control emissions from equipment and plant in accordance with local authorities' emission requirements.

Cambridge Centre Terminal Environmental Procedures Section 01 35 43 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.3 Prevent sandblasting and other extraneous materials from contaminating air and waterways beyond application area. .1 Provide temporary enclosures where indicated.

.4 Cover or wet down dry materials and rubbish to prevent blowing dust and debris. Provide dust control for temporary roads.

1.7 NOTIFICATION

.1 Consultant will notify Contractor in writing of observed noncompliance with Federal, Provincial or Municipal environmental laws or regulations, permits, and other elements of Contractor's Environmental Protection plan.

.2 Contractor: after receipt of such notice, inform Consultant of proposed corrective action and take such action for approval by Consultant. .1 Take action only after receipt of written approval by Consultant.

.3 Consultant will issue stop order of work until satisfactory corrective action has been taken.

.4 No time extensions granted or equitable adjustments allowed to Contractor for such suspensions.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

PART 3 - EXECUTION

3.1 CLEANING

.1 Progress Cleaning: clean in accordance with Section 01 74 11 - Cleaning. .1 Leave Work area clean at end of each day.

.2 Ensure public waterways, storm and sanitary sewers remain free of waste and volatile materials disposal.

.3 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment in accordance with Section 01 74 11 - Cleaning.

END OF SECTION

Cambridge Centre Terminal Regulatory Requirements Section 01 41 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES AND CODES

.1 Perform Work in accordance with Ontario Building Code (OBC) including amendments up to tender closing date and other codes of provincial or local application provided that in case of conflict or discrepancy, more stringent requirements apply.

.2 Meet or exceed requirements of: .1 Contract documents. .2 Specified standards, codes and referenced documents.

1.2 HAZARDOUS MATERIAL DISCOVERY

.1 Asbestos: demolition of spray or trowel-applied asbestos is hazardous to health. Stop work immediately when material resembling spray or trowel-applied asbestos is encountered during demolition work. Notify Consultant.

.2 PCB: Polychlorinated Biphenyl: stop work immediately when material resembling Polychlorinated Biphenyl is encountered during demolition work. Notify Consultant.

.3 Mould: stop work immediately when material resembling mould is encountered during demolition work. Notify Consultant. .

1.3 BUILDING SMOKING ENVIRONMENT

.1 Comply with smoking restrictions and municipal by-laws.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

Cambridge Centre Terminal Regulatory Requirements Section 01 41 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

PART 3 - EXECUTION

3.1 NOT USED

.1 Not Used.

END OF SECTION

Cambridge Centre Terminal Quality Control Section 01 45 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 Canadian Construction Documents Committee (CCDC) .1 CCDC 2-94, Stipulated Price Contract.

1.2 INSPECTION

.1 Refer to CCDC 2, GC 2.3.

.2 Allow Consultant access to Work. If part of Work is in preparation at locations other than Place of Work, allow access to such Work whenever it is in progress.

.3 Give timely notice requesting inspection if Work is designated for special tests, inspections or approvals by owner/Consultant instructions, or law of Place of Work.

.4 If Contractor covers or permits to be covered Work that has been designated for special tests, inspections or approvals before such is made, uncover such Work, have inspections or tests satisfactorily completed and make good such Work.

.5 Owner will order part of Work to be examined if Work is suspected to be not in accordance with Contract Documents. If, upon examination such work is found not in accordance with Contract Documents, correct such Work and pay cost of examination and correction.

1.3 INDEPENDENT INSPECTION AGENCIES

.1 Provide equipment required for executing inspection and testing by appointed agencies.

.2 Employment of inspection/testing agencies does not relax responsibility to perform Work in accordance with Contract Documents.

.3 If defects are revealed during inspection and/or testing, appointed agency will request additional inspection and/or testing to ascertain full degree of defect. Correct defect and irregularities as advised by Owner at no cost toOwner. Pay costs for retesting and reinspection.

Cambridge Centre Terminal Quality Control Section 01 45 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

1.4 ACCESS TO WORK

.1 Allow inspection/testing agencies access to Work, off site manufacturing and fabrication plants.

.2 Co-operate to provide reasonable facilities for such access.

1.5 PROCEDURES

.1 Notify appropriate agency Consultant in advance of requirement for tests, in order that attendance arrangements can be made.

.2 Submit samples and/or materials required for testing, as specifically requested in specifications. Submit with reasonable promptness and in orderly sequence to not cause delays in Work.

.3 Provide labour and facilities to obtain and handle samples and materials on site. Provide sufficient space to store and cure test samples.

1.6 REJECTED WORK

.1 Refer to CCDC, GC 2.4.

.2 Remove defective Work, whether result of poor workmanship, use of defective products or damage and whether incorporated in Work or not, which has been rejected by Consultant as failing to conform to Contract Documents. Replace or re-execute in accordance with Contract Documents.

.3 Make good other Contractor's work damaged by such removals or replacements promptly.

.4 If in opinion of Owner/Consultant it is not expedient to correct defective Work or Work not performed in accordance with Contract Documents, Owner will deduct from Contract Price difference in value between Work performed and that called for by Contract Documents, amount of which will be determined by Owner.

1.7 REPORTS

.1 Submit 4 copies of inspection and test reports to Owner.

.2 Provide copies to subcontractor of work being inspected or tested and manufacturer or fabricator of material being inspected or tested.

Cambridge Centre Terminal Quality Control Section 01 45 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

PART 3 - EXECUTION

3.1 NOT USED

.1 Not Used.

END OF SECTION

Cambridge Centre Terminal Temporary Utilities Section 01 51 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 ACTION AND INFORMATIONAL SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

1.2 INSTALLATION AND REMOVAL

.1 Provide temporary utilities controls in order to execute work expeditiously.

.2 Remove from site all such work after use.

1.3 WATER SUPPLY

.1 Provide continuous supply of potable water for construction use.

.2 Arrange for connection with appropriate utility company and pay costs for installation, maintenance and removal.

.3 Pay for utility charges at prevailing rates.

1.4 TEMPORARY HEATING AND VENTILATION

.1 Provide temporary heating required during construction period, including attendance, maintenance and fuel.

.2 Construction heaters used inside building must be vented to outside or be non-flameless type. Solid fuel salamanders are not permitted.

.3 Provide temporary heat and ventilation in enclosed areas as required to: .1 Facilitate progress of Work. .2 Protect Work and products against dampness and cold. .3 Prevent moisture condensation on surfaces. .4 Provide ambient temperatures and humidity levels for storage, installation and curing of materials. .5 Provide adequate ventilation to meet health regulations for safe working environment.

.4 Maintain temperatures of minimum 10 degrees C in areas where construction is in progress.

.5 Ventilating:

Cambridge Centre Terminal Temporary Utilities Section 01 51 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.1 Prevent accumulations of dust, fumes, mists, vapours or gases in areas occupied during construction. .2 Provide local exhaust ventilation to prevent harmful accumulation of hazardous substances into atmosphere of occupied areas. .3 Dispose of exhaust materials in manner that will not result in harmful exposure to persons. .4 Ventilate storage spaces containing hazardous or volatile materials. .5 Ventilate temporary sanitary facilities. .6 Continue operation of ventilation and exhaust system for time after cessation of work process to assure removal of harmful contaminants.

.6 Permanent heating system of building, to be used when available. Be responsible for damage to heating system.

.7 On completion of Work for which permanent heating system is used, replace filters,, and clean.

.8 Ensure Date of Substantial Performance and Warranties for heating system do not commence until entire system is in as near original condition as possible and is certified by Consultant.

.9 Pay costs for maintaining temporary heat, when using permanent heating system.

.10 Maintain strict supervision of operation of temporary heating and ventilating equipment to: .1 Conform with applicable codes and standards. .2 Enforce safe practices. .3 Prevent abuse of services. .4 Prevent damage to finishes. .5 Vent direct-fired combustion units to outside.

.11 Be responsible for damage to Work due to failure in providing adequate heat and protection during construction.

1.5 TEMPORARY POWER AND LIGHT

.1 Provide and pay for temporary power during construction for temporary lighting and operating of power tools, to a maximum supply of 230 volts 30 amps.

.2 Arrange for connection with appropriate utility company. Pay costs for installation, maintenance and removal.

.3 Provide and maintain temporary lighting throughout project. Ensure level of illumination on all floors and stairs is not less than 162 lx.

Cambridge Centre Terminal Temporary Utilities Section 01 51 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

1.6 TEMPORARY COMMUNICATION FACILITIES

.1 Provide and pay for temporary telephone fax data hook up, lines equipment necessary for own use and use of Departmental Representative DCC Representative Consultant.

1.7 FIRE PROTECTION

.1 Provide and maintain temporary fire protection equipment during performance of Work required by insurance companies having jurisdiction and governing codes, regulations and bylaws.

.2 Burning rubbish and construction waste materials is not permitted on site.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

PART 3 - EXECUTION

3.1 TEMPORARY 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 sediment and erosion control drawings.

.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.

END OF SECTION

Cambridge Centre Terminal Construction Facilities Section 01 52 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 Canadian Construction Documents Committee (CCDC) .1 CCDC 2-2008, Stipulated Price Contract.

.2 Canadian General Standards Board (CGSB) .1 CAN/CGSB 1.189-00, Exterior Alkyd Primer for Wood. .2 CGSB 1.59-97, Alkyd Exterior Gloss Enamel.

.3 Canadian Standards Association (CSA International) .1 CSA-A23.1/A23.2-04, Concrete Materials and Methods of Concrete Construction/Methods of Test and Standard Practices for Concrete. .2 CSA-0121-M1978(R2003), Douglas Fir Plywood. .3 CAN/CSA-S269.2-M1987(R2003), Access Scaffolding for Construction Purposes. .4 CAN/CSA-Z321-96(R2001), Signs and Symbols for the Occupational Environment.

.4 Public Works Government Services Canada (PWGSC) Standard Acquisition Clauses and Conditions (SACC)-ID: R0202D, Title: General Conditions 'C', In Effect as of: May 14, 2004.

.5 U.S. Environmental Protection Agency (EPA) / Office of Water .1 EPA 832R92005, Storm Water Management for Construction Activities: Developing Pollution Prevention Plans and Best Management Practices.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

1.3 INSTALLATION AND REMOVAL

.1 Prepare site plan indicating proposed location and dimensions of area to be fenced and used by Contractor, number of trailers to be used, avenues of ingress/egress to fenced area and details of fence installation.

.2 Identify areas which have to be gravelled to prevent tracking of mud.

.3 Indicate use of supplemental or other staging area.

Cambridge Centre Terminal Construction Facilities Section 01 52 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.4 Provide construction facilities in order to execute work expeditiously.

.5 Remove from site all such work after use.

1.4 SCAFFOLDING

.1 Scaffolding in accordance with CAN/CSA-S269.2.

.2 Provide and maintain scaffolding ramps ladders platforms temporary structurres.

1.5 HOISTING

.1 Provide, operate and maintain hoists cranes required for moving of workers, materials and equipment. Make financial arrangements with Subcontractors for their use of hoists.

.2 Hoists cranes to be operated by qualified operator.

1.6 SITE STORAGE/LOADING

.1 Refer to CCDC 2, GC 3.12.

.2 Confine work and operations of employees by Contract Documents. Do not unreasonably encumber premises with products.

.3 Do not load or permit to load any part of Work with weight or force that will endanger Work.

1.7 CONSTRUCTION PARKING

.1 Parking will be permitted on site provided it does not disrupt performance of Work.

.2 Provide and maintain adequate access to project site.

.3 Clean runways and taxi areas where used by Contractor's equipment.

Cambridge Centre Terminal Construction Facilities Section 01 52 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

1.8 SECURITY

.1 Provide and pay for responsible security personnel to guard site and contents of site after working hours and during holidays.

1.9 OFFICES

.1 Provide office heated to 22 degrees C, lighted 750 lx and ventilated, of sufficient size to accommodate site meetings and furnished with drawing laydown table.

.2 Provide marked and fully stocked first-aid case in a readily available location.

.3 Subcontractors to provide their own offices as necessary. Direct location of these offices.

1.10 EQUIPMENT, TOOL AND MATERIALS STORAGE

.1 Provide and maintain, in clean and orderly condition, lockable weatherproof sheds for storage of tools, equipment and materials.

.2 Locate materials not required to be stored in weatherproof sheds on site in manner to cause least interference with work activities.

1.11 SANITARY FACILITIES

.1 Provide sanitary facilities for work force in accordance with governing regulations and ordinances.

.2 Post notices and take precautions as required by local health authorities. Keep area and premises in sanitary condition.

1.12 CONSTRUCTION SIGNAGE

.1 Provide and erect project sign, within three weeks of signing Contract, in a location designated by Consultant.

.2 Construction sign 1220 x 4880mm, of wood frame and plywood construction painted with exhibit lettering produced by a professional sign painter.

Cambridge Centre Terminal Construction Facilities Section 01 52 00 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.3 Indicate on sign, name of Owner, Consultant and Contractor and Subcontractor, .

.4 No other signs or advertisements, other than warning signs, are permitted on site.

.5 Provide project identification site sign comprising foundation, framing, and one 1200 x 2400 mm signboard as detailed and as described below. .1 Foundations: 15 MPa concrete to CSA-A23.1 minimum 200 mm x 900 mm deep. .2 Framework and battens: SPF, pressure treated minimum 89 x 89 mm. .3 Signboard: 19 mm Medium Density Overlaid Douglas Fir Plywood to CSA O121. .4 Paint: alkyd enamel to CAN/CGSB-1.59 over exterior alkyd primer to CAN/CGSB 1.189. .5 Fasteners: hot-dip galvanized steel nails and carriage bolts. .6 Vinyl sign face: printed project identification, self , vinyl film overlay.

.6 Locate project identification sign as directed by Consultant and construct as follows: .1 Build concrete foundation, erect framework, and attach signboard to framing. .2 Paint surfaces of signboard and framing with one coat primer and two coats enamel. Colour white on signboard face, black on other surfaces. .3 Apply vinyl sign face overlay to painted signboard face in accordance with installation instruction supplied.

.7 Direct requests for approval to erect Consultant/Contractor signboard to Consultant. For consideration general appearance of Consultant/Contractor signboard must conform to project identification site sign. Wording in both official languages.

.8 Signs and notices for safety and instruction in both official languages Graphic symbols to CAN/CSA-Z321.

.9 Maintain approved signs and notices in good condition for duration of project, and dispose of off site on completion of project or earlier if directed by Consultant.

1.13 PROTECTION AND MAINTENANCE OF TRAFFIC

.1 Provide access and temporary relocated roads as necessary to maintain traffic.

Cambridge Centre Terminal Construction Facilities Section 01 52 00 A49/WSP No. 121-20554-06 Page 5 2016-03-03

.2 Maintain and protect traffic on affected roads during construction period except as otherwise specifically directed by client.

.3 Provide measures for protection and diversion of traffic, including provision of watch-persons and flag-persons, erection of barricades, placing of lights around and in front of equipment and work, and erection and maintenance of adequate warning, danger, and direction signs

.4 Protect travelling public from damage to person and property.

.5 Contractor's traffic on roads selected for hauling material to and from site to interfere as little as possible with public traffic.

.6 Verify adequacy of existing roads and allowable load limit on these roads. Contractor: responsible for repair of damage to roads caused by construction operations.

.7 Construct access and haul roads necessary.

.8 Haul roads: constructed with suitable grades and widths; sharp curves, blind corners, and dangerous cross traffic shall be avoided.

.9 Provide necessary lighting, signs, barricades, and distinctive markings for safe movement of traffic.

.10 Dust control: adequate to ensure safe operation at all times.

.11 Location, grade, width, and alignment of construction and hauling roads: subject to approval by Client.

.12 Lighting: to assure full and clear visibility for full width of haul road and work areas during night work operations.

.13 Provide snow removal during period of Work.

1.14 CLEAN-UP

.1 Remove construction debris, waste materials, packaging material from work site daily.

.2 Clean dirt or mud tracked onto paved or surfaced roadways.

.3 Store materials resulting from demolition activities that are salvageable.

.4 Stack stored new or salvaged material not in construction facilities.

Cambridge Centre Terminal Construction Facilities Section 01 52 00 A49/WSP No. 121-20554-06 Page 6 2016-03-03

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

PART 3 - EXECUTION

3.1 TEMPORARY 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.

END OF SECTION

Cambridge Centre Terminal Temporary Barriers And Section 01 56 00 A49/WSP No. 121-20554-06 Enclosures Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 Canadian General Standards Board (CGSB) .1 CGSB 1.59-97, Alkyd Exterior Gloss Enamel. .2 CAN/CGSB 1.189-00, Exterior Alkyd Primer for Wood.

.2 Canadian Standards Association (CSA International) .1 CSA-O121-M1978(R2003), Douglas Fir Plywood.

1.2 INSTALLATION AND REMOVAL

.1 Provide temporary controls in order to execute Work expeditiously.

.2 Remove from site all such work after use.

1.3 HOARDING

.1 Erect temporary site enclosure using new 2.4 m high wired fencing to rolled steel "T" bar fence posts spaced at 2.4 m on centre.

.2 Provide barriers around trees and plants designated to remain. Protect from damage by equipment and construction procedures.

.3 Erect temporary building exiting enclosures using 2.4 m high plywood fence with posts spaced at 2.4 m on centre. (at Credit Union)

1.4 GUARD RAILS AND BARRICADES

.1 Provide secure, rigid guard rails and barricades around work areas.

.2 Provide as required by governing authorities.

1.5 ACCESS TO SITE

.1 Provide and maintain access roads, sidewalk crossings, ramps and construction runways as may be required for access to Work.

Cambridge Centre Terminal Temporary Barriers And Section 01 56 00 A49/WSP No. 121-20554-06 Enclosures Page 2 2016-03-03

1.6 PUBLIC TRAFFIC FLOW

.1 Provide and maintain competent signal flag operators, traffic signals, barricades and flares, lights, or lanterns as required to perform Work and protect public.

1.7 FIRE ROUTES

.1 Maintain access to property including overhead clearances for use by emergency response vehicles.

1.8 PROTECTION FOR OFF-SITE AND PUBLIC PROPERTY

.1 Protect surrounding private and public property from damage during performance of Work.

.2 Be responsible for damage incurred.

1.9 PROTECTION OF BUILDING FINISHES

.1 Provide protection for finished and partially finished building finishes and equipment during performance of Work.

.2 Provide necessary screens, covers, and hoardings.

.3 Confirm with Owner locations and installation schedule 3 days prior to installation.

.4 Be responsible for damage incurred due to lack of or improper protection.

1.10 SITE SECURITY

.1 Contractor will be responsible for security within the boundaries of the scope of work and will take all measure deemed as necessary to protect works in progress from theft and vandalism .

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

Cambridge Centre Terminal Temporary Barriers And Section 01 56 00 A49/WSP No. 121-20554-06 Enclosures Page 3 2016-03-03

PART 3 - EXECUTION

3.1 NOT USED

.1 Not Used.

END OF SECTION ______CAMBRIDGE CENTRE TERMINAL Tree Protection SECTION 01 56 39 A49/WSP NO. 121-20554-06 PAGE 1 2016-03-03______

Amendments to OPSS 801 OPSS 801, shall apply except as may be amended and extended herein. Definitions Section 801.03, Definitions, of OPSS 801 is amended as follows: Clause “Barrier” is deleted and replaced by the following: Temporary Fencing: means standard plastic fencing or approved equivalent in good condition, 1.2 m high, supported vertically by 38 x 38 steel T-bars and 100 x 100 round wood posts, with wire ties. Every third post to be wood. Wood posts to be pressure treated Jack Pine or Cedar. T-bars and posts shall be straight, 2284 mm long. Clause “Dripline” is deleted and replaced by the following: Critical root zone (CRZ) of a tree is established as being 10 centimetres from the trunk of a tree for every centimetre of trunk diameter. The trunk diameter is measured at a height of 1.2 metres for trees of 15 centimetre diameter and greater and at a height of 0.3 metres for trees of less than 15 centimetres diameter. Construction Operational constraints Subsection 801.07.01, Operational Constraints, of OPSS 801 is deleted and replaced by the following: The Contractor shall identify plant material and extent of root system to be preserved to the satisfaction of a Contract Administrator. The contractor shall protect trees and root systems from damage, compaction and contamination resulting from construction to satisfaction of a Contract Administrator. Compensation from the contractor for any damage to trees due to negligence shall be based on the International Society of Arboriculture Tree Valuation guidelines for evaluation of trees, as evaluated by a Contract Administrator. Soil compaction within the CRZ of a tree shall be avoided at all times, unless otherwise agreed to in advance by a Contract Administrator. Placement of plywood, metal decks, sand, etc. will be considered prior to authorizing heavy equipment within the unprotected CRZ of all trees on this project. Barrier for tree protection Subsection 801.07.02, Barrier for Tree Protection, of OPSS 801 is deleted and replaced by the following: To protect trees and shrubs in lawn areas or planting beds that are to remain the contractor shall drive T-bars vertically 914 mm into ground, spaced maximum 1.2 m apart. The temporary fence shall be wired at 3 places to each post. The temporary fence shall be stretched between ______CAMBRIDGE CENTRE TERMINAL Tree Protection SECTION 01 56 39 A49/WSP NO. 121-20554-06 PAGE 2 2016-03-03______posts to prevent sag. The temporary fence shall be erected to provide a continuous barricade between designated trees and the work area prior to construction. The temporary fence shall be erected at the critical root zone of the trees, unless inadequate to provide a 1.5 m buffer zone between the fence and limit of construction. With the permission of a Contract Administrator, the fence may be placed within the CRZ of the tree to provide the required buffer zone of 1.5 m but in no case less than 1 m from the outer circumference to the trunk of the tree. Trunk protection shall be installed to a height of 2.4 metres or as prescribed by a Contract Administrator; wood laths shall be used (2" x 4" or other material as approved by a Contract Administrator) and shall be temporarily installed parallel to the tree and around the complete circumference of the tree by latching and or wire. Equipment shall not be allowed to operate, park, be repaired or refuelled; nor shall construction materials be stored or any earth materials be stockpiled within the fence or within 2 m of the outer edge of the CRZ of a tree. Signs, notices or poster shall not be attached to any tree. Waste or volatile materials, such as mineral spirits, oil or paint thinner shall not be disposed of within the CRZ of a tree. Emissions from equipment shall not be directed in such a way as to come into direct contact with the canopy of a tree. The root system, trunk or branches of any tree shall not be damaged. Flooding or deposition of sediment shall be prevented where trees are located. The existing grade within the CRZ shall not be raised or lowered without the approval of the Contract Administrator. Barricades shall be maintained at all times during construction operations, and shall be removed upon completion when agreed to by a Contract Administrator. Temporary removal of barricades will be considered only after reviewing the requirements with a Contract Administrator. Construction Section 801.07, Construction, of OPSS 801 is amended by the addition of the following: Existing Pavement Removals Where existing hard surfaces provides protection for tree roots, as determined by a Contract Administrator, they will be removed and the area re-established as one continuous operation to maximize the protection of the roots. Temporary fence barrier shall be provided for any lawn or planting bed areas within the CRZ of a tree. In addition to delaying pavement removal for trees which may have both paved and planted zones within the CRZ. ]

______CAMBRIDGE CENTRE TERMINAL Tree Protection SECTION 01 56 39 A49/WSP NO. 121-20554-06 PAGE 3 2016-03-03______Excavation of Root Zone The subgrade within the CRZ of existing trees shall be carefully hand excavated to determine the extent of the roots within the excavation area. Roots shall be retained and protected as designated by a Contract Administrator. Where roots must be pruned, proper arboricultural procedures shall be followed. Guidance for root pruning shall be obtained from a Contract Administrator. Work shall not proceed without on-site permission of a Contract Administrator. Excavation within the CRZ shall be carried out by tunnelling, boring or hydrovac excavation methods that will protect the roots of the tree. All root systems shall be exposed and backfilled in one continuous operation wherever possible to minimize desiccation of the root system. Wet filter cloth shall be used to temporarily cover and protect the exposed tree roots. Filter cloth shall be installed immediately following root exposure, and shall be held in place with approved pins or spikes until backfilling takes place. Watering During the period between May 15 and September 15 of each year, watering of all plants shall be carried out no less than 3 times weekly, in accordance with a watering schedule submitted to the Region for review each week during this period. Exposed roots shall be kept continuously moist during excavation. Areas shall be uniformly soaked to a depth of 300 mm using a soft spray nozzle to avoid packing of soil and damage to vegetation. Soak Method

The planting saucer of each tree shall be filled with water and the water allowed to percolate into the soil before being re-filled as many times as necessary to meet the volume requirements of Table 1. Table 1 WATER APPLICATION RATES FOR TREES

Tree Caliper Litres per Watering 50 mm 150 60 mm 160 70 mm 170 Mature Trees 550

If Trees are damaged The contractor shall obtain approval from a Contract Administrator before removing any tree on City/Regional property. If a tree is damaged or removed, the contractor will be required to: • pay the cost of repairs and labour for the removal of the tree • pay the value of the tree removed • pay the cost of a replacement tree and its installation

Cambridge Centre Terminal Execution Section 01 73 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submittals: in accordance with Section 01 33 00- Submittal Procedures.

.2 Submit written request in advance of cutting or alteration which affects: .1 Structural integrity of elements of project. .2 Integrity of weather-exposed or moisture-resistant elements. .3 Efficiency, maintenance, or safety of operational elements. .4 Visual qualities of sight-exposed elements. .5 Work of Owner or separate contractor.

.3 Include in request: .1 Identification of project. .2 Location and description of affected Work. .3 Statement on necessity for cutting or alteration. .4 Description of proposed Work, and products to be used. .5 Alternatives to cutting and patching. .6 Effect on Work of Owner or separate contractor. .7 Written permission of affected separate contractor. .8 Date and time work will be executed.

1.2 MATERIALS

.1 Required for original installation.

.2 Change in Materials: Submit request for substitution in accordance with Section 01 33 00 - Submittal Procedures.

1.3 PREPARATION

.1 Inspect existing conditions, including elements subject to damage or movement during cutting and patching.

.2 After uncovering, inspect conditions affecting performance of Work.

.3 Beginning of cutting or patching means acceptance of existing conditions.

.4 Provide supports to assure structural integrity of surroundings; provide devices and methods to protect other portions of project from damage.

Cambridge Centre Terminal Execution Section 01 73 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.5 Provide protection from elements for areas which are to be exposed by uncovering work; maintain excavations free of water.

1.4 EXECUTION

.1 Execute cutting, fitting, and patching to complete Work.

.2 Fit several parts together, to integrate with other Work.

.3 Uncover Work to install ill-timed Work.

.4 Remove and replace defective and non-conforming Work.

.5 Provide openings in non-structural elements of Work for penetrations of mechanical and electrical Work.

.6 Execute Work by methods to avoid damage to other Work, and which will provide proper surfaces to receive patching and finishing.

.7 Employ original installer to perform cutting and patching for weather-exposed and moisture-resistant elements, and sight-exposed surfaces.

.8 Cut rigid materials using masonry saw or core drill. Pneumatic or impact tools not allowed on masonry work without prior approval.

.9 Restore work with new products in accordance with requirements of Contract Documents.

.10 Fit Work airtight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces.

.11 Refinish surfaces to match adjacent finishes: Refinish continuous surfaces to nearest intersection. Refinish assemblies by refinishing entire unit.

.12 Conceal pipes, ducts and wiring in floor, wall and ceiling construction of finished areas except where indicated otherwise.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

Cambridge Centre Terminal Execution Section 01 73 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

PART 3 - EXECUTION

3.1 NOT USED

.1 Not Used.

END OF SECTION

Cambridge Centre Terminal Cleaning Section 01 74 11 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 Canadian Construction Documents Committee (CCDC) .1 CCDC 2-94, Stipulated Price Contract.

1.2 PROJECT CLEANLINESS

.1 Maintain Work in tidy condition, free from accumulation of waste products and debris, other than that caused by Owner or other Contractors.

.2 Remove waste materials from site at daily regularly scheduled times or dispose of as directed by owner. Do not burn waste materials on site.

.3 Clear snow and ice from access to building, bank/pile snow in designated areas only to allow for access to contractors work site.

.4 Make arrangements with and obtain permits from authorities having jurisdiction for disposal of waste and debris.

.5 Clean interior areas prior to start of finishing work, and maintain areas free of dust and other contaminants during finishing operations.

.6 Store volatile waste in covered metal containers, and remove from premises at end of each working day.

.7 Provide adequate ventilation during use of volatile or noxious substances. Use of building ventilation systems is not permitted for this purpose.

.8 Use only cleaning materials recommended by manufacturer of surface to be cleaned, and as recommended by cleaning material manufacturer.

.9 Schedule cleaning operations so that resulting dust, debris and other contaminants will not fall on wet, newly painted surfaces nor contaminate building systems.

1.3 FINAL CLEANING

.1 Refer to CCDC 2, GC 3.14.

.2 When Work is Substantially Performed remove surplus products, tools, construction machinery and equipment not required for performance of remaining Work.

Cambridge Centre Terminal Cleaning Section 01 74 11 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.3 Remove waste products and debris other than that caused by others, and leave Work clean and suitable for occupancy.

.4 Prior to final review remove surplus products, tools, construction machinery and equipment.

.5 Remove waste products and debris other than that caused by Owner or other Contractors.

.6 Remove waste materials from site at regularly scheduled times or dispose of as directed by owner. Do not burn waste materials on site.

.7 Make arrangements with and obtain permits from authorities having jurisdiction for disposal of waste and debris.

.8 Clean and polish glass, mirrors, hardware, wall tile, stainless steel, chrome, porcelain enamel, baked enamel, plastic laminate, and mechanical and electrical fixtures. Replace broken, scratched or disfigured glass.

.9 Remove stains, spots, marks and dirt from decorative work, electrical and mechanical fixtures, furniture fitments, walls, floors.

.10 Clean lighting reflectors, lenses, and other lighting surfaces.

.11 Inspect finishes, fitments and equipment and ensure specified workmanship and operation.

.12 Remove dirt and other disfiguration from exterior surfaces.

.13 Clean and sweep roofs, gutters, areaways, and sunken wells.

.14 Sweep and wash clean paved areas.

.15 Clean equipment and fixtures to sanitary condition; clean or replace filters of mechanical equipment.

.16 Clean roofs, downspouts, and drainage systems.

.17 Remove debris and surplus materials from crawl areas and other accessible concealed spaces.

.18 Remove snow and ice from access to building.

Cambridge Centre Terminal Cleaning Section 01 74 11 A49/WSP No. 121-20554-06 Page 3 2016-03-03

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

PART 3 - EXECUTION

3.1 NOT USED

.1 Not Used.

END OF SECTION

Cambridge Centre Terminal Closeout Submittals Section 01 78 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 Canadian Environmental Protection Act (CEPA) .1 SOR/2008-197, Storage Tank Systems for Petroleum Products and Allied Petroleum Products Regulations.

1.2 ADMINISTRATIVE REQUIREMENTS

.1 Pre-warranty Meeting: .1 Convene meeting one week prior to contract completion with contractor's representative and Consultant: .1 Verify Project requirements. .2 Review manufacturer's installation instructions and warranty requirements. .2 Consultant to establish communication procedures for: .1 Notifying construction warranty defects. .2 Determine priorities for type of defects. .3 Determine reasonable response time. .3 Contact information for bonded and licensed company for warranty work action: provide name, telephone number and address of company authorized for construction warranty work action. .4 Ensure contact is located within local service area of warranted construction, is continuously available, and is responsive to inquiries for warranty work action.

1.3 ACTION AND INFORMATIONAL SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

.2 Two weeks prior to Substantial Performance of the Work, submit to the Consultant, four final copies of operating and maintenance manuals in English.

.3 Provide evidence, if requested, for type, source and quality of products supplied.

1.4 FORMAT

.1 Organize data as instructional manual.

.2 Binders: vinyl, hard covered, 3 'D' ring, loose leaf 219 x 279 mm with spine and face pockets.

Cambridge Centre Terminal Closeout Submittals Section 01 78 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.3 When multiple binders are used correlate data into related consistent groupings. .1 Identify contents of each binder on spine.

.4 Cover: identify each binder with type or printed title 'Project Record Documents'; list title of project and identify subject matter of contents.

.5 Provide tabbed fly leaf for each separate product and system, with typed description of product and major component parts of equipment.

.6 Text: manufacturer's printed data, or typewritten data.

.7 Drawings: provide with reinforced punched binder tab. .1 Bind in with text; fold larger drawings to size of text pages.

1.5 CONTENTS - PROJECT RECORD DOCUMENTS

.1 Table of Contents for Each Volume: provide title of project; .1 Date of submission; names. .2 Addresses, and telephone numbers of Consultant and Contractor with name of responsible parties. .3 Schedule of products and systems, indexed to content of volume.

.2 For each product or system: .1 List names, addresses and telephone numbers of subcontractors and suppliers, including local source of supplies.

.3 Product Data: mark each sheet to identify specific products and component parts, and data applicable to installation; delete inapplicable information. Provide cut sheets for each material used.

.4 Drawings: supplement product data to illustrate relations of component parts of systems.

.5 Typewritten Text: as required to supplement product data. .1 Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions specified in Section 01 45 00 - Quality Control.

1.6 AS -BUILT DOCUMENTS AND SAMPLES

.1 Maintain, in addition to requirements in General Conditions, at site for Consultant one record copy of: .1 Contract Drawings. .2 Specifications. .3 Addenda.

Cambridge Centre Terminal Closeout Submittals Section 01 78 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.4 Change Orders and other modifications to Contract. .5 Reviewed shop drawings, product data, and samples. .6 Field test records. .7 Inspection certificates. .8 Manufacturer's certificates. .9 Warrenties

.2 Store record documents and samples in field office apart from documents used for construction. .1 Provide files, racks, and secure storage.

.3 Label record documents and file in accordance with Section number listings in List of Contents of this Project Manual. .1 Label each document "PROJECT RECORD" in neat, large, printed letters.

.4 Maintain record documents in clean, dry and legible condition. .1 Do not use record documents for construction purposes.

.5 Keep record documents and samples available for inspection by Consultant.

1.7 RECORDING INFORMATION ON PROJECT RECORD DOCUMENTS

.1 Record information on set of black line opaque drawings, and in copy of Project Manual, provided by Owner/consultant.

.2 Use felt tip marking pens for recording information.

.3 Record information concurrently with construction progress. .1 Do not conceal Work until required information is recorded.

.4 Contract Drawings and shop drawings: mark each item to record actual construction, including: .1 Measured locations of internal utilities and appurtenances, referenced to visible and accessible features of construction. .2 Field changes of dimension and detail. .3 Changes made by change orders. .4 Details not on original Contract Drawings. .5 References to related shop drawings and modifications.

.5 Specifications: mark each item to record actual construction, including: .1 Manufacturer, trade name, and catalogue number of each product actually installed, particularly optional items and substitute items. .2 Changes made by Addenda and change orders.

Cambridge Centre Terminal Closeout Submittals Section 01 78 00 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.6 Other Documents: maintain manufacturer's certifications, inspection certifications required by individual specifications sections.

.7 Provide digital photos, if requested, for site records.

1.8 FINAL SURVEY

.1 Submit final site survey certificate in accordance with Section 01 71 00 - Examination and Preparation, certifying that elevations and locations of completed Work are in conformance, or non-conformance with Contract Documents.

1.9 MATERIALS AND FINISHES

.1 Building products, applied materials, and finishes: include product data, with catalogue number, size, composition, and colour and texture designations. .1 Provide information for re-ordering custom manufactured products.

.2 Instructions for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance.

.3 Moisture-protection and weather-exposed products: include manufacturer's recommendations for cleaning agents and methods, precautions against detrimental agents and methods, and recommended schedule for cleaning and maintenance.

.4 Additional requirements: as specified in individual specifications sections.

1.10 DELIVERY, STORAGE AND HANDLING

.1 Store spare parts, materials, and special tools in manner to prevent damage or deterioration.

.2 Store in original and undamaged condition with manufacturer's seal and intact.

.3 Store components subject to damage from weather in weatherproof enclosures.

.4 Store paints and freezable materials in a heated and ventilated room.

.5 Remove and replace damaged products at own expense and for review by Consultant.

Cambridge Centre Terminal Closeout Submittals Section 01 78 00 A49/WSP No. 121-20554-06 Page 5 2016-03-03

1.11 WARRANTIES AND BONDS

.1 Develop warranty management plan to contain information relevant to Warranties.

.2 Submit warranty management plan, 30 days before planned pre-warranty conference, to Consultant approval.

.3 Warranty management plan to include required actions and documents to assure that Consultant receives warranties to which it is entitled.

.4 Provide plan in narrative form and contain sufficient detail to make it suitable for use by future maintenance and repair personnel.

.5 Submit, warranty information made available during construction phase, to Consultant for approval prior to each monthly pay estimate.

.6 Assemble approved information in binder, submit upon acceptance of work and organize binder as follows: .1 Separate each warranty or bond with index tab sheets keyed to Table of Contents listing. .2 List subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. .3 Obtain warranties and bonds, executed in duplicate by subcontractors, suppliers, and manufacturers, within ten days after completion of applicable item of work. .4 Verify that documents are in proper form, contain full information, and are notarized. .5 Co-execute submittals when required. .6 Retain warranties and bonds until time specified for submittal.

.7 Except for items put into use with Owner's permission, leave date of beginning of time of warranty until Date of Substantial Performance is determined.

.8 Conduct joint 12 month warranty inspection, measured from time of acceptance, by owner / Consultant.

.9 Include information contained in warranty management plan as follows: .1 Roles and responsibilities of personnel associated with warranty process, including points of contact and telephone numbers within the organizations of Contractors, subcontractors, manufacturers or suppliers involved. .2 Listing and status of delivery of Certificates of Warranty for extended warranty items, to include 20 year roof warrenty. .3 Provide list for each warranted equipment, item, feature of construction or system indicating: .1 Name of item. .2 Model and serial numbers.

Cambridge Centre Terminal Closeout Submittals Section 01 78 00 A49/WSP No. 121-20554-06 Page 6 2016-03-03

.3 Location where installed. .4 Name and phone numbers of manufacturers or suppliers. .5 Names, addresses and telephone numbers of sources of spare parts. .6 Warranties and terms of warranty: include one-year overall warranty of construction. Indicate items that have extended warranties and show separate warranty expiration dates. .7 Cross-reference to warranty certificates as applicable. .8 Starting point and duration of warranty period. .9 Summary of maintenance procedures required to continue warranty in force. .10 Cross-Reference to specific pertinent Operation and Maintenance manuals. .11 Organization, names and phone numbers of persons to call for warranty service. .12 Typical response time and repair time expected for various warranted equipment. .4 Contractor's plans for attendance at 12 month post-construction warranty inspections. .5 Procedure and status of tagging of equipment covered by extended warranties. .6 Post copies of instructions near selected pieces of equipment where operation is critical for warranty and/or safety reasons.

.10 Respond in timely manner to oral or written notification of required construction warranty repair work.

.11 Written verification to follow oral instructions. .1 Failure to respond will be cause for the Consultant to proceed with action against Contractor.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not Used.

PART 3 - EXECUTION

3.1 NOT USED

.1 Not Used.

END OF SECTION

Cambridge Centre Terminal Selective Demolition Section 02 41 17 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 RELATED SECTIONS

.1 Section 01 33 00 - Submittal Procedures.

1.2 REFERENCES

.1 Canadian Standards Association (CSA International) .1 CSA S350-M1980(R1998), Code of Practice for Safety in Demolition of Structures.

1.3 SITE CONDITIONS

.1 Should material resembling spray or trowel-applied asbestos or other designated substance listed as hazardous be encountered, stop work, take preventative measures, and notify Consultant immediately. .1 Do not proceed until written instructions have been received from Consultant.

.2 Notify Consultant before disrupting building access or services.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not used.

PART 3 - EXECUTION

3.1 PROTECTION

.1 Prevent movement, settlement, or damage to adjacent structures, utilities, and parts of site to remain in place. Provide bracing and shoring required.

.2 Keep noise, dust, and inconvenience to pedestrians to minimum.

Cambridge Centre Terminal Selective Demolition Section 02 41 17 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.3 Do all work in accordance with Occupational Health and Safety Act. Contractor to take all measures to ensure that all flammable materials are disposed of in an appropriate manner prior to leaving the site everyday and that all areas of work have been inspected for any smoldering materials.

END OF SECTION Cambridge Centre Terminal Concrete Forming and Accessories 03 10 00 A49/WSP No. 121-20554-06 Page 1 2016-02-12

1 GENERAL

1.1 Related Sections

.1 Section 032000 - Concrete Reinforcing

.2 Section 033000 – Cast-In-Place Concrete

.3 Section 033450 – Concrete Floor Finish

1.2 References

.1 Canadian Standards Association (CSA International)

.1 CSA-A23.1-09/A23.2-09, Concrete Materials and Methods of Concrete Construction/Test Methods and Standard Practices for Concrete.

.2 CSA O86S1 09, Supplement No. 1 to CAN/CSA-O86-01, Engineering Design in Wood.

.3 CSA O121-08, Douglas Fir Plywood.

.4 CSA O151-09, Canadian Softwood Plywood.

.5 CSA O153-13, Poplar Plywood.

.6 CAN/CSA-O325-07 (R2012), Construction Sheathing.

.7 CSA O437 Series-93 (R2011), Standards for OSB and Waferboard.

.8 CSA S269.1-1975 (R2003), Falsework for Construction Purposes.

.9 CAN/CSA-S269.3-M92 (R-2013), Concrete Formwork.

.2 Underwriters’ Laboratories of Canada (ULC)

.1 CAN/ULC-S701-05, Standard for Thermal Insulation, Polystyrene, Boards and Pipe Covering.

1.3 Submittals

.1 Submit shop drawings for formwork and falsework.

.1 Submit drawings stamped and signed by professional engineer registered or licensed in Province of Ontario, Canada.

.2 Indicate method and schedule of construction, shoring, stripping and re-shoring procedures, materials, arrangement of joints, special architectural exposed finishes, ties, liners, and locations of temporary embedded parts. Comply with CSA S269.1 for falsework drawings. Comply with CAN/CSA-S269.3 for formwork drawings.

.3 Indicate formwork design data: permissible rate of concrete placement, and temperature of concrete, in forms.

.4 Indicate sequence of erection and removal of formwork/falsework as directed by Engineer.

Cambridge Centre Terminal Concrete Forming and Accessories 03 10 00 A49/WSP No. 121-20554-06 Page 2 2016-02-12

1.4 Delivery, Storage and Handling

.1 and Disposal:

.1 Separate waste materials for reuse and .

.2 Place materials defined as hazardous or toxic in designated containers.

.3 Divert wood materials from landfill to a recycling facility as approved by Engineer.

.4 Divert plastic materials from landfill to a recycling facility as approved by Engineer.

.5 Divert unused form release material from landfill to an official hazardous material collections site as approved by the Engineer.

1.5 Inspection

.1 In scheduling work, allow 48 hours after placement of reinforcing steel for inspection of forms, reinforcement, inserts, chairs, ties and other devices. One side of form to be left open until reinforcement and form work have been inspected and approved.

2 PRODUCTS

2.1 Materials

.1 Formwork materials:

.1 For concrete without special architectural features, use wood and wood product formwork materials to CSA-O121 and CAN/CSA-O86.

.2 For concrete with special architectural features, use formwork materials to CSA- A23.1/A23.2

.3 Rigid insulation board: to CAN/ULC-S701.

.2 Form ties:

.1 For concrete not designated ‘Architectural’, use removable or snap-off metal ties, fixed or adjustable length, free of devices leaving holes larger than 25 mm diameter in concrete surface.

.2 For Architectural concrete, use snap ties complete with plastic cones and light grey concrete plugs.

.3 Form liner:

.1 Plywood: medium density overlay Douglas Fir to CSA O121, T and G, edge 19 mm thick.

.4 Form release agent: non-toxic, biodegradable, low VOC.

.5 Form stripping agent: colourless mineral oil, non-toxic, biodegradable, low VOC, free of kerosene, with viscosity between 15 to 24 mm2/s at 40 degrees C, flashpoint minimum 150 degrees C, open cup.

.6 Falsework materials: to CSA-S269.1. Cambridge Centre Terminal Concrete Forming and Accessories 03 10 00 A49/WSP No. 121-20554-06 Page 3 2016-02-12

.7 Chamfer strips: use 20 mm triangular mill fabricated pine bevelled strips on all corners and each side of control joints.

3 EXECUTION

3.1 Fabrication and Erection

.1 Verify lines, levels and centres before proceeding with formwork/falsework and ensure dimensions agree with drawings.

.2 Earth forms shall not be used.

.3 Refer to architectural drawings for concrete members requiring architectural exposed finishes.

.4 Do not place shores and mud sills on frozen ground.

.5 Provide site drainage to prevent washout of soil supporting mud sills and shores.

.6 Fabricate and erect formwork in accordance with CAN/CSA-S269.3 to produce finished concrete conforming to shape, dimensions, locations and levels indicated within tolerances required by CSA-A23.1/A23.2.

.7 Align form joints and make watertight.

.1 Keep form joints to minimum.

.8 Use 20 mm chamfer strips on external corners and/or 20 mm fillets at interior corners, joints, unless specified otherwise.

.9 Form chases, slots, openings, drips, recesses, expansion and control joints as indicated.

.10 Construct forms for architectural concrete, and place ties as indicated and as directed.

.1 Joint pattern not necessarily based on using standard size panels or maximum permissible spacing of ties.

.11 Build in anchors, sleeves and other inserts required to accommodate Work specified in other sections.

.1 Ensure that anchors and inserts will not protrude beyond surfaces designated to receive applied finishes, including painting.

.12 Clean formwork in accordance with CSA-A23.1/A23.2, before placing concrete.

3.2 Quality Control

.1 Inspect all components of the formwork and falsework to ensure conformity with design and shop drawings. The Engineer responsible for the design shall perform inspection of the work and submit written observations and certification. Inform Engineer when formwork is complete and cleaned.

3.3 Preparation of Form Surfaces

.1 All surfaces of forms and embedded materials shall be cleaned of all foreign materials, grout or mortar. Flush form with water or air and ensure all water and debris exit Cambridge Centre Terminal Concrete Forming and Accessories 03 10 00 A49/WSP No. 121-20554-06 Page 4 2016-02-12

formwork through clean-outs. Remove ice and snow from within forms. No de-icing salts will be permitted.

.2 Coat inside form faces with form release agent prior to installing reinforcing steel, cast-in items, etc.

3.4 Removal and Reshoring

.1 Comply with requirements of CSA 23.1.

.2 Leave formwork in place for following minimum periods of time after placing concrete.

.1 3 days for walls.

.2 3 days for columns.

.3 3 days for footings and abutments.

.3 Notify Engineer of intent to strip forms in advance of removal.

.4 Remove formwork when concrete has reached 75% of its design strength or minimum period noted above, whichever comes later, and replace immediately with adequate reshoring.

.5 Re-use formwork and falsework subject to requirements of CSA-A23.1/A23.2.

END OF SECTION Cambridge Centre Terminal Concrete Reinforcing Section 03 20 00 A49/WSP No. 121-20554-06 Page 1 2016-02-12

1 GENERAL

1.1 Related Requirements

.1 Section 031000 - Concrete Forming and Accessories

.2 Section 033000 - Cast-in-Place Concrete

.3 Section 033450 – Concrete Floor Finishes

1.2 Price and Payment Procedures

.1 Include reinforcement costs in items of concrete work in Section 033000 - Cast-In-Place Concrete.

1.3 References

.1 American Concrete Institute (ACI)

.1 SP-66-04, ACI Detailing Manual 2004.

.2 ASTM International

.1 ASTM A82/A82M-07, Standard Specification for Steel Wire, Plain, for Concrete Reinforcement.

.2 ASTM A185/A185M-07, Standard Specification for Steel Welded Wire Reinforcement, Plain, for Concrete.

.3 CSA International

.1 CSA A23.1-09/A23.2 09, Concrete Materials and Methods of Concrete Construction/Test Methods and Standard Practices for Concrete.

.2 CAN/CSA A23.3 04(R2010), Design of Concrete Structures.

.3 CSA G30.18 09, Carbon Steel Bars for Concrete Reinforcement.

.4 CSA G40.20/G40.21 04(R2009), General Requirements for Rolled or Welded Structural Quality Steel/Structural Quality Steel.

.5 CAN/CSA G164 M92(R2003), Hot Dip Galvanizing of Irregularly Shaped Articles.

.6 CSA W186 M1990(R2007), Welding of Reinforcing Bars in Reinforced Concrete Construction.

.4 Reinforcing Steel Institute of Canada (RSIC)

.1 RSIC-2004, Reinforcing Steel Manual of Standard Practice.

1.4 Action and Informational Submittals

.1 Prepare reinforcement drawings in accordance with RSIC Manual of Standard Practice and (ACI) SP-66.

.2 Shop Drawings:

Cambridge Centre Terminal Concrete Reinforcing Section 03 20 00 A49/WSP No. 121-20554-06 Page 2 2016-02-12

.1 Submit drawings stamped and signed by professional engineer registered or licensed in the Province of Ontario, Canada.

.1 Indicate placing of reinforcement and:

.1 Bar bending details. .2 Lists. .3 Quantities of reinforcement. .4 Sizes, spacings, locations of reinforcement and mechanical splices if approved by Engineer, with identifying code marks to permit correct placement without reference to structural drawings. .5 Indicate sizes, spacings and locations of chairs, spacers and hangers.

.2 Detail lap lengths and bar development lengths to CAN/CSA A23.3, unless otherwise indicated.

.1 Provide type “B” tension lap splices unless otherwise indicated.

1.5 Quality Assurance

.1 Submit the following:

.1 Mill Test Report: upon request, provide Engineer with certified copy of mill test report of reinforcing steel, minimum 2 weeks prior to beginning reinforcing work.

.2 Upon request submit in writing to Engineer proposed source of reinforcement material to be supplied.

1.6 Delivery, Storage and Handling

.1 Deliver, store and handle materials so as to prevent damage or deterioration prior to use.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements:

.1 Store materials off ground in dry location and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area.

.2 Replace defective or damaged materials with new.

2 PRODUCTS

2.1 Materials

.1 Substitute different size bars only if permitted in writing by Engineer.

.2 Reinforcing steel: billet steel, grade 400, deformed bars to CSA G30.18, unless indicated otherwise.

.3 Cold drawn annealed steel wire ties: to ASTM A82/A82M.

.4 Deformed steel wire for concrete reinforcement: to ASTM A82/A82M.

.5 Welded steel wire fabric: to ASTM A185/A185M. Cambridge Centre Terminal Concrete Reinforcing Section 03 20 00 A49/WSP No. 121-20554-06 Page 3 2016-02-12

.1 Provide in flat sheets only.

.6 Welded deformed steel wire fabric: to ASTM A82/A82M.

.1 Provide in flat sheets only.

.7 Chairs, bolsters, bar supports, spacers: to CSA A23.1/A23.2.

.8 Mechanical splices: subject to approval of Engineer.

.9 Plain round bars: to CSA G40.20/G40.21.

2.2 Fabrication

.1 Fabricate reinforcing steel in accordance with CSA A23.1/A23.2 and SP-66 and Reinforcing Steel Manual of Standard Practice by the Reinforcing Steel Institute of Canada.

.1 SP-66 unless indicated otherwise.

.2 Obtain Engineer’s written approval for locations of reinforcement splices other than those shown on placing drawings.

.3 Upon approval of Engineer, weld reinforcement in accordance with CSA W186.

.4 Ship bundles of bar reinforcement, clearly identified in accordance with bar bending details and lists.

2.3 Source Quality Control

.1 Upon request, provide Engineer with certified copy of mill test report of reinforcing steel, showing physical and chemical analysis, minimum 2 weeks prior to beginning reinforcing work.

.2 Upon request, inform Engineer of proposed source of material to be supplied.

3 EXECUTION

3.1 Field Bending

.1 Do not field bend or field weld reinforcement except where indicated or authorized by Engineer.

.2 When field bending is authorized, bend without heat, applying slow and steady pressure.

.3 Replace bars which develop cracks or splits during bending.

3.2 Placing Reinforcement

.1 Place reinforcing steel as indicated on placing drawings and in accordance with CSA A23.1/A23.2.

.2 Prior to placing concrete, obtain Engineer’s approval of reinforcing material and placement.

.3 Ensure cover to reinforcement is maintained during concrete pour. Cambridge Centre Terminal Concrete Reinforcing Section 03 20 00 A49/WSP No. 121-20554-06 Page 4 2016-02-12

.4 If concrete placement is interrupted for any considerable period of time, the exposed steel shall be protected with satisfactory covering. Prior to resuming concrete placement, the reinforcing steel is to be inspected and modified or cleaned as required by Engineer.

3.3 Splices

.1 No splices in bars or mesh will be permitted except as detailed on the Contract Drawings or on approved placing drawings. For beams and slabs, locate splices away from points of maximum stress in the steel.

.2 Splices shall be staggered at least 1500 mm centre to centre of splices unless shown otherwise on the Drawings.

.3 Splices in mesh shall have an overlap between the outermost cross wires of the two pieces of mesh, equal to the nominal spacing of the cross wires plus 50 mm.

.4 Welded splices shall be used only where shown on the Drawings or where specially permitted.

.5 Splices in reinforcement bars shall be coordinated with slab and wall pouring sequencing and construction joint location.

.6 When reinforcement must pass through formwork, holes may be drilled through formwork or rebar couplers maybe used at the Contractor’s expense, if approved by Engineer.

3.4 Spacing and Reinforcement

.1 The clear distance between parallel bars in a layer and between layers shall not be less than 1.4 times the diameter of the bars, 1.4 times the maximum size of the coarse aggregate, nor 30 mm.

.2 Bars shall be bundled only when shown on the Contract Drawings.

3.5 Discrepancies

.1 In the event of discrepancies, immediately notify the Engineer.

.2 Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved.

3.6 Concrete Cover

.1 Reinforcing steel shall, where not otherwise shown on the structural drawings, be protected by the clear cover of concrete over the reinforcement as follows (unless shown otherwise on drawings):

Location Min. Cover Reinforcement in concrete deposited against and 75mm permanently exposed to earth. Reinforcement in concrete placed against forms and 50mm exposed to the weather, water or in contact with the ground after removal of forms. Reinforcement in slabs or walls not exposed to weather, 25mm water or ground.

Cambridge Centre Terminal Concrete Reinforcing Section 03 20 00 A49/WSP No. 121-20554-06 Page 5 2016-02-12

2. Maintain the aforementioned clear covers to within +/- 5 mm.

3.7 Approval

.1 Do not place concrete until the reinforcing has been inspected and approved by the Engineer. Provide 48 hours’ notice for inspection.

3.8 Cleaning

.1 Progress Cleaning:

.1 Leave Work area clean at end of each day.

.2 Final Cleaning:

.1 Upon completion remove surplus materials, rubbish, tools and equipment.

END OF SECTION Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

1 GENERAL

1.1 Related Requirements

.1 Section 031000 - Concrete Forming and Accessories

.2 Section 032000 - Concrete Reinforcing

.3 Section 033450 – Concrete Floor Finish

1.2 References

.1 Abbreviations and Acronyms:

.1 Cement: hydraulic cement or blended hydraulic cement (XXb - where b denotes blended).

.1 Type GU or GUb - General use cement.

.2 Type MS or MSb - Moderate sulphate-resistant cement.

.3 Type MH or MHb - Moderate heat of hydration cement.

.4 Type HE or Heb - High early-strength cement.

.5 Type LH or LHb - Low heat of hydration cement.

.6 Type HS or HSb - High sulphate-resistant cement.

.2 Fly ash:

.1 Type F - with CaO content less than 8%.

.2 Type CI - with CaO content ranging from 8 to 20%.

.3 Type CH - with CaO greater than 20%.

.3 GGBFS - Ground, granulated blast-furnace slag.

.2 Reference Standards:

.1 ASTM International

.1 ASTM C260-10a, Standard Specification for Air-Entraining Admixtures for Concrete.

.2 ASTM C309 07, Standard Specification for Liquid Membrane Forming Compounds for Curing Concrete.

.3 ASTM C494/C494M 10a, Standard Specification for Chemical Admixtures for Concrete.

.4 ASTM C1017/C1017M-07, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete.

.5 ASTM D1751 04–(2008), Standard Specification for Preformed Expansion Joint for Concrete Paving and Structural Construction (Nonextruding and Resilient Bituminous Types). Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.2 Canadian General Standards Board (CGSB)

.1 CAN/CGSB 37.2 M88, Emulsified Asphalt, Mineral Colloid Type, Unfilled, for Dampproofing and Waterproofing and for Roof .

.2 CAN/CGSB 51.34 M86(R1988), Vapour Barrier, Sheet for Use in Building Construction.

.3 CSA International

.1 CSA A23.1/A23.2 2009, Concrete Materials and Methods of Concrete Construction/Methods of Test and Standard Practices for Concrete.

.2 CSA A283-06, Qualification Code for Concrete Testing Laboratories.

.3 CSA A3000-08, Cementitious Materials Compendium (Consists of A3001, A3002, A3003, A3004 and A3005).

1.3 Action and Informational Submittals

.1 At least 4 weeks prior to beginning Work, provide Engineer with samples of materials proposed for use as follows:

.1 1 m length of each type of joint filler.

.2 Provide testing results and reports for review by Engineer and do not proceed without written approval when deviations from mix design or parameters are found.

.3 Concrete hauling time: provide for review by Engineer deviations exceeding maximum allowable time of 120 minutes for concrete to be delivered to site of Work and discharged after batching.

1.4 Quality Assurance

.1 If request, provide Engineer, minimum 4 weeks prior to starting concrete work, with valid and recognized certificate from plant delivering concrete.

.1 If requested by Engineer, provide test data and certification by qualified independent inspection and testing laboratory that materials and mix designs used in concrete mixture will meet specified requirements.

.2 Quality Control Plan: provide written report to Engineer verifying compliance that concrete in place meets performance requirements of concrete as established in PART 2 - PRODUCTS.

1.5 Delivery, Storage and Handling

.1 Delivery and Acceptance Requirements:

.1 Concrete hauling time: deliver to site of Work and discharged within 120 minutes maximum after batching.

.1 Do not modify maximum time limit without receipt of prior written agreement from Engineer and concrete producer as described in CSA A23.1/A23.2.

.2 Deviations to be submitted for review by Engineer. Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.2 Concrete delivery: ensure continuous concrete delivery from plant meets CSA A23.1/A23.2.

.2 Management: remove for reuse and return by manufacturer of , , padding, and packaging materials.

1.6 Tests

.1 A testing company will be appointed by the Engineer to carry out concrete testing.

.2 Testing company will be paid by Owner. Supply all necessary cooperation. Deliver test cylinders to testing company offices at no charge to Owner.

.3 Field control tests will be carried out in accordance with CSA-A23/A23.2 to ensure that concrete quality is as specified. These will be the minimum amount of testing.

.4 Testing will be carried out in accordance with Division 1 and with the following frequency:

.1 One test will be conducted for each individual placing operation which exceeds 7.5 cubic metres or at least one test for each 100 cubic metres of concrete placed per day of operation. At least one test for each class of concrete used on project will be conducted.

.2 One “test” consists of a slump test, an air content test (for air entrained concrete) and strength tests on three lab cured cylinders.

.3 Two additional site cured cylinders will be cast and tested when temperature outside at time of concrete placement is below 5 deg. C.

.4 Slump tests for pumped concrete will be taken at the discharge end of the pump hose and at the delivery to the pump. The specified slump shall be the slump at the exit end of the pump hose. The slump as measured at the delivery to the pump shall not be more than 20 mm in excess of the slump specified at the exit end of the pump hose.

.5 Air entrainment tests for pumped concrete will be taken at discharge end of the pump hose. Concrete not meeting site test will be rejected.

.6 There will be no addition of water and or chemical additives to the concrete without the approval of the Engineer.

1.7 Coordination

.1 Co-ordinate location and supply of all embedded items such as sleeves, hangers, anchor bolts, bearing plates, etc. with other trades and install same. Supply embedded items which are not specified as being supplied by other trades.

.2 Report any errors uncovered during the course of this work for Engineer’s direction. Corrective measures are to be the responsibility of trade responsible for error.

.3 All temporary openings and permanent sleeves in structural concrete are required to be properly waterproofed after work is completed.

.4 .4 Equipment dimensions given on structural drawings are for general location only and in all cases shop drawings and mechanical process mechanical/electrical drawings Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 4 2016-03-03

to be consulted prior to proceeding with special concrete work such as mechanical, electrical and process equipment bases, inertia slabs, inserts, and shelf angles.

1.8 Soil Inspection

.1 Engineer will appoint a Soils Engineer to test compaction of backfill material under all slabs and to verify bearing capacity of foundation subgrade. Notify Soils Engineer prior to placement of concrete over foundation bearing surfaces or compacted backfill for approval of subgrade or bearing surface preparation and competence.

.2 Soils Engineer will be paid by the Owner. Contractor to supply all necessary coordination.

.3 If final footing elevations differ from those shown on drawings due to unsuitable soil conditions, contact Engineer. Only changes instructed by Engineer and recommended by Geotechnical Engineer will be accepted.

1.9 Samples

.1 Provide all concrete required for field control tests.

.2 If requested by Engineer, submit the following items for approval, at least 2 weeks before placing any concrete:

.1 Rebar chairs, bolsters

.2 Aggregates data (coarse and fine)

.3 Premoulded joint fillers

.4 Anchors

.5 Caulking materials

.6 Admixtures data sheets

1.10 Job Conditions

.1 Protect concrete surfaces exposed view or on which finishes are to be applied, from grease, oil and other soil which will affect the appearance of the concrete, or impair the bond of finish material.

.2 Environmental Conditions: In addition to Cold Weather and Hot Weather Requirements of CSA Standard A23.1, the following shall apply to Work of this Section:

.1 Provide protection or heat, or both, so that temperature of concrete at surfaces is maintained at not less than 21oC for three days after placing, not less than 10oC for the next four days and above freezing for the next two days.

.2 Do not permit alternate freezing and thawing for fourteen days after placing.

.3 Vent exhaust gases from combustion type heaters to atmosphere outside protection enclosures.

.4 Provide required protection to maintain concrete continuously moist during curing period.

Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 5 2016-03-03

.5 For field cured cylinders representing strength development of in-situ concrete; provide same specified hot and cold weather protection for storage of each concrete compression specimen as for concrete from which it was taken, until it is sent to testing laboratory.

.6 Do not place concrete when it is raining. Should rain commence during placing, cover freshly placed concrete.

.7 Do not place bonded toppings on rough slabs that are less than 15oC.

.8 Do not grout at ambient air temperatures or concrete surface temperatures less than 5oC, or when temperature is forecast to fall to less than 5oC within 24 hours of grouting.

.9 Do not apply sealants at ambient air temperatures or concrete surface temperatures less than 5oC.

2 PRODUCTS

2.1 Materials

.1 Cement: to CSA A3001, Type GU.

.2 Supplementary cementing materials: with maximum 30% Type F fly ash replacement by mass of total cementitious materials to CSA A3001.

.3 Water: to CSA A23.1.

.4 Aggregates: to CSA A23.1/A23.2.

.5 Admixtures:

.1 Air entraining admixture: to ASTM C260.

.2 Chemical admixture: to ASTM C494 and C1017. Engineer to approve accelerating or set retarding admixtures during cold and hot weather placement.

.6 Shrinkage compensating grout: premixed compound consisting of non-metallic aggregate, Portland cement, water reducing and plasticizing agents to CSA A23.1/A23.2.

.1 Compressive strength: 15 MPa at 28 days.

.7 Tie Hole Grout: non-metallic, non-staining, non-toxic grout, CPD Fastcrete Ultra or approved equal.

.8 Curing compound: to CSA A23.1/A23.2 white and ASTM C309.

.9 Premoulded joint fillers:

.1 Bituminous impregnated fiber board: to ASTM D1751.

.10 Construction joint sealant: Sikaflex 2C-NS sealant with related Sikaflex 202 primer as recommended by manufacturer.

2.2 Mixes

.1 Performance Method for specifying concrete: to meet Engineer’s performance criteria to CSA A23.1/A23.2. Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 6 2016-03-03

.1 Ensure concrete supplier meets performance criteria as established below and provide verification of compliance as in Quality Control Plan.

.2 Provide concrete mix to meet following plastic state requirements:

.1 Workability: free of surface blemishes loss of mortar, colour variations, segregation.

.3 Provide concrete mix to meet following hard state requirements:

Use of Concrete Min. 28 Day Max Slump Exposure Class Air Content Comp. Strength (mm) (MPa) Interior Slab on 25 75 +/- 25 N N/A Grade All Footings 30 75 +/ 25 N N/A Reinforced Foundation 30 75 +/ 25 F-2 4-7% Walls All Exterior 35 75 +/ 25 C-2 5-8% Concrete including Sidewalks and Slabs

.1 Coarse and fine aggregate to meet the requirements of “Normal Density Fine/Coarse Aggregate” of A23.1/A23.2.

.2 Volume stability: acceptable volume change range 0.04% due to shrinkage, creek and freeze/thaw cycle.

.3 Comply with requirements of CSA A23.1 for mix design as determined by tests.

.4 Pump mix designs shall not be modified from normal concrete mix designs by the changing cement or quantities of coarse and fine aggregate. Specifically fine aggregate contents shall not be increased, nor coarse aggregate contents reduced to accommodate pumping.

.5 Submit a mix design certifying materials including admixtures, which will be used in concrete.

.6 Unless otherwise specified or noted on the drawings, all concrete shall contain an air entraining agent and water reducing agent.

.7 Provide quality management plan to ensure verification of concrete quality to specified performance.

.8 Concrete supplier's certification: both batch plant and materials meet CSA A23.1 requirements.

.9 Admixtures other than water reducing agents and air entrainers are not permitted unless discussed with and approved in writing by Engineer. Follow guidelines listed in ASTM C494 and ASTM C1017. Calcium chloride not to be added to concrete. Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 7 2016-03-03

.10 All admixtures must be compatible with each other.

3 EXECUTION

3.1 Preparation

.1 Obtain Engineer’s written approval before placing concrete.

.1 Provide 48 hours minimum notice prior to placing of concrete.

.2 Place concrete reinforcing in accordance with Section 032000 - Concrete Reinforcing.

.3 During concreting operations:

.1 Development of cold joints not specified on drawings is not allowed.

.2 Ensure concrete delivery and handling facilitates placing with minimum of re- handling, and without damage to existing structure or Work.

.4 Pumping of concrete is not permitted.

.5 Ensure reinforcement and inserts are not disturbed during concrete placement.

.6 Prior to placing of concrete obtain Engineer’s approval of proposed method for protection of concrete during placing and curing in adverse weather.

.7 Protect previous Work from staining.

.8 Clean and remove stains prior to application of concrete finishes.

.9 Maintain accurate records of poured concrete items to indicate date, location of pour, quality, air temperature and test samples taken.

.1 No water or admixtures to be added on site.

.10 Do not place load upon new concrete until authorized by Engineer.

3.2 Cold Weather Requirements

.1 Carry out cold weather concreting in accordance with the requirements of Chapter 7 of CSA A23.1/A23.2.

.2 When the air temperature is at or below 4 deg. C, or there is a likely of it falling to that limit within 24 hours of placing, employ suitable means to maintain temperature of all concrete surfaces between 10 deg. C and 21 deg. C for at least 5 days after placing. Provide sufficient thermometers, placed in accordance with Engineer’s instructions, to monitor temperatures. Remove or replace any portion of concrete allowed to freeze prior to reaching a compressive strength of at least 16 MPa.

.3 Do not use calcium chloride or other chemicals to prevent freezing unless authorized in writing by Engineer.

.4 Repair any concrete damaged by frost, carbonation or flash setting as directed by the Engineer at no cost to Owner.

Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 8 2016-03-03

.5 Contractor shall not use direct fired heaters that will introduce combustion gases within heated enclosures.

.6 Prior to concrete pour, the material against which fresh concrete will be placed (i.e. lean concrete, mud slab. granular fill, concrete walls, etc.) must be uniformly and thoroughly heated to above 10oC for a minimum of 24 hours. This may be accomplished with ground thaw units and insulated tarps or other approved methods.

3.3 Hot Weather Requirements

.1 Carry out hot weather concreting in accordance with requirements of Chapter 7 of CSA A23.1/A23.2.

.2 When air temperature is at or above 27 deg. C during the placing period, employ suitable approved means to maintain temperature of the concrete as low as practicable and in any case not more than 27 deg. C.

.3 When the air temperature is above 27 deg. C use water spray, wet sand or burlap and not curing compounds for initial curing.

.4 When conditions are likely to cause plastic shrinkage cracking, in the opinion of the Engineer (low relative humidity with rate of evaporation exceeding 0.7 kg of water per square meter per hour), use an approved moisture retention film and/or other suitable means to prevent plastic shrinkage cracking in flatwork.

3.4 Finishing

.1 Non-exposed Concrete Finish:

.1 A “rough form finish” as defined by CSA A23.1/A23.2 will be acceptable for surfaces not exposed to view in finished structure.

.2 Exposed Concrete Finish:

.1 The quality of finish shall be such that, when the forms are stripped, it meets the standards set out below, without further finishing work other than sandblasting as required, and clean-up. This requirement is waived for smooth concrete to receive a paint finish, in which case grinding of joints and filling of voids will be permitted.

.2 Dense, concrete finishes free of defects such as deep or extreme honeycombing, inconsistencies in plane, cold joint lines and loss of fines. Minor imperfections may be acceptable. Major defects will necessitate replacement. The judgement as to what constitutes major or minor defects will be determined by the Contract Administrator, but the repair shall match the colour and texture of the surrounding concrete.

.3 Concrete finishes shall be uniform in colour.

.4 Concrete finishes shall exhibit sharp, accurate definition at corners, arises, and the like, generally free of chipped or spalled areas and within dimensional tolerances set out in CAN/CSA A23.1/A23.2-00. Members shall be visually straight.

.5 The concrete is to have plane surfaces without protrusions, indentations, ridges or bulges.

Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 9 2016-03-03

.6 Sandblasted surfaces shall have uniform depth of cut-back, distribution of aggregate and colour and texture matching the sample panel designated by the Contract Administrator.

.7 Under no circumstances shall repair to any architectural concrete be undertaken without the Contract Administrator’s written consent. Concrete members that are repaired without the Contract Administrator’s consent will be classified as defective work and the Contract Administrator may require their removal and replacement.

.3 As soon as forms are removed, the surfaces shall be thoroughly washed with clean water under pressure. All fins, projections and offsets smoothed off. Tie projections to be removed to a minimum of 25 mm below surface.

3.5 Placing

.1 Place concrete in accordance with Chapter 7 of CSA A23.1.

.2 Notify engineer before concrete is placed, so that he may, according to his discretion, inspect work to ensure that it is carried out in accordance with requirements of drawings and specifications, and specifically that all forms are right, true to line and correct as to location, shape and size, properly treated and free and clean of all deleterious materials and that reinforcement is properly set, secured and thoroughly clean.

.3 Do not place concrete until the approval of Engineer has been obtained. Ensure that method of placing has been adequately thought out so that no delays are encountered. Ensure adequate access for trucks, walkways, cranes, buggies, water and vibrators. Conduit , sleeves, anchor bolts, chutes and all other items are to be in readiness prior to request for approval to proceed. Ensure that once work has started, it can proceed continuously until completed.

.4 Pumping of concrete will not be permitted, unless approved by Engineer.

.5 Vibrate all concrete thoroughly. Use internal type vibrators wherever practicable. Keep a spare vibrator on site during all concrete placing operations. Take care not to over- vibrate, which would result in segregation or the formation of excess surface water. Take particular care to ensure the property deposit of concrete in and around corners, joints, inserts and at interfaces with concrete previously placed.

.6 Utilize an “elephant trunk” for placement of concrete wherever the free drop exceeds 1500 mm.

.7 Additional placing requirements for concrete floor slabs are given under section on “Concrete Floor Finishing”.

.8 Unless otherwise approved, concrete shall be placed in a single operation to the full thickness of footings, walls, etc. and shall be placed in horizontal layers, not exceeding 600 mm in walls, columns and similar members. In walls the first batches in each lift shall be placed at each end of the segment and then placing shall progress towards the centre. Concrete shall be placed as rapid as practicable to ensure bonding of the successive layers. No temporary joint shall be allowed to become “cold” before adjacent concrete is placed. The maximum allowable time interval between lifts shall be 45 minutes.

.9 Place slabs in a checkerboard pattern with larger dimensions of any slab not exceeding 10 m. Follow base slab pouring sequence as noted on drawings.

Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 10 2016-03-03

.10 Place walls so that straight runs do not exceed 10 m and vertical construction joints are not closer than 2 m to a wall corner and wall intersection.

.11 Allow a minimum of 4 days between placing new concrete against recently placed concrete in walls and slabs.

.12 Protect previous work from concreting operations.

3.6 Construction Joints

.1 At all construction joints, thoroughly clean and intentionally roughen the surface of set concrete to an amplitude of 5 mm. No formed surface shall remain at joint locations. This shall be carried out by chiselling or by sandblasting to expose coarse aggregate. With horizontal construction joints additional methods will allow the use of epoxy bonding compounds applied according to manufacturer’s recommendations or the treatment concrete surface with a set retarder. The retarded surface mortar shall be completely removed with a jet of water once the base concrete has firmly set.

.2 For all horizontal construction joints, clean the surface of all laitance and foreign matter, wet surface and then place a 150 mm thick layer of concrete (this layer of concrete shall be of the quality specified but it shall be proportioned to have an excess of mortar) worked into any irregularities of hardened surface before placing subsequent pours of concrete and supply water stops where indicated.

3.7 Inserts

.1 Set sleeves, ties, pipe hangers and other inserts and openings as indicated or specified elsewhere. Sleeves and openings greater than 100 x 100 not indicated on structural or civil drawings must be approved by Engineer.

.2 No sleeves, ducts, pipes or other openings shall pass through piers, except where expressly detailed on structural or civil drawings or approved by Engineer.

.3 Do not eliminate or displace reinforcement to accommodate hardware. If inserts cannot be located as specified, obtain approval of all modifications from Engineer before placing of concrete.

.4 Check locations and sizes of sleeves and openings shown on structural and civil drawings with architectural, mechanical, process and electrical drawings. Any openings greater than 100 mm diameter must be sleeved and cast into the concrete.

.5 Anchor Bolts:

.1 Set anchor bolts to templates under supervision of appropriate trade prior to placing concrete.

.2 Protect anchor bolt holes from water accumulation, snow and ice buildup.

.6 Provide drawings for each wall indicating size and location of opening. Coordinate with all divisions.

3.8 Joint Fillers

.1 Furnish filler for each joint in single piece for depth and width required for joint, unless otherwise authorized by Engineer. When more than one piece is required for a joint, fasten abutting ends and hold securely to shape by stapling or other positive fastening.

.2 Locate and form isolation, construction, expansion joints as indicated. Install joint filler. Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 11 2016-03-03

.3 Use 12 mm thick joint filler to separate slabs-on-grade from vertical surfaces and extend joint filler from bottom of slab to within 12 mm of finished slab surface unless indicated otherwise.

3.9 Curing

.1 Cure all concrete in accordance with the requirements of Chapter 7 of CSA A23.1/A23.2 unless noted otherwise.

.2 Curing methods and materials to be to approval of Engineer and ensure that concrete will be protected from damage and prevented from drying out or undergoing successive wet/dry cycles. Continue curing until 7 days, or fractions thereof, with temperature, above 10 deg. C. Prevent rapid drying at end of curing period.

.3 Cure concrete floors by placing 6 mil of polyethylene over the concrete slab immediately after final trowelling. Leave in place for 7 days. Seal at all edges.

3.10 Patching

.1 Neatly sawcut perpendicular to surface to a minimum depth of 25 mm. Remove all defective concrete down to sound concrete to Engineer’s satisfaction. Keep required area wet for 24 hours prior to patching. Dampen area +150 mm all around just before patching. Remove standing water; Area should be saturated surface dry. Patch with non-sag repair mortar and latex bonding agent and in accordance with Chapter 7 of CSA A23.1 to match adjacent surfaces. Cure patch. If repair thickness exceeds 40 mm follow Engineers directions. This may require the removal and replacement of the concrete at the Engineer’s discretion.

.2 Completely fill all visible cone tie holes with tie hole grout. Follow all manufacturer’s directions. Use slurry bond coat of Fastcrete Ultra and additional liquid polymer. Substrate preparation directions and temperature limitations must be followed.

3.11 Grouting

.1 Do all grouting around pipes, under equipment bases, under base plates, etc. as indicated in accordance with the manufacturer’s instructions, with an approved non- metallic, non-shrink mortar (shrink compensative grout).

.2 Voids under structural column base plates are to be completely filled with an approved non-shrink grout. Exercise extreme care to ensure that no voids are left under base plates and that full bearing of base plate on supporting concrete and masonry is attained.

3.12 Slabs-on-Grade

.1 Prior to placing vapour barrier, verify that granular base below damp-proof membrane has been compacted and tested as required and that it is acceptable to the Engineer.

.2 Provide vapour retarder on prepared granular base. Lap all joints in membrane 150 mm minimum. Tape at all edges as recommended by manufacturer. Extend vapour barrier up foundation wall at perimeter of slab and tape on wall. Tape all penetrations through floor.

.3 Unless otherwise indicated, divide interior slabs-on-grade into panels not exceeding 9 sq. M in area or 3.0 m in length by means of keyed construction joints or sawcut control joints as detailed. Take special care in placing wire fabric or rebar and sawcutting joints to avoid damage when cutting joints. Fill all saw cut joints with an approved control joint sealant. Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 12 2016-03-03

.4 Place welded wire fabric mesh or rebar at mid-height of concrete slabs on grade by utilizing concrete brick chairs placed at a 600 x 600 mm grid under the mesh. Chairs to be placed on subgrade prior to placement of concrete and mesh to be hooked up onto chairs immediately ahead of concrete placement operation. .5 Form keyed or dowelled construction joints at any location where casting of slab must be interrupted.

3.13 Exterior Slabs

.1 Broom finish all exterior slabs. Seal with 2 coats acrylic sealer.

.2 On exterior slabs on grade provide control joint pattern at 1200 mm on centre each way unless otherwise detailed and install 13 mm premoulded joint filler every second joint.

3.14 Equipment Bases, Inertia Slabs and Pits

.1 Carefully examine the Architectural, Process, Mechanical and Electrical drawings and specifications for requirements. Cooperate with the forces of sub-contractors. This work is not fully detailed on structural drawings. For exact size and location of bases and inertia slabs consult shop drawings.

.2 Layout of all concrete bases, curbs, pits, etc. for mechanical, process and electrical work to be responsibility of Mechanical, Process and Electrical Sub-Contractors.

.3 Unless otherwise indicated, bases shall rest on the concrete floor slab. Scarify floor slab to make a good bond or key between the bases and floor slab.

.4 Provide all reinforcing for bases, curbs, pits, etc. Set all anchor bolts, sleeves and other miscellaneous metal items which are required to be embedded or attached to concrete. Anchor bolts, sleeves and other miscellaneous metal items, including setting templates for same, shall be supplied by contractors requiring same. Reinforcing for bases shall be 15M at 400 mm top and bottom plus 1-15 M perimeter bar top and bottom unless specified elsewhere. Dowel around perimeter into base floor slab with 15M at 400 unless specified elsewhere.

.5 Finish exposed parts of the bases and curbs with cement mortar. Fill voids, trowel smooth, level edges and corners to provide a neat appearance to the Engineer’s approval. Harden exposed faces of curbs and bases in accordance with the requirements of this Section.

.6 Provide grouting approximately 25 mm thick between equipment base plates and concrete. The space between base plates and concrete shall be completely filled with grout. Grout shall consist of non-shrinking type and be premixed. Clean surface of concrete and wet same prior to grouting. Do not remove levelling wedges before grout attains its final set. Fill voids left by removal of wedges with grout and finish exposed surface of grout to make neat appearance.

3.15 Site Tolerance

.1 Concrete tolerances are to be in accordance with CAN/CSA-A23.1 “Concrete Materials and Methods of Concrete Construction”.

3.16 Field Quality Control

.1 Site tests: conduct tests and submit reports which will include the following.

.1 Location and Date of Concrete pours. Cambridge Centre Terminal Cast-In-Place Concrete Section 03 30 00 A49/WSP No. 121-20554-06 Page 13 2016-03-03

.2 Slump.

.3 Air content.

.4 Compressive strength at 7 and 28 days.

.5 Air and concrete temperature.

.2 Inspection and testing of concrete and concrete materials will be carried out by testing laboratory designated by Engineer for review to CSA A23.1/A23.2.

.1 Ensure testing laboratory is certified to CSA A283.

.3 Ensure test results are distributed for discussion at pre-pouring concrete meeting between testing laboratory and Engineer.

.4 Owner will pay for costs of tests.

.5 Engineer will take additional test cylinders during cold weather concreting. Cure cylinders on job site under same conditions as concrete which they represent.

.6 Non Destructive Methods for Testing Concrete: to CSA A23.1/A23.2.

.7 Inspection or testing by Consultant will not augment or replace Contractor quality control nor relieve Contractor of his contractual responsibility.

3.17 Cleaning

.1 Clean in accordance with Section 01 74 00 - Cleaning.

.1 Divert unused concrete materials from landfill to local quarry or facility after receipt of written approval from Engineer.

.2 Provide appropriate area on job site where concrete trucks and be safely washed.

.3 Divert unused admixtures and additive materials (pigments, fibres) from landfill to official hazardous material collections site as approved by Engineer.

.4 Do not dispose of unused admixtures and additive materials into sewer systems, into lakes, streams, onto ground or in other location where it will pose health or environmental hazard.

.5 Prevent admixtures and additive materials from entering drinking water supplies or streams.

.6 Using appropriate safety precautions, collect liquid or solidify liquid with inert, non- combustible material and remove for disposal.

.7 Dispose of waste in accordance with applicable local, Provincial/Territorial and National regulations.

END OF SECTION Cambridge Centre Terminal Common Work Results for Masonry Section 04 05 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

1 GENERAL

1.1 Related Sections

.1 Section 03 10 00 Concrete Forms and Accessories

.2 Section 03 20 00 Concrete Reinforcing

.3 Section 03 30 00 Cast-In-Place Concrete

.4 Section 04 05 12 Masonry Mortar and Grout

.5 Section 04 05 19 Masonry Anchorage and Reinforcing

.6 Section 04 05 23 Masonry Accessories

.7 Section 04 22 00 Concrete Unit Masonry

.8 Section 05 50 00 Metal Fabrications: Steel Lintels

.9 Section 07 62 00 Sheet Metal Flashing and Trim

.10 Section 07 92 00 Joint Sealing

.11 Section 08 11 00 Metal Doors and Frames

1.2 References

.1 CSA-A165 Series-04 (R2009), Standards on Concrete Masonry Units.

.2 CSA A179-04 (R2009), Mortar and Grout for Unit Masonry.

.2 CSA A371-04 (R2009), Masonry Construction for Buildings.

1.3 Action SubmittalsReferences

.1 Provide submittals in accordance with Section 01001, Clause 10.0 – Quality Control.

.2 Product Data:

.1 Provide manufacturer's printed product literature, specifications and datasheet and include product characteristics, performance criteria, limitations and colours.

.2 Provide two copies of Workplace Hazardous Materials Information System (WHMIS) - Material Safety Data Sheets (MSDS).

.3 Samples:

.1 If requested provide samples as follows:

.1 Two of each type of brick and concrete masonry unit specified, including special shapes. .2 Two cured and coloured samples of mortar and grout illustrating mortar colour and colour range, supplemented with specific requirements in Section 04 05 12 – Masonry Mortar and Grout. Cambridge Centre Terminal Common Work Results for Masonry Section 04 05 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.3 One of each type of masonry accessory and flashing specified, supplemented by specific requirements in Section 04 05 23 – Masonry Accessories. .4 One of each type of masonry anchorage, reinforcement and connector proposed for use, supplemented by specific requirements in Section 04 05 19 – Masonry Anchorage and Reinforcing. .5 Samples: used for testing and when accepted become standard for material used.

.4 Shop Drawings:

.1 Provide drawings stamped and signed by professional engineer registered or licensed in Province of Ontario, Canada. .2 Provide shop drawings detailing temporary bracing required, designed to resist wind pressure and lateral forces during installation.

1.4 Quality Assurance

.1 Qualifications:

.1 Manufacturer: capable of providing field service representation during construction and approving application method.

.2 Installer: experienced in performing work of this section who has specialized in installation of work similar to that required for this project.

.3 Masons: company or person specializing in masonry installations with 5 years documented experience with masonry work similar to this project.

.1 Masons employed on this project must demonstrate ability to reproduce mock-up standards.

.2 Mock-ups:

.1 Construct mock-ups in accordance with Section 01001, Clause 10.0 - Quality Control.

.2 Construct mock-up panel of exterior and interior masonry wall construction 1200 x 1800 mm showing masonry colours and textures, use of reinforcement, ties, through-wall flashing, weep holes, jointing, coursing, mortar and workmanship.

.3 Mock-up used:

.1 To judge workmanship, substrate preparation, operation of equipment and material application. .2 For testing to determine compliance with performance requirements. Perform following tests. .1 For clay units, in addition to requirements set out in referenced CSA and ASTM Standards include data indicating initial rate of absorption.

.4 Construct mock-up where directed by Engineer Consultant.

.5 Allow 24 hours for inspection of mock-up by Engineer before proceeding with work. Cambridge Centre Terminal Common Work Results for Masonry Section 04 05 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.6 When accepted by Engineer, mock-up will demonstrate minimum standard for this work. Mock-up may remain as part of finished work.

.7 Start work only upon receipt of written acceptance of mock-up by Engineer.

1.5 Delivery, Storage and Handling

.1 Deliver materials to job site in dry condition.

.2 Deliver, store and handle materials in accordance with manufacturer's written instructions.

.3 Storage and Handling Protection:

.1 Keep materials dry until use except where wetting of bricks is specified.

.2 Store under waterproof cover on pallets or plank platforms held off ground by means of plank or timber skids.

.3 Packaging Waste Management:

.1 Remove for reuse and return by manufacturer of pallets, crates, paddling, and packaging materials.

1.6 Environmental Requirements

.1 Ambient Conditions: assemble and erect components when temperatures are above 4 degrees C.

.2 Weather Requirements: to CSA-A371 and to IMIAC - Recommended Practices and Guide Specifications for Hot and Cold Weather Masonry Construction.

.3 Cold weather requirements

.1 To CSA-A371 with following requirements:

.1 Maintain temperature of mortar between 5°C and 50°C until batch is used. .2 Protect for a minimum of 72 hours after construction.

..4 Hot weather requirements

.1 Protect freshly laid masonry from drying too rapidly, by means of waterproof, non-staining coverings.

.2 Keep masonry dry using waterproof, non-staining coverings that extend over walls and down sides sufficient to protect walls from wind driven rain, until masonry work is completed and protected by flashings or other permanent construction.

.5 Protect masonry and other work from marking and other damage. Protect completed work from mortar droppings. Use non-staining coverings.

Cambridge Centre Terminal Common Work Results for Masonry Section 04 05 00 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.6 Provide temporary bracing of masonry work during and after erection until permanent lateral support is in place.

2 PRODUCTS

2.1 Materials

.1 Masonry materials are specified in related Sections indicated in 1.1.

2.2 Manufacturers

.1 Ensure manufacturer has minimum 5 years’ experience in manufacturing components similar to or exceeding requirements of project.

3 EXECUTION

3.1 Installers

.1 Experienced and qualified masons to carry out erection, assembly and installation of masonry work.

3.2 Manufacturer’s Instructions

.1 Compliance: comply with manufacturer's written data, including product technical bulletins, product catalogue installation instructions, product installation instructions, and data sheets.

3.3 Examination

.1 Examine conditions, substrates and work to receive work of this Section.

.2 Examine openings to receive masonry units. Verify opening size, location, and that opening is square and plumb, and ready to receive work of this Section.

.1 Inform Engineer of unacceptable conditions immediately upon discovery.

.2 Proceed with installation after unacceptable conditions have been remedied and after receipt of written approval from Engineer.

.3 Verification of Conditions:

.1 Verify that:

.1 Substrate conditions which have been previously installed under other sections or contracts, are acceptable for product installation in accordance with manufacturer's instructions prior to installation of brick and concrete block.

.2 Field conditions are acceptable and are ready to receive work.

.3 Built-in items are in proper location, and ready for roughing into masonry work.

.2 Commencing installation means acceptance of existing substrates. Cambridge Centre Terminal Common Work Results for Masonry Section 04 05 00 A49/WSP No. 121-20554-06 Page 5 2016-03-03

3.4 Preparation

.1 Surface Preparation: prepare surface in accordance with manufacturer's written recommendations.

.2 Establish and protect lines, levels, and coursing.

.3 Protect adjacent materials from damage and disfiguration.

3.5 Installation

.1 Do masonry work in accordance with CSA-A371 except where specified otherwise.

.2 Build masonry plumb, level, and true to line, with vertical joints in alignment, respecting construction tolerances permitted by CSA-A371.

.3 Layout coursing and bond to achieve correct coursing heights, and continuity of bond above and below openings, with minimum of cutting.

3.6 Construction

.1 Exposed masonry:

.1 Remove chipped, cracked, and otherwise damaged units, in accordance with CSA A-165, in exposed masonry and replace with undamaged units.

.2 Jointing:

.1 Allow joints to set just enough to remove excess water, and then tool with round jointer to provide smooth, joints true to line, compressed, uniformly concave joints where concave joints are indicated.

.2 Strike flush joints concealed in walls and joints in walls to receive plaster, tile, insulation, or other applied material except paint or similar thin finish .

.3 Cutting:

.1 Cut out for electrical switches, outlet boxes, and other recessed or built-in objects.

.2 Make cuts straight, clean, and free of uneven edges.

.4 Building-In:

.1 Build in items required to be built into masonry.

.2 Prevent displacement of built-in items during construction. Check plumb, location and alignment frequently, as work progresses.

.3 Brace door jambs to maintain plumb. Fill spaces between jambs and masonry with mortar. .4 Install door frames concurrent with placement of masonry.

.5 Wetting of bricks: Cambridge Centre Terminal Common Work Results for Masonry Section 04 05 00 A49/WSP No. 121-20554-06 Page 6 2016-03-03

.1 Except in cold weather, wet bricks having initial rate of absorption exceeding 1 g/minute/1000 mm2: wet to uniform degree of saturation, 3 to 24 hours before placement, and do not lay until surface dry.

.2 Wet tops of walls built of bricks qualifying for wetting, when recommencing work on such walls.

.6 Support of loads:

.1 Use 25 MPa concrete to Section 03 30 00 - Cast-in-Place Concrete, where concrete fill is used in lieu of solid units.

.2 Use grout to CSA A179 where grout is used in lieu of solid units.

.3 Install building below voids to be filled with grout; keep paper 25 mm back from faces of units.

.7 Provision for movement:

.1 Leave 6 mm space below shelf angles.

.2 Leave 25 mm space between top of non-load bearing walls and partitions and structural elements. Do not use wedges.

.3 Built masonry to tie in with stabilizers, with provision for vertical movement.

.8 Cavity-Walls:

.1 Provide purpose made grey plastic weep hole vents.

.2 Provide weep holes above shelf angles, beams, damp-proof courses, flashings and at bottom of cavities. Locate at max. 800 mm o.c.

.3 Place 9 mm dia. Plastic vent tubes in exterior joints at top of cavities. Provide at 400 mm o.c. slope to drain out at 1:4.

.4 In accordance with CSA A371, keep cavity free of mortar and mortar droppings. Place wood strip on ties or reinforcement to catch all mortar droppings. Remove as work progresses. Backslope mortar beds at cavities just sufficient to minimize mortar projection into cavity. In addition, leave out masonry unit 1200 mm o.c. at the base of the wall to provide access to the cavity for the purposes of cleaning out mortar droppings. Upon completion of cleaning neatly place masonry unit in clean out port. Mortar color to match adjacent masonry units.

.9 Loose steel lintels:

.1 Install loose steel lintels where required. Centre over opening width.

.10 Control joints:

.1 Construct continuous control joints as indicated. Keep joints free of mortar.

Cambridge Centre Terminal Common Work Results for Masonry Section 04 05 00 A49/WSP No. 121-20554-06 Page 7 2016-03-03

.11 Movement joints:

.1 Build-in continuous movement joints as indicated.

.12 Interface with other work:

.1 Cut openings in existing work as indicated.

.2 Openings in walls: reviewed by Engineer.

.3 Make good existing work. Use materials to match existing.

3.7 Site Tolerances

.1 Tolerances in notes to CSA-A371 apply.

3.8 Field Quality Control

.1 Site Tests, Inspection:

.1 Notify inspection agency minimum of 24 hours in advance of requirement for tests.

.2 Cost of testing will be paid for by owner.

3.9 Cleaning

.1 Progress Cleaning: in accordance with related masonry sections.

.2 Final Cleaning:

.1 Perform cleaning after installation to remove construction and accumulated environmental dirt.

.2 Upon completion of installation and verification of performance of installation, remove surplus materials, rubbish, tools and equipment barriers.

3.10 Protection

.1 Temporary Bracing:

.1 Provide temporary bracing of masonry work during and after erection until permanent lateral support is in place.

.2 Bracing to be reviewed by Engineer.

.3 Brace masonry walls as necessary to resist wind pressure and lateral forces during construction.

.2 Moisture Protection:

.1 Keep masonry dry using waterproof, nonstaining coverings that extend over walls and down sides sufficient to protect walls from wind driven rain, until completed and protected by flashing or other permanent construction. Cambridge Centre Terminal Common Work Results for Masonry Section 04 05 00 A49/WSP No. 121-20554-06 Page 8 2016-03-03

.2 Cover completed and partially completed work not enclosed or sheltered with waterproof covering at end of each work day. Anchor securely in position.

.3 Air Temperature Protection: protect completed masonry as recommended in 1.6 ENVIRONMENTAL REQUIRMENTS.

END OF SECTION

Cambridge Centre Terminal Masonry Mortar And Grout Section 04 05 12 A49/WSP No. 121-20554-06 Page 1 2016-03-03

1 GENERAL

1.1 Related Sections

.1 Section 03 30 00 - Cast-In-Place Concrete: Masonry Grout.

.2 Section 04 05 00 - Common Work Results for Masonry.

.3 Section 04 05 19 - Masonry Anchorage and Reinforcing.

.4 Section 04 22 00 - Concrete Unit Masonry.

1.2 References

.1 CAN/CSA A179-04(R2009), Mortar and Grout for Unit Masonry.

2 PRODUCTS

2.1 Materials

.1 Use same brands of materials and source of aggregate for entire project.

.2 Mortar and grout CAN/CSA A179-04.

.3 Use aggregate passing 1.18 mm sieve where 6 mm thick joints are indicated.

.4 Mortar for exterior masonry above grade:

.1 Loadbearing: Type S based on Proportion specifications.

.2 Non-loadbearing: Type S based on Proportion specifications.

.5 Mortar for interior masonry:

.1 Loadbearing: Type S based on Proportion specifications.

.2 Non-loadbearing: Type N based on Proportion specifications.

.6 Following applies regardless of mortar types and uses specified above:

.1 Mortar for grouted reinforced masonry: Type S based on Proportion specifications.

.7 Mortar Mixes:

.1 Do not use anti-freezing compounds including calcium chloride or chloride based compounds.

.2 Do not add air entraining ad mixture to mortar mix.

.3 Re-temper mortar only within two hours of mixing when water lost by evaporation.

Cambridge Centre Terminal Masonry Mortar And Grout Section 04 05 12 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.8 Non-staining mortar: use non-staining masonry cement for cementitious portion of specified mortar type.

.9 Grout: to CAN/CSA A179-04, Table 3.

3 EXECUTION

3.1 Construction

.1 Do masonry mortar and grout work in accordance with CAN/CSA A179-04 except where specified otherwise.

.2 Mix grout to semi-fluid consistency.

.3 Mortar must be weaker than the units it is binding.

END OF SECTION Cambridge Centre Terminal Masonry Anchorage and Reinforcing Section 04 05 19 A49/WSP No. 121-20554-06 Page 1 2016-03-03

1 GENERAL

1.1 Related Requirements

.1 Section 031000 - Concrete Forming and Accessories

.2 Section 040500 - Common Work Results for Masonry

.3 Section 040512 - Masonry Mortar and Grout

.4 Section 040523 - Masonry Accessories

.5 Section 042200 - Concrete Unit Masonry

.6 Section 051223 - Structural Steel for Buildings

1.2 References

.1 CAN/CSA-A23.1/A23.2-09, Concrete Materials and Methods of Concrete Construction/Test Methods and Standard Practices for Concrete.

.2 CAN/CSA A370-04 (R2009), Connectors for Masonry.

.3 CAN/CSA A371-04 (R2009), Masonry Construction for Buildings.

.4 CAN/CSA G30.18-09, Carbon Steel Bars for Concrete Reinforcement.

.5 CSA-S304.1-04, Design of Masonry Structures.

.6 CSA W186-M1990 (R2012), Welding of Reinforcing Bars in Reinforced Concrete Construction.

1.3 Action and Informational Submittals

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

.2 Product Data:

.1 Provide manufacturer's printed product literature, specifications and datasheets illustrating products to be incorporated into project for specified products.

.3 Shop Drawings:

.1 Provide shop drawings in accordance with Section 01 33 00 - Submittal Procedures.

.1 Provide drawings stamped and signed by professional engineer registered or licensed in Province of Ontario, Canada.

.2 Provide shop drawings detailing bar bending details, anchorage details lists and placing drawings Cambridge Centre Terminal Masonry Anchorage and Reinforcing Section 04 05 19 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.3 On placing drawings, indicate sizes, spacing, location and quantities of reinforcement and connectors.

.4 Manufacturer's Instructions:

.1 Provide manufacturer's installation instructions.

1.4 Quality Assurance

.1 Test Reports: Upon request, provide consultant with certified test reports showing compliance with specified performance characteristics and physical properties.

.2 Certificates: Upon request, provide consultant with product certificates signed by manufacturer certifying materials comply with specified performance characteristics and criteria and physical requirements.

.3 Pre-Installation Meetings: conduct pre-installation meeting to verify project requirements, manufacturer's installation instructions and manufacturer's warranty requirements. Comply with Section 04 05 00 - Common Work Results for Masonry.

.4 Mock-ups:

.1 Construct mock-ups in accordance with Section 01 45 00 - Quality Control and requirements of Section 04 05 00 - Common Work Results for Masonry supplemented as follows:

.1 Construct mock-ups panel of anchorage installation and reinforcement installation.

.2 Sample panel: 1200 mm x 1800 mm using proposed procedures, anchorage material, connectors, reinforcement material, and workmanship.

1.5 Field Measurements

.1 Make field measurements necessary to ensure proper fit of members.

1.6 Delivery, Storage and Handling

.1 Deliver, store and handle masonry anchorage and reinforcing materials in accordance with Section 01 61 00 - Common Product Requirements, supplemented as follows:

.1 Deliver reinforcement and connectors identified in shop and placement drawings.

2 PRODUCTS

2.1 Materials

.1 Bar reinforcement: Steel to CAN/CSA A371 and CAN/CSA G30.18, Grade 400.

.2 Connectors: to CAN/CSA A370 and CSA-S304.1.

.3 Corrosion protection: to CSA-S304.1, galvanized to CSA-S304.1 and CAN/CSA A370. Cambridge Centre Terminal Masonry Anchorage and Reinforcing Section 04 05 19 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.4 Fasteners: installed post-construction:

.1 Bolts and Screws: size and type to suit application, locate where indicated.

.2 Powder-Driven Fasteners: pin styles and lengths to suit fastening application in accordance with manufacturers use, load and hold recommendations.

.3 : epoxies, mastics and contact cements for fastening applications, use in accordance with manufacturers' recommendations.

.5 Ties: hot dip galvanized to CAN/CSA A370 Table 5.2 steel finish.

.1 Corrugated to CAN/CSA A370.

.2 Unit ties, to CAN/CSA A370: rectangular, fabricated from cold-drawn steel, size to suit application.

.3 Adjustable Unit Ties: to CAN/CSA A370: proprietary type ties, type, style and size to suit application in accordance with manufacturer's recommendations.

.4 Joint Reinforcement Ties: to CAN/CSA A370:

.1 Single Wythe Joint Reinforcement: truss type:

.1 Steel wire, hot dip galvanized: to ASTM A641, Class 3 after fabrication.

.2 Cold drawn steel wire conforming to ASTM A82.

.3 Stainless steel conforming to ASTM A580

.2 Multiple Wythe Joint Reinforcement: truss type: without moisture drip; adjustable non-adjustable:

.1 Steel wire, hot dip galvanized: to ASTM A641 Class 3 after fabrication.

.2 Cold drawn steel wire conforming to ASTM A82.

.3 Stainless steel conforming to ASTM A580

.6 Anchors: to CAN/CSA A370:

.1 Sleeve Anchors: type sleeve and bolt, sized to suit application.

.2 Anchor Bolts: conventional unpatented anchors, stainless steel, or galvanized to CAN/CSA A370 Table 5.2 finish.

.7 Adhesive Anchors: proprietary systems, pre-mixed, self-contained system with double glass system to contain epoxy, consisting of resin, hardener and aggregate.

Cambridge Centre Terminal Masonry Anchorage and Reinforcing Section 04 05 19 A49/WSP No. 121-20554-06 Page 4 2016-03-03

2.2 Fabrication

.1 Fabricate reinforcing in accordance with CAN/CSA-A23.1 and Reinforcing Steel Manual of Standard Practice by the Reinforcing Steel Institute of Canada.

.2 Fabricate connectors in accordance with CAN/CSA A370.

.3 Obtain Consultant's approval for locations of reinforcement splices other than shown on placing drawings.

.4 Upon approval of Engineer, weld reinforcement in accordance with CSA W186.

.5 Ship reinforcement and connectors, clearly identified in accordance with drawings.

2.3 Source Quality Control

.1 Upon request, provide Engineer with certified copy of mill test report of reinforcement steel and connectors, showing physical and chemical analysis, minimum 5 weeks prior to commencing reinforcement work.

.2 Upon request inform Engineer of proposed source of material to be supplied.

3 EXECUTION

3.1 Manufacturer’s Instructions

.1 Comply with manufacturer's written recommendations, including product technical bulletins, handling, storage and installation instructions, and datasheets.

3.2 Preparation

.1 Direct and coordinate placement of metal anchors for masonry supplied to other Sections.

3.3 Installation

.1 Supply and install masonry connectors and reinforcement in accordance with CAN/CSA A370, CAN/CSA A371, CAN/CSA-A23.1 and CSA-S304.1 unless indicated otherwise.

.2 Prior to placing concrete, mortar, and grout, obtain Engineer's approval of placement of reinforcement and connectors.

.3 Supply and install additional reinforcement to masonry as indicated.

3.4 Bonding and Tying

.1 Tie masonry veneer to backing in accordance with NBC, CSA-S304.1, CAN/CSA A371 and as indicated. Cambridge Centre Terminal Masonry Anchorage and Reinforcing Section 04 05 19 A49/WSP No. 121-20554-06 Page 5 2016-03-03

.2 Install unit, adjustable, single wythe and multiple wythe joint reinforcement where indicated and in accordance with CAN/CSA A370 and CAN/CSA A371 manufacturer's instructions.

.1 Install horizontal joint reinforcement 400 mm on centre.

.2 Place masonry joint reinforcement in first horizontal joints above and below openings. Extend minimum 400 mm each side of opening.

.3 Place joint reinforcement continuous in first and second joint below top of walls.

.4 Lap joint reinforcement ends minimum 150 mm.

.5 Connect joint corners and intersections with strap anchors 400 mm on centre.

3.5 Reinforced Lintels and Bond Beams

.1 Reinforce masonry beams, masonry lintels and bond beams as indicated.

.2 Place and grout reinforcement in accordance with CSA-S304.1, CAN/CSA A371, and CAN/CSA A179.

.3 Support and position reinforcing bars in accordance with CAN/CSA A371.

3.6 Grouting

.1 Grout masonry in accordance with CSA-S304.1, CAN/CSA A371 and CAN/CSA A179 and as indicated.

3.7 Anchors

.1 Supply and install metal anchors as indicated.

3.8 Lateral Support and Anchorage

.1 Supply and install lateral support and anchorage in accordance with CSA-S304.1 and as indicated.

3.9 Movement Joints

.1 Reinforcement will not be continuous across movement joints unless otherwise indicated.

3.10 Field Bending

.1 Do not field bend reinforcement and connectors except where indicated or authorized by Engineer.

.2 When field bending is authorized, bend without heat, applying a slow and steady pressure.

.3 Replace bars and connectors which develop cracks or splits.

Cambridge Centre Terminal Masonry Anchorage and Reinforcing Section 04 05 19 A49/WSP No. 121-20554-06 Page 6 2016-03-03

3.11 Field Quality Control

.1 Site inspections in accordance with Section 04 05 00 - Common Work Results for Masonry.

.2 Obtain Engineer approval of placement of reinforcement and connectors, prior to placing grout.

3.12 Field Touch-Up

.1 Touch up damaged and cut ends of epoxy coated or galvanized reinforcement steel and connectors with compatible finish to provide continuous coating.

3.13 Cleaning

.1 Clean in accordance with Section 01 74 11 - Cleaning.

.1 Remove surplus materials, excess materials, rubbish, tools and equipment.

END OF SECTION Cambridge Centre Terminal Masonry Accessories Section 04 05 23 A49/WSP No. 121-20554-06 Page 1 2016-03-03

1 GENERAL

1.1 Related Sections

.1 Section 040500 – Common Work Results for Masonry

.2 Section 040512 – Masonry Mortar and Grout

.3 Section 040519 – Masonry Anchorage and Reinforcing

.4 Section 042200 – Concrete Unit Masonry

1.2 References

.1 CAN/CSA-A371-04 (R2009), Masonry Construction for Buildings.

2 PRODUCTS

2.1 Materials

.1 Control joint filler: Sealtight Rescor Expansion Joint Filler, Type S - Soft by W. R. Meadows or approved equivalent. Size and shape as required.

.2 Cavity Wall Corner Block - as control joint filler with size as required.

.3 Masonry through-wall flashing:

.1 Air barrier membrane: refer to item 2.1.5.

.2 Polyvinyl Choride (PVC):

.1 F-20 vinyl membrane 0.5 mm thick by Lexsuco Canada Limited.

.2 Sealtight Flex-Guard 0.5 mm thick by W. R. Meadows of Canada Limited.

.3 Lap adhesive as recommended by manufacturers.

.4 Weep hole vents: purpose-made PVC to ASTM C-5085, designed to drain cavities to exterior. Goodco Brick Vents by Goodco Limited, Division of J. W. Bird and Company Limited.

.5 Air-barrier membrane:

.1 Greenstuff Air/Vapour Barrier Membrane by W.R. Meadows of Canada Limited

Cambridge Centre Terminal Masonry Accessories Section 04 05 23 A49/WSP No. 121-20554-06 Page 2 2016-03-03

3 EXECUTION

3.1 Control Joints

.1 Install continuous control joint fillers in control joints at locations indicated on drawings.

3.2 Masonry Through-wall Flashing

.1 Build in flashings in masonry in accordance with CAN/CSA A371, and CSA-S304 as follows:

.1 Install flashings under exterior masonry bearing on foundation walls. Install flashing under weep hole courses and as indicated.

.2 In cavity walls and veneered walls, carry flashings from font edge of masonry, under outer veneer, then up backing not less than 200 mm, and as follows:

.1 For masonry backing embed flashing 50 mm in joint.

.3 Lap joints 150 mm and seal with adhesive.

3.3 Weep Hole and Vents

.1 Install weep hole and vents in vertical joints immediately over flashing, in exterior wythes of cavity wall and masonry veneer wall construction, at maximum horizontal spacing of 600 mm oc. and as shown on drawings

3.4 Cavity Wall Corner Blocks

.1 At the four corners of the exterior masonry cavity walls, install in the space between the insulation and the outer masonry wythe, a closed cell compressible corner filler block to prevent air from moving around the corner within the air space.

.2 Corner filler block to be cut as required to provide a length of at least 50 mm horizontally within the air space.

.3 Filler block to extend full height of cavity wall and is to be bonded to the outer masonry wythe.

3.5 Air Barrier

.1 Apply air barrier in strict accordance with manufacturers recommendations.

3.6 Masonry Water Repellant

.1 Apply a single coat application of masonry water repellant to all newly constructed exterior building masonry areas in a manner and at the rates recommended by the manufacturer. Carefully follow cautions and safety recommendations of manufacturer.

END OF SECTION

Cambridge Centre Terminal Brick Masonry Section 04 21 13 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 RELATED REQUIREMENTS

.1 Section.

1.2 REFERENCES

.1 ASTM International .1 ASTM C 73-10, Standard Specification for Calcium Silicate Brick (Sand-Lime Brick). .2 ASTM C216-13, Standard Specification for, Facing Brick (Solid Masonry Units Made of Clay or Shale).

.2 Brick Industry Association (BIA) .1 Technical Note No. 20-2006, Cleaning Brick Work.

.3 CSA Group .1 CAN/CSA-A82-06(R2011), Fired Masonry Brick Made From Clay or Shale. .2 CAN/CSA-A165 Series-04(R2009), CSA Standards on Concrete Masonry Units (Consists of A165.1, A165.2 and A165.3). .3 CAN/CSA-A371-04(R2009), Masonry Construction for Buildings.

1.3 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit in accordance with Section 01 33 00 - Submittal Procedures.

.2 Product Data: .1 Submit manufacturer's instructions, printed product literature and data sheets for brick masonry and include product characteristics, performance criteria, physical size, finish and limitations.

1.4 QUALITY ASSURANCE

.1 Test Reports: submit certified test reports including sand gradation tests in accordance with CAN/CSA-A179 showing compliance with specified performance characteristics and physical properties, and in accordance with Section 04 05 00 - Common Work Results for Masonry.

.2 Certificates: submit product certificates signed by manufacturer certifying materials comply with specified performance characteristics and criteria and physical requirements.

Cambridge Centre Terminal Brick Masonry Section 04 21 13 A49/WSP No. 121-20554-06 Page 2 2016-03-03

1.5 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with Section 01 61 00 - Common Product Requirements and with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements: .1 Store materials off groundin dry location and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area. .2 Store and protect brick masonry from nicks, scratches, and blemishes. .3 Replace defective or damaged materials with new.

1.6 SITE CONDITIONS

.1 Ambient Conditions: assemble and erect components only when temperature is above 4 degrees C.

PART 2 - PRODUCTS

2.1 MANUFACTURED UNITS

.1 Face brick: .1 Fired clay brick: to CAN/CSA-A82. .1 Type: X. .2 Grade: EG. .3 Size: metric modular. .4 Colour and texture: to match approved sample. .5 Solid/hollow. .6 Architectural Series by Brampton Brick, Taupe Velour

.2 Reinforcement: .1 Reinforcement in accordance with Section 04 05 19 - Masonry Anchorage and Reinforcing .

.3 Connectors: .1 Connectors in accordance with Section 04 05 19 - Masonry Anchorage and Reinforcing .

.4 Flashings: .1 Flashing: in accordance with Section 04 05 23 - Masonry Accessories.

Cambridge Centre Terminal Brick Masonry Section 04 21 13 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.5 Mortar Mixes: .1 Mortar and mortar mixes in accordance with Section 04 05 12 - Masonry Mortar and Grout.

.6 Grout Mixes: .1 Grout and grout mixes in accordance with Section 04 05 12 - Masonry Mortar and Grout.

.7 Cleaning Compounds: .1 Use low VOC products in compliance with SCAQMD Rule 1168. .2 Compatible with substrate and acceptable to masonry manufacturer for use on products. .3 Cleaning compounds compatible with brick masonry units and in accordance with manufacturer's written recommendations and instructions.

.8 Anti-Graffitti coating .1 Manufacturer's Product Data Sheet. Refer to the Product Data Sheet for additionalBefore informationapplying, read about "Preparation" application. and Do "Safetynot dilute Information" or alter. sections in the .2 Sprayer Applications: Follow manufactureres recommendations .3 Manufacturer: Blok-Guard & Graffiti Control by Sure Klean Weather Seal

PART 3 - EXECUTION

3.1 EXAMINATION

.1 Verification of Conditions: verify that conditions of substrate previously installed under other Sections or Contracts are acceptable for brick masonry installation in accordance with manufacturer's written instructions. .1 Inform Consultant of unacceptable conditions immediately upon discovery. .2 Proceed with installation only after unacceptable conditions have been remedied.

3.2 PREPARATION

.1 Protect adjacent finished materials from damage due to masonry work.

3.3 INSTALLATION

.1 Construction to conform to CAN/CSA-A371.

.2 Bond: stretcher.

Cambridge Centre Terminal Brick Masonry Section 04 21 13 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.3 Coursing height: 200 mm for three bricks and three joints.

.4 Jointing: raked where exposed or where paint or similar thin finish coating is specified. .1 Mixing and blending: mix units within each and with other pallets to ensure uniform blend of colour and texture. .2 Clean unglazed clay masonry as work progresses. .3 Reinforcement: .1 Install reinforcing in accordance with Section 04 05 19 - Masonry Anchorage and Reinforcing. .4 Connectors: .1 Install connectors in accordance with Section 04 05 19 - Masonry Anchorage and Reinforcing. .5 Flashings: .1 Install flashings in accordance with Section 04 05 23 - Masonry Accessories. .6 Mortar Placement: .1 Place mortar in accordance with Section 04 05 12 - Masonry Mortar and Grout. .7 Grout Placement: .1 Place grout in accordance with Section 04 05 12 - Masonry Mortar and Grout. .8 Repair/Restoration: .1 Upon completion of masonry, fill holes and cracks, remove loose mortar and repair defective work. .9 Field Quality Control: .1 Site Tests, Inspection: in accordance with Section 04 05 00 - Common Work Results for Masonry supplemented as follows: .2 Manufacturer's Field Services: in accordance with Section 04 05 00 - Common Work Results for Masonry. .10 Tolerances: .1 To CAN/CSA-A371 unless noted below .

3.4 CLEANING

.1 Progress Cleaning: clean in accordance with Section 01 74 11 - Cleaning. .1 Leave Work area clean at end of each day.

.2 Perform cleaning as soon as possible after installation to remove construction and accumulated environmental dirt.

.3 Clean unglazed clay masonry: as directed below and leave for one week. If no harmful effects appear and after mortar has set and cured, protect windows, sills, doors, trim and other work, and clean brick masonry as follows.

Cambridge Centre Terminal Brick Masonry Section 04 21 13 A49/WSP No. 121-20554-06 Page 5 2016-03-03

.1 Remove large particles with wood paddles without damaging surface. Saturate masonry with clean water and flush off loose mortar and dirt. .2 Scrub with solution of 25 ml trisodium phosphate and 25 ml household detergent dissolved in 1 L of clean water using stiff fibre brushes, then clean off immediately with clean water using hose. Alternatively, use proprietary compound recommended by brick masonry manufacturer in accordance with manufacturer's directions. .3 Repeat cleaning process as often as necessary to remove mortar and other stains. .4 Use acid solution treatment for difficult to clean masonry as described in Technical Note No.20 by the Brick Industry Association.

.4 Clean concrete brick masonry as work progresses. .1 Allow mortar droppings on masonry to partially dry then remove by means of trowel, followed by rubbing lightly with small piece of brick and finally by brushing.

.5 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment in accordance with Section 01 74 11 - Cleaning.

3.5 PROTECTION

.1 Brace and protect brick masonry in accordance with Section 04 05 00 - Common Work Results for Masonry.

END OF SECTION Cambridge Centre Terminal Concrete Unit Masonry Section 04 22 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

1 GENERAL

1.1 Related Sections

.1 Section 040500 - Masonry Procedures

.2 Section 040512 - Mortars and Masonry Grout

.3 Section 040519 - Masonry Reinforcement and Connectors

.4 Section 040523 - Masonry Accessories

1.2 References

.1 CAN/CSA-A165 Series -04 (R2009) CSA Standards on Concrete Masonry Units.

.2 CSA-S304.1-04 Masonry Design for Buildings

2 PRODUCTS

2.1 Materials

.1 Standard concrete block units (Normal Weight): to CAN/CSA-A165 Series -04.

.1 Classification: H/20/A/O.

.2 Size: metric modular.

.3 Special shapes: provide bull-nosed units for exposed corners. Provide purpose-made shapes for lintels and bond beams. Provide additional special shapes as indicated.

.4 Colour: standard gray

.2 Concrete block to be as manufactured by Boehmers, Kitchener, Ontario, Tel: 1-800-265- 3510 or approved equivalent.

.3 Contractor to submit test results of all concrete block to be used on the contract.

3 EXECUTION

3.1 Installation

.1 Placement of Concrete block units.

.1 Bond: running, with vertical joint of alternate course in line.

.2 Coursing height: 200 mm for one block and one joint.

.3 Jointing: concave where exposed or where paint or other finish coating is specified.

.4 Provide special jointing for highlight band as specified on drawings

Cambridge Centre Terminal Concrete Unit Masonry Section 04 22 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

3.2 Cleaning

.1 Allow mortar droppings on masonry to partially dry then remove by means of trowel, followed by rubbing lightly with small piece of block and finally by brushing.

END OF SECTION Cambridge Centre Terminal Exterior Stone Cladding Section 04 42 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

1 GENERAL

1.1 Section Includes

.1 Limestone dimension stone cladding.

1.2 Related Sections

.1 Section 03 30 00 - Cast-in-Place Concrete.

.2 Section 04 05 00 - Common Work Results for Masonry.

.3 Section 04 05 13 - Masonry Mortaring.

.4 Section 04 05 16 - Masonry Grouting.

.5 Section 04 05 19 - Masonry Anchorage and Reinforcing.

.6 Section 04 05 23 - Masonry Accessories.

.7 Section 04 22 00 - Concrete Unit Masonry: Structural substrate.

.8 Section 05 12 00 - Structural Steel Framing: structural steel supports.

.9 Section 05 50 00 - Metal Fabrications: Fabricated steel items.

.10 Section 07 21 00 - Thermal Insulation: Insulation for cavity spaces.

.11 Section 07 62 00 - Sheet Metal Flashing and Trim: Reglets for flashing.

.12 Section 07 92 00 - Joint Sealants: Rod and sealant between stone and other building components.

1.3 References

.1 ASTM C97: Standard Test Methods for Absorption and Bulk Specific Gravity of Dimension Stone.

.2 ASTM C99: Standard Test Method for Modulus of Rupture of Dimension Stone.

.3 ASTM C170: Standard Test Method for Compressive Strength of Dimension Stone.

.4 ASTM C241: Standard Test Method for Abrasion Resistance of Stone Subjected to Foot Traffic.

.5 ASTM C880: Standard Test Method for Flexural Strength of Dimension Stone.

.6 ASTM C568: Standard Specification for Limestone Dimension Stone.

.7 ASTM C1242: Standard Guide for Design, Selection, and Installation of Exterior Dimension Stone Anchors and Anchoring Systems.

.8 CSA A371: Masonry Construction for Buildings.

1.4 Shop Drawings

.1 Submit shop drawings as specified in Section 01 33 00. Cambridge Centre Terminal Exterior Stone Cladding Section 04 42 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.2 Indicate sizes and sections of stone, arrangements of joints and bonding, anchoring, doweling and cramping.

.3 Each stone indicated on shop drawings must bear corresponding number marked on its back or bed or on the package labeling.

1.5 Samples

.1 Submit samples as specified in Section 01 33 00.

.2 Submit 4 samples of limestone dimension stone to illustrate colour and pattern range, and finish texture.

1.6 Quality Assurance

.1 Fabricator: Company having sufficient capacity to quarry, cut, and deliver the stonework on schedule.

.2 Installer: Company or person specializing in commercial stone work with 10 years’ experience. Employ skilled stone fitters at the site to do necessary field cutting as stones are set.

.3 Obtain stone from a single quarry source with resources to provide materials of specified consistent quality.

1.7 Delivery, Storage And Handling

.1 Deliver and store stone in a manner designed to prevent damage and staining of units. Prevent damage to units.

.2 Lift skids with proper and sufficiently long slings or forks with protection to prevent damage to units. Protect edges and corners.

.3 Stack units on timbers or platforms at least 75 mm above grade.

.4 Place polyethylene or other non-staining between wood and other finished surfaces of units when stored for extended periods of time.

.5 Cover stored units with non-staining, weather-proof protective enclosure if exposed to weather.

.6 Do not use salt or calcium-chloride to remove ice from stone surfaces.

1.8 Environmental Requirements

.1 Conform to Hot and Cold Weather Construction requirements of CSA A371.

2 PRODUCTS

2.1 Manufacturers

.1 Manufacturers of dolomitic limestone having Product considered acceptable for use:

.1 Arriscraft International Inc.; Adair® Limestone Marble, rocked finish, sepia colour.

.2 Substitutions: refer to Section 01 23 10.

Cambridge Centre Terminal Exterior Stone Cladding Section 04 42 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

2.2 Materials

.1 Dolomitic Limestone: to ASTM C568, Category III - High Density; special shapes as indicated; having the following typical average properties when tested to the identified standard:

.1 Compressive Strength: 158 MPa, to ASTM C170.

.2 Absorption: 0.75 percent, to ASTM C97.

.3 Density: 2,675 kg/m3, to ASTM C97.

.4 Modulus of Rupture: 15.5 MPa, to ASTM C99.

.5 Flexural Strength: 11.0 MPa, to ASTM C880.

.6 Abrasion Resistance: 18.0 to ASTM C241.

2.3 Fabricated Units

.1 Stone Panels: dolomitic limestone panels, as described below:

.1 Bed Thickness: 90mm thick;

.2 Panel Sizes: modular sizes with randomized heights; Submit layout for approval.

.3 Finish: rocked finish on exposed faces;

.4 Colour and Pattern: Sepia colour, striated pattern, to match approved sample range.

.2 Sills and Trim: dolomitic limestone units, sizes and profiles as indicated on Drawings; rocked finish on exposed faces; Sepia colour, striated pattern, to match approved sample range.

2.4 Accessories

.1 Anchors, Cramps, Dowels: to ASTM C1242, stainless steel, Type 316.

.2 Bed Reinforcement: as specified in Section 04 05 19.

.3 Setting Buttons: resilient plastic type; non-staining; sized to suit joint thicknesses and bed depths without intruding into required depths of joint sealants or causing third-side adhesion between sealant and setting button.

.4 Seismic Clips: purpose made clips designed to secure bed joint reinforcement to the structural substrate’s joint reinforcement system as a composite element and allow in-plane vertical and horizontal movement while restraining lateral movement.

.5 Through-Wall Flashing: as specified in Section 04 05 23.

.6 Mortar: as specified in Section 04 05 10.

.7 Grout: as specified in Section 04 05 16.

.8 Weep Vents: as specified in Section 04 05 23.

.10 Sealant and Backer Rod: as specified in Section 07 92 00. Cambridge Centre Terminal Exterior Stone Cladding Section 04 42 00 A49/WSP No. 121-20554-06 Page 4 2016-03-03

2.5 Fabrication

.1 Cut stone to shape and dimensions and full to square with joints as indicated.

.2 Dress exposed faces true.

.4 Cut-in reglets for flashings where indicated.

.5 Execute profiled work from full size details and templates.

.6 Make exposed arrises in true alignment and ease slightly to prevent snipping.

.7 Back-check stone contacting structural members as indicated. Allow minimum 25 mm clearance between back of stone and steel and concrete structural members. Shape beds of stone resting on structural work to fit supports.

.8 Cut stones for anchors, cramps, dowels and support systems. Provide lewis pin and clamp holes in pieces which cannot be manually lifted. Do not cut holes in exposed surfaces.

.9 Finish exposed faces and edges of stones to comply with requirements indicated for finish and to match approved samples and field-constructed mock-up.

2.6 Fabrication Tolerances

.1 Except where dimension is formed by a split or rocked finish, fabricate limestone dimension stone to the following tolerances:

.1 Unit Length: plus or minus 3 mm.

.2 Unit Height: plus or minus 3 mm.

.3 Deviation From Square: plus or minus 3 mm, with measurement taken using the longest edge as the base.

.4 Bed Depth: plus or minus 3 mm.

3 EXECUTION

3.1 Preparation

.1 Apply asphalt emulsion to concrete surfaces, shelf angles, structural steel supports against which stone is to be applied.

.2 Clean stone surfaces by washing with stiff fibre brush and water.

3.2 Setting Stone - General

.1 Set stones plumb, true, and level, to requirements indicated on drawings and approved shop drawings.

.2 Align stone edges and faces according to established relationships and indicated tolerances.

.3 Provide movement joints of widths and at locations indicated on drawings. Do not fill movement joints with mortar.

Cambridge Centre Terminal Exterior Stone Cladding Section 04 42 00 A49/WSP No. 121-20554-06 Page 5 2016-03-03

3.3 Setting Stone with Mortar

.1 Set stones in full bed of mortar with vertical joints buttered and placed full, except where otherwise specified. Completely fill anchor, dowel and lifting holes.

.2 Lay stone panel cladding to patterns indicated on Drawings. Install anchors, dowels and cramps. Shim and adjust supports to set stones accurately in locations indicated with uniform joints of widths indicated.

.3 Make joints 10 mm thick.

.4 Embed only ends of lugged sills and steps in mortar. Leave balance of joint open for final pointing.

.5 Place setting buttons under stones to maintain joint thickness. Set heavy stones and projecting courses after mortar in courses below has hardened sufficiently to support weight.

.6 Brace and anchor projecting stones until wall above is set.

.7 Use soaked softwood wedges to support stone in proper alignment until mortar has set. Remove wedges when dry and without breaking them off, fill voids with pointing mortar.

.8 Install through-wall flashing membranes at continuous shelf angles, steel lintels, ledges and similar obstructions to the downward flow of water.

.9 Install weep vents at 600 mm OC horizontally, and at bottom of walls.

.10 Install cavity vents at top of cavity space at same spacing.

.11 Tool joints after initial set has occurred.

.13 Grouting:

.1 Pack ends of exposed joints with plastic foam joint filler and after wetting ends of stone, fill joint with grouting mortar to within 19 mm of top.

.2 After grout has set, remove packing for pointing.

.14 Pointing:

.1 Remove dirt and loose mortar from joints by using pressurized air stream.

.2 Wet joints for mortar pointing. Dry joints for sealant pointing.

.3 Point joints with pointing mortar in two stages. Rub smooth with appropriate tool to slightly concave joint.

3.4 Site Tolerances

.1 Variation from Plumb: plus or minus 6 mm per 3 metres maximum.

.2 Variation from Level: plus or minus 13 mm per 6 metres maximum.

.3 Variation from Linear Building Line: plus or minus 13 mm per 6 metres maximum.

.4 Variation in Cross-Sectional Dimensions: plus 13 mm or minus 6 mm.

Cambridge Centre Terminal Exterior Stone Cladding Section 04 42 00 A49/WSP No. 121-20554-06 Page 6 2016-03-03

3.5 Field Quality Control

.1 Consultant Inspection: Consultant will inspect installed dimension stone and reject stone that is chipped, cracked, or blemished (streaked, stained or otherwise damaged), as described below.

.1 Stone will be inspected to be free of spalls, cracks, open seams, pits or other defects that are likely to impair its structural integrity in its intended use.

.2 Units shall exhibit a texture approximately equal to the approved sample when viewed under diffused daylight illumination at a 6.0 metre distance.

.3 Minor chipping resulting from shipment and delivery shall not be grounds for rejection. Minor chips shall not be obvious under diffused daylight illumination from a 6.0 metre distance.

.4 Dry seams and natural vugs will not be cause for rejection.

.2 Make Good rejected masonry as directed by Consultant.

3.6 Adjusting And Cleaning

.1 Refer to Section 01 74 00.

.2 Repair chips with patch kits furnished by manufacturer.

.3 Clean stone as work progresses.

.4 Allow mortar droppings on stone to partially dry then remove by means of brushing with a stiff fibre brush.

.5 Post-Construction: Clean as directed below and leave for one week. If no harmful effects appear and after mortar has set and cured, clean masonry as follows:

.1 Protect windows, sills, doors, trim and other work from damage.

.2 Remove large particles with stiff fiber brushes without damaging surface.

.3 Saturate stone with clean water and flush off loose mortar and dirt.

.4 Dilute cleaning agent with clean water in controlled proportions.

.5 Apply solution to pre-soaked wall surface using soft-bristled brush.

.6 Thoroughly rinse cleaning solution and residue from wall surface.

.6 Use alternative cleaning solutions and methods for difficult to clean stone only after consultation with stone manufacturer.

3.7 Protection

.1 Protect stone from damage resulting from subsequent construction operations.

.2 Use protection materials and methods which will not stain or damage stone.

.3 Remove protection materials upon Substantial Performance of the Work, or when risk of damage is no longer present.

Cambridge Centre Terminal Exterior Stone Cladding Section 04 42 00 A49/WSP No. 121-20554-06 Page 7 2016-03-03

3.8 Schedule

.1 Contractor to provide a schedule of shapes, sizes and finishes, as per design drawings, to be used on this Project to be approved by consultant.

END OF SECTION Cambridge Centre Terminal Structural Steel for Buildings Section 05 12 23 A49/WSP No. 121-20554-06 Page 1 2016-03-03

1 GENERAL

1.1 Related Work

.1 Section 05500 - Metal Fabrications

.2 Section 09900 - Painting Exterior Metal Surfaces

1.2 References

.1 ASTM International.

.1 ASTM A36/A36M, Standard Specification Carbon for Structural Steel.

.2 ASTM A193/A193M, Standard Specification for Alloy-Steel and Stainless Steel Bolting Materials for High-Temperature or High-Pressure Service and Other Special Purpose Applications.

.3 ASTM A307, Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile.

.4 ASTM A325M, Standard Specification for Structural Bolts, Steel, Heat Treated, 120/105 ksi Minimum Tensile Strength.

.5 ASTM A490M, Standard Specification for High Strength Steel Bolts, Classes 10.9 and 10.9.3, for Structural Steel Joints (Metric).

.2 Canadian General Standards Board (CGSB)

.1 CAN/CGSB-85.100.93, Painting.

.2 CAN/CGSB-1.40-97, Anticorrosive Structural Steel Alkyd Primer.

.3 Canadian Standards Association (CSA International)

.1 CAN/CSA-G40.20-13/G40.21-13 – General Requirements for Rolled or Welded Structural Quality Steel/Structural Quality Steel.

.2 CAN/CSA-G164-M92, (R2003) Hot Dip Galvanizing of Irregularly Shaped Articles.

.3 CAN/CSA-S16-09, Design of Steel Structures.

.4 CAN/CSA-S157-05, Strength design in aluminum.

.5 CAN/CSA-S136-12, North American Specification for the Design of Cold-Formed Steel Structural Members.

.6 CSA W47.1-09, Certification of Companies for Fusion Welding of Steel.

.7 CSA W48 Series-06, Filler Metal and Allied Materials for Metal Arc Welding

.8 CSA W55.3-08, Certification of Companies for Resistance Welding of Steel and Aluminum.

Cambridge Centre Terminal Structural Steel for Buildings Section 05 12 23 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.9 CSA W59-13, Welded Steel Construction (Metal Arc Welding).

.10 CISC/CPMA 1-73a, Quick-Drying, One-Coat Paint for Use on Structural Steel.

.11 CISC/CPMA 2 -75, Quick-Drying, Primer for use on Structural Steel.

.12 CSSBI 10M-08, Standard for Steel Roof Deck.

1.3 Design of Details and Connections

.1 Design details and connections in accordance with requirements of CAN/CSA-S16 to resist forces, moments, shears and allow for movements anticipated.

.2 Angle connections for shear only (standard connection) is required:

.1 Select frames beam shear connections from an industry accepted publication such as “Handbook of the Canadian Institute of Steel Construction”.

.2 If shears are not indicated, select or design connections to support reaction from maximum uniformly distributed load that can be safely supported by beam in bending, provided no point loads act on beam.

.3 For non-standard connections, submit sketches and design calculations stamped and signed by qualified professional engineer registered or licensed in Province of Ontario in Canada.

1.4 Fabrication and Erection Documents

.1 Submit fabrication and erection documents and materials list.

.2 On erection drawings, indicate all details and information necessary for assembly and erection purposes such as, description of methods, sequence of erection, type of equipment used in erection and temporary bracings.

.3 Each drawing submission shall bear signature and stamp of qualified Professional Engineer registered or licensed in the Province of Ontario in Canada for all fabricator designed assemblies, components and connections. Drawings shall indicate design loadings.

.4 Erection drawings shall show anchor bolts, setting details, part numbers, connection and assembly details. Indicate plans and grid lines, structural members and connection details, bearing and anchorage details, roof cladding, insulation, wall cladding, framed openings, accessories, schedule of material and finishes, fasteners, sealant location and details.

1.5 Quality Assurance

.1 If requested, fabricator of structural steel shall provide an affidavit stating that materials and products used in fabrication to applicable material and products standards called for by design drawings and specifications.

2 PRODUCTS

2.1 Materials

.1 Structural steel: to CAN/CSA-G40.21 Grade 350W.

Cambridge Centre Terminal Structural Steel for Buildings Section 05 12 23 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.2 Cold formed steel: to CAN/CSA G40.21, Grade 300W

.3 HSS Steel: to CAN/CSA G40.21m Grade 350W Class C

.4 HSS Steel (STAINLESS): to 316 Stainless Steel

.5 Anchor bolts: to be F1554 Grade 36 to CAN/CSA-G40.21, Grade 300W.

.6 Bolts, nuts and washers: to ASTM A325M.

.7 Welding materials: to CSA W59 and certified by Canadian Welding Bureau.

.8 Shop paint primer: to CISC/CPMA 1.

.9 Hot dip galvanizing: galvanize steel, to CAN/CSA-G164, minimum zinc coating of 600 g/m2.

2.2 Fabrication

.1 Fabricate structural steel, as indicated, in accordance with CAN/CSA-S16 and in accordance with reviewed shop drawings.

2.3 Galvanizing

.1 Prepare members to be galvanized in accordance with CSA and ASTM Specifications.

2.4 Structural Steel Framing (Beams, Channels, Columns, etc)

.1 Structural Steel (interior): prime painted with sizes and span indicated on structural drawings. Provide 200mm minimum bearing at ends unless indicated otherwise on drawings.

.2 Structural Steel (exterior): galvanized, with sizes and span indicated on structural drawings. Provide 200 mm minimum bearing at ends unless indicated otherwise on drawings.

.3 Finish: painting under Section 09900 – Painting

2.5 ANGLE LINTELS (IF REQUIRED)

.1 Steel angles (interior): prime painted, sizes indicated for openings. Provide 200mm minimum bearing at ends.

.2 Steel angles (exterior): galvanized, sizes indicated for openings. Provide 200 mm minimum bearing.

.3 Weld or bolt back-to-back angles to profiles as indicated.

.4 Finish: painting under Section 09900 – Painting

2.6 Shop Drawings

.1 Clean, prepare surfaces and shop prime structural steel in accordance with CAN/CSA-S16.1.

.2 Clean all members, remove loose mill scale, rust, oil, dirt and other foreign matter. Prepare surface according to SSPC SP1.

Cambridge Centre Terminal Structural Steel for Buildings Section 05 12 23 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.3 Apply one (1) coat of primer in shop to all steel surfaces to achieve a maximum dry film thickness of 0.65mm to 0.80 mm except:

1. Surfaces to be encased in concrete.

2. Surfaces to receive field installed stud shear connections.

3. Surfaces and edges to be field welded.

4. Faying surfaces of friction-type connections.

5. Below grade surfaces in contact with soil.

6. Surfaces to be galvanized.

.4 Apply paint under cover, on dry surfaces when surface and air temperatures are above 5oC.

.5 Maintain dry conditions and 5oC minimum temperature until paint is thoroughly dry.

.6 Strip paint from bolts, nuts, sharp edges and corners before prime coat is dry.

.7 Hot dip galvanized structural steel designated for exterior wall construction to requirements of ASTM S153, Class B2.

3 EXECUTION

3.1 General

.1 Do structural steel work in accordance with CAN/CSA-S16.

.2 Do design, detailing, fabrication and erection of sheet steel in accordance with CAN/CSA-S136.

.3 Do welding in accordance with CSA W59.

.4 Companies to be certified under Division 1 or 2.1 of CSA W47.1 for fusion welding of steel structures and/or CSA W55.3 for resistance welding of structural components.

5 Ensure coordination with all other trades including doors, mechanical, etc. Provide additional, galvanized roof members and hardware as required. All installation details to satisfaction of Engineer. Ensure no drilling or other penetrations of galvanized steel coatings.

3.2 Marking

.1 Mark materials in accordance with CAN/CSA-G40.20. Do not use die stamping.

.2 Match marking: shop mark bearing assemblies and splices for fit and match.

3.3 Erection

.1 Erect structural steel, as indicated and in accordance with CAN/CSA-S16 and in accordance with reviewed erection drawings.

.2 Obtain written approval of Engineer prior to field cutting or altering of structural members.

Cambridge Centre Terminal Structural Steel for Buildings Section 05 12 23 A49/WSP No. 121-20554-06 Page 5 2016-03-03

.3 Clean with mechanical brush and touch up bolts, rivets, welds and burned or scratched surfaces at completion of erection.

.4 Continuously seal members by continuous welds where indicated. Grind smooth.

3.4 Quality Control

.1 Inspection and testing of materials and workmanship may be carried out by testing laboratory designated by Engineer.

.2 Provide safe access and working areas for testing on site, as required by testing agency and as authorized by Engineer.

.3 Submit test reports to Engineer within two (2) weeks of completion of inspection.

.4 Owner will pay costs of tests.

3.5 Field Painting

.1 Touch up all damaged painted surfaces and surfaces without shop coat with primer to CAN/CGSB-1.40 except as specified otherwise. Apply in accordance with CGSB 85-GP-14M.

.2 Restore all damaged galvanized surfaces to Engineer’s satisfaction.

END OF SECTION Cambridge Centre Terminal Steel Decking Section 05 31 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

1 GENERAL

1.1 Related Work

.1 Section 01 33 00 - Submittal Procedures

.2 Section 04 05 00 – Common Work Results for Masonry

.3 Section 05 12 23 - Structural Steel for Buildings

.4 Section 05 50 00 – Metal Fabrications

1.2 References

.1 ASTM International:

.1 ASTM A653/A653M-11, Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process.

.2 ASTM A792/A792M-10, Standard Specification for Steel Sheet, 55% Aluminum-Zinc Alloy-Coated by the Hot-Dip Process.

.2 Canadian General Standards Board (CGSB)

.1 CAN/CGSB 1.181 99, Ready Mixed Organic Zinc Rich Coating.

.3 Canadian General Standards Board (CGSB)

.1 CSA C22.2 No.79 1978(R2008), Cellular Metal and Cellular Concrete Floor Raceways and Fittings.

.2 CSA S16 09, Design of Steel Structures.

.3 CSA S136-07, North American Specification for the Design of Cold Formed Steel Structural Members.

.4 CSA W47.1 09, Certification of Companies for Fusion Welding of Steel Structures.

.5 CSA W55.3 08, Certification of Companies for Resistance Welding of Steel and Aluminum.

.6 CSA W59 03(R2008), Welded Steel Construction, (Metal Arc Welding).

.4 .Canadian Sheet Steel Building Institute (CSSBI)

.1 CSSBI 10M 08, Standard for Steel Roof Deck.

.2 CSSBI 12M 08, Standard for Composite Steel Deck.

1.3 Action and Information Submittals

.1 Product data:

.1 Submit manufacturer's instructions, printed product literature and data sheets for steel decking and include product characteristics, performance criteria, physical size, finish and limitations. Cambridge Centre Terminal Steel Decking Section 05 31 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.2 Shop Drawings:

.1 Submit drawings stamped and signed by professional engineer registered or licensed in Province of Ontario, Canada.

1.4 Delivery, Storage and Handling

.1 Deliver, store and handle materials in accordance with manufacturer’s written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements:

.1 Store materials off ground, in dry location and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area.

.2 Store and protect decking from nicks, scratches, and blemishes.

.3 Replace defective or damaged materials with new.

.4 Packaging Waste Management: remove for reuse and return by manufacturer of pallets, crates, padding and packaging materials.

2 PRODUCTS

2.1 Design Criteria

.1 Design steel deck to CSA S136, CSSBI 10M and CSSBI 12M.

.2 Steel deck and connections to steel framing to carry dead, live and other loads including lateral loads, diaphragm action, composite deck action, and uplift as indicated.

.3 Deflection under specified live load not to exceed 1/240 of span, except that when gypsum board ceilings are hung directly from deck, live load deflection not to exceed 1/360 of span.

2.2 Materials

.1 Zinc-iron Alloy (ZF) coated steel sheet: to ASTM A653/A653M structural quality Grade 230, with ZF75 coating, for interior surfaces not exposed to weather, painted finish, 0.76 mm minimum base steel thickness.

.2 Decks not to be painted zinc-iron alloy.

.3 Zinc (Z) coated steel sheet: to ASTM A653/A653M structural quality Grade 230, with ZF75, coating, extra smooth surface, chemically treated for unpainted finish, not chemically treated for paint finish, for exterior surfaces exposed to weather, 0.76 mm minimum base steel thickness.

.4 Acoustic insulation: fibrous glass 17.5 kg/m3 density minimum profiled to suit deck flutes.

.5 Closures: in accordance with manufacturer's recommendations.

.6 Cover plates, cell closures and flashings: steel sheet with minimum base steel thickness of 0.76 mm minimum. Metallic coating same as deck material.

.7 Primer: zinc rich, ready mix to CAN/CGSB 1.181.

.8 Caulking: to Section 07920 - Joint Sealants. Cambridge Centre Terminal Steel Decking Section 05 31 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

2.3 Types of Decking

.1 Steel roof deck: 0.76mm minimum base steel thickness, 38 mm maximum deep profile, non-cellular, interlocking side laps. See drawings for location of thicker deck.

3 EXECUTION

3.1 Examination

.1 Verification of Conditions: verify conditions of substrates previously installed under other Sections or Contracts are acceptable for steel decking installation in accordance with manufacturer's written instructions.

.1 Visually inspect substrate in presence of Consultant.

.2 Inform Consultant of unacceptable conditions immediately upon discovery.

.3 Proceed with installation only after unacceptable conditions have been remedied and after receipt of written approval to proceed from Consultant.

3.2 Installation

.1 Structural steel work: in accordance with CSA S136 and CSSBI 10M and CSSBI 12M.

.2 Welding: in accordance with CSA W59, except where specified otherwise.

.3 Companies to be certified under Division 1 or 2.1 of CSA W47.1 for fusion welding of steel and/or CSA W55.3 for resistance welding.

3.3 Erection

.1 Erect steel deck as indicated and in accordance with CSA S136, CSSBI 10M and CSSBI 12M and in accordance with reviewed erection drawings.

.2 Lap ends: see structural drawings.

.3 Weld and test stud shear connectors through steel deck to steel joists/beams below in accordance with CSA W59.

.4 Immediately after deck is permanently secured in place, touch up metallic coated top surface with compatible primer where burned by welding.

3.4 Closures

.1 Install closures in accordance with approved details.

3.5 Openings and Areas of Concentrated Loads

.1 No reinforcement required for openings cut in deck which are smaller than 150 mm square.

.2 Frame deck openings with any one dimension between 150 to 300 mm as recommended by manufacturer, except as otherwise indicated.

.3 For deck openings with any one dimension greater than 300 mm and for areas of concentrated load, reinforce in accordance with structural framing details, except as otherwise indicated.

3.6 Connections Cambridge Centre Terminal Steel Decking Section 05 31 00 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.1 Install connections in accordance with CSSBI recommendations as indicated.

3.7 Cleaning

.1 Progress Cleaning: clean in accordance with Section 01740 - Cleaning.

.1 Leave Work area clean at end of each day.

.2 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment in accordance with Section 01 74 00 - Cleaning.

3.8 Protection

.1 Protect installed products and components from damage during construction.

.2 Repair damage to adjacent materials caused by steel decking installation.

END OF SECTION Cambridge Centre Terminal Metal Fabrications Section 05 50 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

1 GENERAL

1.1 Related Work

.1 Section 03 30 00 - Cast-in-Place Concrete

.2 Section 04 05 00 – Common Work results for Masonry

.3 Section 04 05 19 – Masonry Anchorage and Reinforcing

.4 Section 05 12 23 - Structural Steel for Buildings

.6 Section -9 90 00 - Painting

1.2 Scope of Works

.1 The Contractor shall provide all labour, materials, plant and equipment to complete the miscellaneous metal work indicated on the drawings and specified herein. The scope of work covered by this section includes but is not necessarily limited to the following items:

.1 Support brackets (wall mounted equipment)

.2 Anchor bolts

.3 Steel Lintels

.4 Bench Supports

.2 All metal fabrications shall be aluminum, galvanized steel or stainless steel as noted.

1.3 References

.1 ASTM A53-10 Standard Specifications for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless.

.2 ASTM A269-08, Standard Specification for Seamless and Welded Austenitic Stainless Steel Tubing for General Service.

.3 ASTM A307-10 Standard Specification for Carbon Steel Bolts and Studs, 60,000 psi Tensile.

.4 CGSB 1-GP-40M-79 Primer, Structural Steel, Oil Alkyd Type.

.5 CSA G164-M92 (R2003) Hot Dip Galvanizing of Irregularly Shaped Articles.

.6 CAN/CSA-S16.1-09 Limit States Design of Steel Structures.

.7 CSA W47.1-09 Certification of Companies for Fusion Welding of Steel Structures.

.8 CSA W55.3-08 Certification of Companies for Resistance Welding of Steel and Aluminum.

.9 CSA W59-03 Welded Steel Construction (Metal Arc Welding).

1.4 Shop Drawings

.1 Submit shop drawings for all products.

.2 Indicate materials, core thicknesses, finishes, connections, joints, method of anchorage, number of anchors, supports, reinforcement, details, and accessories. Cambridge Centre Terminal Metal Fabrications Section 05 50 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.3 Each drawing submission shall bear signature and stamp of qualified Professional Engineer registered or licensed in the Province of Ontario in Canada for all fabricator designed assemblies, components and connections. Drawings shall indicate design loadings.

2 PRODUCTS

2.1 Materials

.1 Steel sections and plates: to CAN/CSA-G40.21, Grade 300W.

.2 Stainless Steel pipe: to ASTM A269, Grade 316

.3 Welding materials: to CSA W59.

.4 Bolts and anchor bolts: to ASTM A307.

.1 Anchor bolts, fasteners, etc., all to be stainless steel. No carbon steel anchor bolts fasteners, mounting hardware, etc. permitted.

.5 Shop coat primer: to CGSB 1-GP-40M.

.6 Galvanizing: All fabrications to arrive on-site, hot dipped galvanized with zinc coating 600 g/m2 to CSA G164.

.7 Grout: non-shrink, non-metallic, flowable, 12 MPa, pull-out strength 7.9 MPa.

2.2 Fabrication

.1 Fabricate work square, true, straight and accurate to required size, with joints closely fitted and properly secured.

.2 Use self-tapping shake-proof flat headed screws on items requiring assembly by screws or as indicated.

.3 Where possible, fit and shop assemble work, ready for erection.

.4 Ensure exposed welds are continuous for length of each joint. File or grind exposed welds smooth and flush.

3 EXECUTION

3.1 Erection

.1 Do welding work in accordance with CSA W59 unless specified otherwise.

.2 Companies to be certified under Division 1 or 2.1 of CSA W47.1 and 2 for fusion welding, CSA W55.3 for resistance welding.

.3 Provide certification that all welded joints are certified by Canadian Welding Bureau.

.4 Erect metalwork square, plumb, straight, and true, accurately fitted, with tight joints and intersections.

.5 Provide suitable means of anchorage acceptable to Engineer such as dowels, anchor clips, bar anchors, expansion bolts and shields, and toggles.

.6 Exposed fastening devices to match finish and be compatible with material through which they pass. Cambridge Centre Terminal Metal Fabrications Section 05 50 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.7 Provide components for building by other sections in accordance with shop drawings and schedule.

.8 Make field connections with high tensile bolts to CAN/CSA-S16, or weld.

.9 Hand items over for casting into concrete or building into masonry to appropriate trades together with setting templates.

.10 Touch-up rivets, field welds, bolts and burnt or scratched surfaces after completion of erection with primer.

.11 Touch-up galvanized surfaces with zinc rich primer where burned by field welding.

.12 Before completion, metal fabricator to make field measurements to confirm final required dimensions.

END OF SECTION

Cambridge Centre Terminal Rough Carpentry Section 06 10 10 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 References

.1 Canadian General Standards Board (CGSB) .1 CAN/CGSB-51.32-M77, Sheathing, Membrane, Breather Type. .2 CAN/CGSB-51.34-M86, Vapour Barrier, Polyethylene Sheet for Use in Building Construction.

.2 Canadian Standards Association (CSA) .1 CSA B111-1974 (R2003), Wire Nails, Spikes and Staples. .2 CAN/CSA-G164-M92 (R2003), Hot Dip Galvanizing of Irregularly Shaped Articles. .3 CAN/CSA-O141-05, Softwood Lumber. .4 CSA O151-04, Canadian Softwood Plywood. .5 CAN/CSA-O325.0-92(R2003), Construction Sheathing.

.3 National Lumber Grades Authority (NLGA) .1 Standard Grading Rules for Canadian Lumber 2000.

1.2 Quality Assurance

.1 Lumber by grade stamp of an agency certified by Canadian Lumber Standards Accreditation Board.

.2 Plywood, particleboard, OSB and wood based composite panels in accordance with CSA and ANSI standards.

PART 2 - PRODUCTS

2.1 Framing and Structural Materials

.1 Lumber: unless specified otherwise, softwood, S4S, moisture content 19% (S-dry) or less in accordance with following standards: .1 CAN/CSA-O141. .2 NLGA Standard Grading Rules for Canadian Lumber.

.2 Framing and board lumber: in accordance with NBC,Subsection 9.3.2 except as follows: .1 Structural and light framing: SPF species, NLGA No. 1/No. 2 grade.

Cambridge Centre Terminal Rough Carpentry Section 06 10 10 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.3 Furring, blocking, nailing strips, grounds, rough bucks, cants, curbs, fascia backing and sleepers: .1 S2S is acceptable for . .2 Board sizes: "Standard" or better grade. .3 Dimension sizes: "Standard" light framing or better grade.

.4 Post and timbers sizes: "Standard" or better grade.

2.2 Panel Materials

.1 Plywood, OSB and wood based composite panels: to CAN/CSA-O325.0.

.2 Canadian softwood plywood (CSP): to CSA O151, standard construction.

2.3 Accessories

.1 Polyethylene film: to CAN/CGSB-51.34, Type 1, 6 mil thick.

.2 Nails, spikes and staples: to CSA B111.

.3 Bolts: ½

.4 Proprietary fasteners: toggle bolts, expansion shields and lag bolts, screws and lead or inorganic fibre plugs, explosive actuated fastening devices, recommended for purpose by manufacturer.

2.4 Fastener Finishes

.1 Galvanizing: to CAN/CSA-G164, use galvanized fasteners for exterior work interior highly humid areas and pressure-preservative fire-retardant treated lumber.

2.5 Wood Preservative

.1 Pressure preservative treat indicated materials to CSA 080 Series.

Cambridge Centre Terminal Rough Carpentry Section 06 10 10 A49/WSP No. 121-20554-06 Page 3 2016-03-03

PART 3 - EXECUTION

3.1 Installation

.1 Comply with requirements of NBC 2005 Part 9 supplemented by following paragraphs.

.2 Install members true to line, levels and elevations, square and plumb.

.3 Construct continuous members from pieces of longest practical length.

.4 Install spanning members with "crown-edge" up.

.5 Install furring and blocking as required to space-out and support wall and roof finishes, facings, fascia, soffit, siding electrical equipment mounting boards, and other work as required.

.6 Install rough bucks, nailers and linings to rough openings as required to provide backing for frames and other work.

.7 Install wood cants, fascia backing, nailers, curbs and other wood supports as required and secure using galvanized fasteners.

3.2 Erection

.1 Frame, anchor, fasten, tie and brace members to provide necessary strength and rigidity.

.2 Countersink bolts where necessary to provide clearance for other work.

END OF SECTION

Cambridge Centre Terminal Finish Carpentry Section 06 20 00 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 RELATED REQUIREMENTS

.1 Section 06 10 10 Rough Carpentry.

1.2 REFERENCES

.1 Architectural Woodwork Manufacturers Association of Canada (AWMAC) and Architectural Woodwork Institute (AWI) .1 Architectural Woodwork Quality Standards, 1st edition, 2009.

.2 ASTM International .1 ASTM A 123/A 123M-09, Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products.

.3 CSA International .1 CSA B111-74(R2003), Wire Nails, Spikes and Staples. .2 CSA O121-08, Douglas Fir Plywood. .3 CSA O141-05(R2009), Softwood Lumber. .4 CSA O151-09, Canadian Softwood Plywood. .5 CSA O153-M1980(R2008), Poplar Plywood. .6 CAN/CSA-Z809-08, Sustainable Forest Management.

.4 Forest Stewardship Council (FSC) .1 FSC-STD-01-001-2004, FSC Principle and Criteria for Forest Stewardship.

.5 National Lumber Grades Authority (NLGA) .1 Standard Grading Rules for Canadian Lumber 2010.

.6 South Coast Air Quality Management District (SCAQMD), California State, Regulation XI. Source Specific Standards .1 SCAQMD Rule 1168-A2005, Adhesives and Sealants Applications.

.7 Sustainable Forestry Initiative (SFI) .1 SFI-2010-2014 Standard.

1.3 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit in accordance with Section 01 33 00 - Submittal Procedures.

.2 Shop Drawings:

Cambridge Centre Terminal Finish Carpentry Section 06 20 00 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.1 Indicate details of construction, profiles, jointing, fastening and other related details. .2 Indicate materials, thicknesses, finishes and hardware.

.3 Samples: .1 Submit for review and acceptance of each unit. .2 Submit triplicate 300 x 300 mm samples of white cedar.

.4 Certifications: submit certificates signed by manufacturer certifying materials comply with specified performance characteristics and physical properties.

1.4 QUALITY ASSURANCE

.1 Lumber by grade stamp of agency certified by Canadian Lumber Standards Accreditation Board (CLSAB).

1.5 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with Section 01 61 00 - Common Product Requirements and with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements: .1 Store materials off ground in dry location and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area. .2 Store and protect wood products from nicks, scratches, and blemishes. .3 Replace defective or damaged materials with new.

PART 2 - PRODUCTS

2.1 MATERIALS

.1 Softwood lumber: S4S, moisture content 19% or less in accordance with following standards: .1 CSA O141. .2 CAN/CSA-Z809 or FSC or SFI certified. .3 NLGA Standard Grading Rules for Canadian Lumber. .4 AWMAC premium grade, moisture content as specified. .5 Type: White cedar .1 19X140mm tongue and groove soffit boards.

Cambridge Centre Terminal Finish Carpentry Section 06 20 00 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.2 19x90mm boards with eased edges for ceiling pod. .6 Finish: .1 Exterior - EXT 6.3G as per MPI, .2 Interior - unfinished

2.2 ACCESSORIES

.1 Nails and staples: to CSA B111; galvanized to ASTM A 123/A 123M for exterior work, interior humid areas and for treated lumber; stainless steel finish elsewhere.

.2 Wood screws: stainless steel, type and size to suit application.

.3 Splines: wood.

.4 Adhesive and Sealants: in accordance with Section 07 92 00 - Joint Sealants.

PART 3 - EXECUTION

3.1 EXAMINATION

.1 Verification of Conditions: verify conditions of substrates previously installed under other Sections or Contracts are acceptable for wood products installation in accordance with manufacturer's written instructions. .1 Inform Consultant of unacceptable conditions immediately upon discovery. .2 Proceed with installation only after unacceptable conditions have been remedied.

3.2 INSTALLATION

.1 Do finish carpentry to Quality Standards of (AWMAC).

.2 Scribe and cut as required, fit to abutting walls, and surfaces, fit properly into recesses and to accommodate piping, columns, fixtures, outlets, or other projecting, intersecting or penetrating objects.

.3 Form joints to conceal shrinkage.

3.3 CONSTRUCTION

.1 Fastening: .1 Position items of finished carpentry work accurately, level, plumb, true and fasten or anchor securely.

Cambridge Centre Terminal Finish Carpentry Section 06 20 00 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.2 Design and select fasteners to suit size and nature of components being joined. Use proprietary devices as recommended by manufacturer. .3 Set finishing nails to receive filler. Where screws are used to secure members, countersink screw in round smooth cut hole and plug with wood plug to match material being secured. .4 Replace items of finish carpentry with damage to wood surfaces including hammer and other bruises.

.2 Tongue & Groove Soffit: .1 Butt and cope internal joints of boards to make snug, tight, joint. .2 Fit backs of boards snugly to wall surfaces and flashing to eliminate cracks at junction. Cut boards at an angle to acheive minimal gap to other materials .3 Make joints in board, where necessary using a 90 degrees butt type joint.

.3 Ceiling Pods: .1 Secure top framing to bottom slats from above. .2 Provide eyelet bolts to hang pods, exact number to be determined for weight of pod

3.4 CLEANING

.1 Progress Cleaning: clean in accordance with Section 01 74 11 - Cleaning. .1 Leave Work area clean at end of each day.

.2 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment in accordance with Section 01 74 11 - Cleaning.

3.5 PROTECTION

.1 Protect installed products and components from damage during construction.

.2 Repair damage to adjacent materials caused by finish carpentry installation.

END OF SECTION

Cambridge Centre Terminal Board Insulation Section 07 21 13 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 RELATED REQUIREMENTS

.1 Section 07 55 00 - Modified Bitumous Roofing.

1.2 REFERENCES

.1 American Society for Testing and Materials International (ASTM) .1 ASTM C 591-01, Standard Specification for Unfaced Preformed Rigid Cellular Polyisocyanurate Thermal Insulation. .2 ASTM C 612-04, Standard Specification for Mineral Fibre Block and Board Thermal Insulation. .3 ASTM C 726-05, Standard Specification for Mineral Fiber Roof Insulation Board. .4 ASTM C 1126-04, Standard Specification for Faced or Unfaced Rigid Cellular Phenolic Thermal Insulation. .5 ASTM C 1289-05a, Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board. .6 ASTM E 96/E 96M-05, Standard Test Methods for Water Vapour Transmission of Materials.

.2 Canadian Gas Association (CGA) .1 CAN/CGA-B149.1-05, Natural Gas and Propane Installation Code Handbook. .2 CAN/CGA-B149.2-05, Propane Storage and Handling Code.

.3 Canadian General Standards Board (CGSB) .1 CGSB 71-GP-24M-77(R1983), Adhesive, Flexible, for Bonding Cellular polystyrene Insulation.

.4 Underwriters Laboratories of Canada (ULC) .1 CAN/ULC-S604-M91, Standard for Type A Chimneys. .2 CAN/ULC-S701-05, Standard for Thermal Insulation, Polystyrene, Boards and Pipe Coverings. .3 CAN/ULC-S702-97, Standard for Thermal Insulation, Mineral Fibre, for Buildings. .4 CAN/ULC-S704-03, Standard for Thermal Insulation Polyurethane and Polyisocyanurate, Boards, Faced.

.5 Health Canada/Workplace Hazardous Materials Information System (WHMIS) .1 Material Safety Data Sheets (MSDS).

Cambridge Centre Terminal Board Insulation Section 07 21 13 A49/WSP No. 121-20554-06 Page 2 2016-03-03

1.3 ACTION AND INFORMATIONAL SUBMITTALS

.1 Product Data: .1 Submit manufacturer's printed product literature, specifications and data sheet in accordance with Section 01 33 00 - Submittal Procedures. .2 Submit two copies of WHMIS MSDS - Material Safety Data Sheets in accordance with Section 01 33 00 - Submittal Procedures. Indicate VOC's insulation products and adhesives.

.2 Manufacturer's Instructions: .1 Submit manufacturer's installation instructions.

1.4 QUALITY ASSURANCE

.1 Test Reports: certified test reports showing compliance with specified performance characteristics and physical properties.

.2 Certificates: product certificates signed by manufacturer certifying materials comply with specified performance characteristics and criteria and physical requirements.

PART 2 - PRODUCTS

2.1 INSULATION

.1 Rigid Cellular Polyisocyanurate: .1 Unfaced: to ASTM C 591. .1 Thickness: 25 or 50 mm.

.2 Mineral fibre board: to CAN/ULC-S702. .1 Type: 1. .2 Density: 48 72 112 kg/m3. .3 Surfaces: unsurfaced. .4 Thickness: as indicated.

2.2 ACCESSORIES

.1 Insulation clips: impale type, perforated 50 x 50 mm cold rolled carbon steel 0.8 mm thick, adhesive back, spindle of 2.5 mm diameter annealed steel, length to suit insulation, 25 mm diameter washers of self locking type.

Cambridge Centre Terminal Board Insulation Section 07 21 13 A49/WSP No. 121-20554-06 Page 3 2016-03-03

PART 3 - EXECUTION

3.1 MANUFACTURER'S INSTRUCTIONS

.1 Compliance: comply with manufacturer's written data, including product technical bulletins, product catalogue installation instructions, product carton installation instructions, and data sheets.

3.2 WORKMANSHIP

.1 Install insulation after building substrate materials are dry.

.2 Install insulation to maintain continuity of thermal protection to building elements and spaces.

.3 Fit insulation tight around electrical boxes, plumbing and heating pipes and ducts, around exterior doors and windows and other protrusions.

.4 Keep insulation minimum 75 mm from heat emitting devices such as recessed light fixtures, and minimum 50 mm from sidewalls of CAN4-S604 type A chimneys and CAN/CGA-B149.1 and CAN/CGA-B149.2 type B and L vents.

.5 Cut and trim insulation neatly to fit spaces. Butt joints tightly, offset vertical joints. Use only insulation boards free from chipped or broken edges. Use largest possible dimensions to reduce number of joints.

.6 Offset both vertical and horizontal joints in multiple layer applications.

.7 Do not enclose insulation until it has been inspected and approved by Consultant.

3.3 EXAMINATION

.1 Examine substrates and immediately inform Consultant in writing of defects.

.2 Prior to commencement of work ensure: .1 Substrates are firm, straight, smooth, dry, free of snow, ice or frost, and clean of dust and debris.

3.4 RIGID INSULATION INSTALLATION

.1 Apply adhesive to substrate in accordance with manufacturer's recommendations.

Cambridge Centre Terminal Board Insulation Section 07 21 13 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.2 Imbed insulation boards into vapour barrier type adhesive, applied as specified, prior to skinning of adhesive.

.3 Leave insulation board joints unbonded over line of expansion and control joints. Bond a continuous 150 mm wide 0.15 mm modified bituminous membrane over expansion and control joints using compatible adhesive and primer before application of insulation.

3.5 PERIMETER FOUNDATION INSULATION

.1 Interior application: extend boards vertically below bottom of finish floor slab as indicated, installed on inside face of perimeter foundation walls.

.2 Exterior application: extend boards to top of footing. Install on exterior face of perimeter foundation wall with adhesive.

.3 Under slab application: extend boards as indicated. Lay boards on level compacted fill.

3.6 CLEANING

.1 Upon completion of installation, remove surplus materials, rubbish, tools and equipment barriers.

END OF SECTION

Cambridge Centre Terminal Blanket Insulation Section 07 21 16 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 American Society for Testing and Materials International (ASTM) .1 ASTM C 553-02, Specification for Mineral Fibre Blanket Thermal Insulation for Commercial and Industrial Applications. .2 ASTM C 665-01e1, Specification for Mineral-Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing. .3 ASTM C 1320-05, Standard Practice for Installation of Mineral Fiber Batt and Blanket Thermal Insulation for Light Frame Construction.

.2 Canadian Gas Association (CGA) .1 CAN/CGA-B149.1-05, Natural Gas and Propane Installation Code Handbook. .2 CAN/CGA-B149.2-05, Propane Storage and Handling Code.

.3 Canadian Standards Association (CSA International) .1 CSA B111-1974(R2003), Wire Nails, Spikes and Staples.

.4 Underwriters Laboratories of Canada (ULC) .1 CAN/ULC-S604-M1991, Type A Chimneys. .2 CAN/ULC-S702-1997, Standard for Mineral Fibre Insulation.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Product Data: .1 Submit manufacturer's printed product literature, specifications and data sheet in accordance with Section 01 33 00 - Submittal Procedures.

.2 Manufacturer's Instructions: .1 Submit manufacturer's installation instructions.

PART 2 - PRODUCTS

2.1 INSULATION

.1 Batt and blanket mineral fibre: to CAN/ULC S702. .1 Type: 1. .2 Thickness: as indicated.

Cambridge Centre Terminal Blanket Insulation Section 07 21 16 A49/WSP No. 121-20554-06 Page 2 2016-03-03

2.2 ACCESSORIES

.1 Insulation clips: .1 Impale type, perforated 50 x 50 mm cold rolled carbon steel 0.8 mm thick, adhesive back, spindle of 2.5 mm diameter annealed steel, length to suit insulation, 25 mm diameter washers of self locking type.

.2 Nails: galvanized steel, length to suit insulation plus 25 mm, to CSA B111.

.3 Staples: 12 mm minimum leg.

.4 Tape: as recommended by manufacturer.

PART 3 - EXECUTION

3.1 MANUFACTURER'S INSTRUCTIONS

.1 Compliance: comply with manufacturer's written data, including product technical bulletins, product catalogue installation instructions, product carton installation instructions, and data sheets.

3.2 INSULATION INSTALLATION

.1 Install insulation to maintain continuity of thermal protection to building elements and spaces.

.2 Fit insulation closely around electrical boxes, pipes, ducts, frames and other objects in or passing through insulation.

.3 Do not compress insulation to fit into spaces.

.4 Keep insulation minimum 75 mm from heat emitting devices such as recessed light fixtures, and minimum 50 mm from sidewalls of CAN/ULC-S604 Type A chimneys and CAN/CGA-B149.1 and CAN/CGA-B149.2 Type B and L vents.

.5 Do not enclose insulation until it has been inspected and approved by Consultant.

3.3 CLEANING

.1 Upon completion of installation, remove surplus materials, rubbish, tools and equipment barriers.

END OF SECTION Cambridge Centre Terminal Air Vapour Barriers 07 27 10 A49/WSP No. 121-20554-06 Page 1 2016-01-15

Part 1 General

1.1 SUMMARY

.1 Section Includes:

.1 Air/vapour barrier materials and assemblies to provide continuous seal between components of building envelope and building penetrations. .2 Related Requirements

.1 Section 03 30 00 - Cast-in-Place Concrete .2 Section 04 20 00 - Unit Masonry .3 Section 07 42 16 - Insulated-Core Metal Wall Panels .4 Section 09 21 16 - Gypsum Board Assemblies

1.2 ADMINISTRATIVE REQUIREMENTS .1 Pre-Installation Meeting: Convene one week prior to commencing Work of this section.

.1 Review air/vapour barrier requirements including surface preparation, substrate condition and pretreatment, special details and flashings, installation procedures, and protection and repairs.

1.3 SUBMITTALS .1 Provide submittals in accordance with Section 01 33 00 – Submittal Procedures.

.2 Informational Submittals:

.1 Submit manufacturer's installation instructions. .2 Compatibility: Provide letter(s), provided and signed by manufacturer of membrane air/vapour barrier material(s), that products used on the project are compatible with adjacent materials, and materials with which the membrane will be in contact or sealed. .3 Qualification Data: For installer. .4 Field quality control reports.

1.4 QUALITY ASSURANCE .1 Installer Qualifications: Company specializing in performing work of this section with minimum 5 years experience with installation of air/vapour barrier systems. Completed installation must be approved by the material manufacturer.

1.5 DELIVERY, STORAGE AND HANDLING .1 Deliver, store and handle materials in accordance with manufacturer’s written instructions.

Cambridge Centre Terminal Air Vapour Barriers 07 27 10 A49/WSP No. 121-20554-06 Page 2 2016-01-15

1.6 AMBIENT CONDITIONS .1 Provide forced air circulation during installation and curing periods for enclosed applications.

.2 Exercise caution for proper adhesion, curing when temperature below 4 degrees C.

.3 Do not install solvent curing sealants or vapour release adhesive materials in enclosed spaces without ventilation.

.4 Maintain temperature and humidity recommended by materials manufactures before, during and after installation.

Part 2 Products

2.1 MATERIALS .1 Membrane air/vapour barrier: SBS modified bitumen membrane or rubberized asphalt coated polyethylene or cross-laminated polyethylene bonded to modified asphalt, self- adhesive grade, 1.0 mm minimum thickness, 0.1 mm thickness polyethylene face.

.1 Acceptable materials: Bakor Inc. “Blueskin SA” flexible air/vapour barrier membrane, Blueskin primer; W.R. Grace Construction Products “Perm-A- Barrier”, flexible air/vapour barrier membrane, “Perm-A-Barrier” primer; IKO Industries Ltd. “Superseal Type III”, air/vapour barrier membrane, Roofcraft primer; W.R. Meadows, “Air-Shield”, “Mel-Prime” primer; Soprema “Sopraseal Stick 1100T” air/vapour barrier membrane, “Elastocol” primer.

.2 Foam seal: Spray-applied medium density spray polyurethane foam sealant, CFC and urea formaldehyde free, non-shrinking after cure, CCMC listed. .1 Location: for use around perimeter of window and door frames, and other exterior wall penetrations.

.3 Sheet steel seal: 1.2 mm thick galvanized sheet steel, Z275 zinc coating, bent to shape required. .4 Sealant: butyl rubber base, single component, solvent release, non-skinning, as recommended by membrane manufacturer.

.5 Substrate cleaner: Non-corrosive type recommended by sealant manufacturer compatible with adjacent materials.

.6 Termination mastic: rubberized asphalt-based mastic.

.7 Adhesive: Compatible with sheet seal and substrate, permanently non-curing.

.8 Surface conditioner: Latex-based, water-dispersible liquid for substrate preparation, as required by project.

.1 Flash point: no flash to boiling point.

Cambridge Centre Terminal Air Vapour Barriers 07 27 10 A49/WSP No. 121-20554-06 Page 3 2016-01-15

.2 Solvent type: water. .3 Application temperature: minus 4 degrees C and above.

Part 3 Execution

3.1 EXAMINATION .1 Verify that surfaces and conditions are ready to accept the Work of this section.

.2 Ensure surfaces are clean, dry, sound, smooth, continuous, and comply with air/vapour barrier manufacturer’s requirements.

.3 Report unsatisfactory conditions to Consultant in writing.

.4 Do not start work until deficiencies have been corrected. Start of Work implies acceptance of conditions.

3.2 PREPARATION .1 Remove loose or foreign matter which might impair adhesion of materials.

.2 Ensure substrates are clean of oil or excess dust; masonry joints struck flush, and open joints filled; and concrete surfaces free of large voids, spalled areas and sharp protrusions.

.3 Ensure substrates are free of surface moisture prior to application of membrane and primer.

.4 Ensure metal closures are free of sharp edges and burrs.

.5 Prime substrate surfaces to receive adhesive and sealants in accordance with manufacturer’s instructions.

3.3 PRIMER .1 Apply primer by brush or heavy nap, natural-material roller at rate recommended by manufacturer prior to membrane installation.

.2 Allow primer to dry completely before membrane application.

3.4 INSTALLATION .1 Install membrane air/vapour barrier to dry surfaces at air and surface temperatures of minus 4 degrees C and above in accordance with manufacturer's recommendations, to locations indicated.

.2 Precut pieces of air/vapour barrier into easily-handled lengths.

.3 Remove silicone-coated release paper, where applicable, and position membrane carefully before placing length horizontally against surface.

Cambridge Centre Terminal Air Vapour Barriers 07 27 10 A49/WSP No. 121-20554-06 Page 4 2016-01-15

.4 When properly positioned, place against surface by pressing firmly into place by means of hand roller ensuring full contact.

.5 Overlap adjacent pieces 50 mm, and roll seams.

.6 Slit membrane to fit over, and around anchors, reinforcing wires, ties.

.7 Seal around masonry anchors, reinforcing, ties, and other penetrations with termination mastic.

.8 Install transition membrane into openings in walls, including but not limited to doors and windows. Terminate at points that will prevent visibility from interior. Apply membrane over junctions, at changes in wall construction, and other construction. Reinforce corners with additional piece of membrane cut and formed to seal corners. Caulk to ensure complete seal. Position lap seal over firm bearing.

.9 At end of each working day seal top edge of air/vapour barrier to substrate with termination mastic.

.10 Do not allow rubberized asphalt surface of air/vapour barrier membrane to come in contact with polysulfide sealants, creosote, uncured coal tar products or EPDM.

.11 Do not expose air/vapour barrier membrane to sunlight for more than thirty days prior to enclosure.

.12 Inspect installation prior to enclosing. Repair punctures, damaged areas and inadequately lapped seams with a patch of membrane sized to extend 150 mm in all directions from perimeter of affected area.

.13 When required by dirty or dusty site conditions, by surfaces having irregular or rough texture, or if difficultly is encountered in adhering air/vapour barrier to substrate, apply surface conditioner by spray, brush, or roller at rate recommended by manufacturer, before membrane installation. Allow surface conditioner to dry completely before applying primer or membrane.

3.5 FIELD QUALITY CONTROL .1 Air/vapour barrier installation shall be inspected by an independent inspection agency appointed by the Contractor and approved by the Consultant.

.2 Cost for inspection and testing shall be paid by cash allowance.

.3 Inspect air/vapour barrier after installation, prior to covering by insulation.

.4 Provide reports in accordance with Section 01 45 00 – Quality Control.

Cambridge Centre Terminal Air Vapour Barriers 07 27 10 A49/WSP No. 121-20554-06 Page 5 2016-01-15

.5 Visual inspections: Review and report on the following:

.1 Continuous structural support of air-barrier system has been provided. .2 Site conditions for application temperature and dryness of substrates have been maintained. .3 Maximum exposure time of materials to UV deterioration has not been exceeded. .4 Surfaces have been primed. .5 Termination mastic has been applied on cut edges. .6 Air/vapour barrier has been firmly adhered to substrate. .7 Compatible materials have been used. .8 Transitions at changes in direction and structural support at gaps have been provided. .9 Connections between assemblies (membrane and sealants) have complied with requirements for cleanliness, surface preparation and priming, structural support, integrity, and continuity of seal. .10 Penetrations have been sealed. .11 Interfaces between different assemblies, air/vapour barriers and openings including curtain wall and window tie-in: report specifically on tie-in methodology and installation between materials.

3.6 PROTECTION, REPAIR, AND CLEANING .1 Protect work from damage and wear during remainder of construction period.

.2 Correct deficiencies in or remove work that does not comply with requirements; repair substrates, reapply air/vapour barrier, and repair flashings.

.3 Clean spillage and soiling from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction.

END OF SECTION

Cambridge Centre Terminal Modified Bituminous Section 07 55 00 A49/WSP No. 121-20554-06 Roofing Page 1 2016-03-03

PART 1 - GENERAL

1.1 Related Work

.1 Sheet Metal Flashings, Fascia and Soffit: Section 07 62 00

1.2 References

.1 CSA A123.3-M1979 Asphalt or Tar Saturated Roofing Felt.

.2 CSA A123.4-M1979 Bitumen for Use in Construction of Built-Up Roof Coverings and Damp proofing and Waterproofing Systems.

.3 CSA A231.1-1972 Precast Concrete Paving Slabs.

.4 CAN/CSA-A247-M86 Insulating Fibreboard.

.5 CSA B35.3-1962 Tapping and Drive Screws (Slotted and Recessed Head, Thread).

.6 CGSB 37-GP-9Ma-83 Primer, Asphalt, Unfilled, for Asphalt Roofing, Dampproofing and Waterproofing.

.7 CGSB 37-GP-15M-76 Application of Asphalt Primer for Asphalt Roofing, Dampproofing and Waterproofing.

.8 CGSB 37-GP-56M-80 Membrane, Modified, Bituminous, Prefabricated, and Reinforced for Roofing.

.9 CAN/CGSB-51.26-M86 Thermal Insulation, Urethane and Isocyanurate, Boards, Faced.

.10 CAN/CGSB-51.33-M89 Vapour Barrier Sheet, Excluding Polyethylene, for Use in Building Construction.

.11 CAN/CGSB-51.34-M86 Vapour Barrier, Polyethylene Sheet for Use in Building Construction.

Cambridge Centre Terminal Modified Bituminous Section 07 55 00 A49/WSP No. 121-20554-06 Roofing Page 2 2016-03-03

1.3 Shop Drawings

.1 Submit shop drawings in accordance with Section 01 33 00 which indicate details and layout for tapered insulation, large scale details of all roofing membrane system components, parapets, any roof penetrations including but not limited to perimeter edge details, accessories, vapour retarder, curbs, blockings, supports etc. for owner and Engineer review. Contractor to verify all dimensions prior to any fabrications and/or installations.

.2 At the completion of the stages listed below, provide affidavits signed by the roofing membrane manufacturer's representative and the waterproofing contractor: .1 Prior to starting membrane application, an affidavit indicating acceptance of substrate. At the completion of the work, an affidavit indicating that only new material was used and that work (material and application workmanship) meets membrane manufacturer's representative standards and that a warranty should be issued.

.3 Do roofing work in accordance with applicable, standard in Canadian Roofing Contractors Association (CRCA) Roofing Specifications Manual.

1.4 Storage and Handling

.1 Provide and maintain dry, off-ground weatherproof storage.

.2 Store rolls of felt in upright position.

.3 Remove only in quantities required for same day use.

.4 Place plywood runways over work to enable movement of material and other traffic.

.5 Store caulking at +5°C minimum.

.6 Store insulation protected from weather and deleterious materials.

.7 All materials on the roof are to be stored in such a manner as to prevent blow-offs during high winds, and fully covered with tarps (factory wrapping alone will not suffice).

.8 Do not point load or overload the roof deck at any location. ALL DAMAGED TO THE BUILDING, INCLUDING OVERLOADING OF STRUCTURAL MEMBERS, WILL BE FIXED AT NO EXPENSE TO THE OWNER OR CONSULTANT.

Cambridge Centre Terminal Modified Bituminous Section 07 55 00 A49/WSP No. 121-20554-06 Roofing Page 3 2016-03-03

1.5 Environmental Requirements

.1 Do not install roofing when temperature remains below -18°C for torch application to manufacturers' recommendations for application.

.2 Minimum temperature for solvent-based adhesive is -5°C.

.3 Install roofing on dry deck, free of snow and ice, use only dry materials and apply only during weather that will not introduce moisture into roofing system.

1.6 Protection

.1 Fire Extinguishers: maintain at least one ULC labeled fire extinguisher type ABC on roof per torch applicator, within 10m of torch applicator.

1.7 Warranty

.1 The membrane manufacturer will issue a written document in the owner's name, valid for a 20 year period, from date of substantial completion, saying that it will repair any leaks in the roofing membrane to restore the roofing system to a dry and watertight condition, to the extent that membrane manufacturing or installation defects caused water infiltration. The warranty must cover for the entire cost of the repair(s) during the entire warranty period. Standard of Acceptance: 20 Year Platinum Privilege Warranty by Soprema.

.2 Contractor's guarantee: Provide a written O.I.R.C.A. warranty, signed and issued in the name of the Owner, stating that the Contractor will guarantee to repair at his own expense any leaks in the roofing membrane, flashing membrane and related sheet metal work resulting from faulty workmanship, for a period of two (2) years on the roofing membrane and flashing membrane and two (2) years on related sheet metal work after the date of the Certificate of Substantial Performance.

.3 five, ten and fifteen year mark.Post construction roof inspections and reports are required by the Supplier at the two,

1.8 Manufacturer's Representative

.1 The work shall be carried out under the general supervision of a representative of the roofing material manufacturer, who at a minimum should visit the site twice weekly in addition to inspecting the work in order to certify the affidavits set out in item 1.3 above.

Cambridge Centre Terminal Modified Bituminous Section 07 55 00 A49/WSP No. 121-20554-06 Roofing Page 4 2016-03-03

.2 At all times, the Contractor shall permit and facilitate access to the work site by the said manufacturer's representative.

.3 Manufacturer's Representative is required to submit written reports to the Engineer stating the following: .1 Dates of visits to the site. .2 The Contractors compliance of the application of the roofing assembly according to the Manufacturer's written technical Data Sheets. .3 Provide a Certificate as identified in Submittals 1.3.2.

1.9 Qualifications of Installers

.1 All roofing shall be installed by skilled workmen in this trade. The roofing membrane is to be installed in strict accordance with the roofing manufacturer's instructions and CRCA.

.2 Employ qualified tradesman and subtrades as and when required. In using a Soprema roofing system, Roofing Contractors and sub-contractors must be registered with SOPREMA'S "PAQ" + S, and provide the Engineer with a SOPREMA certificate to this effect before beginning any roofing work. A roofing manufacturer other than Soprema must produce the same registration and certificates as required. Only qualified, certified installers employed by a company with the appropriate equipment may execute the roofing work.

.3 Pre - Approved Roofing Contractors to be retained as per the following list: .1 Conestoga Roofing .2 Flynn Canada Ltd .3 Semple Gooder Roofing Corporation .4 Atlas-Aspex Roofing (Kitchener) Inc .5 Dean-Thackeray Roofing .6 Roque Roofing Inc. .7 LaFleche Roofing (1992) Ltd.

1.10 Field Quality Control

.1 Notify the Engineer and Roofing Manufacturer's Representative at least 72 hours before roofing commence.

1.11 Compatibility

.1 Compatibility between components of roofing system is essential. Provide written declaration to owner / Consultant stating that materials and components, as assembled in system, meet this requirement.

Cambridge Centre Terminal Modified Bituminous Section 07 55 00 A49/WSP No. 121-20554-06 Roofing Page 5 2016-03-03

1.12 Laboratory Testing

.1 Upon request from the Engineer, the roofing membrane Manufacturer shall supply, at his expense, the results of Mechanical and chemical testing performed on the materials Supplied. The tests shall be performed to certify compliance with CGSB 37-GP-56M.

PART 2 - PRODUCTS

2.1 General Materials

.1 Products specified are from Soprema Inc. Equivalent products by Garland, Firestone or Tremco are approved alternates.

.2 Asphalt primer: to CGSB 37-GP-9Ma.

.3 Sealing compound: asphalt-rubber compound to CGSB-37-GP-29M-77.

2.2 Adhesive

.1 Solvent-based polyurethane bitumen adhesive that can be applied by ribbons or spots. Specified product: DUOTACK BY SOPREMA. Note: minimum application temperature 5°C. If installing below 5°C use "Duotack".

2.3 Vapour Barrier

.1 SopravapR installed as per manufacturer's written specifications.

2.4 PolyIsocyanurate Insulation board

.1 To CAN/CGSB-51.26, 36" x 48", faced, square edges, layers of thickness as required. Closed-cell polyisocyanurate foam core integrally laminated to heavy non-asphaltic fiber-reinforced grey felt facers. SOPRA-ISO PLUS Polyiso by SOPREMA or approved alternate

2.5 Insulating Fibreboard

.1 Flat as indicated to CAN/CSA-A247, Type 1-roof board, surface coated, density 240 to 272 kg/m3 (18 to 20.5 lbs/ft3) thickness as required providing slopes as indicated, minimum ½

Cambridge Centre Terminal Modified Bituminous Section 07 55 00 A49/WSP No. 121-20554-06 Roofing Page 6 2016-03-03

2.6 Recovery Board

.1 Bituminous Panels: Multi-ply, semi-rigid asphaltic roofing substrate board composed of a mineral fortified asphaltic core formed between two asphaltic saturated fibreglass liners. Length 48

2.7 Membrane

.1 Base sheet: to CGSB 37-GP-56M, Styrene-Butadiene-Styrene (SBS) elastomeric polymer, prefabricated sheet, reinforcement weighing 180g/m2(160 oz/ft2): .1 Sopraplene Flam 180 on flat roofs. .2 Roofing base sheet membrane with non-woven polyester and SBS modified bitumen. Both sides covered with a thermofusible plastic film. The top face must be marked with three (3) distinctive blue chalk lines to ensure proper roll alignment.

.2 Cap sheet: High performance cap sheet membrane composed of SBS modified bitumen and a composite surface that us protected by coloured granules. The under face is covered with a thermofusible plastic film. .1 Sopraplene Flam 250 Cap sheet

.3 For base sheet and cap flashing use "Sopraflash Flam Stick in Elastocol Stick primer at parapet.

2.8 Expansion Joint Materials

.1 Membrane flashing: Soprajoint.

.2 Miscellaneous materials: mineral cushion and slip sheet to manufacturer's detail.

PART 3 - EXECUTION

3.1 Workmanship

.1 Roofing contractor to be O.I.R.C.A. certified. Provide written certification prior to project start.

.2 Do roofing work in accordance with applicable standard in Canadian Roofing Contractors Association (CRCA) Roofing Specifications Manual except where specified otherwise.

Cambridge Centre Terminal Modified Bituminous Section 07 55 00 A49/WSP No. 121-20554-06 Roofing Page 7 2016-03-03

.3 Do priming for asphalt roofing in accordance with CGSB 37-GP-15M.

.4 Do roofing work in accordance with roofing system manufacturer's written specifications and details.

3.2 Compatibility

.1 Compatibility between components of the roofing system is essential. Bituminous adhesives, felts, and surface coatings which are to be incorporated into the system must be compatible with each other.

3.3 Protection

.1 Cover walls and adjacent work where materials hoisted or used.

.2 Use warning signs and barriers. Maintain in good order until completion of work.

.3 Clean off drips and smears of bituminous material immediately.

.4 Dispose of rain water off roof and away from face of building until roof drains or hoppers installed and connected.

.5 Protect roof from traffic and damage. Comply with precautions deemed necessary by Engineer.

.6 At end of each day's work or when stoppage occurs due to inclement weather, provide protection for completed work and materials out of storage.

.7 Provide hoarding as required at grade for removal and installation of roofing materials and ensure proper safety measures are in place as per Health and Safety Regulations.

3.4 Examination Roof Decks

.1 Examine roof decks and immediately inform of Consultant in writing of defects.

.2 Prior to commencement of work ensure: .1 Decks are firm, straight, smooth, dry, free of snow, ice, frost or water, and swept clean of dust and debris. .2 Curbs have been built. .3 Existing roof drains have been protected during demolition are at proper elevations relative to finished roof surface.

Cambridge Centre Terminal Modified Bituminous Section 07 55 00 A49/WSP No. 121-20554-06 Roofing Page 8 2016-03-03

.4 Plywood and lumber nailer plates have been installed to deck, walls and parapets as indicated.

.3 Commencement of work implies acceptance as satisfactory for roofing.

3.5 Primer

.1 Wood, Concrete or Metal surfaces where membrane is applied, shall receive an asphalt primer coating at a rate of ½ gallon per 100 square feet. All primer shall be allowed to cure as per the manufacturer's specifications.

3.6 Insulation-Flat Roof

.1 Coat surface of existing roof assembly with adhesive and embed first layer of insulation, ensuring that the edges are in moderate contact and the joints staggered.

.2 Coat the top surface of the preceding layer with adhesive and embed each succeeding layer. Apply insulation in broken joint construction so that the following layer breaks the joint both ways with the previous layer. Apply recovery board with hot asphalt as well.

.3 Provide layers in varying thickness as required to accomodate required slopes.

.4 Stagger joints and moderately butt each board together. Ensure insulation is bonded to membrane.

.5 Lay only as much roof insulation at any one time as can be properly covered with all plies of built-up roofing.

.6 At roof drains, taper insulation to provide a slope of 1½

.7 Provide for extra sloped or tapered insulation to account for any cambers in the roof slabs.

3.7 Roof Membrane

.1 Base sheet application: .1 On flat roofs unroll torch base sheet existing red clay tiles or to protection board over insulation, taking care not to burn membrane or its reinforcement .2 Lap sheets 3" minimum for side and 6" minimum for end laps. .3 Application to be free of blisters, wrinkles and fishmouths.

Cambridge Centre Terminal Modified Bituminous Section 07 55 00 A49/WSP No. 121-20554-06 Roofing Page 9 2016-03-03

.2 Cap sheet application: .1 Unroll and torch cap sheet onto base sheet taking care not to burn membrane or its reinforcement. .2 Lap sheets 3" minimum for side laps and 6" minimum for end laps. Offset joints in cap sheet 12" minimum from those in base sheet. .3 Application to be free of blisters, fishmouths and wrinkles. .4 Do membrane application in accordance with manufacturer's recommendations.

.3 Flashings: .1 Complete installation of flashing base sheet stripping prior to installing membrane cap sheet. .2 Torch base and cap sheet onto substrate in 1 metre wide strips. .3 Lap flashing base sheet to membrane base sheet minimum 6" and seal by torch welding. .4 Lap flashing cap sheet to membrane cap sheet 10" minimum and torch weld. .5 Provide 3" minimum side lap and seal. .6 Properly secure flashings to their support, without sags, blisters, fishmouths or wrinkles. .7 At parapets use self-adhesive base sheet flashing "Soprflash Flam Stick" membrane. .8 Do work in accordance with manufacturer's recommendations.

.4 Roof penetrations: .1 Review existing conditions to determine the quantity and size of drains, vents, roof top fans, ducts, air handling units and similar devices, requiring roof curbs and flashings. .2 Install roof drain pans, vent stack covers, mechanical equipment curbs, chimneys and other roof penetration flashings and seal to membrane in accordance with the manufacturer's recommendations and details. .3 All blockings for any roof penetrations to be fastened to concrete deck.

.5 Storage and Delivery: .1 All materials will be delivered and stored in conformance with the requirements described in the SOPREMA Manual; they must remain in their original packaging, displaying the manufacturer's name, product name, weight, and reference standards, as well as all other indications or references considered standard.

Cambridge Centre Terminal Modified Bituminous Section 07 55 00 A49/WSP No. 121-20554-06 Roofing Page 10 2016-03-03

.2 At all times, materials will be adequately protected and stored in a dry and properly ventilated area, away from any welding flame or spark and sheltered from the elements or any harmful substance. Only materials destined for same-day use can be removed from this storage area. In cold weather, these materials should be stored in a heated area at a minimum temperature of +10°C and removed prior to application. If rolls cannot be stored in a heated environment, they may be pre-conditioned before installation. For precise description, please consult SOPREMA'S "Roofers' Guide" on membrane application procedures. .3 Store adhesives and emulsion-based waterproofing mastics at a minimum +50C. Store adhesives and solvent-based mastics at sufficient temperatures to ensure ease of application. .4 Materials delivered in rolls will be carefully stored upright; flashing will be stored to avoid creasing, buckling, scratches or any other possible damage. .5 Avoid material overloads which may affect the structural integrity of specific roof areas.

.6 Fire Protection: .1 Prior to the start of work, conduct a site inspection to establish safe working practices and make sure that all procedures and proposed changes are approved to minimize the risk of fires. .2 Respect safety measures described in the SOPREMA Specifications Manual as well as local association recommendations. .3 At the end of each workday, use a heat detector gun to spot any smouldering or concealed fire. Job planning must be organized to ensure workers are still on location at least one hour after torch application. .4 Never apply the torch directly to old and wood surfaces. .5 Throughout roofing installation, maintain a clean site and have one approved ABC fire extinguisher within 6 metres of each roofing torch. Respect all safety measures described in technical data sheets. Torches must never be placed near combustible or flammable products. Torches should never be used where the flame is not visible or cannot be easily controlled.

3.8 Expansion Joints

.1 Construct expansion joints in accordance with Soprema catalogue detail SOP19.

3.9 Metal Flashings, Soffit & Fascia

.1 Do prefinished metal flashings in accordance with Section 07 62 00.

END OF SECTION

Cambridge Centre Terminal Sheet Metal Flashing and Section 07 62 00 A49/WSP No. 121-20554-06 Trim Page 1 2016-03-03

PART 1 - GENERAL

1.1 References

.1 Canadian Roofing Contractors Association (CRCA) .1 Roofing Specifications Manual (current addition).

.2 Canadian Standards Association (CSA International). .1 CSA B111 - (1974(R1998), Wire Nails, Spikes and Staples.

1.2 Samples

.1 Submit shop drawings in accordance with Section 01 33 00 - Submittal Procedures.

PART 2 - PRODUCTS

2.1 Sheet Metal Materials

.1 Zinc coated steel sheet: 0.607 mm (23.9 mil)thickness, commercial quality to ASTM A 653/A 653M, with Z275 designation zinc coating.

2.2 Prefinished Steel Sheet

.1 Prefinished steel with factory applied polyvinylidene fluoride. .1 Class F1S. .2 Colour from manufacturer's standard range. .3 Specular gloss: 30 units +/- in accordance with ASTM D 523. .4 Coating thickness: not less than 22 micrometres. .5 Resistance to accelerated weathering for chalk rating of 8, colour fade 5 units or less and erosion rate less than 20 % to ASTM D 822 as follows: .1 Outdoor exposure period 2500 hours. .2 Humidity resistance exposure period 5000 hours.

2.3 Accessories

.1 Isolation coating: alkali resistant bituminous paint.

.2 Plastic cement: to CAN/CGSB 37.5.

Cambridge Centre Terminal Sheet Metal Flashing and Section 07 62 00 A49/WSP No. 121-20554-06 Trim Page 2 2016-03-03

.3 Underlay for metal flashing: asphalt laminated 3.6 to 4.5 kg (9.6 to 12 lb) .

.4 Sealants: Polysulphide, one part, non-sag to CAN/CGSB-19.13, MC-2-40-B-N colour to match siding.

.5 Cleats: of same material, and temper as sheet metal, minimum 24

.6 Fasteners: of same material as sheet metal, to CSA B111, ring thread flat head roofing nails of length and thickness suitable for metal flashing application.

.7 Washers: of same material as sheet metal, 1 mm thick with rubber packings.

.8 Touch-up paint: as recommended by prefinished material manufacturer.

2.4 Fabrication

.1 Fabricate metal flashings and other sheet metal work in accordance with applicable CRCA 'FL' series details and as indicated.

.2 Form pieces in a minimum of 8'0 lengths

.3 Hem exposed edges on underside ½

.4 Form sections square, true and accurate to size, free from distortion and other defects detrimental to appearance or performance.

.5 Apply isolation coating to metal surfaces to be embedded in concrete or mortar.

PART 3 - EXECUTION

3.1 Installation

.1 Install sheet metal work in accordance with CRCA FL series details, FL series details as detailed.

.2 Use concealed fastenings except where approved before installation.

.3 Provide underlay under sheet metal. Secure in place and lap joints 100 mm.

Cambridge Centre Terminal Sheet Metal Flashing and Section 07 62 00 A49/WSP No. 121-20554-06 Trim Page 3 2016-03-03

.4 Counterflash bituminous flashings at intersections of roof with vertical surfaces and curbs. Flash joints using S-lock forming tight fit over hook strips, as detailed.

.5 Lock end joints and caulk with sealant.

.6 Install surface mounted reglets true and level, and caulk top of reglet with sealant.

.7 Insert metal flashing into reglets under cap flashing to form weather tight junction.

.8 Caulk flashing at cap flashing with sealant.

END OF SECTION

Cambridge Centre Terminal Sealants Section 07 92 10 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 Summary

.1 This Section specifies caulking and sealants not specified in other Sections.

.2 Refer to other sections for other caulking and sealants.

1.2 References

.1 CGSB 19-GP-5M-76 Sealing Compound, One Component, Acrylic Base, Solvent Curing.

.2 CAN/CGSB-19.13-M87 Sealing Compound, One-component, Elastomeric, Chemical Curing.

.3 CGSB 19-GP-17M-77 Sealing Compound, One Component, Acrylic Emulsion Base.

.4 CAN/CGSB-19.18-M87 Sealing Compound, One Component, Silicone Base, Solvent Curing.

.5 CAN/CGSB-19.24-M80 Sealing Compound, Multi-component, Chemical Curing.

1.3 Samples

.1 Upon request, submit samples in accordance with Section 01 33 00.

.2 Submit duplicate samples of each type of material and colour.

1.4 Delivery, Storage, and Handling

.1 Deliver and store materials in original wrappings and containers with manufacturer's seals and labels, intact. Protect from freezing, moisture and water.

Cambridge Centre Terminal Sealants Section 07 92 10 A49/WSP No. 121-20554-06 Page 2 2016-03-03

1.5 Environmental and Safety Requirements

.1 Comply with requirements of Workplace Hazardous Materials Information System (WHMIS) regarding use, handling, storage, and disposal of hazardous materials; and regarding labelling and provision of material safety data sheets acceptable to Labour Canada.

.2 Conform to manufacturer's recommended temperatures, relative humidity, and substrate moisture content for application and curing of sealants including special conditions governing use.

PART 2 - PRODUCTS

2.1 Sealant Materials

.1 Between metal flashings and adjacentmaterial; Tremco 100 Latex or equivalent.

.2 Between millwork and prefin. alum and at junction of window frames and jamb extensions: clear silicone.

.3 Between millwork and prefin. alum and at junction of window frames and jamb extensions: clear silicone.

2.2 Back-up Materials

.1 Polyethylene, Urethane, Neoprene or Vinyl Foam: .1 Reticulated backer rod, Softrod by Tremco or equivalent. .2 Size: oversize 30 to 50%.

.2 Bond Breaker Tape .1 Polyethylene bond breaker tape which will not bond to sealant, #470 or #481 by 3M or equivalent.

2.3 Joint Cleaner

.1 Non-corrosive and non-staining type, compatible with joint forming materials and sealant recommended by sealant manufacturer.

.2 Primer: as recommended by manufacturer.

Cambridge Centre Terminal Sealants Section 07 92 10 A49/WSP No. 121-20554-06 Page 3 2016-03-03

PART 3 - EXECUTION

3.1 Preparation of Joint Surfaces

.1 Examine joint sizes and conditions to establish correct depth to width relationship for installation of backup materials and sealants.

.2 Clean bonding joint surfaces of harmful matter substances including dust, rust, oil grease, and other matter which may impair work.

.3 Do not apply sealants to joint surfaces treated with sealer, curing compound, water repellent, or other coatings unless tests have been performed to ensure compatibility of materials. Remove coatings as required.

.4 Ensure joint surfaces are dry and frost free.

.5 Prepare surfaces in accordance with manufacturer's directions.

3.2 Priming

.1 Where necessary to prevent staining, mask adjacent surfaces prior to priming and caulking.

.2 Prime sides of joints in accordance with sealant manufacturer's instructions immediately prior to caulking.

3.3 Backup Material

.1 Apply bond breaker tape where required to manufacturer's instructions.

.2 Install joint filler to achieve correct joint depth and shape.

3.4 Mixing

.1 Mix materials in strict accordance with sealant manufacturer's instructions.

3.5 Application Sealant.

.1 Sealant: .1 Apply sealant in accordance with manufacturer's instructions. .2 Apply sealant in continuous beads.

Cambridge Centre Terminal Sealants Section 07 92 10 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.3 Apply sealant using gun with proper size nozzle. .4 Use sufficient pressure to fill voids and joints solid. .5 Form surface of sealant with full bead, smooth, free from ridges, wrinkles, sags, air pockets, embedded impurities. .6 Tool exposed surfaces to give slightly concave shape. .7 Remove excess compound promptly as work progresses and upon completion.

.2 Curing: .1 Cure sealants in accordance with sealant manufacturer's instructions. .2 Do not cover up sealants until proper curing has taken place.

.3 Cleanup: .1 Clean adjacent sufaces immediately and leave work neat and clean. .2 Remove excess and droppings, using recommended cleaners as work progresses. .3 Remove masking tape after initial set of sealant.

END OF SECTION

Cambridge Centre Terminal Steel Door and Frames Section 08 11 14 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 Related Work

.1 Wood Blocking: Section 06 10 10

.2 Caulking of joints between frames and other building components: Section 07 92 10

.3 Supply of finish hardware Section 08 71 10

.4 Glazing: Section 08 80 50

.5 Interior Painting: Section 09 91 23

1.2 References

.1 ASTM A525-86 Specification for General Requirements for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process.

.2 ASTM A526M-85 Specification for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dip Process, Commercial Quality.

.3 CAN4 S104M-M80 Fire Tests of Door Assemblies.

.4 CAN4 S105M-M85 Fire Door Frames.

.5 CAN/CGSB 181.1 Coating, Zinc-Rich, Organic, Ready Mixed.

.6 Canadian Steel Door and Frame Manufacturers' Association, (CSDFMA) Canadian Manufacturing Specifications for Steel Door and Frames, 1982.

.7 NFPA 80-1986 Fire Doors and Windows.

1.3 Requirements of Regulatory Agencies

.1 Steel fire rated doors and frames: labelled and listed by an organization accredited by Standards Council of Canada in conformance with CAN4 S104M-80 revised 1985 and CAN4 S105M-1985 for ratings specified or indicated.

.2 Install labelled steel fire rated doors and frames to NFPA 80 except where specified otherwise.

Cambridge Centre Terminal Steel Door and Frames Section 08 11 14 A49/WSP No. 121-20554-06 Page 2 2016-03-03

1.4 Shop Drawings

.1 Submit shop drawings in accordance with Section 01 33 00.

.2 Indicate each type of door, material, steel core thicknesses, mortises, reinforcements, location of exposed fasteners, glazed openings, arrangement of hardware and fire rating.

.3 Indicate each type frame material, core thickness, reinforcements, glazing stops, location of anchors and exposed fastenings and finishes.

PART 2 - PRODUCTS

2.1 Materials

.1 Galvanized steel sheet: lock-forming quality to ASTM A527, Coating Designation mill phosphatized.

.2 Doors: 1.12mm base material thickness

.3 Door Core: .1 Honeycomb: structural core consisting of kraft paper having 20mm cell size to thickness indicated. .2 Hollow Steel: Vertically stiffened with steel ribs and all voids filled with semi-rigid fibrous insulation minimum density 48 kg/m³

.4 Frames: Steel frames to exterior and interior openings 1.520 mm base thickness.

.5 Provide other door and frame components in accordance with CSDFMA requirements.

.6 Primer for galvanized steel sheet: CAN/CGSB 181.1.

.7 Foam-in-place insulation spray polyurethane to CGSB 51-GP-23M Class 1.

.8 Fire Labels: Metal riveted.

Cambridge Centre Terminal Steel Door and Frames Section 08 11 14 A49/WSP No. 121-20554-06 Page 3 2016-03-03

2.2 Fabrication

.1 Fabricate frames as detailed, to Canadian Steel Door and Frame Manufacturers' Association, (CSDFMA) Canadian Manufacturing Specifications for Steel Doors and Frames, 1982; except where specified otherwise. Reinforce door and frames to suit hardware requirements specified Section 08 71 10 - Finish Hardware.

.2 Blank, reinforce, drill and tap doors and frames for mortised hardware. Reinforce doors and frames for surface mounted hardware.

.3 Apply, at factory, touch up primer to doors and frames manufactured from galvanized steel where coating has been removed during fabrication.

2.3 Doors

.1 Fabricate doors will longitudunal edges mechanically interlocked and spot welded.

.2 Fabricate doors with top and bottom channels flush and filled solid, extending full width of door and welded to both faces.

.3 Provide fire labelled doors for openings requiring fire protection rating as scheduled. Test such products in accordance with CAN4-S104 and list by nationally recognized agency having factory inspection services.

2.3 Frames

.1 Cut mitres and joints accurately and weld continuously on inside of frame profile.

.2 Grind welded corners and joints to flat plane, fill with metallic paste filler and sand to uniform smooth finish.

.3 Provide adjustable jamb anchors for fixing at floor and walls.

.4 Install 3 bumpers on strike jamb for each single door and 2 bumpers at head for pairs of doors. Provide 2-89x89x16 mm radius hinges per interior apartment door.

.5 Fabricate thermally broken frames for exterior doors using steel core, separating exterior portion of frame from interior portion with polyvinyl chloride thermal breaks.

Cambridge Centre Terminal Steel Door and Frames Section 08 11 14 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.6 Make provision for glazing as indicated and provide necessary glazing stops.

PART 3 - EXECUTION

3.1 Installation General

.1 Install in accordance with National Fire Codes, Volume 4, produced by National Fire Protection Association (NFPA) 80.

3.2 Door Installation

.1 Install doors and hardware in accordance with hardware templates and manufacturer's instructions and Section 08 71 10 - Finish Hardware.

.2 Provide even margins between doors and jambs and doors and finished floor and thresholds as follows. .1 Hinge side: 1.0 mm. .2 Latchside and head: 1.5 mm. .3 Finished floor, top of carpet, noncombustible sill and thresholds: 13 mm.

.3 Adjust operable parts for correct function.

3.3 Frame Installation

.1 Set frames plumb, square, level and at correct elevation.

.2 Secure anchorages and connections to adjacent construction.

.3 Brace frames rigidly in position while building-in. Install temporary horizontal wood spreader at third points of door opening to maintain frame width. Provide vertical support at centre of head for openings over 1200 mm wide. Remove temporary spreaders after frames are built-in.

.4 Make allowances for deflection of structure to ensure structural loads are not transmitted to frames.

.5 Where noted provide foam in place insulation to seal at head and jambs. Do not distort frames out of line.

Cambridge Centre Terminal Steel Door and Frames Section 08 11 14 A49/WSP No. 121-20554-06 Page 5 2016-03-03

3.4 Finish Repairs

.1 Touch up with primer, galvanized finish damaged during installation.

END OF SECTION

Cambridge Centre Terminal Aluminum Windows Section 08 44 13 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 Summary of Work

.1 This Section specifies thermally broken, stick-built, glazed aluminum curtain wall and accessories.Paragraph

1.2 Related Requirements

.1 Section 07 62 00 - Metal Flashing and Trim: Flashings

.2 Section 07 92 00 - Joint Sealing.

.3 Section 08 80 50 - Glazing: Insulating glass units.

1.3 Reference Standards

.1 Aluminum Association (AA) .1 DAF 45 2003, Designation System For Aluminum Finishes.

.2 Canadian General Standards Board (CGSB). .1 CAN/CGSB-12.8-97, Insulating Glass Units. .2 CAN/CGSB-12.20-M89, Structural Design of Glass for Buildings. .3 CAN/CGSB-19.13-M87, Sealing Compound, One-Component, Elastomeric, Chemical

.3 CSA International (CSA) .1 CAN/CSA-S157 2005, Strength Design in Aluminum. .2 CAN/CSA-S136-2007, North American Specification for the Design of Cold-Formed Steel .3 CAN/CSA W59.2 M1991(R2003), Welded Aluminum Construction.

.4 Underwriter's Laboratories of Canada (ULC) .1 CAN/ULC-S710.1 2005, Standard for Thermal Insulation - Bead-Applied One Component Polyurethane Air Sealant Foam, Part 1: Materials Standard for Thermal Insulation - Bead - Applied One Component Polyurethane Air Sealant Foam, Part 1: Materials.

1.4 Administrative Requirements

.1 Co-ordination: Co-ordinate work of this Section with work of other trades for proper time and sequence to avoid construction delays.

Cambridge Centre Terminal Aluminum Windows Section 08 44 13 A49/WSP No. 121-20554-06 Page 2 2016-03-03

1.5 Action and Informational Submittals

.1 Make submittals in accordance with Contract Conditions and Section 01 33 00 Submittal Procedures.

.2 Product Data: Submit product data including manufacturer's literature for glazed aluminum curtain wall extruded members, panels, components and accessories, indicating compliance with specified requirements and material characteristics. .1 Submit list on curtain wall manufacturer's letterhead of materials, components and accessories to be incorporated into Work. .2 Include product names, types and series numbers. .3 Include contact information for manufacturer and their representative for this Project.

.3 Submit shop drawings: .1 Curtain wall panel and component dimensions, framed opening requirements and tolerances, adjacent construction, anchor details anticipated deflection under load, affected related Work, weep drainage network, expansion and contraction joint location and details, and field welding required. Indicate location of manufacturer's nameplates.

.4 Samples: .1 Submit duplicate 300 x 300 mm (12 x 12 inches) sample sections showing prefinished aluminum surface, finish, colour and texture, and including section of infill panel. .2 Submit duplicate 300 x 300 mm (12 x 12 inches) sample sections of insulating glass unit showing glazing materials and edge and corner details.

.5 Thermal Performance: Submit verification that Insulating Glass Units used in curtain wall system meet RSI (R) values specified.

.6 Field Reports: Submit manufacturer's field reports within 3 days of manufacturer representatives site visit and inspection.

.7 Installer Qualifications: .1 Submit letter verifying installer's experience with work similar to work of this Section.

1.6 Closeout Submittals

.1 Operation and Maintenance Data: Supply maintenance data for curtain wall for incorporation into manual specified in Section 01 78 00 Closeout Submittals.

Cambridge Centre Terminal Aluminum Windows Section 08 44 13 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.2 Record Documentation: In accordance with Section 01 78 00 Closeout Submittals. .1 List materials used in curtainwall work. .2 Warranty: Submit warranty documents specified.

1.7 Delivery Storage and Handling

.1 Delivery and Acceptance Requirements: .1 Deliver material in accordance with Section 01 61 00 Common Product Requirements. .2 Deliver glazed aluminum curtain wall materials and components in manufacturer's original packaging with identification labels intact and in sizes to suit project.

.2 Material Handling: To AAMA CW-10.

.3 Storage and Handling Requirements: Store materials off ground and protected from exposure to harmful weather conditions and at temperature conditions recommended by manufacturer. .1 Material storage: To AAMA CW-10.

1.8 Warranty

.4 Project Warranty: Refer to Contract Conditions for project warranty provisions.

.5 Manufacturer's warranty: Submit, for Owner's acceptance, manufacturer's standard warranty document executed by authorized company official. Manufacturer's warranty is in addition to and not intended to limit other rights Owner may have under Contract Conditions.

.6 Warranty period: 5 years commencing on Date of Substantial Performance of Work. .1 Insulating glass units: 10 years, on Date of Substantial Performance of Work.

PART 2 - PRODUCTS

2.1 Manufacturer

.1 Manufacturer: Alumicor Limited, 290 Humberline Drive, Toronto, Ontario, Canada M9W 5S2, Phone: (416) 745-4222 or (877) ALUMICOR.

Cambridge Centre Terminal Aluminum Windows Section 08 44 13 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.2 Equivalent equal as approved by consultant. .1 Ensure components come from one manufacturer.

2.2 Description

.1 69.85 mm (2 3/4 inch ) profile thermally broken, vertical stick-built glazed aluminum curtain wall system of tubular aluminum sections with self-supported framing, shop fabricated, factory prefinished, vision glass, insulated metal panel spandrel infill, ; related flashings, anchorage and attachment devices.

.2 Ensure assembled system design permits re-glazing of individual glass and infill panels from exterior without requiring removal of structural mullions.

2.3 Design Criteria

.1 Design curtain wall to AAMA CW-DG-1. .1 Design glazed aluminum curtain wall following rainscreen principles. .2 Ensure horizontal members are sealed to vertical members to form individual compartments in accordance with rainscreen principles. .3 Ventilate and pressure equalize air space outside exterior surface of insulation to exterior.

.2 Design aluminum components to CAN/CSA S157.

.3 Design and size curtain wall components to withstand dead and live loads caused by pressure and suction of wind, acting normal to plane of wall using design pressure of 0.95 kPa (20 psf) to AAMA CW 11. .1 Design curtain wall system for expansion and contraction caused by cycling temperature range of 95 degrees C over 12 hour period without causing detrimental effect to system components. .2 Thermal expansion: Ensure curtain wall system can withstand temperature differential of 85 degrees C and is able to accommodate interior and exterior system expansion and contraction without damage to components or deterioration of seals. .3 Design vertical expansion joints with baffled overlaps and compressed resilient air seal laid between mullion ends. .4 Ensure system is designed to accommodate: .1 Movement within curtain wall assembly. .2 Movement between system and perimeter framing components. .3 Dynamic loading and release of loads. .4 Deflection of structural support framing. .5 Shortening of building concrete structural columns.

Cambridge Centre Terminal Aluminum Windows Section 08 44 13 A49/WSP No. 121-20554-06 Page 5 2016-03-03

.6 Creep of concrete structural members. .5 Thermal Resistance: .1 Spandrel areas: RSI 3.0 (R 16.8). .2 Vision glass areas: Insulating Glass Unit . .6 Limit mullion deflection to flexure limit of glass 19 mm (0.75 inches) L/175 maximum with full recovery of glazing materials. .7 Glass dimensions: Size glass units to CAN/CGSB-12.20. .8 Flatness criteria: 6 mm (0.25 inches) maximum in 6 m (20 feet) for each panel. .9 Air infiltration: 0.3 L/s/m2 (0.63 cfm) maximum of wall area to AAMA 501 at differential pressure across assembly of 300 Pa (0.044 psi). .10 Water infiltration: None to AAMA 501 at differential pressure across assembly of 720 Pa (0.104 psi). .11 Ensure interior surfaces have no condensation before exposed edges of sealed units reach dew point temperatures during testing to AAMA 501. .12 Maintain continuous air barrier and vapour retarder throughout building envelope and curtainwall assembly. .13 Ensure no vibration harmonics, wind whistles, noises caused by thermal movement, thermal movement transmitted to other building elements, loosening, weakening, or fracturing of attachments or components of system occur.

2.4 Materials

.1 Curtain Wall System and Components: .1 Extruded aluminum: To ASTM B221, 6063 alloy with T5 temper. .1 Finish coatings: clear anodized 10 µm (0.0004 inches) thick minimum. .2 Sheet aluminum: To ASTM B209, utility grade for unexposed surfaces. .3 Air barrier liner: Reinforce panels to maintain flat surface. .1 Concealed locations: 0.952 mm (20 gauge) steel sheet to CSA S136M with 458 g/m2 (1.25 oz/sq.ft) galvanized coating and corners sealed at concealed locations. .2 Interior exposed locations: 1.588 mm (16 gauge) clear anodized aluminum sheet. .4 Fasteners, screws and bolts: Tamperproof, cadmium plated stainless steel to meet curtain wall requirements and as recommended by manufacturer. .5 Anchors: Ensure anchors have three-way adjustment. .6 Insulating glass units: To CAN/CGSB-12.8, double glazed, hermetically sealed, argon filled insulating glass units with low conductance black stainless steel warm edge spacer.

Cambridge Centre Terminal Aluminum Windows Section 08 44 13 A49/WSP No. 121-20554-06 Page 6 2016-03-03

.1 Outer lite: 6 mm (0.25 inches) clear float glass with low-E coating on surface two. .2 Inner lite: 6 mm (0.25 inches) clear float glass. .7 Aluminum panels: 3 mm (0.125 inches) thick factory formed panels. .1 Finish after forming to match curtain wall system. .8 Thermal Break: 65 Durometer PVC. .9 Curtain wall back pan insulation: 100 mm (4 inches) thick. .1 Density: 64 kg/m3 (4 lbs/cu ft) minimum. .2 Thermal resistance: RSI 3.0 (R 16.8).

.2 Acceptable Material: Alumicor Ltd., VersaWall SlimLine 1750 Series 2 ¾" profile.

2.5 Curtain Wall System FAbrication

.1 Do aluminum welding to CAN/CSA W59.2.

.2 Fabricate aluminum assemblies of extruded sections to sizes and profiles indicated. .1 Ensure vertical and horizontal members are tubular extrusions designed for shear block corner construction. .2 Mullion depth sizes as indicated. .3 Cap depth sizes: 19 mm (0.75 inches). .4 Ensure caps for mullion assemblies are constructed without gap.

.3 Construct units square, plumb and free from distortion, waves, twists, buckles or other defects detrimental to performance or appearance.

.4 Fabricate curtain wall with minimum clearances and shim spacing around panel perimeter and ensure installation and dynamic movement of perimeter seal is enabled.

.5 Fabricate infill panels with metal covered edge seals around perimeter of panel assembly, enabling installation and minor movement of perimeter seal. .1 Reinforce interior surface of exterior infill panel sheet from deflection caused by wind and suction loads. .2 Place insulation within infill panel adhered to exterior face of interior panel sheet over entire area of sheet using impale fasteners with integral discs. .3 Reinforce infill panels to receive mechanical exhausts.

.6 Accurately fit and secure joints and corners. .1 Ensure joints are flush, hairline, and weatherproof.

Cambridge Centre Terminal Aluminum Windows Section 08 44 13 A49/WSP No. 121-20554-06 Page 7 2016-03-03

.7 Use only stainless steel fasteners to outside of air/vapour barrier. Cadmium plated fasteners may be used to interior of air/vapour barrier. .1 Where fasteners cannot be concealed, countersunk screws finished to match adjacent material may be used upon receipt of written approval from Consultant.

.8 Visible manufacturer's labels are not permitted.

2.6 Finishes

.1 Exterior exposed aluminum surfaces: To AA DAF-45-M12C22A31, Architectural Class II, clear anodized 10 µm (0.0004 inches) minimum thickness. .1 Acceptable material: Alumicor Ltd., Class II Anodic Finish.

.2 Interior exposed aluminum surfaces: To AA DAF-45-M12C22A31, Architectural Class II, clear anodized 10 µm (0.0004 inches) minimum thickness. .1 Acceptable material: Alumicor Ltd., Class II Anodic Finish.

2.7 Accessories

.1 Fibre board: to ASTM C612. .1 Type: 1VB .2 Density: 64 kg/m3 (4 lbs per cu.ft.) minimum. .3 Thickness: 100 mm (4 inches) minimum. .4 Acceptable material: Roxul Inc., CurtainRock.

.2 Gasketing: To CCD-45, Silicone compatible rubber or extruded silicone gaskets.

.3 Setting Blocks: To CCD-45 and ASTM D2240, silicone, 80 - 90 Shore A Durometer hardness.

.4 Spacers: To CCD-45 and ASTM D2240, silicone, 50 - 60 Shore A Durometer hardness.

.5 Sealant: To CAN/CGSB-19.13, Class 40, one-component, cold-applied, non-sagging silicone. .1 Acceptable material: Dow Corning 795.

.6 Sealant Bond Breaker: Open cell foam backer rod sized to suit project requirements.

Cambridge Centre Terminal Aluminum Windows Section 08 44 13 A49/WSP No. 121-20554-06 Page 8 2016-03-03

.7 Flashings: 3 mm (0.125 inches) thick aluminum flashing to profiles indicated.

.8 Liquid Foam Insulation: Single component, moisture cure, low expansion rate spray-in-place polyurethane liquid foam insulation to ULC-S710.1 and in accordance with manufacturer's written recommendations.

.9 Miscellaneous Components: Covers, copings, special flashings, filler pieces, termination pieces, cap closures, expansion joint covers, and metal bellows to match curtain wall system as indicated.

PART 3 - EXECUTION

3.1 Installers

.1 Use only manufacture authorized installers for work of this Section.

3.2 Examintation

.1 Verification of Conditions: Verify that conditions of substrate previously installed under other Sections or Contracts are acceptable for curtain wall installation in accordance with manufacturer's written instructions. .1 Inform Consultant of unacceptable conditions immediately upon discovery. .2 Proceed with installation only after unacceptable conditions have been remedied and after receipt of written approval to proceed from Consultant.

3.3 Installation

.1 Install curtain wall in accordance with manufacturer's written instructions.

.2 Do aluminum welding to CAN/CSA W59.2.

.3 Attach curtain wall assemblies to structure plumb and level, free from warp, and allow for sufficient adjustment to accommodate construction tolerances and other irregularities. .1 Maintain dimensional tolerances and align with adjacent work. .2 Use alignment attachments and shims to permanently fasten elements to building structure. .3 Clean welded surfaces and apply protective primer to field welds and adjacent surfaces.

Cambridge Centre Terminal Aluminum Windows Section 08 44 13 A49/WSP No. 121-20554-06 Page 9 2016-03-03

.4 Install thermal isolation where components penetrate or disrupt building insulation.

.5 Install sill flashings.

.6 Install liquid foam insulation in shim spaces at perimeter of assembly to maintain continuity of thermal barrier.

.7 Install insulating glass units and infill panels in accordance with Section 08 80 50 Glazing and to manufacturer's written instructions.

.8 Install perimeter sealant to method required to achieve performance criteria, backing materials, and installation criteria in accordance with Section 07 92 00 - Joint Sealing.

3.4 Field Quality Control

.1 Field Inspection: Coordinate field inspection in accordance with Section 01 45 00 Quality Control.

.2 Site Installation Tolerances: .1 Variation from plumb: 12 mm per 30 m (0.5 inches per 100 feet) maximum. .2 Misalignment of two adjacent panels or members: 0.8 mm (0.03 inches) maximum. .3 Sealant space between curtain wall and adjacent construction: 13 mm (0.5 inches) maximum.

.3 Manufacturer's Services: .1 Coordinate manufacturer's services with Section 01 45 00 - Quality Control. .2 Schedule manufacturer's review of work procedures at stages listed: .1 Product Application: 1 off site reviews. .2 Installation: 2 site reviews at 50% completion of Work and Upon completion of Work.

.4 Submit manufacturer's written reports to Consultant describing: .1 The scope of work requested. .2 Date, time and location. .3 Procedures performed. .4 Observed or detected non-compliances or inconsistencies with manufacturers' recommended instructions. .5 Limitations or disclaimers regarding the procedures performed. .6 Obtain reports within seven days of review and submit immediately to Consultant.

Cambridge Centre Terminal Aluminum Windows Section 08 44 13 A49/WSP No. 121-20554-06 Page 10 2016-03-03

3.5 Cleaning

.1 .1 Final cleaning: Upon completion, remove surplus materials, rubbish, tools, and equipment.

3.6 Protection

.1 Protect installed products and components from damage during construction.

.2 Repair damage to adjacent materials caused by glazed aluminum curtain wall installation.

END OF SECTION

Cambridge Centre Terminal Door Hardware - General Section 08 71 10 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 RELATED SECTIONS

.1 Section 01 13 10 - General Requirements.

.2 Section 01 61 00 - Common Product Requirements.

.3 Section 01 77 00 - Closeout Submittals.

1.2 REFERENCES

.1 Canadian Steel Door and Frame Manufacturers' Association (CSDFMA). .1 CSDFMA Canadian Metric Guide for Steel Doors and Frames (Modular Construction): standard hardware location dimensions.

.2 Canadian General Standards Board (CGSB). .1 CAN/CGSB-69.18-M90/ANSI/BHMA A156.1-1981, Butts and Hinges. .2 CAN/CGSB-69.19-93/ANSI/BHMA A156.3-1984, Exit Devices. .3 CAN/CGSB-69.20-M90/ANSI/BHMA A156.4-1986, Door Controls (Closers). .4 CAN/CGSB-69.21-M90/ANSI/BHMA A156.5-1984, Auxiliary Locks and Associated Products. .5 CAN/CGSB-69.22-M90/ANSI/BHMA A156.6-1986, Architectural Door Trim. .6 CAN/CGSB-69.24-M90/ANSI/BHMA A156.8-1982, Door Controls - Overhead Holders. .7 CAN/CGSB-69.29-93/ANSI/BHMA A156.13-1987, Mortise Locks and Latches. .8 CAN/CGSB-69.32-M90/ANSI/BHMA A156.16-1981, Auxiliary Hardware. .9 CAN/CGSB-69.34-93/ANSI/BHMA A156.18-1987, Materials and Finishes.

1.3 SUBMITTALS

.1 Product Data: .1 Submit manufacturer's printed product literature, specifications and data sheet in accordance with Section 01 33 00 - Submittal Procedures.

.2 Hardware List: .1 Submit contract hardware list in accordance with Section 01 33 00 - Submittal Procedures. .2 Indicate specified hardware, including make, model, material, function, size, finish and other pertinent information.

Cambridge Centre Terminal Door Hardware - General Section 08 71 10 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.3 Manufacturer's Instructions: .1 Submit manufacturer's installation instructions.

.4 Closeout Submittals .1 Provide operation and maintenance data for door closers, locksets, door holders electrified hardware and fire exit hardware for incorporation into manual specified in Section 01 77 00 - Closeout Submittals.

1.4 QUALITY ASSURANCE

.1 Regulatory Requirements: .1 Hardware for doors in fire separations and exit doors certified by a Canadian Certification Organization accredited by Standards Council of Canada.

.2 Test Reports: certified test reports showing compliance with specified performance characteristics and physical properties.

.3 Certificates: product certificates signed by manufacturer certifying materials comply with specified performance characteristics and criteria and physical requirements.

.4 Pre-installation Meetings: conduct pre-installation meeting to verify project requirements, manufacturer's installation instructions and manufacturer's warranty requirements.

1.5 DELIVERY, STORAGE, AND HANDLING

.1 Packing, Shipping, Handling and Unloading: .1 Deliver, store, handle and protect materials in accordance with Section 01 61 00 - Common Product Requirements. .2 Package each item of hardware including fastenings, separately or in like groups of hardware, label each package as to item definition and location.

.2 Storage and Protection: .1 Store finishing hardware in locked, clean and dry area.

1.6 MAINTENANCE

.1 Extra Materials: .1 Provide maintenance materials in accordance with Section 01 77 00 - Closeout Submittals. .2 Supply two sets of wrenches for door closers, locksets and fire exit hardware.

Cambridge Centre Terminal Door Hardware - General Section 08 71 10 A49/WSP No. 121-20554-06 Page 3 2016-03-03

PART 2 - PRODUCTS

2.1 HARDWARE ITEMS

.1 Use one manufacturer's products only for similar items.

2.2 DOOR HARDWARE

.1 Locks and latches: .1 Mortise locks and latches: to ANSI A156.2 series 4000, grade 1, designed for function and keyed as stated in Hardware Schedule. .2 Lever handles: 14DSeries by Best Stanley. .3 Roses: round. .4 Normal strikes: box type, lip projection not beyond jamb. .5 Electrical strikes: ES5 type by Best .6 Cylinders: key into keying system to fit Best by Stanley keying system. .7 Finished to 626.

.2 Butts and hinges: .1 Butts and hinges: to CAN/CGSB-69.18, designated by letter A and numeral identifiers, followed by size and finish, listed in Hardware Schedule.

.3 Door Closers and Accessories: .1 Door controls (closers): to CAN/CGSB-69.20, designated by letter C and numeral identifiers listed in Hardware Schedule, size in accordance with CAN/CGSB-69.20, table A1, finished to 689.

.4 Architectural door trim: to CAN/CGSB-69.22, designated by letter J and numeral identifiers listed in Hardware Schedule as listed below, finished to . .1 Door protection plates: kick plate type, 200 mm x width of door, 1.27 mm thick stainless steel (or aluminum for entry door) finished to 626 .2 Weatherstriping: by KN Crowder

.5 Door Stops: .1 Provide dome floor or wall stop for every opening listed in schedule. Stops finished to 626.

2.3 FASTENINGS

.1 Use only fasteners provided by manufacturer. Failure to comply may void warranties and applicable licensed labels.

Cambridge Centre Terminal Door Hardware - General Section 08 71 10 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.2 Supply screws, bolts, expansion shields and other fastening devices required for satisfactory installation and operation of hardware.

.3 Exposed fastening devices to match finish of hardware.

.4 Where pull is scheduled on one side of door and push plate on other side, supply fastening devices, and install so pull can be secured through door from reverse side. Install push plate to cover fasteners.

.5 Use fasteners compatible with material through which they pass.

2.4 KEYING

.1 Prepare detailed keying schedule in conjunction with Client and Consultant.

.2 Provide keys in duplicate for every lock in this Contract.

.3 Stamp keying code numbers on keys and cylinders.

PART 3 - EXECUTION

3.1 MANUFACTURER'S INSTRUCTIONS

.1 Compliance: comply with manufacturer's written data, including product technical bulletins, product catalogue installation instructions, product carton installation instructions, and data sheets.

.2 Furnish metal door and frame manufacturers with complete instructions and templates for preparation of their work to receive hardware.

.3 Furnish manufacturers' instructions for proper installation of each hardware component.

3.2 INSTALLATION

.1 Install hardware to standard hardware location dimensions in accordance with Canadian Metric Guide for Steel Doors and Frames (Modular Construction) prepared by Canadian Steel Door and Frame Manufacturers' Association.

.2 Where door stop contacts door pulls, mount stop to strike bottom of pull.

Cambridge Centre Terminal Door Hardware - General Section 08 71 10 A49/WSP No. 121-20554-06 Page 5 2016-03-03

.3 Use only manufacturer's supplied fasteners. Failure to comply may void manufacturer's warranties and applicable licensed labels. Use of "quick" type fasteners, unless specifically supplied by manufacturer, is unacceptable.

3.3 ADJUSTING

.1 Adjust door hardware, operators, closures and controls for optimum, smooth operating condition, safety and for weather tight closure.

.2 Lubricate hardware, operating equipment and other moving parts.

.3 Adjust door hardware to provide tight fit at contact points with frames.

3.4 CLEANING

.1 Perform cleaning after installation to remove construction and accumulated environmental dirt.

.2 Clean hardware with damp rag and approved non-abrasive cleaner, and polish hardware in accordance with manufacture's instructions.

.3 Remove protective material from hardware items where present.

.4 Upon completion of installation, remove surplus materials, rubbish, tools and equipment barriers.

3.5 SCHEDULE

.1 Door 100, .1 3 hinges: A8112, 114 x 101 mm, 626. .2 Passage Set: Function F86 626 .3 Door Stop .4 Kick Plate (interior face only)626 .5 Electric Strike .6 Card Reader .7 Closer

.2 Door 101 .1 3 hinges: A8112, 114 x 101 mm, 626. .2 Passage Set: Function dummy plull 626 .3 push plate .4 Door Stop .5 Kick Plate (interior face only)626

Cambridge Centre Terminal Door Hardware - General Section 08 71 10 A49/WSP No. 121-20554-06 Page 6 2016-03-03

.3 Door 103 .1 3 hinges: A8112, 114 x 101 mm, 626. .2 Storage Set: Function F86 626 .3 Door Stop .4 Kick plate 626 .5 Electric Strike .6 Card Reader

.4 Door 104, 107 .1 3 hinges: A8112, 114 x 101 mm, 626. .2 Storage Set: Function F86 626 .3 Door Stop .4 Kick plate 626

.5 Door 105, 106 .1 3 Hinges: A8812, 114 x101 mm, 626 .2 Door Stop .3 1 Door Closer: C02101 .4 Kick Plate 626 .5 Passage Set: F76 626

END OF SECTION

Cambridge Centre Terminal Glazing Section 08 80 50 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 ASTM International .1 ASTM C 542-05, Standard Specification for Lock-Strip Gaskets. .2 ASTM D 790-07e1, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials. .3 ASTM D 1003-07e1, Standard Test Method for Haze and Luminous Transmittance of Plastics. .4 ASTM D 1929-96(R2001)e1, Standard Test Method for Determining Ignition Temperature of Plastics. .5 ASTM D 2240-05, Standard Test Method for Rubber Property - Durometer Hardness. .6 ASTM E 84-10, Standard Test Method for Surface Burning Characteristics of Building Materials. .7 ASTM E 330-02, Standard Test Method for Structural Performance of Exterior Windows, Doors, Skylights and Curtain Walls by Uniform Static Air Pressure Difference. .8 ASTM F 1233-08, Standard Test Method for Security Glazing Materials and Systems.

.2 Canadian General Standards Board (CGSB) .1 CAN/CGSB-12.1-M90, Tempered or Laminated Safety Glass.

.3 Glass Association of North American (GANA) .1 GANA Glazing Manual - 2008. .2 GANA Laminated Glazing Reference Manual - 2009.

.4 South Coast Air Quality Management District (SCAQMD), California State, Regulation XI. Source Specific Standards .1 SCAQMD Rule 1168-A2005, Adhesives and Sealants Applications.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit in accordance with Section 01 33 00 - Submittal Procedures.

.2 Product Data: .1 Submit manufacturer's instructions, printed product literature and data sheets for glass, sealants, and glazing accessories and include product characteristics, performance criteria, physical size, finish and limitations.

.3 Shop Drawings:

Cambridge Centre Terminal Glazing Section 08 80 50 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.1 Submit drawings stamped and signed by professional engineer registered or licensed in Province of Ontario, Canada.

.4 Samples: .1 Submit for review and acceptance of each unit. .2 Submit duplicate mm size samples of 200mm x 200mm.

.5 Certificates: submit product certificates signed by manufacturer certifying materials comply with specified performance characteristics and criteria and physical requirements.

.6 Test Reports: certified test reports showing compliance with specified performance characteristics and physical properties.

1.3 CLOSEOUT SUBMITTALS

.1 Submit in accordance with Section 01 78 00 - Closeout Submittals.

.2 Operation and Maintenance Data: submit operation and maintenance data for glazing for incorporation into manual.

1.4 QUALITY ASSURANCE

.1 Certificates: product certificates signed by manufacturer certifying materials comply with specified performance characteristics and criteria and physical requirements.

1.5 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with Section 01 61 00 - Common Product Requirements and with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements: .1 Store materials off ground in dry location and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area. .2 Store and protect glazing from nicks, scratches, and blemishes. .3 Replace defective or damaged materials with new.

Cambridge Centre Terminal Glazing Section 08 80 50 A49/WSP No. 121-20554-06 Page 3 2016-03-03

1.6 AMBIENT CONDITIONS

.1 Ambient Requirements: .1 Install glazing when ambient temperature is 10 degrees C minimum. Maintain ventilated environment for 24 hours after application. .2 Maintain minimum ambient temperature before, during and 24 hours after installation of glazing compounds.

PART 2 - PRODUCTS

2.1 MATERIALS

.1 Design Criteria: .1 Size glass to withstand wind loads, dead loads and positive and negative live loads to ASTM E330. .2 Limit glass deflection to 1/200 with full recovery of glazing materials. .3 Vertical panels to be tempered .4 Horizontal roof panels to be tempered and laminated

2.2 ACCESSORIES

.1 Horizontal roof panel mounting brackets: designed and fabricated to mount glazing panels to structural steel supports. Submit drawings stamped and signed by professional engineer registered or licensed in Province of Ontario, Canada.

.2 Vertical Panels: designed and fabricated to have a compressable clamp over glazing and anchor into conrete slab with an adjustable height component.Submit drawings stamped and signed by professional engineer registered or licensed in Province of Ontario, Canada.

PART 3 - EXECUTION

3.1 EXAMINATION

.1 Verification of Conditions: verify conditions of substrates previously installed under other Sections or Contracts are acceptable for glazing installation in accordance with manufacturer's written instructions. .1 Verify that openings for glazing are correctly sized and within tolerance. .2 Visually inspect substrate. .3 Inform Consultant of unacceptable conditions immediately upon discovery.

Cambridge Centre Terminal Glazing Section 08 80 50 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.4 Proceed with installation only after unacceptable conditions have been remedied.

3.2 PREPARATION

.1 Clean contact surfaces with solvent and wipe dry.

.2 Prime surfaces scheduled to receive sealant.

3.3 CLEANING

.1 Progress Cleaning: clean in accordance with Section 01 74 11 - Cleaning. .1 Leave Work area clean at end of each day. .1 Remove traces of primer, caulking. .2 Remove glazing materials from finish surfaces. .3 Remove labels. .4 Clean glass using approved non-abrasive cleaner in accordance with manufacturer's instructions. .2 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment in accordance with Section 01 74 11 - Cleaning.

3.4 PROTECTION

.1 Protect installed products and components from damage during construction.

.2 After installation, mark each light with an "X" by using removable plastic tape or paste. .1 Do not mark heat absorbing or reflective glass units.

.3 Repair damage to adjacent materials caused by glazing installation.

END OF SECTION

Cambridge Centre Terminal Gypsum Board Assemblies Section 09 21 16 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 ASTM International .1 ASTM C473-10, Standard Test Methods for Physical Testing of Gypsum Panel Products. .2 ASTM C475-02(2007)/C475M-02(2007), Standard Specification for Joint Compound and Joint Tape for Finishing Gypsum Board. .3 ASTM C514-04(2009)e1, Standard Specification for Nails for the Application of Gypsum Board. .4 ASTM C840-11, Standard Specification for Application and Finishing of Gypsum Board. .5 ASTM C954-11, Standard Specification for Steel Drill Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Steel Studs From 0.033 in. (0.84 mm) to 0.112 in. (2.84 mm) in Thickness. .6 ASTM C1002-07, Standard Specification for Steel Self-Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs. .7 ASTM C1047-10a, Standard Specification for Accessories for Gypsum Wallboard and Gypsum Veneer Base. .8 ASTM C1280-11, Standard Specification for Application of Gypsum Sheathing. .9 ASTM C1396/C1396M-11, Standard Specification for Gypsum Board. .10 ASTM D2394-05(2011), Standard Test Methods for Simulated Service Testing of Wood and Wood-Base Finish Flooring.

.2 Association of the Wall and Ceilings Industries International (AWCI) .1 AWCI Levels of Gypsum Board Finish-97.

.3 Canadian General Standards Board (CGSB) .1 CAN/CGSB-51.34-M86(R1988), Vapour Barrier, Polyethylene Sheet for Use in Building Construction. .2 CAN/CGSB-71.25-M88, Adhesive, for Bonding Drywall to Wood Framing and Metal Studs.

.4 Underwriters' Laboratories of Canada (ULC) .1 CAN/ULC-S102-10, Standard Method of Test of Surface Burning Characteristics of Building Materials and Assemblies.

.5 American National Standards Institute (ANSI) .1 ANSI A118.9-1992, Test Methods and Specifications for Cementitious Backer Units.

Cambridge Centre Terminal Gypsum Board Assemblies Section 09 21 16 A49/WSP No. 121-20554-06 Page 2 2016-03-03

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Submit in accordance with Section 01 33 00.

.2 Product Data: .1 Submit manufacturer's instructions, printed product literature and data sheets for gypsum board assemblies and include product characteristics, performance criteria, physical size, finish and limitations.

1.3 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with Section 01 61 00 and with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements: .1 Store gypsum board assemblies materials level indoors and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area. .2 Store and protect gypsum board assemblies from nicks, scratches, and blemishes. .3 Protect from weather, elements and damage from construction operations. .4 Handle gypsum boards to prevent damage to edges, ends or surfaces. .5 Replace defective or damaged materials with new.

1.4 AMBIENT CONDITIONS

.1 Maintain temperature 10 degrees C minimum, 21 degrees C maximum for 48 hours prior to and during application of gypsum boards and joint treatment, and for 48 hours minimum after completion of joint treatment.

.2 Apply board and joint treatment to dry, frost free surfaces.

.3 Ventilation: ventilate building spaces as required to remove excess moisture that would prevent drying of joint treatment material immediately after its application.

Cambridge Centre Terminal Gypsum Board Assemblies Section 09 21 16 A49/WSP No. 121-20554-06 Page 3 2016-03-03

PART 2 - PRODUCTS

2.1 MATERIALS

.1 Standard board: to ASTM C1396/C1396M, regular, 13 mm thick, 1200 mm wide x maximum practical length, ends square cut, edges square.

.2 Drywall furring channels: 0.5 mm core thickness galvanized steel channels for screw attachment of gypsum board.

.3 Resilient drywall furring: 0.5 mm base steel thickness galvanized steel for resilient attachment of gypsum board.

.4 Steel drill screws: to ASTM C1002.

.5 Stud adhesive: to CAN/CGSB-71.25.

.6 Laminating compound: as recommended by manufacturer, asbestos-free.

.7 Sealants: in accordance with Section 07 92 00.

.8 Joint compound: to ASTM C475/C475M, asbestos-free.

.9 Joint tape: to ASTM C475/C475M. .1 Paper tape for standard gypsum board.

2.2 FINISHES

.1 Texture finish: asbestos-free standard white texture coating and primer-sealer, recommended by gypsum board manufacturer. .1 Primer: VOC limit 50 g/L maximum to GS-11.

PART 3 - EXECUTION

3.1 EXAMINATION

.1 Verification of Conditions: verify conditions of substrates previously installed under other Sections or Contracts are acceptable for gypsum board assemblies installation in accordance with manufacturer's written instructions. .1 Visually inspect substrate in presence of Departmental Representative. .2 Inform Departmental Representative of unacceptable conditions immediately upon discovery.

Cambridge Centre Terminal Gypsum Board Assemblies Section 09 21 16 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.3 Proceed with installation only after unacceptable conditions have been remedied and after receipt of written approval to proceed from Departmental Representative.

3.2 ERECTION

.1 Do application and finishing of gypsum board to ASTM C840 except where specified otherwise.

.2 Do application of gypsum sheathing to ASTM C1280.

.3 Support light fixtures by providing additional ceiling suspension hangers within 150 mm of each corner and at maximum 600 mm around perimeter of fixture.

.4 Install work level to tolerance of 1:1200.

.5 Frame with furring channels, perimeter of openings for access panels, light fixtures, diffusers, and grilles.

.6 Install 19 x 64 mm furring channels parallel to, and at exact locations of steel stud partition header track.

.7 Furr for gypsum board faced vertical bulkheads within and at termination of ceilings.

.8 Furr above suspended ceilings for gypsum board fire and sound stops and to form plenum areas as indicated.

.9 Install wall furring for gypsum board wall finishes to ASTM C840, except where specified otherwise.

.10 Furr openings and around built-in equipment, cabinets, access panels, on four sides. Extend furring into reveals. Check clearances with equipment suppliers.

.11 Furr duct shafts, beams, columns, pipes and exposed services where indicated.

3.3 APPLICATION

.1 Apply gypsum board after bucks, anchors, blocking, sound attenuation, electrical and mechanical work have been approved.

.2 Apply single layer gypsum board to metal furring or framing using screw fasteners . Maximum spacing of screws 300 mm on centre. .1 Single-Layer Application:

Cambridge Centre Terminal Gypsum Board Assemblies Section 09 21 16 A49/WSP No. 121-20554-06 Page 5 2016-03-03

.1 Apply gypsum board vertically or horizontally, providing sheet lengths that will minimize end joints.

.3 Apply single layer gypsum board to concrete block surfaces, where indicated, using laminating adhesive. .1 Comply with gypsum board manufacturer's recommendations. .2 Brace or fasten gypsum board until fastening adhesive has set. .3 Mechanically fasten gypsum board at top and bottom of each sheet.

.4 Install gypsum board on walls vertically to avoid end-butt joints. At stairwells and similar high walls, install boards horizontally with end joints staggered over studs, except where local codes or fire-rated assemblies require vertical application.

.5 Install gypsum board with face side out.

.6 Do not install damaged or damp boards.

.7 Locate edge or end joints over supports. Stagger vertical joints over different studs on opposite sides of wall.

3.4 INSTALLATION

.1 Erect accessories straight, plumb or level, rigid and at proper plane. Use full length pieces where practical. Make joints tight, accurately aligned and rigidly secured. Mitre and fit corners accurately, free from rough edges. Secure at 150 mm on centre.

.2 Install casing beads where gypsum board butts against surfaces having no trim concealing junction and where indicated. Seal joints with sealant.

.3 Splice corners and intersections together and secure to each member with 3 screws.

.4 Install access doors to electrical and mechanical fixtures specified in respective sections. .1 Rigidly secure frames to furring or framing systems.

.5 Finish face panel joints and internal angles with joint system consisting of joint compound, joint tape and taping compound installed according to manufacturer's directions and feathered out onto panel faces.

.6 Gypsum Board Finish: finish gypsum board walls to following levels in accordance with AWCI Levels of Gypsum Board Finish: .1 Levels of finish:

Cambridge Centre Terminal Gypsum Board Assemblies Section 09 21 16 A49/WSP No. 121-20554-06 Page 6 2016-03-03

.1 Level 5: embed tape for joints and interior angles in joint compound and apply three separate coats of joint compound over joints, angles, fastener heads and accessories; apply a thin skim coat of joint compound to entire surface; surfaces smooth and free of tool marks and ridges.

.7 Finish corner beads, control joints and trim as required with two coats of joint compound and one coat of taping compound, feathered out onto panel faces.

.8 Fill screw head depressions with joint and taping compounds to bring flush with adjacent surface of gypsum board so as to be invisible after surface finish is completed.

.9 Sand lightly to remove burred edges and other imperfections. Avoid sanding adjacent surface of board.

.10 Completed installation to be smooth, level or plumb, free from waves and other defects and ready for surface finish.

.11 Apply one coat of white primer sealer over surface to be textured. When dry apply textured finish in accordance with manufacturer's instructions.

.12 Mix joint compound slightly thinner than for joint taping.

.13 Apply thin coat to entire surface using trowel or drywall broad knife to fill surface texture differences, variations or tool marks.

.14 Allow skim coat to dry completely.

.15 Remove ridges by light sanding or wiping with damp cloth.

3.5 CLEANING

.1 Progress Cleaning: clean in accordance with Section 01 74 11. .1 Leave Work area clean at end of each day. .2 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment in accordance with Section 01 74 11.

3.6 PROTECTION

.1 Protect installed products and components from damage during construction.

.2 Repair damage to adjacent materials caused by gypsum board assemblies installation.

END OF SECTION

Cambridge Centre Terminal Metal Stud Systems Section 09 22 16 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 Related Work

.1 Metal Furring and Resilient Channels: Section 09 21 16

PART 2 - PRODUCTS

2.1 Materials

.1 Non-loadbearing channel stud framing: to ASTM C645-83, stud size as indicated roll formed from 0.91 mm thickness hot dipped galvanized steel sheet, for screw attachment of gypsum board. Knock-out service holes at 460 mm centres.

.2 Floor and ceiling tracks: to ASTM C645-83, in widths to suit stud sizes, 32 mm flange height.

.3 Insulating strip: rubberized, moisture resistant 3 mm thick foam strip, 12 mm wide, with self sticking adhesive on one face, lengths as required.

PART 3 - EXECUTION

3.1 Erection

.1 Align partition tracks at floor and ceiling and secure at 600 mm o.c. maximum.

.2 Place studs vertically at 400mm oc and not more than 50 mm from abutting walls, and at each side of openings and corners. Position studs in tracks at floor and ceiling. Cross brace steel studs as required to provide rigid installation to manufacturer's instructions.

.3 Erect metal studding to tolerance of 1:1000.

.4 Attach studs to track using screw method.

.5 Co-ordinate simultaneous erection of studs with installation of service lines. When erecting studs ensure web openings are aligned.

Cambridge Centre Terminal Metal Stud Systems Section 09 22 16 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.6 Co-ordinate erection of studs with installation of door/window frames and special supports or anchorage for work specified in other Sections.

.7 Provide two studs extending from floor to ceiling at each side of openings wider than stud centres specified. Secure studs together, 50 mm apart using column clips or other approved means of fastening placed alongside frame anchor clips.

.8 Erect track at head of door/window openings and sills of sidelight/window openings to accommodate intermediate studs. Secure track to studs at each end, in accordance with manufacturer's instructions. Install intermediate studs above and below openings in same manner and spacing as wall studs.

.9 Frame openings and around built-in equipment, cabinets, access panels, on four sides. Extend framing into reveals. Check clearances with equipment suppliers.

.10 Provide 40 mm stud or furring channel secured between studs for attachment of fixtures behind lavatory basins, toilet and bathroom accessories, and other fixtures including grab bars and towel rails, attached to steel stud partitions.

.11 Install steel studs or furring channel between studs for attaching electrical and other boxes.

.12 Extend partitions to underside of floor slab or steel deck except where noted otherwise on drawings.

.13 Maintain clearance under beams and structural slabs to avoid transmission of structural loads to studs. Use 50 mm leg ceiling tracks. Use double track slip joint.

.14 Install continuous insulating strips to isolate studs from uninsulated surfaces.

.15 Install insulating strip under studs and tracks around perimeter of sound control partitions.

.16 Provide insulation retention clips to engage and stabilize insulation batts, provide minimum 2 clips per batt.

END OF SECTION Cambridge Centre Terminal Cement Plastering (Stucco) Section 09 24 00 A49/WSP No. 121-20554-06 Page 1 2016-02-12

1 GENERAL

1.2 SUBMITTALS

1. Manufacturer's specifications, details, installation instructions and product data.

2. Manufacturer's standard warranty.

3. Applicator’s list of project references of similar size and complexity.

4. Samples for approval as directed by architect or owner.

1.3 REFERENCES

1. ASTM Standards:

1. B 117 Method of Salt Spray (Fog) testing 2. C 297 Standard Test Method for Flatwise Tensile Strength of Sandwich Constructions 3. C 1177 Specification for Glass Mat Gypsum for Use as Sheathing 4. D 4541 Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers 5. E 84 Test Method for Surface Burning Characteristics of Building Material 6. E 96 Standard Test Methods for Water Vapor Transmission of Materials 7. E 119 Method for Fire Tests of Building Construction and Materials 8. E 228 Test Method for Linear Thermal Expansion of Solid Materials With a Push-Rod Dilatometer 9. E 2178 Standard Test Method for Air Permeance of Building Materials 10. E 2247 Standard Practice for Testing Water Resistance of Coatings in 100% Relative Humidity 11. E 2357 Standard Test Method for Determining Air Leakage of Air Barrier Assemblies 12. E 2430 Specification for Expanded Polystyrene (“EPS”) Thermal Insulation Boards for Use in Exterior Insulation and Finish Systems (“EIFS”) 13. G 153 Practice for Operating Light-Exposure Apparatus (Carbon-Arc Type) With and Without Water for Exposure of Nonmetallic Materials

2. American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRAE)

1. Handbook of Fundamentals

3. International Code Council (ICC) 1. International Building Code 2. ICC-ES AC 59, Acceptance Criteria for Direct-Applied Exterior Finish Systems (DEFS)

1.4 DESIGN REQUIREMENTS

1. L/360 maximum allowable stud deflection. Space studs 16 inches (406 mm) on center maximum. Provide horizontal blocking where needed for continuous support and attachment of cement board perimeter. Provide only kiln dried wood studs.

Cambridge Centre Terminal Cement Plastering (Stucco) Section 09 24 00 A49/WSP No. 121-20554-06 Page 2 2016-02-12

2. Verify conformance of wall assembly wind load resistance with project design pressure requirements.

3. Determine whether a vapor barrier is appropriate in the wall assembly. Refer to 2005 ASHRAE Handbook Fundamentals, Chapter 25. Do not use a vapor barrier on the inside of wall assemblies in hot, humid climates or on an un-insulated exterior in cold climates.

4. Prevent water infiltration into or behind the cement board stucco system (refer to Sto Hotline Nos. 0403-BSc, Critical Detail Checklist for Wall Assemblies, and 0603-BSc, Moisture Control Principles for Design and Construction of Wall Assemblies).

5. Provide expansion joints at floor lines, dissimilar materials, where framing material changes, changes in building height, shape or structural system, and at expansion joints in the framing or building. Provide control joints at intervals of 25 ft (7.6 m) maximum in each direction with length/width ratio not to exceed 2-1/2:1. Maximum allowable area without a control joint is 625 ft2 (58 m2). When using dark color finishes (lightness value less than 50) the allowable control joint interval/area is reduced to 16 ft/256 ft2 (4.68 m/23.5 m2).

6. Select colors with a lightness value of 30 or more. Refer to Sto Color Chart.

7. When adding foam trim features use foam plastic in compliance with the applicable code. Refer to IBC Chapter 26 and Sto ICC ES Evaluation Report No 1720. Reinforce all foam trim with base coat and reinforcing mesh. Comply with thickness and slope limitations for foam trim. Refer to Sto Details.

8. Use only on Type V (combustible) construction unless approved for other Types by the building official. Where fire rated wall construction is required, start with an existing hourly rated assembly, and verify retention of hourly rating through analysis.

9. Not intended for use below grade. Maintain minimum 4 inches (102mm) above earth grade and 2 inches (51mm) above pavement. Increase distance above grade for snow regions.

10. Do not use as a parapet coping or for other non-vertical weather exposed surfaces.

1.6 QUALITY ASSURANCE

1. Finish System manufacturer requirements

1. System manufacturer for a minimum of twenty five (25) years. 2. Manufacturing facilities: ISO 9001:2008 Certified Quality System. 3. Manufacturing facilities: ISO 14001:2004 Certified Environmental Management System

2. Contractor requirements

1. Licensed, insured and engaged in application of portland cement stucco, EIFS or DEFS for a minimum of three (3) years. 2. Knowledgeable in the proper use and handling of Sto materials, and possessing a certificate of completion of the Sto on-line applicator test. Cambridge Centre Terminal Cement Plastering (Stucco) Section 09 24 00 A49/WSP No. 121-20554-06 Page 3 2016-02-12

3. Employ skilled mechanics who are experienced and knowledgeable in EIFS, DEFS or portland cement stucco application and familiar with the requirements of the specified work. 4. Successful completion of minimum of three (3) projects of similar size and complexity to the specified project. 5. Provide the proper equipment, manpower and supervision on the job site to install the system in compliance with Sto's published specifications and details and the project plans and specifications.

3. Inspections

1. Provide independent third party inspection where required by code or contract documents. 2. Conduct inspections in accordance with code requirements and contract documents.

1.7 DELIVERY, STORAGE AND HANDLING

1. Deliver all materials in their original sealed containers bearing manufacturer's name and identification of product.

2. Protect coatings from freezing and temperatures in excess of 90F (32 C). Store away from direct sunlight.

3. Protect portland cement based materials ( products) from moisture and humidity. Store under cover and off the ground in a dry location.

4. Store cement board materials inside and protected from damage by the elements. Protect ends, edges, and faces of cement boards from damage.

1.8 PROJECT/SITE CONDITIONS

1. Maintain ambient and surface temperatures above 40F (4C) during application and for 24 hours after set of base coat and finish materials.

2. Provide supplementary heat for installation in temperatures less than 40F (4C) such that temperatures are maintained as in 1.08A. Prevent concentration of heat on the uncured waterproof air barrier, base coat and finish coat and vent fumes and other products of combustion to the outside to prevent contact with the waterproof air barrier, base coat and finish coat

3. Provide protection of surrounding areas and adjacent surfaces from application of materials.

1.9 WARRANTY

1. Provide manufacturer's standard warranty.

PART 2 PRODUCTS

2.1 MANUFACTURERS Cambridge Centre Terminal Cement Plastering (Stucco) Section 09 24 00 A49/WSP No. 121-20554-06 Page 4 2016-02-12

1. Stucco: Dryvit Systems Canada

2. Substrate Backing: Georgia-Pacific Gypsum

2.2 SHEATHINGS

1. Exterior Gypsum Soffit Board: ASTM C 1396/C 1396M, with manufacturer's standard edges.

2. Basis-of-Design Product: Subject to compliance with requirements, provide Georgia- Pacific Gypsum ‘Denglas Gold”

3. Core: 12.7mm, regular type

2.3 MECHANICAL FASTENERS

1. Appropriate non-corroding fasteners, depending on the type framing or substrate:

1. Steel Framing—minimum # 8 Type S-12 wafer head fully threaded corrosion resistant screws with minimum 3/8 inch (10 mm) penetration into studs.

2.4 BASE COAT

1. Cementitious Base Coat

1. Acrylic-modified, fibre-reinforced adhesive, base, texture and leveling coat: Genesis – Dsc417 by Dryvit

2.5 REINFORCING MESHES

1. Standard Mesh:

1. A 570 g (20-oz) mesh recommended for all ground floor and high traffic area applications: Panzer 20 – DSC413 by Dryvit

2.6 PRIMER

1. Acrylic-based primer with Sand: Dsc477 by dryvit

2.7 FINISH COAT

1. Aggregate textured 100% acrylic-based Dirt Pickup Resistance Finishes: DPR Finishes – DSC416 by Dryvit

2.8 ACCESSORIES Cambridge Centre Terminal Cement Plastering (Stucco) Section 09 24 00 A49/WSP No. 121-20554-06 Page 5 2016-02-12

1. Starter Track i DRIP TRAC®, a rigid PVC (polyvinyl chloride) plastic track with built-in flashing drip edge, Part No. iDT-58 as furnished by Plastic Components, Inc.

2. Surface Mounted “J” or “L” Bead a rigid PVC (polyvinyl chloride) surface mounted “J” or “L” shaped bead for terminations, openings, etc, Part Nos. 2201-50 or 2221-50 as furnished by Plastic Components, Inc.

3. Casing BeadCB Casing Bead, a rigid PVC (polyvinyl chloride) plastic accessory for sheathing termination points Part No. CB-58-16 as furnished by Plastic Components, Inc.

4. Corner BeadCorner Bead, a rigid PVC (polyvinyl chloride) plastic accessory for smooth transitions at exterior corners, Part No. 2209 as furnished by Plastic Components, Inc.

5. Control JointControl Joint, a rigid PVC (polyvinyl chloride) plastic accessory for designed control joints, Part No. PL093 as furnished by Plastic Components, Inc.

2.9 JOB MIXED INGREDIENTS

1. Water—clean and potable.

PART 3 EXECUTION

3.1 ACCEPTABLE INSTALLERS

1. Pre-qualify under Quality Assurance requirements of this specification.

3.2 Sheathing Installation

1. Comply with applicable code for installation of gypsum-based sheathings.

3.3 EXAMINATION

1. Inspect framed assembly for:

1. Attachment and installation of sheathing in compliance with the applicable code. 2. Damage or deterioration of sheathing. 3. Presence of flashing at decks, sills, roof/wall intersections and other areas requiring flashing. 4. Straightness and trueness of wall assembly to receive the waterproof air barrier and cement board stucco system.

2. Report deviations from the requirements of project specifications or other conditions that might adversely affect the waterproofing/air barrier and cement board stucco installation to the General Contractor.

3.4 INSTALLATION OF STUCCO ASSEMBLY

1. Base Installation: 1. For application over sheathing substrates use a stainless steel notched- trowel, with notches measuring 12.7 mm (1/2 in) wide, 12.7 mm (1/2 in) deep spaced 51 mm (2 in) apart. Apply the Genesis mixture on the back side of the board and scrape the excess adhesive from between the adhesive beads. The adhesive beads shall be Cambridge Centre Terminal Cement Plastering (Stucco) Section 09 24 00 A49/WSP No. 121-20554-06 Page 6 2016-02-12

applied so that they run vertically when the board is placed on the wall. CAUTION: Do not install the Genesis mixture directly on the substrate. Immediately, place the insulation board on the substrate, ensuring that no Genesis mixture gets into board joints. Do not allow the Genesis mixture to form a skin before positioning the insulation board on the substrate as it will affect the bond strength. The applications shall be installed in accordance with Dryvit’s recommendations.

2. Reinforcing Mesh: 1. Fully embed the reinforcing fabric in the wet base coat troweling from the center to the edge of the reinforcing fabric so as to avoid wrinkles. The reinforcing fabric shall be continuous at all corners and lapped or butted in accordance with Dryvit’s recommendations. The overall minimum base coat thickness shall be sufficient to fully embed the mesh. The recommended method is to apply the base coat in two applications. The applications shall be installed in accordance with Dryvit’s recommendations. When using Panzer 15 or 20 Mesh, apply the Dryvit base coat mixture to the entire surface of the board at a uniform thickness not to exceed 3.2 mm (1/8"). Immediately embed the Panzer Mesh into the wet mixture working from the center to the edges until the mesh is fully covered and not visible. Edges of adjacent Panzer Mesh pieces shall be tightly butted but not overlapped. After it cures (minimum 24 hours), examine for projections and correct them as necessary to produce a flat surface.

3. Primer with Sand: 1. A roller is recommended for application of Primer with Sand. Sufficient material should be used to uniformly coat the substrate without runs or buildup of material. Maintain a wet edge and work to a logical wall break to minimize lap marks. Backroll the wet application immediately with all strokes downward. Product may also be applied over small areas using a brush. Brush application is difficult to apply uniformly on large areas. Spray application must be done with air assisted airless or other type of spray equipment that will not be damaged by the fine sand content.

4. Finish Coat: 1. Using a stainless steel trowel, apply and level a coat of Quarzputz or Sandblast to a uniform thickness (Quarzputz- no thicker than largest aggregate; Sandblast - applied in a thickness of 1.2 mm (3/64") – approximately 1 1/2 times largest aggregate. The textures are achieved by uniform hand motion and/or type of tool used. Maintain wet edge for uniformity of color and texture. For Sandpebble or Sandpebble Fine, roughly apply an even coat of finish to a thickness slightly thicker than the largest aggregate size. Then pull across the rough application coat using a horizontal trowel motion and develop a uniform thickness no greater than the largest aggregate of the material. Using a stainless steel trowel, install a coat of the Freestyle slightly thicker than 1.6 mm (1/16"). The texture is either pulled out of this base or the texture may be achieved by adding more Freestyle finish to the base coat using the sametexturing motions that are used with other plaster materials,such as a skip trowel finish. The thickness of any Freestyle finish texture shall not exceed 6.4 mm (1/4").

3.5 PROTECTION

A. Provide protection of installed materials from water infiltration into or behind them.

B. Provide protection of installed materials from dust, dirt, precipitation, freezing and continuous high humidity until they are fully dry.

Cambridge Centre Terminal Porcelain Tiling Section 09 30 13 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 RELATED REQUIREMENTS

.1 Section.

1.2 REFERENCES

.1 American National Standards Institute (ANSI)/Ceramic Tile Institute (CTI) .1 ANSI A108.1-99, Specification for the Installation of Ceramic Tile (Includes ANSI A108.1A-C, 108.4-.13, A118.1-.10, ANSI A136.1). .2 CTI A118.3-92, Specification for Chemical Resistant, Water Cleanable Tile Setting and Grouting Epoxy and Water Cleanable Tile Setting Epoxy Adhesive (included in ANSI A108.1). .3 CTI A118.4-92, Specification for Latex Cement Mortar (included in ANSI A108.1). .4 CTI A118.5-92, Specification for Chemical Resistant Furan Resin Mortars and Grouts for Tile Installation (included in ANSI A108.1). .5 CTI A118.6-92, Specification for Ceramic Tile Grouts (included in ANSI A108.1).

.2 American Society for Testing and Materials International (ASTM) .1 ASTM C 144-04, Specification for Aggregate for Masonry Mortar. .2 ASTM C 207-06, Specification for Hydrated Lime for Masonry Purposes. .3 ASTM C 847-06, Specification for Metal Lath. .4 ASTM C 979-05, Specification for Pigments for Integrally Coloured Concrete.

.3 Canadian General Standards Board (CGSB) .1 CAN/CGSB-51.34-M86(R1988), Vapour Barrier, Polyethylene Sheet for Use in Building Construction. .2 CGSB 71-GP-22M-78(AMEND.), Adhesive, Organic, for Installation of Ceramic Wall Tile. .3 CAN/CGSB-75.1-M88, Tile, Ceramic. .4 CAN/CGSB-25.20-95, Surface Sealer for Floors.

.4 Canadian Standards Association (CSA International) .1 CSA A123.3-05, Asphalt Saturated Organic Roofing Felt. .2 CAN/CSA-A3000-03(R2006), Cementitious Materials Compendium (Consists of A3001, A3002, A3003, A3004 and A3005).

.5 South Coast Air Quality Management District (SCAQMD), California State .1 SCAQMD Rule 1168-05, Adhesives and Sealants Applications.

Cambridge Centre Terminal Porcelain Tiling Section 09 30 13 A49/WSP No. 121-20554-06 Page 2 2016-03-03

1.3 ACTION AND INFORMATIONAL SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

.2 Provide product data in accordance with Section 01 33 00 - Submittal Procedures. .1 Include manufacturer's information on: .1 Ceramic tile, marked to show each type, size, and shape required. .2 Chemical resistant mortar and grout (Epoxy and Furan). .3 Cementitious backer unit. .4 Dry-set cement mortar and grout. .5 Divider strip. .6 Elastomeric membrane and bond coat. .7 Reinforcing tape. .8 Levelling compound. .9 Latex cement mortar and grout. .10 Commercial cement grout. .11 Organic adhesive. .12 Slip resistant tile. .13 Waterproofing isolation membrane. .14 Fasteners.

.3 Provide samples in accordance with Section 01 33 00 - Submittal Procedures. .1 Base tile: submit duplicate, 300 x 300 mm sample panels of each colour, texture, size, and pattern of tile. .2 Floor tile: submit duplicate, 300 x 300 mm sample panels of each colour, texture, size, and pattern of tile. .3 Trim shapes, bullnose cap and cove including bullnose cap and base pieces at internal and external corners of vertical surfaces, each type, colour, and size.

1.4 QUALITY ASSURANCE

.1 Quality Assurance Submittals: .1 Manufacturer's Instructions: manufacturer's installation instructions. .2 Manufacturer's Field Reports: manufacturer's field reports specified.

1.5 DELIVERY, STORAGE AND HANDLING

.1 Packing, shipping, handling and unloading: .1 Deliver, store and handle materials in accordance with Section 01 61 00 - Common Product Requirements.

Cambridge Centre Terminal Porcelain Tiling Section 09 30 13 A49/WSP No. 121-20554-06 Page 3 2016-03-03

1.6 AMBIENT CONDITIONS

.1 Maintain air temperature and structural base temperature at ceramic tile installation area above 12 degrees C for 48 hours before, during, and 48 hours after, installation.

.2 Do not install tiles at temperatures less than 12 degrees C or above 38 degrees C.

.3 Do not apply epoxy mortar and grouts at temperatures below 15 degrees C or above 25 degrees C.

PART 2 - PRODUCTS

2.1 FLOOR TILE - TYPE T1

.1 Porcelain tile: to CAN/CGSB-75.1 ANSI A118.4, Type, Class MR (02 -3.0%),300 x 600 mm size, edges, smooth slip resistant surface, pattern, colour as selected by Consultant. Matching coved square base, 600 x 100 mm high. .1 Porcelain Regal Series, supplied by Olympia Tile & Stone, Dark Grey: NY.RG.DGR.1224.FL 305 x 610 mm

2.2 BASE TILE

.1 Base: coved; type, size, colour and texture to match adjacent flooring material. .1 Recycled Content: % post-consumer content, % pre-consumer content.. 2 100mm high

2.3 MORTAR AND ADHESIVE MATERIALS

.1 Cement: to CSA-A5, type 10.

.2 Sand: to ASTM C 144, passing 16 mesh.

.3 Hydrated lime: to ASTM C 207, Type N NA S SA.

.4 Latex additive: formulated for use in cement mortar and thin set bond coat.

.5 Water: potable and free of minerals and chemicals which are detrimental to mortar and grout mixes.

Cambridge Centre Terminal Porcelain Tiling Section 09 30 13 A49/WSP No. 121-20554-06 Page 4 2016-03-03

2.4 BOND COAT

.1 Dry set cement mortar: to ANSI A108.1.

.2 Organic adhesive: to CGSB 71-GP-22M, Type 1.

.3 Latex Cement mortar: to ANSI A108.1, two-component universal dry-set mortar.

.4 Epoxy bond coat: non-toxic, non-flammable, non-hazardous during storage, mixing, application, and when cured. To produce shock and chemical resistant mortars having the following physical characteristics: .1 Compressive Strength: 246 kg/cm2. .2 Bond Strength: 53 kg/cm2. .3 Water Absorption: 4.0% Max. .4 Ozone Resistance, 200 hours @ 200 ppm: no loss of strength. .5 Smoke Contribution Factor: 0. .6 Flame Contribution Factor: 0. .7 Finished mortar and grout to be resistant to urine, dilute acid, dilute alkali, sugar, brine and food waste products, petroleum distillates, oil and aromatic solvents.

.5 Chemical-Resistant Bond Coat: .1 Epoxy Resin Type: CTI A118.3. .2 Furan Resin Type: CTI A118.5.

2.5 GROUT

.1 Colouring Pigments: .1 Pure mineral pigments, limeproof and nonfading, complying with ASTM C 979. .2 Colouring pigments to be added to grout by manufacturer. .3 Job coloured grout are not acceptable. .4 Use in Commercial Cement Grout, Dry-Set Grout, and Latex Cement Grout.

.2 Cement Grout: to ANSI A108.1. .1 Use one part white cement to one part white sand passing a number 30 screen.

.3 Commercial Cement Grout: to CTI A118.6.

.4 Dry-Set Grout: to CTI A118.6.

.5 Latex Cement Grout: to ANSI A108.1, fast curing, high early strength, polymer-modified, stain resistant, sanded mix for floors, unsanded mix for walls and floors with polished tiles commercial tile grout.

Cambridge Centre Terminal Porcelain Tiling Section 09 30 13 A49/WSP No. 121-20554-06 Page 5 2016-03-03

.6 Chemical-Resistant Grout: .1 Epoxy grout: to ANSI A108.1, having quality, colour and characteristics to match epoxy bond coat. Adhesive and grout by same manufacturer. .2 Furan grout: to CTI A118.5.

2.6 ACCESSORIES

.1 Reinforcing mesh: 50 x 50 x 1.6 x 1.6 mm galvanized steel wire mesh, welded fabric design, in flat sheets.

.2 Divider strips: .1 Laminated strips, core 32 x 3 mm black neoprene, outsides (both sides) brass 32 x 1.29 mm complete with anchors, both sides spaced at 150 mm on centre.

.3 Transition Strips: purpose made metal extrusion; stainless steel type. .1 Schluter Ramp at mechanical room .2 Schluter Reno-U at IT closet

.4 Prefabricated Movement Joints: purpose made, having a Shore A Hardness not less than 60 and elasticity of plus or minus 40 percent when used in accordance to TTMAC Detail 301EJ.

.5 Sealant: in accordance with Section 07 92 00 - Joint Sealants. .1 Sealants: maximum VOC limit 250 g/L to SCAQMD Rule 1168.

.6 Floor sealer and protective coating: to tile and grout manufacturers recommendations.

2.7 MIXES

.1 Cement: .1 Scratch coat: 1 part cement, 1/5 to 1/2 parts hydrated lime to suit job conditions, 4 parts sand, 1 part water, and latex additive where required. Adjust water volume depending on water content of sand. .2 Slurry bond coat: cement and water mixed to creamy paste. Latex additive may be included. .3 Mortar bed for floors: 1 part cement, 4 parts sand, 1 part water. Adjust water volume depending on water content of sand. Latex additive may be included. .4 Mortar bed for walls and ceilings: 1 part cement, 1/5 to 1/2 parts hydrated lime to suit job conditions, 4 parts sand and 1 part water. Adjust water volume depending on water content of sand. Latex additive may be included. .5 Levelling coat: 1 part cement, 4 parts sand, minimum 1/10 part latex additive, 1 part water including latex additive.

Cambridge Centre Terminal Porcelain Tiling Section 09 30 13 A49/WSP No. 121-20554-06 Page 6 2016-03-03

.6 Bond or setting coat: 1 part cement, 1/3 part hydrated lime, 1 part water. .7 Measure mortar ingredients by volume.

.2 Dry set mortar: mix to manufacturer's instructions.

.3 Mix bond and levelling coats, and grout to manufacturer's instructions.

.4 Adjust water volumes to suit water content of sand.

2.8 PATCHING AND LEVELLING COMPOUND

.1 Cement base, acrylic polymer compound, manufactured specifically for resurfacing and leveling concrete floors. Products containing gypsum are not acceptable.

.2 Have not less than the following physical properties: .1 Compressive strength - 25 MPa. .2 Tensile strength - 7 MPa. .3 Flexural strength - 7 MPa. .4 Density - 1.9.

.3 Capable of being applied in layers up to 50 mm thick, being brought to feather edge, and being trowelled to smooth finish.

.4 Ready for use in 48 hours after application.

2.9 CLEANING COMPOUNDS

.1 Specifically designed for cleaning masonry and concrete and which will not prevent bond of subsequent tile setting materials including patching and leveling compounds and elastomeric waterproofing membrane and coat.

.2 Materials containing acid or caustic material are not acceptable.

PART 3 - EXECUTION

3.1 MANUFACTURER'S INSTRUCTIONS

.1 Compliance: comply with manufacturer's written recommendations or specifications, including product technical bulletins, handling, storage and installation instructions, and datasheets.

Cambridge Centre Terminal Porcelain Tiling Section 09 30 13 A49/WSP No. 121-20554-06 Page 7 2016-03-03

3.2 WORKMANSHIP

.1 Do tile work in accordance with TTMAC Tile Installation Manual 2006/2007, "Ceramic Tile", except where specified otherwise.

.2 Apply tile or backing coats to clean and sound surfaces.

.3 Fit tile around corners, fitments, fixtures, drains and other built-in objects. Maintain uniform joint appearance. Cut edges smooth and even. Do not split tiles.

.4 Maximum surface tolerance 1:800.

.5 Make joints between tile uniform and approximately 1.5 mm wide, plumb, straight, true, even and flush with adjacent tile. Ensure sheet layout not visible after installation. Align patterns.

.6 Lay out tiles so perimeter tiles are minimum 1/2 size.

.7 Sound tiles after setting and replace hollow-sounding units to obtain full bond.

.8 Make internal angles square, external angles rounded.

.9 Use round bullnose edged tiles at termination of wall tile panels, except where panel abuts projecting surface or differing plane.

.10 Install divider strips at junction of tile flooring and dissimilar materials.

.11 Allow minimum 24 hours after installation of tiles, before grouting.

.12 Clean installed tile surfaces after installation and grouting cured.

3.3 FLOOR TILE

.1 Install in accordance with TTMAC details.

3.4 BASE TILE

.1 Install in accordance with TTMAC details.

3.5 FLOOR SEALER AND PROTECTIVE COATING

.1 Apply in accordance with manufacturer's instructions.

Cambridge Centre Terminal Porcelain Tiling Section 09 30 13 A49/WSP No. 121-20554-06 Page 8 2016-03-03

3.6 FIELD QUALITY CONTROL

.1 Manufacturer's Field Services: .1 Provide manufacturer's field services consisting of product use recommendations and periodic site visits for inspection of product installation in accordance with manufacturer's instructions.

3.7 CLEANING

.1 Proceed in accordance with Section 01 74 11 - Cleaning.

END OF SECTION Cambridge Centre Terminal Platform Edge Section 09 61 40 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 Summary

.1 This Section includes requirements for installation of platform edge tile and supply and installation of all required accessories for a complete platform edge system.

.2 Platform edge tile and stainless steel levelling screws and fasteners shall be free issue. Handling, storage and installation of platform edge tile and supply & installation accessories as indicated shall be the responsibility of the Contractor.

1.2 Related Documents

.1 Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.3 Quality Control

.1 Perform work in accordance with the approved Quality Assurance Management System. Refer to Section 01 40 00 Quality Requirements. Procedures, personnel, products, methods, and submittals noted in this section shall be considered a minimum requirement of that plan. Provide additional submittals, checklists, procedures and methods may be required to meet requirements of the Contract and fulfill obligations of the Quality Assurance Management System

1.4 Related Sections

.1 03 30 00 Cast-in-Place Concrete.

.2 05 50 00 Metal Fabrications.

.3 07 92 00 Joint Sealants (Sealants for platform edge tile are specified in this Section 09 61 40)

.4 09 30 00 Tiling.

1.5 References

.1 Governing codes and standards shall be the latest revision and include the following:

.1 ASTM B117, Standard Practice for Operating Salt Spray (Fog) Apparatus.

.2 ASTM C501, Standard Test Method for Relative Resistance to Wear of Unglazed Ceramic Tile by the Taber Abraser.

.3 ASTM C1028, Standard Test Method for Determining the Static Coefficient of Friction of Ceramic Tile and Other like Surfaces by the Horizontal Dynamometer Pull-Meter Method.

.4 ASTM D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical Reagents.

.5 ASTM D570, Standard Test Method for Water Absorption of Plastics.

.6 ASTM D638, Standard Test Method for Tensile Properties of Plastics.

.7 ASTM D695, Standard Test Method for Compressive Properties of Rigid Plastics.

.8 ASTM D790, Standard Test Methods for Flexural Properties of Unreinforced and Reinforced Plastics and Electrical Insulating Materials.

Cambridge Centre Terminal Platform Edge Section 09 61 40 A49/WSP No. 121-20554-06 Page 2 2016-03-03 .9 ASTM E84, Standard Test Method for Surface Burning Characteristics of Building Materials.

1.6 Quality Assurance

.1 Installer Qualifications: Installer to be qualified for installation and has successfully completed installations similar in material, design, and extent to that indicated for Project.

.2 Pre-Installation Conference: Two weeks prior to start of installation, convene pre-installation conference. Attendees shall include tile manufacturer’s representative, Consultant and representative of subcontractor for each related Section. Review the following: 1. Requirements for concrete substrate.

2. Location of control Joints.

3. Alignment of platform tile joints with ceramic tile joints.

1.7 Delivery, Storage And Handling

.1 Unload platform edge tile and check for damage. Contractor to advise Consultant in writing within 24 hours of receipt of tile of any damaged platform edge tiles.

1.8 Site Conditions

.1 Environmental Conditions and Protection: Maintain minimum temperature of 4°F in spaces to receive platform edge tiles for at least 24 hours prior to installation, during installation, and for not less than 24 hours after installation.

PART 2 - PRODUCTS

2.1 Platform Edge Tile

.1 Acces-Tile manufactured by Kinesik Engineered Products. or equivalent

2.2 Accessories

.1 Platform Edge Angle and Fasteners: 150 x 90 x 10 x 2480 continuous galvanized steel angle c/w slotted holes and galvanized M20 bolts, nuts, and plate washers.

.2 Floor Finish Termination Angle: 75 (varies dependent on depth of mortar bed) x 50 x 3 x 2480 continuous galvanized angle as protection for anti-fracture membrane under edge tile adjustable set screw.

.3 Sealants: Ensure that sealant is compatible with substrates. Use closed cell foam backer rod.

1. Between Platform Edge Tiles: Polyurethane elastomeric sealant. a. Acceptable Product: Sika SikaFlex 2C NS/SL. 2. Between Platform Edge Tile and Platform Edge Angle: Hybrid epoxy/urethane sealant. a. Acceptable Product: Hilti CS 300 EP. .4 Neoprene Membrane Gasket: 3mm x 75mm Neo 60, continuous closed cell peel and stick neoprene gasket to top of platform edge angle available from BC Rubber Supply. Tel: 604-513- 1661.

.5 Washers: Provide manufacturer recommended washers and other accessories for a complete installation.

PART 3 - EXECUTION

Cambridge Centre Terminal Platform Edge Section 09 61 40 A49/WSP No. 121-20554-06 Page 3 2016-03-03 3.1 Examination

.1 Examine areas to receive platform edge with Installer present. Correct unsatisfactory conditions. Start of work indicates acceptance of conditions.

3.2 Preparation

.1 During tile installation procedures, ensure adequate safety guidelines are in place in accordance with the applicable industry and government standards.

.2 Prior to placement of the platform edge tiles, review Manufacturer’s recommended instructions and Contract Drawings. Refer discrepancies to Consultant.

3.3 Installation – Platform Edge Tile

.1 Install platform edge tiles in accordance with manufacture’s recommended instructions, installation procedures and reviewed Shop Drawings.

.2 Install platform edge angle and adjust height. Note: edge angle must be cut at platform ends to allow for tapered tiles.

.3 Install neoprene gasket on platform edge angle and cut holes for bolts. .4 Install floor finish termination angle. .5 Place and adjust platform edge tiles using stainless steel levelling screws and stainless steel fasteners.

.6 Use an electronic level to check that required slope is achieved and that tiles are positioned within allowable tolerances. Installed platform edge tiles must be true and square to platform edge in accordance with Contract Drawings.

.7 Contractor to provide written confirmation that platform edge tile have been installed in compliance with specified tolerances. 1. Vertical Tolerance: 1135mm (-5, +0) to top of rail

2. Horizontal Tolerance: 1550mm (+5, -0) to centreline of rail

3.4 Installation – Sealant

.1 Refer to Section 07 92 00 Joint Sealants for general instructions for sealant installation requirements.

.2 Mechanically etch area of the tile to be sealed. Abrade the three non-exposed edges of tile with emery cloth recommended by tile manufacturer.

.3 Clean perimeter of tile and adjacent surfaces with acetone immediately prior to installation of sealant.

.4 Place closed-cell expanded polyethylene foam in joints between tiles and at leading edge of joint.

.5 Mask edges of platform edge tile and concrete leaving a 12 mm (1/2inch) gap back from tile’s perimeter edge.

.6 Apply polyurethane elastomeric sealant ½ inches deep minimum, in between tiles and at front face of tile.

.7 Using a plastic applicator or spatula, smooth out sealant in a cove profile between tiles and adjacent concrete.

.8 Carefully remove masking tape immediately after tooling the perimeter sealant.

Cambridge Centre Terminal Platform Edge Section 09 61 40 A49/WSP No. 121-20554-06 Page 4 2016-03-03

. 9 Clean tile as per manufacturer’s recommendations.

3.5 Cleaning, Protecting And Maintenance

.1 Protect tiles against damage during construction period.

.2 Protect tiles against damage from rolling loads following installation by covering with plywood.

.3 Perform final cleaning of platform edge tiles not more than four days prior to date scheduled for inspection intended to establish date of Substantial Performance in each area of Project.

.4 Clean platform edge tile surfaces using method specified by platform edge tile manufacturer.

END OF SECTION

Cambridge Centre Terminal Resilient Tile Flooring Section 09 65 16 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 Related Sections

.1 Section 01 33 00 - Submittal Procedures.

1.2 References

.1 American Society for Testing and Materials (ASTM International) .1 ASTM F 1303-99, Specification for Sheet Vinyl Floor Covering with Backing.

.2 Canadian Standards Association (CSA International) .1 CAN/CSA-ISO 14040-97, Environmental Management - Life Cycle Assessment - Principles and Framework (Adopted ISO 14040:1997, first edition).

1.3 Samples

.1 Submit samples in accordance with Section 01 33 00 - Submittal Procedure.

.2 Submit duplicate 300 x 300 mm sample pieces of sheet material and 300 mm long base.

1.4 Closeout Submittals

.1 Provide maintenance data for resilient flooring for incorporation into manual specified in Section 01 77 00 - Closeout Submittals.

1.5 Extra Materials

.1 Provide extra materials of resilient sheet flooring and adhesives in accordance with Section 01 77 00 - Closeout Submittals.

.2 Provide 50 ft2 of each colour, pattern and type flooring material required for project for maintenance use.

.3 Extra materials to be in one piece and from same production run as installed materials.

.4 Clearly identify each roll of sheet flooring and each of adhesive.

Cambridge Centre Terminal Resilient Tile Flooring Section 09 65 16 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.5 Deliver to Consultant, upon completion of the work of this section.

.6 Store where directed by Consultant.

1.6 Environmental Requirements

.1 Maintain air temperature and structural base temperature at flooring installation area above 20° for 48 hours before, during and 48 hours after installation.

PART 2 - PRODUCTS

2.1 Materials - VCT1

.1 Vinyl Compostition Tile: to ASTM F 1066, Class: 2 - through pattern tile, wearing surface smooth, 305 by 305 by 3.2 mm thick. Colour: selected by Consultant .1 Acceptable product: Armstrong World Industries: Static Dissipative Tile - Excelon 51951 armor gray, or approved alternative.

.2 Resilient base: continuous, top set, complete with premoulded end stops and external corners: .1 Type: vinyl. .2 Style: cove. .3 Thickness: 2.03 mm. .4 Height: 101.6 mm. .5 Lengths: cut lengths minimum 2400 mm. .6 Colour: selected by Consultant.

.3 Primers and adhesives: of types recommended by resilient flooring manufacturer for specific material on applicable substrate, above, on or below grade.

.4 Sub-floor filler and leveller: white premix latex requiring water only to produce cementitious paste as recommended by flooring manufacturer for use with their product.

.5 Metal edge strips: .1 Aluminum extruded, smooth, polished stainless steel with lip to extend under floor finish, shoulder flush with top of adjacent floor finish.

.6 External corner protectors: stainless steel, type recommended by flooring manufacturer.

.7 Edging to floor penetrations: stainless steel, type recommended by flooring manufacturer.

Cambridge Centre Terminal Resilient Tile Flooring Section 09 65 16 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.8 Sealer and wax: type recommended by resilient flooring material manufacturer for material type and location.

PART 3 - EXECUTION

3.1 Site Verification of Conditions

.1 Ensure concrete floors are clean and dry by using test methods recommended by flooring manufacturer.

3.2 Preparation

.1 Remove sub-floor ridges and bumps. Fill low spots, cracks, joints, holes and other defects with sub-floor filler.

.2 Clean floor and apply filler; trowel and float to leave smooth, flat hard surface. Prohibit traffic until filler cured and dry.

.3 Remove or treat old adhesives to prevent residual, old flooring adhesives from bleeding through to new flooring and/or interfering with the bonding of new adhesives.

.4 Seal concrete slab to resilient flooring manufacturer's printed instructions.

3.3 Application: Flooring

.1 Provide a high ventilation rate, with maximum outside air, during installation, and for 48 hours after installation. If possible, vent directly to the outside. Do not let contaminated air recirculate through a district or whole building air distribution system. Maintain extra ventilation for at least one month following building occupation.

.2 To minimize emissions from adhesives, use water-based, solvent-free styrene-butadiene-rubber adhesive for linoleum. Butadiene exposure may cause eye and nose irritation, headaches, dizziness, and vomiting.

.3 Apply low VOC adhesive uniformly using recommended trowel. Do not spread more adhesive than can be covered by flooring before initial set takes place.

.4 Lay flooring with seams parallel to building lines to produce a minimum number of seams. Border widths minimum 1/3 width of full material.

Cambridge Centre Terminal Resilient Tile Flooring Section 09 65 16 A49/WSP No. 121-20554-06 Page 4 2016-03-03

.5 Run sheets in direction of traffic. Double cut sheet joints and heat weld according to manufacturer's printed instructions.

.6 Heat weld seams of linoleum sheet flooring in accordance with manufacturer's printed instructions.

.7 As installation progresses, and after installation roll flooring with 45 kg minimum roller to ensure full adhesion.

.8 Cut flooring neatly around fixed objects.

.9 Install feature strips and floor markings where indicated. Fit joints tightly.

.10 Install flooring in pan type floor access covers. Maintain floor pattern.

.11 Continue flooring over areas which will be under built-in furniture.

.12 Continue flooring through areas to receive movable type partitions without interrupting floor pattern.

.13 Terminate flooring at centreline of door in openings where adjacent floor finish or colour is dissimilar.

.14 Install metal edge strips at unprotected or exposed edges where flooring terminates.

3.4 Application: Base

.1 Lay out base to keep number of joints at minimum.

.2 Clean substrate and prime with one coat of adhesive.

.3 Apply adhesive to back of base.

.4 Set base against wall and floor surfaces tightly by using 3 kg hand roller.

.5 Install straight and level to variation of 1:1000.

.6 Scribe and fit to door frames and other obstructions. Use premoulded end pieces at flush door frames.

.7 Cope internal corners. Use premoulded corner units for right angle external corners. Use formed straight base material for external corners of other angles.

.8 Use toeless type base where floor finish will be carpet, coved type elsewhere.

Cambridge Centre Terminal Resilient Tile Flooring Section 09 65 16 A49/WSP No. 121-20554-06 Page 5 2016-03-03

.9 Install toeless type base before installation of carpet on floors.

.10 Heat weld base in accordance with manufacturer's printed instructions.

3.5 Cleaning

.1 Remove excess adhesive from floor, base and wall surfaces without damage.

.2 Clean, seal and wax floor and base surface to flooring manufacturer's printed instructions.

3.6 Protection

.1 Protect new floors from time of final set of adhesive until final waxing.

.2 Prohibit traffic on floor for 24 hours after installation.

END OF SECTION

Cambridge Centre Terminal Interior Painting Section 09 91 23 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 - GENERAL

1.1 Related Sections

.1 Section 01 33 00 - Submittal Procedures.

.2 Section 01 45 00 - Quality Control.

.3 Section 01 77 00 - Project Closeout

.4 Section 09 91 13 - Exterior Painting..

1.2 References

.1 Architectural Painting Specifications Manual, Master Painters Institute (MPI).

.2 Systems and Specifications Manual, SSPC Painting Manual, Volume Two, Society for Protective Coatings (SSPC).

.3 Test Method for Measuring Total Volatile Organic Compound Content of Consumer Products, Method 24 (for Surface Coatings) of the Environmental Protection Agency (EPA).

.4 National Fire Code of Canada.

1.3 Quality Assurance

.1 Contractor shall have a minimum of five years proven satisfactory experience. When requested, provide a list of last three comparable jobs including, job name and location, specifying authority, and project manager.

.2 Qualified journeymen who have a "Tradesman Qualification Certificate of Proficiency" shall be engaged in painting work. Apprentices may be employed provided they work under the direct supervision of a qualified journeyman in accordance with trade regulations.

.3 Conform to latest MPI requirements for interior painting work including preparation and priming.

.4 Materials (primers, paints, coatings, varnishes, stains, lacquers, fillers, thinners, solvents, etc.) shall be in accordance with MPI Painting Specification Manual "Approved Product" listing and shall be from a single manufacturer for each system used.

Cambridge Centre Terminal Interior Painting Section 09 91 23 A49/WSP No. 121-20554-06 Page 2 2016-03-03

.5 Other paint materials such as linseed oil, shellac, turpentine, etc. shall be the highest quality product of an approved manufacturer listed in MPI Painting Specification Manual and shall be compatible with other coating materials as required.

.6 Retain purchase orders, invoices and other documents to prove conformance with noted MPI requirements when requested by Consultant Engineer.

.7 Standard of Acceptance: .1 Walls: No defects visible from a distance of 3 feet at 90° to surface. .2 Ceilings: No defects visible from floor at 45° to surface when viewed using final lighting source. .3 Final coat to exhibit uniformity of colour and uniformity of sheen across full surface area.

1.4 Environmental Performance Requirements

.1 Provide paint products meeting MPI "Environmentally Friendly" E3 ratings based on VOC (EPA Method 24) content levels.

1.5 Scheduling of Work

.1 Submit work schedule for various stages of painting to Consultant for approval. Submit schedule minimum of 48 hours in advance of proposed operations.

.2 Obtain written authorization from Consultant for any changes in work schedule.

.3 Schedule painting operations to prevent disruption of occupants in and about the building.

1.6 Submittals

.1 Submit product data and manufacturer's installation/application instructions for each paint and coating product to be used in accordance with Section 01 33 00 - Submittal Procedures.

.2 Submit WHMIS MSDS.- Material Safety Data Sheets in accordance with Section 01330 - Submittal Procedures.

.3 Upon completion, submit records of products used. List products in relation to finish system and include the following: .1 Product name, type and use. .2 Manufacturer's product number.

Cambridge Centre Terminal Interior Painting Section 09 91 23 A49/WSP No. 121-20554-06 Page 3 2016-03-03

.3 Colour numbers. .4 MPI Environmentally Friendly classification system rating. .5 Manufacturer's Material Safety Data Sheets (MSDS).

1.7 Samples

.1 Submit full range colour sample chips in accordance with Section 01330 - Submittal Procedures. Indicate where colour availability is restricted.

.2 Submit 200 x 300 mm sample panels of each paint or clear coating h with specified paint or coating in colours, gloss/sheen and textures required to MPI Painting Specification Manual standards submitted on the following substrate materials: .1 1/8" plate steel for finishes over metal surfaces. .2 1/2" pine trim for finishes over wood surfaces. .3 1/2" gypsum board for finishes over gypsum board and other smooth surfaces.

.3 When approved, sample panels shall become acceptable standard of quality for appropriate on-site surface with one of each sample retained on-site.

1.8 Quality Control

.1 Provide mock-up in accordance with Section 01450 - Quality Control.

.2 When requested by Consultant, prepare and paint designated surface, area, room or item (in each colour scheme) to requirements specified herein, with specified paint or coating showing selected colours, gloss/sheen, textures and workmanship to MPI Painting Specification Manual standards for review and approval. When approved, surface, area, room and/or items shall become acceptable standard of finish quality and workmanship for similar on-site work.

1.9 Extra Materials

.1 Submit maintenance materials in accordance with Section 01700 - Project Closeout

.2 Submit two - four litre cans of each type and colour of primer stain finish coating. Identify colour and paint type in relation to established colour schedule and finish system.

.3 Deliver to Contractor and store where directed.

Cambridge Centre Terminal Interior Painting Section 09 91 23 A49/WSP No. 121-20554-06 Page 4 2016-03-03

1.10 Delivery, Handling and Storage

.1 Labels shall clearly indicate: .1 Manufacturer's name and address. .2 Type of paint or coating. .3 Compliance with applicable standard. .4 Colour number in accordance with established colour schedule.

.2 Remove damaged, opened and rejected materials from site.

.3 Provide and maintain dry, temperature controlled, secure storage.

.4 Observe manufacturer's recommendations for storage and handling.

.5 Store materials and supplies away from heat generating devices.

.6 Store materials and equipment in a well ventilated area with temperature range 7° C to 30° C.

.7 Store temperature sensitive products above minimum temperature as recommended by manufacturer.

.8 Keep areas used for storage, cleaning and preparation, clean and orderly to approval of Consultant. After completion of operations, return areas to clean condition to approval of Consultant.

.9 Remove paint materials from storage only in quantities required for same day use.

.10 Comply with requirements of Workplace Hazardous Materials Information System (WHMIS) regarding use, handling storage, and disposal of hazardous materials.

.11 Fire Safety Requirements: .1 Provide one 9 kg Type ABC fire extinguisher adjacent to storage area. .2 Store oily rags, waste products, empty containers and materials subject to spontaneous combustion in ULC approved, sealed containers and remove from site on a daily basis. .3 Handle, store, use and dispose of flammable and combustible materials in accordance with the National Fire Code of Canada.

1.11 Site Requirements

.1 Heating, Ventilation and Lighting:

Cambridge Centre Terminal Interior Painting Section 09 91 23 A49/WSP No. 121-20554-06 Page 5 2016-03-03

.1 Perform no painting work unless adequate and continuous ventilation and sufficient heating facilities are in place to maintain ambient air and substrate temperatures above 10 ° C for 24 hours before, during and after paint application until paint has cured sufficiently. .2 Where required, provide continuous ventilation for seven days after completion of application of paint. .3 Coordinate use of existing ventilation system with General Contractor and ensure its operation during and after application of paint as required. .4 Provide temporary ventilating and heating equipment where permanent facilities are not available or supplemental ventilating and heating equipment if ventilation and heating from existing system is inadequate to meet minimum requirements. .5 Perform no painting work unless a minimum lighting level of 323Lux is provided on surfaces to be painted. Adequate lighting facilities shall be provided by General Contractor.

.2 Temperature, Humidity and Substrate Moisture Content Levels: .1 Unless specifically pre-approved by the specifying body, Paint Inspection Agency and the applied product manufacturer, perform no painting work when: .1 Ambient air and substrate temperatures are below 10 ° C. .2 Substrate temperature is over 32 ° C unless paint is specifically formulated for application at high temperatures. .3 Substrate and ambient air temperatures are expected to fall outside MPI or paint manufacturer's prescribed limits. .4 The relative humidity is above 85% or when the dew point is less than 3 ° C variance between the air/surface temperature. .5 Rain or snow are forecast to occur before paint has thoroughly cured or when it is foggy, misty, raining or snowing at site. .2 Perform no painting work when the maximum moisture content of the substrate exceeds: .1 15% for wood. .2 12% for plaster and gypsum board. .3 Conduct moisture tests using a properly calibrated electronic Moisture Meter, except test concrete floors for moisture using a simple "cover patch test". .4 Test concrete, masonry and plaster surfaces for alkalinity as required.

.3 Surface and Environmental Conditions: .1 Apply paint finish only in areas where dust is no longer being generated by related construction operations or when wind or ventilation conditions are such that airborne particles will not affect quality of finished surface. .2 Apply paint only to adequately prepared surfaces and to surfaces within moisture limits noted herein. .3 Apply paint only when previous coat of paint is dry or adequately cured.

.4 Additional Interior Application Requirements:

Cambridge Centre Terminal Interior Painting Section 09 91 23 A49/WSP No. 121-20554-06 Page 6 2016-03-03

.1 Apply paint finishes only when temperature at location of installation can be satisfactorily maintained within manufacturer's recommendations.

PART 2 - PRODUCTS

2.1 Materials

.1 Paint materials listed in the MPI Approved Products List (APL) are acceptable for use on this project.

.2 Paint materials for paint systems shall be products of a single manufacturer.

.3 Only qualified products with E3 "Environmentally Friendly" rating are acceptable for use on this project.

2.2 Colours

.1 Selection of colours will be from manufacturers full range of colours.

.2 Where specific products are available in a restricted range of colours, selection will be based on the limited range.

.3 Second coat in a three coat system to be tinted slightly lighter colour than top coat to show visible difference between coats.

2.3 Mixing and Tinting

.1 Perform colour tinting operations prior to delivery of paint to site. On-site tinting of painting materials is allowed only with Consultant's written permission.

.2 Paste, powder or catalyzed paint mixes shall be mixed in strict accordance with manufacturer's written instructions.

.3 Where thinner is used, addition shall not exceed paint manufacturer's recommendations. Do not use kerosene or any such organic solvents to thin water-based paints.

.4 Thin paint for spraying according in strict accordance with paint manufacturer's instructions. If directions are not on container, obtain instructions in writing from manufacturer and provide copy of instructions to Consultant.

Cambridge Centre Terminal Interior Painting Section 09 91 23 A49/WSP No. 121-20554-06 Page 7 2016-03-03

.5 Re-mix paint in containers prior to and during application to ensure break-up of lumps, complete dispersion of settled pigment, and colour and gloss uniformity.

2.4 Gloss/Sheen Ratings

.1 Paint gloss shall be defined as the sheen rating of applied paint, in accordance with the following values:

Gloss Level Units @ 60° Units @ 85° Category G1 - matte 0 to 5 max. 10 finish G2 - velvet 0 to 10 10 to 35 finish G3 - eggshell 10 to 25 10 to 35 finish G4 - satin 20 to 35 min. 35 finish G5 - 35 to 70 semi-gloss finish G6 - gloss 70 to 85 finish G7 - high > 85 gloss finish

.2 Gloss level ratings of painted surfaces shall be as specified herein and as noted on Finish Schedule.

2.5 Interior Painting Systems

.1 Concrete Vertical Surfaces: Walls .1 INT 3.1A Latex G5 Finish.

.2 Concrete Masonry Units: Block .1 INT 4.2A Latex G5 finish

.3 Structural Steel and Metal Fabrications: .1 INT 5.1A Latex G5 finish.

.4 Galvanized Metal: doors, frames, ducts, etc. .1 INT 5.3A Latex G5 finish.

Cambridge Centre Terminal Interior Painting Section 09 91 23 A49/WSP No. 121-20554-06 Page 8 2016-03-03

.5 Plaster and Gypsum Board: gypsum wallboard, drywall, "sheet rock type material", etc., and textured finishes .1 INT 9.2A Latex G-1 finish for all ceilings, G-5 for and all walls.

.6 Paint Designations: .1 P1 - Wall: field colour - SW 7542 Naturel by Sherwin Williams .2 P2 - Wall: accent color - SW 6803 Danube by Sherwin Williams .3 P3 - Door Frame colour - SW 7018 Dovetail by Sherwin Williams .4 P4 - Door colour - SW 7013 Ivory Lace by Sherwin Williams

PART 3 - EXECUTION

3.1 General

.1 Perform preparation and operations for interior painting in accordance with MPI Painting Specifications Manual except where specified otherwise.

.2 Apply paint materials in accordance with paint manufacturer's written application instructions.

3.2 Existing Conditions

.1 Investigate existing substrates for problems related to proper and complete preparation of surfaces to be painted. Report to Consultant damages, defects, unsatisfactory or unfavourable conditions before proceeding with work.

.2 Conduct moisture testing of surfaces to be painted using a properly calibrated electronic moisture meter, except test concrete floors for moisture using a simple "cover patch test" and report findings to Consultant. Do not proceed with work until conditions fall within acceptable range as recommended by manufacturer.

.3 Maximum moisture content as follows: .1 Plaster and Gypsum Board: 12%. .2 Concrete: 12%. .3 Wood: 15%.

3.3 Protection

.1 Protect existing building surfaces and adjacent structures from paint spatters, markings and other damage by suitable non-staining covers or masking. If damaged, clean and restore such surfaces as directed by Consultant.

Cambridge Centre Terminal Interior Painting Section 09 91 23 A49/WSP No. 121-20554-06 Page 9 2016-03-03

.2 Protect items that are permanently attached such as Fire Labels on doors and frames.

.3 Protect factory finished products and equipment.

.4 Removal of electrical cover plates, light fixtures, surface hardware on doors, bath accessories and other surface mounted equipment, fittings and fastenings shall be done prior to undertaking any painting operations by General Contractor. Items shall be securely stored and re-installed after painting is completed by General Contractor.

.5 Move and cover furniture and portable equipment as necessary to carry out painting operations. Replace as painting operations progress.

.6 As painting operations progress, place "WET PAINT" signs in occupied areas to approval of Consultant.

3.4 Cleaning and Preparation

.1 Clean and prepare surfaces in accordance with MPI Painting Specification Manual requirements. Refer to MPI Manual in regard to specific requirements and as follows: .1 Remove dust, dirt, and other surface debris by vacuuming, wiping with dry, clean cloths or compressed air. .2 Wash surfaces with a biodegradable detergent and bleach where applicable and clean warm water using a stiff bristle brush to remove dirt, oil and other surface contaminants. .3 Rinse scrubbed surfaces with clean water until foreign matter is flushed from surface. .4 Allow surfaces to drain completely and allow to dry thoroughly. .5 Prepare surfaces for water-based painting, water-based cleaners should be used in place of organic solvents. .6 Use trigger operated spray nozzles for water hoses.

.2 Prevent contamination of cleaned surfaces by salts, acids, alkalis, other corrosive chemicals, grease, oil and solvents before prime coat is applied and between applications of remaining coats. Apply primer, paint, or pretreatment as soon as possible after cleaning and before deterioration occurs.

.3 Where possible, prime surfaces of new wood surfaces before installation. Use same primers as specified for exposed surfaces. .1 Apply vinyl sealer to MPI #36 over knots, pitch, sap and resinous areas. .2 Apply wood filler to nail holes and cracks. .3 Tint filler to match stains for stained woodwork.

Cambridge Centre Terminal Interior Painting Section 09 91 23 A49/WSP No. 121-20554-06 Page 10 2016-03-03

.4 Sand and dust between coats as required to provide adequate adhesion for next coat and to remove defects visible from a distance up to 1000 mm.

.5 Clean metal surfaces to be painted by removing rust, loose mill scale, welding slag, dirt, oil, grease and other foreign substances in accordance with MPI requirements. Remove traces of blast products from surfaces, pockets and corners to be painted by blowing with clean dry compressed air, or vacuum cleaning.

.6 Touch up of shop primers with primer as specified in applicable section. Major touch-up including cleaning and painting of field connections, welds, rivets, nuts, washers, bolts, and damaged or defective paint and rusted areas, shall be by supplier of fabricated material.

.7 Do not apply paint until prepared surfaces have been accepted by Consultant.

3.5 Application

.1 Method of application to be as approved by Consultant. Apply paint by brush or roller. Conform to manufacturer's application instructions unless specified otherwise.

.2 Brush and Roller Application: .1 Apply paint in a uniform layer using brush and/or roller of types suitable for application. .2 Work paint into cracks, crevices and corners. .3 Paint surfaces and corners not accessible to brush using spray, daubers and/or sheepskins. Paint surfaces and corners not accessible to roller using brush, daubers or sheepskins. .4 Brush and/or roll out runs and sags, and over-lap marks. Rolled surfaces shall be free of roller tracking and heavy stipple unless approved by Consultant. .5 Remove runs, sags and brush marks from finished work and repaint.

.3 Use dipping, sheepskins or daubers only when no other method is practical in places of difficult access and only when specifically authorized by Consultant Engineer.

.4 Apply coats of paint as a continuous film of uniform thickness. Repaint thin spots or bare areas before next coat of paint is applied.

.5 Allow surfaces to dry and properly cure after cleaning and between subsequent coats for minimum time period as recommended by manufacturer.

.6 Sand and dust between coats to remove visible defects.

Cambridge Centre Terminal Interior Painting Section 09 91 23 A49/WSP No. 121-20554-06 Page 11 2016-03-03

.7 Finish surfaces both above and below sight lines as specified for surrounding surfaces, including such surfaces as tops of interior cupboards and cabinets and projecting ledges.

.8 Finish closets and alcoves as specified for adjoining rooms.

.9 Finish top, bottom, edges and cutouts of doors after fitting as specified for door surfaces.

3.6 Mechanical/Electrical Equipment

.1 Unless otherwise specified, paint finished area exposed conduits, piping, hangers, ductwork and other mechanical and electrical equipment with colour and finish to match adjacent surfaces, except as noted otherwise.

.2 Boiler room, mechanical and electrical rooms: paint exposed conduits, piping, hangers, ductwork and other mechanical and electrical equipment.

.3 Other unfinished areas: leave exposed conduits, piping, hangers, ductwork and other mechanical and electrical equipment in original finish and touch up scratches and marks.

.4 Touch up scratches and marks on factory painted finishes and equipment with paint as supplied by manufacturer of equipment.

.5 Do not paint over nameplates.

.6 Keep sprinkler heads free of paint.

.7 Paint inside of ductwork where visible behind grilles, registers and diffusers with primer and one coat of matt black paint.

.8 Paint fire protection piping red.

.9 Paint disconnect switches for fire alarm system and exit light systems in red enamel.

.10 Paint natural gas piping yellow.

.11 Paint both sides and edges of backboards for telephone and electrical equipment before installation. Leave equipment in original finish except for touch-up as required, and paint conduits, mounting accessories and other unfinished items.

.12 Do not paint interior transformers and substation equipment.

Cambridge Centre Terminal Interior Painting Section 09 91 23 A49/WSP No. 121-20554-06 Page 12 2016-03-03

3.7 Field Quality Control

.1 Advise Consultant when surfaces and applied coating is ready for inspection. Do not proceed with subsequent coats until previous coat has been approved.

.2 Co-operate with inspection personnel and provide access to areas of work.

3.8 Restoration

.1 Clean and re-install all hardware items removed before undertaken painting operations.

.2 Remove protective coverings and warning signs as soon as practical after operations cease.

.3 Remove paint splashings on exposed surfaces that were not painted. Remove smears and spatter immediately as operations progress, using compatible solvent.

.4 Protect freshly completed surfaces from paint droppings and dust to approval of Consultant. Avoid scuffing newly applied paint.

.5 Restore areas used for storage, cleaning, mixing and handling of paint to clean condition as approved by Consultant.

END OF SECTION

Cambridge Centre Terminal Toilet And Bath Section 10 28 10 A49/WSP No. 121-20554-06 Accessories Page 1 2016-03-03

PART 1 - GENERAL

1.1 REFERENCES

.1 ASTM International .1 ASTM A 167-99(2009), Standard Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet, and Strip. .2 ASTM B 456-03, Standard Specification for Electrodeposited Coatings of Copper Plus Nickel Plus Chromium and Nickel Plus Chromium. .3 ASTM A 653/A 653M-09, Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process. .4 ASTM A 924/A 924M-09, Standard Specification for General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process.

.2 Canadian General Standards Board (CGSB) .1 CAN/CGSB-1.81-M90, Air Drying and Baking Alkyd Primer for Vehicles and Equipment. .2 CAN/CGSB-1.88-92, Gloss Alkyd Enamel, Air Drying and Baking. .3 CGSB 31-GP-107MA-90, Non-inhibited Phosphoric Acid Base Metal Conditioner and Rust Remover.

.3 CSA International .1 CAN/CSA-B651-04, Accessible Design for the Built Environment. .2 CAN/CSA-G164-M92(R2003), Hot Dip Galvanizing of Irregularly Shaped Articles.

1.2 ACTION AND INFORMATIONAL SUBMITTALS

.1 Provide submittals in accordance with Section 01 33 00 - Submittal Procedures.

.2 Product Data: .1 Provide manufacturer's printed product literature and data sheets and include product characteristics, performance criteria, physical size, finish and limitations.

.3 Shop Drawings: .1 Submit drawings stamped and signed by professional engineer registered or licensed in Province of Canada. .2 Indicate size and description of components, base material, surface finish inside and out, hardware and locks, attachment devices, description of rough-in-frame, building-in details of anchors for grab bars .

.4 Samples:

Cambridge Centre Terminal Toilet And Bath Section 10 28 10 A49/WSP No. 121-20554-06 Accessories Page 2 2016-03-03

.1 Submit samples for finishes.

1.3 CLOSEOUT SUBMITTALS

.1 Provide maintenance data for toilet and bath accessories for incorporation into manual specified in Section 01 78 00 - Closeout Submittals.

1.4 MAINTENANCE MATERIAL SUBMITTALS

.1 Tools: .1 Provide special tools required for assembly, disassembly or removal for toilet and bath accessories in accordance with requirements specified in Section 01 78 00 - Closeout Submittals. .2 Deliver special tools to owner.

1.5 DELIVERY, STORAGE AND HANDLING

.1 Deliver, store and handle materials in accordance with Section 01 61 00 - Common Product Requirements and with manufacturer's written instructions.

.2 Delivery and Acceptance Requirements: deliver materials to site in original factory packaging, labelled with manufacturer's name and address.

.3 Storage and Handling Requirements: .1 Store materials off ground indoors in dry location and in accordance with manufacturer's recommendations in clean, dry, well-ventilated area. .2 Store and protect toilet and bathroom accessories from nicks, scratches, and blemishes. .3 Replace defective or damaged materials with new.

PART 2 - PRODUCTS

2.1 MATERIALS

.1 Sheet steel: to ASTM A 653/A 653M with ZF001 designation zinc coating.

.2 Stainless steel sheet metal: to ASTM A 167, Type 304, with satin finish.

.3 Sustainability Characteristics: .1 Laminate Adhesives. .1 Urea Formaldehyde Free.

Cambridge Centre Terminal Toilet And Bath Section 10 28 10 A49/WSP No. 121-20554-06 Accessories Page 3 2016-03-03

.4 Stainless steel tubing: Type 304, commercial grade, seamless welded, 1.2 mm wall thickness.

.5 Fasteners: concealed screws and bolts hot dip galvanized, exposed fasteners to match face of unit. Expansion shields fibre, lead or rubber as recommended by accessory manufacturer for component and its intended use.

2.2 COMPONENTS

.1 Toilet tissue dispenser: owner supplied and contractor installed, Qty - 2

.2 Paper towel dispenser: owner supplied and contractor installed, Qty - 3

.3 Soap dispenser: owner supplied and contractor installed, Qty - 3

.4 Feminine napkin disposal bin: owner supplied and contractor installed, Qty - 2

.5 Feminine dispenser: owner supplied and contractor installed, Qty - 2

.5 Grab bars: 38 mm diameter x 1.6 mm wall tubing of stainless steel, 76 mm diameter wall flanges, concealed screw attachment, flanges welded to tubular bar, provided with steel back plates and all accessories. Knurl bar at area of hand grips. Grab bar material and anchorage to withstand downward pull of 2.2 kN.

.6 Waste receptacle: installed by owner

.7 Tilt mirror: wall mounted unit, fixed framed mirror 6 mm, stainless steel frame with integral shelf. B-293-1830 by Bobrick

.8 Shelf: Wall mounted unit, stainless steel surface mounted. B-295-24 by Bobrick

.9 Hook: Wall mounted unit, stainless steel surface mounted B-232X24 by Bobrick

2.3 FABRICATION

.1 Weld and grind joints of fabricated components flush and smooth. Use mechanical fasteners only where approved.

.2 Wherever possible form exposed surfaces from one sheet of stock, free of joints.

.3 Brake form sheet metal work with 1.5 mm radius bends.

.4 Form surfaces flat without distortion. Maintain flat surfaces without scratches or dents.

Cambridge Centre Terminal Toilet And Bath Section 10 28 10 A49/WSP No. 121-20554-06 Accessories Page 4 2016-03-03

.5 Back paint components where contact is made with building finishes to prevent electrolysis.

.6 Hot dip galvanize concealed ferrous metal anchors and fastening devices to CAN/CSA-G164.

.7 Shop assemble components and package complete with anchors and fittings.

.8 Deliver inserts and rough-in frames to job site at appropriate time for building-in. Provide templates, details and instructions for building in anchors and inserts.

.9 Provide steel anchor plates and components for installation on studding and building framing.

2.4 FINISHES

.1 Chrome and nickel plating: to ASTM B 456, satin polished finish.

.2 Baked enamel: condition metal by applying one coat of metal conditioner to CGSB 31-GP-107Ma, apply one coat Type 2 primer to CAN/CGSB-1.81 and bake, apply two coats Type 2 enamel to CAN/CGSB-1.88 and bake to hard, durable finish. Sand between final coats. Colour selected from standard range by Consultant.

.3 Manufacturer's or brand names on face of units not acceptable.

PART 3 - EXECUTION

3.1 EXAMINATION

.1 Verification of Conditions: verify that conditions of substrates and surfaces to receive toilet and bathroom accessories previously installed under other Sections or Contracts are acceptable for product installation in accordance with manufacturer's instructions prior to toilet and bathroom accessories installation.

.2 Inform Consultant of unacceptable conditions immediately upon discovery.

.3 Proceed with installation only after unacceptable conditions have been remedied.

3.2 INSTALLATION

.1 Install and secure accessories rigidly in place as follows:

Cambridge Centre Terminal Toilet And Bath Section 10 28 10 A49/WSP No. 121-20554-06 Accessories Page 5 2016-03-03

.1 Stud walls: install steel back-plate to stud prior to plaster or drywall finish. Provide plate with threaded studs or plugs. .2 Hollow masonry units, existing plaster or drywall: use toggle bolts drilled into cell or wall cavity. .3 Solid masonry, marble, stone or concrete: use bolt with lead expansion sleeve set into drilled hole. .4 Toilet and shower compartments: use male to female through bolts.

.2 Install grab bars on built-in anchors provided by bar manufacturer.

.3 Use tamper proof screws/bolts for fasteners.

.4 Fill units with necessary supplies shortly before final acceptance of building.

.5 Install mirrors in accordance with Section 08 80 50 - Glazing.

3.3 ADJUSTING

.1 Adjust toilet and bathroom accessories components and systems for correct function and operation in accordance with manufacturer's written instructions.

.2 Lubricate moving parts to operate smoothly and fit accurately.

3.4 CLEANING

.1 Progress Cleaning: clean in accordance with Section 01 74 11 - Cleaning. .1 Leave Work area clean at end of each day.

.2 Final Cleaning: upon completion remove surplus materials, rubbish, tools and equipment in accordance with Section 01 74 11 - Cleaning.

3.5 PROTECTION

.1 Protect installed products and components from damage during construction.

.2 Repair damage to adjacent materials caused by toilet and bathroom accessories installation.

3.6 SCHEDULE

.1 Toilet tissue dispenser: one in each toilet compartment mounting height not less than 600 mm above finished floor.

Cambridge Centre Terminal Toilet And Bath Section 10 28 10 A49/WSP No. 121-20554-06 Accessories Page 6 2016-03-03

.2 Paper towel dispenser: one in each washroom. Maximum height of dispenser and operable part from floor 1200 mm.

.3 Soap dispenser: one at each wash basin and at kitchen sink

.4 Feminine napkin disposal bin and Feminine dispensor: one in each toilet compartment mounting height 700 mm above finished floor.

.5 Grab bar: two in each handicapped toilet compartment. Height of grab bar from floor 750mm. Side grab bar: maximum distance from rear wall 300 mm, minimum distance passed front edge of toilet 450 mm.

.6 Tilt mirror: one at each accessible wash basin, height of bottom edge of mirror from floor 1000 mm.

.7 Shelf: one in each washroom, mounting height from floor 1200 mm.

.8 Hook: one in each washroom, mounting height from floor 1200 projecting no more than 50mm into room.

END OF SECTION Cambridge Centre Terminal Bicycle Racks Section 12 93 13 A49/WSP No. 121-20554-06 Page 1 2016-03-03

PART 1 GENERAL

1.1 Summary

.1 Section Includes: 1. Bike Racks constructed using H.S. steel and an aluminum top casting.

1.2 Submittals

.1 Provide submittals in accordance with Section 01 33 00 – Submittal Procedures. .2 Product Data: 1. Maintenance Instructions. 2. Storage and handling requirements and recommendations. 3. Installation instructions. .3 Shop Drawings .4 Samples: 1. Submit powdercoat finish samples.

1.3 Quality Assurance

.1 Manufacturer Qualifications: 1. Manufacturing of site furnishings since 1983. 2. Manufactured in North America. .2 Product Support: 1. Products are supported with CAD drawings. 2. Warranty documentation is provided.

1.4 Delivery, Storage and Handling

.1 Deliver materials to site in manufacturer’s original packaging, with order information and shipping documents. .2 Store products in manufacturer’s original packaging in a clean, dry environment until ready to be installed. .3 Handle products in accordance with manufacturer’s instructions.

1.5 Warranty

.1 Provide manufacturer’s standard warranty. 1. Products will be free from defects in components, standard finishes or workmanship for a period of five (5) years from date of manufacture.

PART 2 PRODUCTS

2.1 Manufacturer

.1 Maglin Site Furniture Inc., 27 Bysham Park Drive, Woodstock, Ontario N4T 1P1 Canada. Toll Free: (800) 716.5506. Phone: (519) 539.6776. Fax: (877) 260.9393. Website: www.maglin.com. E-mail: [email protected]. Cambridge Centre Terminal Bicycle Racks Section 12 93 13 A49/WSP No. 121-20554-06 Page 2 2016-03-03

2.2 Bike Racks

.1 Model: MBR100 Series Bike Rack .2 Dimensions: 1. Height: 36.00” (91.4 cm) 2. Diameter: 20.00” (50.8 cm) .3 Weight: 17lbs (7.5kg) .4 Options: 1. Powdercoat Color 2. Base Type - Direct Burial (MBR100-DB)

2.3 Materials

.1 Bike Rack is constructed using H.S. steel tube and an aluminum top casting (95% recycled material). .2 Finishes 1. All steel components are protected with Maglin’s automotive-grade electrocoating for superior corrosion protection. 2. Maglin UV Resistant Powdercoat System provides a durable finish on all metal surfaces. 3. Maglin standard paint color: Black FineTex.

PART 3 EXECUTION

3.1 Examination

.1 Do not begin installation until substrates are properly prepared. .2 Verify that substrates are stable and capable of supporting the weight of the product.

3.2 Installation

.1 Install bike racks in accordance with manufacturer’s installation guidelines. .2 MBR100 bike racks are delivered pre-assembled. .3 It is available with either a surface mount or direct burial installation option. .4 Bolt and anchor bike racks securely in place.

3.3 Adjusting

.1 Any loose or missing hardware should be tightened or replaced immediately. .2 If any part is found to be cracked or broken it is recommended that the product be taken out of service until the appropriate repairs can be made.

3.4 Cleaning

.1 Metal Components 1. Should dirt from the environment build-up on this surface a wipe with a soft cloth and mild detergent will do the trick. 2. Abrasive cleaners, brushes and steel wool should be avoided. 3. If the finish is marred by a sharp object and the steel is exposed take a fine abrasive material to the area to improve the adhesion of the primer and touch-up paint. A Cambridge Centre Terminal Bicycle Racks Section 12 93 13 A49/WSP No. 121-20554-06 Page 3 2016-03-03 quality grade exterior metal primer and top coat of matching color enamel should then be applied over the prepared surface.

3.5 Protection

.1 Protect installed bike racks until completion of project.

END OF SECTION

Cambridge Centre Terminal Trash and Litter Receptors Section 12 93 23 A49/WSP No. 121-20554-06 Page 1 2016-02-12

PART 1 GENERAL

1.1 Summary

.1 Section Includes: 1. Trash Containers constructed using heavy-duty steel flat bar.

1.2 Submittals

.1 Provide submittals in accordance with Section 01 33 00 – Submittal Procedures. .2 Product Data: 1. Maintenance Instructions. 2. Storage and handling requirements and recommendations. 3. Installation instructions. .3 Shop Drawings .4 Samples: 1. Submit powdercoat finish samples.

1.3 Quality Assurance

.1 Manufacturer Qualifications: 1. Manufacturing of site furnishings since 1983. 2. Manufactured in North America. .2 Product Support: 1. Products are supported with CAD drawings. 2. Warranty documentation is provided.

1.4 Delivery, Storage and Handling

.1 Deliver materials to site in manufacturer’s original packaging, with order information and shipping documents. .2 Store products in manufacturer’s original packaging in a clean, dry environment until ready to be installed. .3 Handle products in accordance with manufacturer’s instructions.

1.5 Warranty

.1 Provide manufacturer’s standard warranty. 1. Products will be free from defects in components, standard finishes or workmanship for a period of five (5) years from date of manufacture.

PART 2 PRODUCTS

2.1 Manufacturer

.1 Maglin Site Furniture Inc., 27 Bysham Park Drive, Woodstock, Ontario N4T 1P1 Canada. Toll Free: (800) 716.5506. Phone: (519) 539.6776. Fax: (877) 260.9393. Website: www.maglin.com. E-mail: [email protected]. Cambridge Centre Terminal Trash and Litter Receptors Section 12 93 23 A49/WSP No. 121-20554-06 Page 2 2016-02-12

2.2 Trash Containers

.1 Model: MLWR200-32-ST Trash Container .1 Dimensions: 1. Height: 38.00” (96.5 cm) 2. Diameter: 29.00” (73.7 cm) .2 Weight: 190lbs (86kg) .3 Liner Capacity (each): 1. 32.0 Gallons 2. 121.0 Litres .4 Included Options: 1. Dome (DL32) 2. Paper Slot Lid (PS) 3. /Can Slot Lid (BC) 4. Side Ash Receptacle (SA) 5. Side Opening Trash Container (MLWR200S-32) .5 Mounting: Surface Mount

2.3 Materials

.1 Trash Container frame is constructed using heavy-duty steel flat bar. .2 A 32 gallon, commercial grade plastic liner and standard metal lid are provided. .3 Finishes 1. All steel components are protected with Maglin’s automotive-grade electrocoating for superior corrosion protection. 2. Maglin UV Resistant Powdercoat System provides a durable finish on all metal surfaces. 3. Maglin standard paint color: Black

PART 3 EXECUTION

3.1 Examination

.1 Do not begin installation until substrates are properly prepared. .2 Verify that substrates are stable and capable of supporting the weight of the product.

3.2 Installation

.1 Install trash containers in accordance with manufacturer’s installation guidelines. .2 MLWR200-32-ST trash containers are delivered pre-assembled. .3 Holes (0.5”) are provided in each mounting foot for securing to base. .4 Bolt and anchor trash containers securely in place.

3.3 Adjusting

.1 Any loose or missing hardware should be tightened or replaced immediately. .2 If any part is found to be cracked or broken it is recommended that the product be taken out of service until the appropriate repairs can be made. Cambridge Centre Terminal Trash and Litter Receptors Section 12 93 23 A49/WSP No. 121-20554-06 Page 3 2016-02-12

3.4 Cleaning

.1 Metal Components 1. Should dirt from the environment build-up on this surface a wipe with a soft cloth and mild detergent will do the trick. 2. Abrasive cleaners, brushes and steel wool should be avoided. 3. If the finish is marred by a sharp object and the steel is exposed take a fine abrasive material to the area to improve the adhesion of the primer and touch-up paint. A quality grade exterior metal primer and top coat of matching color enamel should then be applied over the prepared surface.

3.5 Protection

.1 Protect installed trash containers until completion of project.

END OF SECTION

Cambridge Centre Terminal Site Seating Section 12 93 43.13 A49/WSP No. 121-20554-06 Page 1 2016-02-12

PART 1 GENERAL

1.1 Summary

.1 Section Includes: 1. Backed benches made from solid cast aluminum. Seat and back employ lasered steel panels.

1.2 Submittals

.1 Provide submittals in accordance with Section 01 33 00 – Submittal Procedures. .2 Product Data: 1. Maintenance Instructions. 2. Storage and handling requirements and recommendations. 3. Installation instructions. .3 Shop Drawings .4 Samples: 1. Submit powdercoat finish samples.

1.3 Quality Assurance

.1 Manufacturer Qualifications: 1. Manufactured in North America. .2 Product Support: 1. Warranty documentation is provided.

1.4 Delivery, Storage and Handling

.1 Deliver materials to site in manufacturer’s original packaging, with order information and shipping documents. .2 Store products in manufacturer’s original packaging in a clean, dry environment until ready to be installed. .3 Handle products in accordance with manufacturer’s instructions.

1.5 Warranty

.1 Provide manufacturer’s standard warranty. 1. Products will be free from defects in components, standard finishes or workmanship for a period of five (5) years from date of manufacture.

PART 2 PRODUCTS

2.1 Manufacturer

.1 Maglin Site Furniture Inc., 27 Bysham Park Drive, Woodstock, Ontario N4T 1P1 Canada. Toll Free: (800) 716.5506. Phone: (519) 539.6776. Fax: (877) 260.9393. Website: www.maglin.com. E-mail: [email protected]. Cambridge Centre Terminal Site Seating Section 12 93 43.13 A49/WSP No. 121-20554-06 Page 2 2016-02-12

2.2 Benches

.1 Model: MLB300-Mh Bench

.2 Dimensions: 1. Height: 30.94” (78.59 cm) 2. Length: 70.00” (177.8 cm) 3. Depth: 24.5” (62.2 cm)

.3 Weight: 130lbs (59kg.)

.4 Mounting: Surface Mount

.5 Armrest: Centre arm be offset to allow for 3 persons to sit comfortably but prevent people from sleeping on these benches and provide an extra arm rest to increase accessibility for those with mobility issues.

2.3 Materials

.1 Bench ends made from solid cast aluminum. (95% recycled material) .2 Seat and back employ lasered steel panels. .3 Finishes 1. All steel components are protected with Maglin’s automotive-grade electrocoating for superior corrosion protection. 2. Maglin UV Resistant Powdercoat System provides a durable finish on all metal surfaces. 3. Maglin standard paint colors: Flat Black FineTex and Supports to be Gun Metal.

PART 3 EXECUTION

3.1 Examination

.1 Do not begin installation until substrates are properly prepared. .2 Verify that substrates are stable and capable of supporting the weight of the product.

3.2 Installation

.1 Install benches in accordance with manufacturer’s installation instructions. .2 MLB870-M benches are delivered pre-assembled. Holes (0.5”) are provided in each foot for securing to base. .3 Bolt and anchor benches securely in place.

3.3 Adjusting

.1 Any loose or missing hardware should be tightened or replaced immediately. .2 If any part is found to be cracked or broken it is recommended that the product be taken out of service until the appropriate repairs can be made. Cambridge Centre Terminal Site Seating Section 12 93 43.13 A49/WSP No. 121-20554-06 Page 3 2016-02-12

3.4 Cleaning

A. Metal Components 1. Should dirt from the environment build-up on this surface a wipe with a soft cloth and mild detergent will do the trick. 2. Abrasive cleaners, brushes and steel wool should be avoided. 3. If the finish is marred by a sharp object and the steel is exposed take a fine abrasive material to the area to improve the adhesion of the primer and touch-up paint. A quality grade exterior metal primer and top coat of matching color enamel should then be applied over the prepared surface.

3.5 Protection

A. Protect installed benches until completion of project.

END OF SECTION

______CAMBRIDGE CENTRE TERMINAL General SECTION 26 00 00 A49/WSP NO. 121-20554-06 Requirements PAGE 1 2016-03-03______

1. General 1.1. Section 260000 shall describe the general requirements and the responsibilities of the Electrical Contractor with respect to the electrical work on this project. 1.2. Where the word “Contractor” is used in these specifications it shall mean the Electrical Contractor unless specifically noted differently. 1.3. Electrical drawings and specifications are to be read in conjunction with the architectural, structural and mechanical drawings and specifications, and with Div.1 specifications. 1.4. These conditions shall apply to all aspects of the electrical work as shown on the drawings and described in these specifications. 1.5. Electrical work shall also be in conformance with the “Instructions to Bidders” and the “Tender Form”.

2. Codes and Regulations 2.1. Materials and labour provided under this contract shall be of the highest quality and shall be in compliance with the Canadian Standards Association, Ontario Electrical Safety Code, 25th edition, Ontario Building Code. 2.2. Where there is a conflict between Code jurisdictions, the most stringent regulation shall apply. 2.3. The Electrical Contactor shall be responsible to make application for permits and for payment of fees associated with the installation and inspection of the electrical work. 2.4. Work shall be performed in a neat, safe and workman like fashion in accordance with procedures set down by the Ministry of Labour, Electrical Safety Authority, Construction Safety Association of Ontario, and where applicable by Electric Utilities Safety Association and the Owner. 2.5. Carry out changes required without delay.

3. Scope of Work 3.1. The intent of these drawings and specifications is to provide a complete and operational system to the Owner. 3.2. Provide and install all material and labour to complete the work as shown on the drawings, described in the specifications or required by regulatory agencies. 3.3. Supply all items, articles, materials, using methods, operations or technique mentioned, shown, scheduled or reasonably implied by the drawings and specifications. This shall include all labour, equipment, tools, apparatus and incidentals required to provide a complete and operable electrical system or systems. 3.4. The plans and specifications are intended to complement one another. Materials and operations shown or implied on one and not the other shall be deemed to be required and must be included in the contract. 3.5. Prior to submitting a tender price, visit the site to become familiar with existing equipment systems and conditions. No additional payments will be considered for items arising from this Contractor’s failure to conduct a field review of the existing building. 3.6. Where electrical systems are being demolished, all conduit, wiring, devices and boxes are to be removed. This Contractor shall trace and identify all wiring systems uncovered during demolition and remove redundant conduit, boxes and wiring. 3.7. The specifications shall be comprised of the following sections;

260000 – General Requirements 260100 – Materials and Installation 260200 – Main Electrical Service 260215 – Dry Type Transformers 260400 – Switchboards and Panelboards 260500 – Lighting Equipment 260515 – Exit and Emergency Lighting

______CAMBRIDGE CENTRE TERMINAL General SECTION 26 00 00 A49/WSP NO. 121-20554-06 Requirements PAGE 2 2016-03-03______

260574 – Arc Flash Hazard Analysis 276001 – Data & Telephone Wiring (CAT6)

4. Contradictions and Discrepancies 4.1. Prior to the closing of tenders, report any contradiction or discrepancies found in the drawings to the Engineer for clarification. 4.2. The Engineer will interpret the intent of the article in question and may issue an addendum to clarify the intent. 4.3. Failure by the Contractor to report contradictions or discrepancies until after the tenders close will give the Engineer the right to interpret the intent of the article in question and render a binding decision.

5. Contemplated Changes 5.1. When a change to the work is contemplated, the Engineer will issue a “Site Instruction” outlining the proposed variation in the works. The Electrical Contractor shall, as promptly as possible, estimate the cost implications of the proposed change (extra or credit) and submit a detailed (item by item) cost break down for materials, labour and incidentals, overhead and profit to the Engineer for review. Upon approval by the Engineer a “Change Order” will be issued and the change in price will be added to or deducted from the contract price. 5.2. The detailed cost break down shall be in the form of an item by item material and labour take off and shall list all materials used or credited and the labour hours associated with the installation of the materials.

6. Allowances 6.1. Cash allowances as called for in this specification shall represent the full amount of monies included in the contract for the item which they are earmarked. The Contractor shall carry that amount in his tender price. 6.2. Expenditures from the allowances will be deducted using supplier invoices. 6.3. At the completion of the project the balance remaining in the allowance(s) will be deducted from the contract price. 6.4. This Contractor shall carry the following allowances in his tender price; a. Site variations: $10,000.00

7. Shop Drawings 7.1. No material shall be installed prior to shop drawing review. The Contractor will be responsible for all cost which, result from installing materials prior to approval of the shop drawing. 7.2. Failure to submit shop drawings in a timely fashion will not be considered a reason for extending the contract. 7.3. Prior to submitting shop drawings, submit a list which shall summarize the items for which shop drawings will be submitted. This list may be expanded by the Engineer if all items are not listed. This list will also serve to track the review of shop drawings. 7.4. Submit all shop drawings at the same time. Partial submissions will be held until all items have been received. 7.5. Submit six hard copies or electronic copy of shop drawings to the Engineer for review and comment. 7.6. Submit shop drawings for major components of all electrical systems as shown on the drawings or in the specifications. 7.7. Shop drawings shall bear the stamp of the Electrical Contractor indicating that he has examined the shop drawings and is confident that the material represented in them is in strict conformance with the specifications and that the material can be installed as required. Shop drawings not bearing the Contractor’s stamp will be returned without

______CAMBRIDGE CENTRE TERMINAL General SECTION 26 00 00 A49/WSP NO. 121-20554-06 Requirements PAGE 3 2016-03-03______

review. The Contractor will be deemed to be delaying the project until shop drawings bearing the Contractor’s stamp are submitted. 7.8. The Contractor’s responsibility for errors, omissions or deviations in the shop drawings is not relieved by the Engineer’s review of the shop drawings. 7.9. Upon review by the Engineer, if no errors or omissions are discovered or if only minor corrections are made to the shop drawings, the drawings will be returned and fabrication may proceed. Should the shop drawings be rejected, they will be returned so noted and a resubmission of the corrected shop drawings will be required, following the procedures outlined above. No fabrication shall be commenced until the resubmitted drawings have been reviewed. 7.10. Keep one copy of reviewed shop drawings on site. 7.11. The Contractor is to provide the engineer with updated schedules depicting the statuses of all shop drawings.

8. Record Drawings 8.1. The Electrical Contractor shall keep a copy of the drawings at his site office, on which he shall keep a daily record of changes. 8.2. Record drawings shall be produced by the Electrical Contractor recording all changes and additions correctly with red ink. These drawings shall consist of two (2) sets of clean drawings marked up as required. The Record drawings shall be submitted to the Engineer at the completion of the project. 8.3. The submittal of the record drawings is a condition of the contract and final payment will not be considered due until this provision has been fulfilled.

9. Maintenance Data and Operating Instructions 9.1. This Contractor shall assemble two copies all equipment literature, shop drawings, operating instructions, maintenance data, inspection certificates, verification and commissioning reports, copies of all “as installed” panel schedules and other information pertaining to the electrical installation and shall submit two copies to the General Contractor. 9.2. Each copy shall be logically arranged in a hard covered, three ring binder, with a suitable title affixed to the spine, a table of contents and tabs to identify each section. 9.3. After delivery of the manuals to the Owner, the Contractor shall arrange with the Owner and the system and equipment manufactures to conduct a series of tours with the Owners staff to familiarize them with the new equipment. 9.4. The submittal of the Maintenance Manuals is a condition of the contract and final payment will not be considered due until this provision has been fulfilled.

10. Qualifications 10.1. Electrical work shall be performed by qualified electricians holding valid “Construction and Maintenance 309A Certificates of Qualification” issued by The Ontario Provincial Ministry of Training, Colleges and Universities. 10.2. The journeyman/apprentice ratio shall not exceed 3:1 (Three journeymen to one apprentice).

11. Installation 11.1. Final layout of the work is the responsibility of the Electrical Contractor. The Contractor shall make every effort to provide a neat and workman like installation. Any work deemed unacceptable to the Owner or the Engineer will be removed and re-installed by the Electrical Contractor at no cost to the Owner. 11.2. Concealed conduits, boxes, fittings, wiring and cables shall be installed as close to the building structure as possible to insure proper concealment and avoid the necessity for furring.

______CAMBRIDGE CENTRE TERMINAL General SECTION 26 00 00 A49/WSP NO. 121-20554-06 Requirements PAGE 4 2016-03-03______

11.3. Verify that dimensioned equipment locations as shown on the drawings can be retained and that proper clearances to adjacent work can be maintained. 11.4. The Engineer retains the right to relocate devices, without charge to the Owner, up to ten feet from locations shown on the drawings, provided the change is made prior to installation and does not require additional material or labour. 11.5. All exposed interior raceways, junction boxes, wiring and equipment shall be installed neatly, parallel to building lines and as close together as is possible. 11.6. Clearly mark and identify all raceways, junction boxes, feeder cables and other equipment. Identification shall be by means of a Lamacoid tag (white face, black core to provide black letters) lettering shall be 3/8” high. Fasten tags to junction boxes, disconnect switches, motor starters and other flat surfaces with double sided tape. Fasten tags to conduits and cables with ty-wraps. 11.7. All terminal strips shall be labeled with the wire numbers corresponding to those of the equipment manufacturer or according to a master list compiled by the Contractor and included in the Maintenance Manuals. 11.8. Junction and pull boxes shall be identified on the cover using permanent black marker as to the wiring they contain. Use the following code to identify systems;

NP - Normal Power EP - Emergency Power EL – Emergency Lighting & Exit Lighting L - Lighting DA – Computer Data T - Telephone FA – Fire Alarm CA – Cable Television S - Security and Door Access CC – Closed Circuit TV PA – Public Address

12. Layout and Planning 1.1. The Contractor shall be responsible for laying out, planning, and locating all systems, equipment, cable tray and conduit based on accurate field measurements and shop drawings or certified prints as required to properly install, maintain, repair and operate all systems and equipment. Drawings shall not be scaled to locate equipment, ductwork or piping. The drawings are diagrammatic, and indicate the general arrangement and routing only. The Contractor shall plan the work to avoid interferences, minimize offsets, and to provide for a neat and proper installation.

13. Project Coordination 13.1. Coordinate progress of the work, progress schedules, submittals, use of site temporary utilities and construction facilities. 13.2. The work of the various sections shall be properly coordinated to assure the best arrangement of electrical equipment in the available space. Under no circumstances will any extra cost be allowed due to the failure by the Contractor to coordinate the work with the other trades. If required, in critical locations, interference, and/or installation drawings shall be prepared showing the work of the various sections and/or existing installations and shall be submitted to the Engineer for review before the commencement of work.

14. Commissioning and Testing 14.1. Prior to the start up of any system, check all devices and verify the manufacturer’s start-up instructions.

______CAMBRIDGE CENTRE TERMINAL General SECTION 26 00 00 A49/WSP NO. 121-20554-06 Requirements PAGE 5 2016-03-03______

14.2. Verify that all equipment is connected to the proper voltage and phase wire size and over current protection. 14.3. Meggar all panel feeders, Motor feeders and all major equipment feeders, record the readings and include them in the maintenance manuals. 14.4. Check rotation on all motors. 14.5. Check main service voltage, phasing, ground conditions and ground resistance. Record and include in the maintenance manuals. 14.6. Insure that all equipment is grounded in accordance with the Ontario Electrical Safety Code and that the ground electrode resistance meets the requirements of the code.

15. Mechanical Equipment Connections 15.1. The responsibilities of the Electrical Contractor in the connection of mechanical equipment is as follows; a. This Contractor shall provide power wiring carrying full line current of motor or other mechanical systems equipment including wiring of speed controllers, variable speed drives, motor starters, and disconnect switches connected in line between the power source and the motor or other equipment. b. Motor starters, motor control centers and speed controllers will be provided and installed by the Electrical Contractor unless noted otherwise in the mechanical equipment schedule on the drawings. (Some unitized mechanical equipment may be supplied complete with these devices.) c. Where mechanical equipment is supplied with integral starters only power feeds and local isolation switches will be provided by the Electrical Contractor. d. Unless stated otherwise, low voltage mechanical system wiring and conduit (under nominal 120 volts), including Building Management System (BMS) wiring, but excluding fire alarm, PA, data & telephone wiring, will be supplied and installed by the Mechanical Contractor. e. Multi-speed motors are to be consequent pole. f. Electric heaters will be supplied installed and wired by the Electrical Contractor including low (under 120 volt) and line voltage thermostats, but excluding BMS wiring. g. The Electrical Contractor shall verify on site the exact location and characteristics of mechanical equipment prior to proceeding with the mechanical wiring.

16. Underground Installations 16.1. Excavating and backfilling for electrical work, bases, pads, trenches etc, inside and outside of the building which is required for the installation of electrical equipment or wiring will be provided by the Electrical Contractor. 16.2. Excavate to alignment and grade required for placing of the underground services. Brace and dewater trench so that the electrical plant can be safely and correctly installed in accordance with the Ontario Construction Safety Association and Ministry of Labour standards. 16.3. All electrical trenches shall provide for a minimum of 1 meter of cover over all electrical and communications conduits.

17. On Site Storage and Operating Facilities 17.1. The Electrical Contractor shall provide a trailer or similar structure at the site to store all materials, tools and to serve as a workshop and office. Power from the building will be made available but connection will be the responsibility of the Contractor.

18. Cutting Patching and Fire Stopping 18.1. Cutting and patching of the building structure required due to the demolition of existing electrical equipment or for the installation of new electrical apparatus is the responsibility of

______CAMBRIDGE CENTRE TERMINAL General SECTION 26 00 00 A49/WSP NO. 121-20554-06 Requirements PAGE 6 2016-03-03______

the Electrical Contractor. Cutting and patching shall be provided by the trade skilled in the installation of the media to be patched at the expense of the Electrical Contractor. 18.2. Provide and install sleeves for conduits and cables and openings for raceways and equipment. Sleeves in concrete shall be schedule 40 steel pipe sized to allow free passage of the equipment. Sleeves shall extend 6” on either side of the structure on each side and be packed with resilient fire stop material. All penetrations caused by the electrical work shall be sealed using an approved fire sealing material in accordance with the Ontario Building Code. 18.3. All cutting and patching shall be laid out for review by the Engineer prior to proceeding and patching shall be completed to a “paint ready” state. 18.4. No cutting of structural members shall be permitted without the approval of the Structural Engineer. 18.5. Provide and pay for tall cone flashing or pitch-pockets installed by the roofing Contractor where electrical wiring must penetrate the roof.

19. Supports and Concrete Work 19.1. Provide and erect all special structural steel or concrete work required solely for the installation of electrical equipment or wiring and not shown on Architectural, Structural or Mechanical drawings. Supply and install all anchor bolts and other fastenings. Where apparatus is required to be mounted on concrete pads, locate the pads accurately and install with neatly chamfered edges. 19.2. Where electrical equipment is mounted on housekeeping pads, this Contractor shall provide cast in place pads, constructed by the appropriate trade and paid for by the Contractor. Pads shall be 30kpa concrete, minimum 90 mm thick and reinforced with #6 150mm x 150mm steel mesh and shall extend 75mm beyond the electrical equipment.

20. Final Completion and Guarantee Certificates 20.1. At the completion of the work this Contractor shall participate in the procedures for establishing substantial completion as laid out in OAA/OGCA document No.100 or as required by the contract. As required by OAA/OGCA #100 the process shall commence with the Contractor submitting a detailed list of work he has yet to complete. 20.2. Upon completion of the contract, submit to the Owner the Electrical Safety Authority, Certificate of Approval. 20.3. Submit to the Owner, a certificate of Fire Alarm Verification along with the verifying technician’s work notes. 20.4. Submit a letter to the local “Fire Authority Having Jurisdiction” and the Owner, a letter indicating that the fire alarm installation and modification has been completed by tradesmen certified to carry out this type of work and that the work has been completed in accordance with CAN/ULC S524 and verified in accordance with CAN/ULC S537. 20.5. Affirm in writing that all materials and workmanship used in the project are in strict conformance with the drawings and specifications, and will give proper and efficient operation and are free from mechanical and electrical defects. Guarantee to repair and/or replace any defects which may appear in any of the work within one year after substantial completion (except due to normal wear) without expense to the Owner.

End.

______CAMBRIDGE CENTRE TERMINAL Materials and SECTION 26 01 00 A49/WSP NO. 121-20554-06 Installation PAGE 1 2016-03-03______

1. General 1.1. Section 260000, forms part of this section as if it were written here in full and is to be read in conjunction with this section. 1.2. This section covers the materials and installation methods used in the project. 1.3. Material supplied shall be new and be approved by the Canadian Standards Association, Underwriter’s Laboratory Canada and/or Ontario Electrical Safety Code. 1.4. Competent and qualified supervision shall be supplied to oversee the electrical installation on a continuous basis. 1.5. The workforce shall consist of at least one foreman and qualified electricians employed in sufficient numbers to ensure the completion of the work in accordance with the project, with the highest quality control. This contractor shall assure at all times that his work is completed to such an extent so as to avoid substantial delays to other divisions.

2. Wire and Cable 2.1. Power Conductors a. Secondary conductors shall be CSA approved type for 600 volt and be ULC listed. b. Conductors shall be copper. c. Minimum conductor size shall be 12 AWG stranded, with flame retardant R90 insulation. d. Underground installations shall be wired with 600 Volt RWU type insulation, unless otherwise noted. e. Neutral conductors shall not be used for more than one branch circuit, for more than one multiwire branch circuit, or for more than one set of un-grounded feeder conductors. f. Conductors shall be installed in a neat and orderly fashion. The utmost care shall be taken to avoid damage to conductor insulation when cables are installed. Conductors shall be installed in conduit. g. Conductors shall be identified with the proper numbers and at all termination and junction points. Brady and Pilgrim type markers are acceptable. h. All power conductors shall be colour coded at each termination as follows:

2.1.h.i. Phase “A” – Red 2.1.h.ii. Phase “B” – Black 2.1.h.iii. Phase “C” – Blue 2.1.h.iv. Neutral – White 2.1.h.v. Ground – Green 2.1.h.vi. Isolated ground –Green, Black stripe.

2.2. Control Conductors a. Conductors shall be OHEC approved type for 600 volt and be ULC listed, unless otherwise noted. b. Conductors shall be copper. c. Minimum conductor size shall be 14 AWG stranded, with flame retardant TW insulation for 75 degree Celsius. d. Control conductor insulation shall be yellow in colour. ______CAMBRIDGE CENTRE TERMINAL Materials and SECTION 26 01 00 A49/WSP NO. 121-20554-06 Installation PAGE 2 2016-03-03______e. Conductors shall be installed in a neat and orderly fashion. The utmost care shall be taken to avoid damage to conductor insulation when cables are installed. All conductors shall be installed in conduit. f. Conductors shall be identified with the proper numbers and at all termination and junction points. Brady and Pilgrim type markers are acceptable. 2.3. Metallic and Non-Metallic Sheath Cable a. The limitations on the use of non-metallic sheath cable (NMD, NMW) and metallic sheath cable (BX) will be strictly enforced. b. When BX cable installation is not in conformance with this specification it shall be removed and replaced with conduit and wire at no expense to the Owner. c. The use of metallic sheath cable shall be limited to the inside of metal stud and drywall partitions and to a maximum of 3 meter drops from lighting junction boxes to light fixtures. All other wiring shall be in conduit. d. Not withstanding item c above, metal stud walls shall not be used as main distribution means for bundles of BX cables. e. Do not “daisy chain” light fixtures with BX. Provide individual BX drops form junction boxes which are part of a lighting conduit and wire system. f. BX cables shall not be used to wire equipment power or controls for mechanical systems. g. AC90 wiring shall only be permitted for fire alarm system wiring drops from accessible ceiling junction boxes to ceiling heat/smoke detectors. All other fire alarm initiating/signal wiring shall be installed in conduit. h. BX cables shall not be surface mounted unless specifically called for. i. Non-metallic sheath cable type NMD, (Romex) and type NMW (Farmex) shall not be used.

3. Conduit and Fittings 3.1. Conduits types shall be; a. Hot dipped galvanized heavy wall rigid schedule 40 conduit (Rigid steel) b. Aluminium heavy wall schedule 40 conduit (Rigid Aluminium) c. Electrical metallic tubing (EMT) d. Rigid heavy wall polyvinyl chloride PVC (Sceptre) e. Underground PVC duct (DB2)

3.2. Minimum size conduit shall be 19 mm (3/4”) unless noted otherwise. 3.3. Raceways carrying wiring 120 volts and higher shall be equipped with a green ground conductor sized the same as the wiring in the race way up to AWG #8, and sized as shown in Table 18 of the Ontario Electrical Safety Code for wiring with ampacities over 40 amps. 3.4. EMT shall be used in all installations except for the following or on approval by the Engineer. a. Rigid steel conduit shall be used where subject to severe mechanical injury. b. Rigid PVC conduit shall be used underground or embedded in concrete. 3.5. Conduit fittings for EMT shall be steel set screw type indoors and compression type rain tight outdoors. 3.6. Where non-metallic conduit is used a suitable sized green grounding conductor shall be installed. 3.7. Conceal conduits as far as practicable in the floor, wall and ceiling construction. Conduits may be run exposed in crawl spaces, fan rooms, penthouses, electrical and mechanical rooms, unless specified or noted otherwise. Approval shall be ______CAMBRIDGE CENTRE TERMINAL Materials and SECTION 26 01 00 A49/WSP NO. 121-20554-06 Installation PAGE 3 2016-03-03______obtained from the Engineer prior to the installation of any surface conduits in any location other than the above specified areas. 3.8. Install conduit neatly in appearance, running parallel to or at right angles to building lines, parallel and equally spaced in groups, not bent over sharp objects. 3.9. Clean and seal conduit until wiring is installed. 3.10. Install grounding bushings, jumpers and ground straps as required to maintain continuity of grounding for the complete system. 3.11. Terminate empty conduit for future use with a cap and nylon pull cord in each empty conduit. Tie off pull cord at each end of run and tag each end with location of the opposite end. 3.12. Conduit shall be fastened securely in place with approved straps and hangers in sufficient number to prevent movement of any part of the conduit. This includes conduit installed in forms before concrete is poured. No tie wires will be permitted. 3.13. Expansion fittings shall be provided at points where conduit crosses building expansion joints. 3.14. Connections to motorized equipment shall be made with sealtite flexible conduit, to minimize vibration. 3.15. Liquid-tight fittings shall be used where sealtite conduit is specified. 3.16. Conduits shall be installed a minimum of 75mm from any hot water pipes. 3.17. Conduit for the fire alarm system shall be factory tinted Red in colour. 3.18. Conduit for other systems shall be identified with spray paint at not more than 10 foot intervals. Colours shall be matched to the system for which they are used, as follows;

a. Green: Data b. Blue: Voice c. Orange: INIT/Clocks d. Grey: Cameras/Security e. Purple: Low Voltage f. Yellow: High Voltage 347/600 volts g. White: Standard Wiring systems 120 to 250 volts

4. Underground Ducts 4.1. Unless otherwise specified all underground wiring shall be in PVC conduit. Approved types of conduit shall be used for concrete or direct burial. 4.2. All ducts shall be properly sloped to ensure drainage away from building. 4.3. Proper protection and identification of all duct runs shall be made as required. 4.4. Duct installation of more than one duct shall include factory duct spacer system. Spacers to be installed at 3 meter intervals. 4.5. All duct joints and connections shall be made using approved bonding adhesive (glue), installed according with manufacturers instructions.

5. Junction, Pull and Outlet Boxes 5.1. EEMAC 1 enclosures shall be furnished for dry and clean locations. In wet or outdoor locations EEMAC 3R enclosures shall be used. 5.2. Install all boxes so as to be accessible after the building is complete, set to come flush with the finished lines of the wall where recessed and lined and level where surface mounted. 5.3. Install junction boxes on all conduit work where necessary to permit easy installation of conductors. ______CAMBRIDGE CENTRE TERMINAL Materials and SECTION 26 01 00 A49/WSP NO. 121-20554-06 Installation PAGE 4 2016-03-03______5.4. Where boxes must be surface mounted they shall be cast alloy type #C-143 or #C8444 or multi-gang aluminium FS type with appropriate covers. No pressed steel boxes shall be surface mounted.

6. Wiring Devices 6.1. Wiring devices shall be as specified below:

Voltage Current Description 120 V 15A 3 wire grounding receptacle Hubbell # 5252 or Pass & Seymour #5262AI 120 V 15A 3 wire ground fault interrupter Hubbell # GF5252-I or Pass & Seymour 1595I 120 V 15/20A 3 wire “tee” slot dual amperage grounding receptacle Hubbell # HBL5352 or Pass & Seymour 5362AI 120V 15A 3 wire tamper resistant (In Day Care and Kindergarten areas) Pass & Seymour # TR62-HI 120/277 V 15A Single pole switch Hubbell # 1201-B or Pass & Seymour PS15AC1 120/277V 15A Three way switch Hubbell # 1203-B or Pass & Seymour PS15AC3 120/277 V 15A Four way switch Hubbell # 1204 or Pass & Seymour PS15AC4 120/277V 20A Single pole switch Hubbell # 1221 or Pass & Seymour PS20AC1 120/277V 20A Three way switch Hubbell # 1223 or Pass & Seymour PS20AC3 120/277V 20A Four way switch Hubbell # 1224 or Pass & Seymour PS20AC4 120V 20A 5-10-15-30 Min Timer

120V 5A USB charger four port outlet Hubbell # USB4-colour (BK-Black, GY-Gray, I-Ivory, W-White)

6.2. Cover Plates shall be stainless steel for all interior wiring devices. Weatherproof cover plates shall be used for devices mounted exterior applications. 6.3. Duplex receptacle plates and light switch plates shall have the panel and circuit number of the outlet on clear adhesive tape with black letters produced by a digital labeling device permanently affixed to them. 6.4. Alternate acceptable manufacturers shall be: Hubbell, Pass & Seymour, Wattstopper and Arrow Hart. 6.5. Except as noted on the drawings, electrical device shall be mounted as follows;

Light switches: 1070mm AFF Duplex receptacles: 600mm AFF Over counter receptacles: 150mm over counter height Thermostats: 1070mm AFF CATV outlets: 600mm AFF ______CAMBRIDGE CENTRE TERMINAL Materials and SECTION 26 01 00 A49/WSP NO. 121-20554-06 Installation PAGE 5 2016-03-03______Data outlets: 600mm AFF Telephone outlets: 600mm AFF Wall mounted light fixtures: 2200mm AFF Fire alarm, pull Stations: 1070mm AFF Fire alarm, signal devices: 2450mm AFF (or 150mm below low ceilings) Emergency lighting fixtures: 2450mm AFF (or 150mm below low ceilings) Over mirror fixtures: 150mm over mirror

7. Occupancy Sensors 7.1. Supply and install lighting controls as shown on the drawings. 7.2. Lighting relay/dimming controllers shall be mounted above ceiling, located above primary wall mounted/recessed toggle switches. 7.3. Sensing technologies shall be completely passive meaning that they will not emit any radiation that is known to interfere with certain types of hearing aides, or electronic devices such as electronic white board readers. Acceptable programmable shall be Passive Infrared (PIR), and/or PIR/Ultrasonic Passive Dual Technology (PDT) 7.4. Sensors shall operate on a class 2, three-conductor system. Sensors shall operate on 12 to 24 VAC or VDC and consume no more than 5 milliamps so that up to 14 sensors may be connected to a single power pack. 7.5. Power Packs shall accept 120 or 277 VAC, be plenum rated, and provide class 2 power for up to 14 remote sensors. 7.6. Substitutions must be submitted no less than 5 days prior to bid date. An AutoCAD drawing of the facility showing coverage patterns and technical data must be provided with substitution request. All substitutions must clearly identify any and all exceptions to the specifications with a detailed explanation as to the exception. If substitution is approved, the contractor shall bear the responsibility of a fully functional system to the owner’s and Architect’s satisfaction.

8. Disconnects 8.1. Disconnect switches, fused and un-fused, shall be provided as shown on the drawings and shall be EEMAC 2 for interior use and EEMAC 3R for exterior use. 8.2. All disconnect switches shall be complete with exterior mounted operating handle mechanically interlocked with the front cover to prevent opening when the switch is in the “on” position and capable of being locked in the “off” position. All switches shall be equipped for multiple locks. 8.3. All disconnect switches shall be of the heavy duty type. 8.4. Fused disconnects shall have fuse clips installed for HRCI Class J or Class L fuses. 8.5. Install lamacoid nameplates identifying the load served by each switch and where applicable the location of the feeder source. 8.6. Acceptable manufactures of disconnects shall be: Schneider, Cutler Hammer and Siemens.

9. Fuses 9.1. Low voltage HRC fuses, types as specified, shall be CSA certified in accordance with standard C22.2 No. 106-M 1985. 9.2. HRCI-JY fuses and fuses to Standard C22.2 No. 106-1953 are not acceptable. ______CAMBRIDGE CENTRE TERMINAL Materials and SECTION 26 01 00 A49/WSP NO. 121-20554-06 Installation PAGE 6 2016-03-03______9.3. Fuses shall be HRCI-J for ratings 1 to 600 amperes or HRCI-L for ratings 601 to 6000 amperes except where otherwise specified. 9.4. Where a time delay characteristic is required fuses shall carry 500% of their ampere rating for not less than 10 seconds and shall be clearly labeled “Time Delay”. A shorter delay is not acceptable. 9.5. Supply and install a junction box with a hinged door in the electrical room for the storage of spare fuses. Provide six spare fuses of each size for sizes 400A and under and three spare fuses for sizes greater than 400A. 9.6. All fuses for the distribution system shall be of the same manufacturer to ensure selective co-ordination. 9.7. Fuses shall be as manufactured by Gould Shawmut, Sefco, English Electric, Bussman.

10. Motor Starters 10.1. Verify location and characteristics of mechanical equipment requiring starters supplied by this contractor prior to placing orders for starters. 10.2. Each starter shall have a lamacoid nameplate identifying the load served by the starter and where applicable the location of the feeder source. 10.3. Provide and install separately mounted magnetic (Sq D class 8536) and/or combination magnetic starters, (Sq D class 8538) of fusible disconnect switch type, with ratings, sizes, enclosure types and accessories as shown on the drawings. Unless specified otherwise magnetic and combination magnetic starters for HVAC equipment shall be complete with; a. Control transformer (secondary voltage as specified) b. 3 overload relays c. Time delay fuses d. Amber push to test “Run” pilot light e. Screw terminal wiring strip for connection to external control devices f. Two N.O. and two N.C. auxiliary contacts g. Hand-Off-Auto selector switch. (Starters with start/stop or run/stop push buttons in place of the HOA selector switch shall be supplied as indicated on the drawings). 10.4. Only NEMA rated magnetic starters shall be acceptable. 10.5. On starters for motors over 15 HP provide for connection of motor winding thermisters and relaying to trip the motor “off” under excess winding temperatures. Thermister reset shall be manual. Approved manufacturers are Square D, Allen Bradley, Westinghouse or Seimens equivalent. 10.6. Provide where shown on the drawings, starters with the above features in a Motor Control Centre with bus work of the voltage and capacity as indicated. Approved manufactures of MCC’s shall be Square D Class 8998 class 1, type B or Allen Bradley, Westinghouse or Seimens equivalent. 10.7. Provide and install manual starters with overload relays and toggle type operators, of ratings, sizes and enclosure types as shown on the drawings or as required by the applicable code. Starter shall contain properly coordinated overload elements to provide overload and complete phase failure protection and indicator lamp to show energized condition. Approved manufacturers are Square D Class 2510, Allen Bradley, or Seimens equivalent.

11. Contactors ______CAMBRIDGE CENTRE TERMINAL Materials and SECTION 26 01 00 A49/WSP NO. 121-20554-06 Installation PAGE 7 2016-03-03______11.1. Provide Contactors with voltage and current ratings, contact arrangements, and enclosure types as indicated on the drawings. Contactors shall be rated for the use for which they are shown. Contactors are to be electrically held. Acceptable Contactors manufactures are: Schneider, Siemens, Allen Bradley, and Westinghouse. 11.2. Install lamacoid nameplates identifying the load served by each contactor and where applicable the location of the feeder source.

12. Time Switches 12.1. Provide and install electronic programmable astronomic time switches. 12.2. The Time Switch shall be 120 VAC, 60 Hz with field replaceable lithium battery back up. 12.3. Time switches shall be capable of being programmed to control up to 1,000 operations per 24 hour period and shall automatically adjust on-off operations based on Astronomical data (latitude and time of year). 12.4. Time switch shall be equipped with 4 sets of SPST contacts capable of switching 20 A per pole continuously at 277 VAC. 12.5. Provision shall be made for positive padlocking and/or sealing. 12.6. Time switches shall be INTERMATIC # T7401B, TORK #W400A or PARAGON #7007-00.

13. Photo Controls 13.1. Provide and install photo-electric control switches to provide automatic on/off switching of outdoor lighting. 13.2. Photo electric control switches shall be weather tight, completely self contained, not affected by moisture, vibration or temperature changes and with die cast housing. 13.3. On-off adjustment shall be made by moving a light level selector to any desired light level in a range from 2 fc to 50 fc. 13.4. The photo cell shall be rated at 120V, 2000W SPST contact, TORK #2101, Intermatic #K4121 or Precision #T-15.

14. Hand Dryers 14.1. Provide surface mounted hand dryers with brushless induction motor, thermally protected, automatic operation with infrared sensor and automatic drying cycle. 14.2. Hand dryer shall be cast iron, white porcelain enamel finish and vandal resistant with revolving die cast aluminum chrome plated nozzle. 14.3. The hand dryer shall be rated at 110/240V, 950W, or 208V, 775W, World Dryer Slim Dri #L-974.

15. Access Doors 15.1. Provide access doors at locations where electrical equipment requiring inspection, service, maintenance or adjustment is installed in such a manner as to be hidden behind building structure or finishes. 15.2. Verify ceiling/wall/floor construction for proper assessment for the quality and type of door required. 15.3. Minimum construction shall be 2.5mm (12ga) steel, prime coated steel with 180 degree opening hinged door with rounded safety corners, concealed hinges, screw driver latches plaster locks and anchor straps. ______CAMBRIDGE CENTRE TERMINAL Materials and SECTION 26 01 00 A49/WSP NO. 121-20554-06 Installation PAGE 8 2016-03-03______15.4. Where access doors are located in tile or marble finishes they shall be constructed of #304 stainless steel.

16. Painting 16.1. Electrical equipment which becomes defaced due to construction and installation is to be cleaned and painted to restore original finish. 16.2. Equipment which fails to regain original finish after repainting will be replaced by this contractor at no cost to the owner.

End. ______CAMBRIDGE CENTRE TERMINAL Main Electrical SECTION 26 02 00 A49/WSP NO. 121-20554-06 Service PAGE 1 2016-03-03______

1. General 1.1. Section 260000, forms part of this section as though written here in full, and is to be read in conjunction with this section. 1.2. This section provides for the supply and installation of the new main electrical service from the existing padmount transformer provided by Cambridge Hydro. 1.3. The Electrical Contractor shall be responsible for making arrangements with Cambridge Hydro for the provision of the new main electrical service. 1.4. Owner will pay all Cambridge Hydro costs including metering and secondary cable termination costs. 1.5. This Contractor will coordinate the entire installation of the new service with Cambridge Hydro. 1.6. The Electrical Contractor shall provide all other material and labour including secondary lugs, inspection fees, etc. required to complete the service installation.

2. Electrical Service 2.1. An existing padmount transformer located on Hespeler Rd. will supply the secondary service. 2.2. The metering equipment will be located in the main electrical room in accordance with Cambridge Hydro drawing standards. 2.3. Supply and install the new secondary duct bank in accordance with the Ontario Electrical Safety Code, from the new transformer pad to the new main switchboard as shown on the drawings in accordance with O.E.S.C. rule # 12-012. 2.4. Supply and install cabling as shown on the drawings. 2.5. Secondary switchboard terminations by Electrical Contractor using compression type lugs. 2.6. Work shall comply with the rules and regulations of the Ontario Electrical Safety Authority and Cambridge Hydro. 2.7. Concrete for duct banks and other concrete work required for the electrical installation shall be provided by this Contractor. 2.8. Include in the tender price all the costs of the inspection authority for this service including labour, material, testing and inspection costs.

3. Grounding 3.1. The Electrical Contractor shall provide grounding to establish a path to ground not to exceed 6 ohms resistance. 3.2. Equipment grounding shall be as follows: 3.2.1. The entire conduit network shall be electrically continuous throughout. 3.2.2. Panel boxes, motor frames and other electrically operated equipment shall be grounded per the Ontario Electrical Safety Code (OESC) and the equipment manufacturer’s instructions. 3.2.3. Install a green grounding conductor inside all flexible conduit connections to mechanical equipment. 3.2.4. All convenience receptacles shall be of the grounding type, grounded to the conduit network and the green ground conductor. 3.2.5. All lighting fixtures shall be grounded as per the OESC and the manufacturer’s instructions. 3.2.6. Grounding conductors shall be sized per the OESC. 3.2.7. Provide a separate ground for Telephone Supply Authority and for telephone equipment. End. ______CAMBRIDGE CENTRE TERMINAL Dry Type SECTION 26 02 15 A49/WSP NO. 121-20554-06 Transformers PAGE 1 2016-03-03______

1. General 1.1. Section 260000 shall form part of this section as though it is written here in full and shall be read in conjunction with this section. 1.2. This section provides for the supply and installation of EEMAC 2 (Drip-proof) dry type transformers.

2. Submittals for Review 2.1. Provide shop drawings with outline and support point dimensions of enclosures and accessories, unit weight, primary and secondary voltage, kVA, impedance rating and characteristics, tap configuration, insulation system type and rated temperature rise. 2.2. Test reports indicating loss data, efficiency at 25, 50, 75 and 100% of rated load, and sound level. 2.3. Submit stamped drawings of proposed transformer trapeze support assemblies complete approved by a structural engineer. 2.4. Submit manufactures installation instructions indicating application conditions and limitations of use and instructions for storage, handling, and protection.

3. Submittals for Project Closeout 3.1. Provide record drawings produced by the contractor recording the location of all transformers, changes and additions correctly with red ink. These drawings shall consist of three (3) sets of clean drawings marked up as required. The as-built drawings shall be turned over to the Engineer at the completion of the project. The contract shall not be deemed complete until this requirement is fulfilled. 3.2. Include shop drawings and maintenance instructions in the maintenance manuals.

4. Two Winding Distribution Transformers 4.1. Factory assembled air cooled dry type distribution transformers with ratings as shown on the drawings constructed and factory tested in accordance with the requirements of CSA C9-02 and C802.2-12. 4.2. Insulation shall be type “H” silicone type coil insulation to limit winding temperature rise to 150 C degrees and enclosure temperature shall not exceed 65 C degrees at full load in a 40 c degree ambient temperature. 4.3. Each transformer shall be complete with; 1. Primary voltage 600 volt 3 phase delta connected. 2. Secondary voltage 208 volt 3 phase wye connected. 3. Copper windings 4. Core shall be stacked constructed of high permeability silicone steel. 5. Four 2-1/2% full capacity taps 2 above and two below normal. 6. Electrostatic shielding. 7. Vibration dampening system. 8. Finished in ANSI/ASA 61 light grey enamel paint. 9. Manufactures name plate stating size, primary and secondary voltage, connection diagram, weight, impedance, style and serial number.

5. Installation 5.1. Set transformers plumb and level. ______CAMBRIDGE CENTRE TERMINAL Dry Type SECTION 26 02 15 A49/WSP NO. 121-20554-06 Transformers PAGE 2 2016-03-03______

5.2. All connections to transformers shall incorporate 600mm (24 inches) of properly sized, flexible “Seal-Tite” conduit and water tight connectors. All connections shall be made in the side of the transformer casing. 5.3. Wall mounted transformers shall use integral flanges or other transformer manufactures accessory brackets and shall incorporate vibration isolators. 5.4. Floor mounted transformers shall be mounted on high density rubber or neoprene vibration isolation pads and located on 100mm (4 inch) poured concrete house keeping pads which extend 100mm (4 inches) beyond the foot print of the transformer. 5.5. Where transformers are mounted using fabricated trapeze structures. These assemblies shall incorporate vibration isolation devices and be approved by a structural engineer. 5.6. Provide grounding as required by the Electrical Safety Code.

6. Manufacturers 6.1. Distribution transformers shall be Delta, Schneider, Rex Manufacturing or Hammond.

End ______CAMBRIDGE CENTRE TERMINAL Panelboards SECTION 26 04 00 A49/WSP NO. 121-20554-06 PAGE 1 2016-03-03______

1. General 1.1. Section 260000, forms part of this section as if it were written out here in full and is to be read in conjunction with this section. 1.2. This section provides for the supply and/or installation of Distribution Panelboards and Lighting and Receptacle Panelboards. 1.3. Load centers shall not be used. 1.4. All distribution equipment shall be the product of one manufacturer. 1.5. This Contractor shall provide and pay for a protection coordination study produced by a third party testing company of the distribution scheme to determine the proper settings for distribution breakers in the system. 1.6. This Contractor shall provide and pay for a short circuit and arc flash study produced by a third party testing company of the distribution scheme. 1.7. Do not use over current protective devices and equipment which are series rated breaker/panel combinations. 1.8. Protective devices shall be supplied with factory set trips in accordance with the settings calculated in the coordination study. 1.9. Provide cast in place concrete house keeping pads under floor mounted equipment. Pads shall be a minimum of 3-1/2” thick and extend 2” beyond the foot print dimensions of the equipment to be placed.

2. Submittals for Review 2.1. Shop drawings for each panel as indicated on the drawings showing, panel designation, EEMAC rating of the panel enclosure, phase, wire, bus ampacity, bus material, interrupting rating, quantity, size, and frame type of each breaker supplied with the panelboard. 2.2. Submit a “preliminary” short circuit, protection coordination and arc flash study for review with equipment shop drawings. Contractor shall liaise with the local hydro utility to obtain the available fault current for use in the report, and include copies of correspondence in the study. Changes will be implemented based on the results of the study to ensure proper coordination of distribution breakers. Submit all data for review sufficiently in advance of equipment assembly. 2.3. Submit an updated short circuit, protection coordination and arc flash study for review based on the available fault current obtained by the local hydro utility. The new study shall capture all changes implemented by section 2.2. All panels included within the scope of the protection coordination are to be included within the scope of the arc flash study and are to be furnished with arc flash labels upon completion of project. Arc flash labels are to identify the following: a. Flash Hazard Boundary b. Cal/cm² Flash Hazard at 18 inches for low voltage panels c. Protective clothing category d. Shock hazard when cover is removed e. Limited Approach f. Restricted Approach g. Prohibited Approach h. Protective device supplying panel

3. Submittals for Project Closeout 3.1. At the completion of the project the Electrical Contractor will give marked up drawings with changes noted, to the Engineer to create record drawings. 3.2. Provide a complete set of shop drawings in the maintenance manual as well as maintenance instructions and a complete set of neatly typed panel schedules indicating size and location of breakers as well as the load each breaker serves. 3.3. Include a copy of the short circuit, protection coordination and arc flash study with the maintenance manuals. ______CAMBRIDGE CENTRE TERMINAL Panelboards SECTION 26 04 00 A49/WSP NO. 121-20554-06 PAGE 2 2016-03-03______

3.4. Supply and install a full sized plaque mounted single line diagram within the electrical room. 3.5. Turn over to the Owner ten (10) panel keys.

4. Circuit Breaker Distribution Panelboards 4.1. Circuit breaker distribution panelboards shall be equipped with: 1. EEMAC 2 sprinkler proof enclosure complete with hinged lockable door mounted to a hinged bolted trim. The hinged trim shall allow authorized persons access to the panel interior without the necessity of removing the panel trim. Enclosure shall be sized to accept the number and size of breaker shown on the drawings. All panel locks are to be keyed alike. 2. Gutter space in accordance with the requirements of the Canadian Standards association (CSA) and the Ontario Electrical Safety Authority (ESA). 3. A directory card with plastic cover. 4. Interiors which allow switching and protective devices to be replaced without disturbing adjacent devices and without removing bus connectors. 5. Tinplated copper bus with sufficient cross section area to meet CSA C22.2 No.29 standard for temperature rise. 6. Moulded case bolt on circuit breakers (15 to 399 amperes) shall provide over current and short circuit protection with adjustable inverse-time and instantaneous tripping characteristics shall be operated by a toggle handle utilizing a quick-make, quick- break over centre mechanism that is mechanically trip free. Contacts shall be non- welding silver alloy. A push-to-trip pushbutton on the front of the breaker shall provide a means of testing the breaker trip mechanism. 7. Circuit breakers shall be rated for 80% continuous current and shall have a minimum interrupting capacity of 22 kAIC at 240 volts and 14 kAIC at 600 volts. Breakers shall be equipped with a mechanism to allow pad-locking in the off position. Series rated breakers are not acceptable. 8. Manufacturer’s nameplate showing, manufacturer’s name, system voltage, phase, wire, Ampacity, panelboard type, manufacturer’s work order and date and CSA listing number.

5. Branch Circuit Panelboards 5.1. Circuit breaker branch circuit panelboards shall be equipped with; 1. EEMAC 2 sprinkler proof enclosure complete with hinged lockable door mounted to a hinged bolted trim. The hinged trim shall allow authorized persons access to the panel interior without the necessity of removing the panel trim. Enclosure shall be sized to accept the number and size of breaker shown on the drawings. All panel locks are to be keyed alike. 2. Tinplated copper bus with sufficient cross section area to meet CSA C22.2 No.29 standard for temperature rise. 3. Isolated ground bar where indicated. 4. Moulded case bolt on circuit breakers shall provide over current and short circuit protection with inverse-time and instantaneous tripping characteristics, shall be operated by a toggle handle utilizing a quick-make, quick-break over centre mechanism that is mechanically trip free. Automatic tripping shall be clearly indicated by centering of the handle. Contacts shall be non-welding silver alloy. 5. Circuit breakers shall be rated for 80% continuous current and shall have a minimum interrupting capacity as shown on the drawings. 6. Manufacture’s nameplate showing, manufacturer’s name, system voltage, phase, wire, Ampacity, panelboard type, manufacturer’s work order and date and CSA listing number. 7. Where panelboards are recessed into walls, provide two 1-1/4” EMT conduits from each panel to two 6”x6”x6” junction boxes in the adjacent corridor ceiling space and mark as “Spare”. ______CAMBRIDGE CENTRE TERMINAL Panelboards SECTION 26 04 00 A49/WSP NO. 121-20554-06 PAGE 3 2016-03-03______

6. Distribution and Branch Circuit Identification 6.1. All panelboards shall have Contractor installed identification in the form of lamacoid name plates (white background, black letters) which conform to the following; a. Lettering shall be a minimum of ½” high and the nameplate shall be attached to the top center of the panel trim with two #8 machine screws drilled and tapped into the trim. b. Minimum information show on name plates shall include panel designation as supplied by the Owner to meet the existing naming convention, voltage, phase and wires, name of the source the panel is fed from and its location. 6.2. Circuit identification for Distribution panelboards shall be comprised of Contractor installed identification in the form of lamacoid name plates (white background, black letters ½” high) which are fastened to the panel trim with two #8 machine screws next to the branch circuit breaker being identified. 6.3. Circuit identification for Branch Circuit panelboards shall consist of a neatly type panel directory card under a plastic cover affixed to the inside of the panel door, listing all the circuit numbers and the loads connected to them.

7. Installation 7.1. All wall mounted panels shall be installed with the top of the no higher than 7’-0” above finished floor level. 7.2. Install panels level and plumb and recessed or surface mounted as shown on the drawings. 7.3. Verify factory trip settings with the values calculated in the coordination study.

8. Manufacturers 8.1. Distribution Panels shall be Schneider- Square “D” I- Line series Distribution panelboards. 8.2. Branch circuit panels shall be Schneider-Square “D” NQOD series. 8.3. Similar equipment by Siemens and Eaton may be considered equal.

End ______CAMBRIDGE CENTRE TERMINAL Lighting SECTION 26 05 00 A49/WSP NO. 121-20554-06 Equipment PAGE 1 2016-03-03______

1. General 1.1. Section 260000, forms part of this section, as though written here in full, and is to be read in conjunction with this section. 1.2. At the completion of the project pay a third party testing company to certify that the lighting system and associated controls are in compliance the Ontario Building Code. The report shall be in conformance with ASHRAE 90.1-2013 section 9.4.3. 1.3. This section provides for supply and installation of the lighting system, including luminaries lamps and all associated equipment. 1.4. The fixture schedule as shown on the drawings includes luminaire designation, voltage, lamp data, mounting arrangement, special features required, manufactures’ name and catalogue number. 1.5. Two fixture numbers are given for most luminaire types. The first named fixture is the basis of the design and the second fixture is considered equal. One or the other of these fixtures must be carried in the Contractor’s tender price. 1.6. Where only one number appears, the Contractor shall show the cost of the fixture as a break out price in his tender. Break-out price shall be for supply of fixture and lamp only and shall not include labour to install. 1.7. Fixtures by other manufactures may be offered as alternates only and must be accompanied by the amount of money to be deducted from the tender price should the Owner chose to accept the alternate. 1.8. If the Owner decides to explore the proposed alternate luminaire(s), the Contractor will within one week of notification supply to the Engineer a complete plan of the workspace indicating point by point calculated lighting intensity and corresponding watt densities for each and every area where the proposed luminaire(s) would be located. 1.9. The Contractor will pay the Engineer (at the Engineer’s hourly rate) to review the submission and make a recommendation regarding acceptance or non- acceptance of the proposed alternate luminaire(s) to the Owner. This decision will be final. 1.10. Lighting fixtures shall be supplied complete with the proper lamp(s) and all required accessory items such as IC housings, yokes, plaster rings, bar hangers, chains and other mounting materials. 1.11. Fixtures shall be provided with hangers to adequately support the complete weight of the luminaire. In no case shall luminaires be supported solely by the ceiling assembly. Where recessed fixtures are installed in a suspended ceiling assembly, the ceiling assembly shall be reinforced with extra ceiling supports (one in each corner) and be equipped with safety chains to support the fixture should the ceiling assembly collapse. 1.12. Hangers and method of fastening which differ from the manufacturer’s standard mounting arrangement shall be submitted to the Engineer for review. 1.13. Do not support luminaires from metal roof deck. Provide supplemental rigid structural members (Uni-strut or steel angles) sized to support fixtures from the buildings structure. Do not use wood to support fixtures. 1.14. Fixtures mounted on outlet boxes shall be rigidly secured to a fixture stud in the box and the box shall be rigidly fastened to the building structure. 1.15. Install fixtures inline and level and avoid light leaks. Remove and reinstall luminaires which are not installed to the satisfaction of the Owner, architect or Engineer. ______CAMBRIDGE CENTRE TERMINAL Lighting SECTION 26 05 00 A49/WSP NO. 121-20554-06 Equipment PAGE 2 2016-03-03______

1.16. Do not “daisy-chain” light fixtures with BX. Provide individual BX drops from junction boxes which are part of a lighting conduit and wire system.

2. Submittals for Review 2.1. Submit hard or electronic copies of shop drawings for each fixture type specified. 2.2. Shop drawings shall be clearly marked as to fixture type, operating voltage, ballast or transformer information, number, type and wattage of lamps require, special information regarding housings, rating for insulated ceilings or special mounting instructions. 2.3. Luminaire shop drawings shall bear the Electrical Contractor’s stamp indicating that the Contractor has reviewed the shop drawings and is satisfied that the product represented meets all the criteria of the specification and is of the type, size and fit suited for the ceiling and insulation system in which it is to be installed. Any discrepancies shall be noted on the shop drawings.

3. Submittals for Project Closeout 3.1. At the completion of the project the Electrical Contractor will give marked up drawings with changes noted, to the Architect to create record drawings. 3.2. Include a copy of all luminaire shop drawings, manufactures special installation instructions, lamp data and maintenance instructions in the maintenance manuals. 3.3. Turn over to the Owner a quantity equal to 10% of the total of each lamp type supplied by this Contractor under this contract. (minimum quantity 2)

4. Lamps 4.1. All fixtures shall be complete with the proper number size and wattage lamps. All lamps will be supplied by the Electrical Contractor unless noted otherwise. 4.2. All lamps shall have the following characteristics unless otherwise specified; 1. LED – LED lamps shall have a colour temperature of 4000 degrees K, a CRI of 80 minimum, and a lumen maintenance L70 rating of 50,000 hours minimum.

5. Ballasts/Drivers 5.1. LED Drivers:- 1. LED drivers shall be electronic-type, 120V and with a minimum efficiency of 85%. 2. Dimmable LED drivers shall be 0-10V type. Dimmable LED drivers shall be capable of dimming without LED strobing or flicker across the full dimming range.

6. Pole Bases for Lighting Fixtures 6.1. Provide and install cast in place steel reinforced concrete pole bases and poles as required to complete the installation as shown on the drawings. 6.2. Coordinate the size of pole bases with specified pole , bolt circle diameter to insure that there is a minimum of 100mm (4”) of concrete cover over the outside of anchor bolts and/or reinforcing steel. Unless shown otherwise the minimum reinforcing steel in any cast in place concrete pole bases shall be five 15mm vertical bars, spaced equally around the circumference, held in place by six 10mm hoops place equidistance along the length of the vertical bars. ______CAMBRIDGE CENTRE TERMINAL Lighting SECTION 26 05 00 A49/WSP NO. 121-20554-06 Equipment PAGE 3 2016-03-03______

6.3. Concrete for pole bases shall have a minimum strength of 25 kPa at 28 days and contain 5% to 8% entrained air. 6.4. Align anchor bolts to allow fixtures and fixture optical assemblies to be installed on the pole aimed as required to provide the proper lighting pattern. 6.5. When pole is set plumb and true, Grout the space between the top of the base and the base plate. 6.6. All pole bases are to be inspected by the Engineer prior to concrete pour. Notify the Engineer 3 days before scheduled concrete pour.

7. Lighting Controls 7.1. Interior lighting fixtures shall be controlled as shown on the drawings using switches, dimmers, contactors, photo cell controls and occupancy sensors as specified elsewhere in this specification.

8. Coordination 8.1. Check the area where fixtures are to be installed for any interference with piping duct work equipment or building structure. Coordinate and adjust layout with other trades to avoid conflicts. No extra arising from the failure of the Contractor to coordinate his work will be allowed. 8.2. Verify that the specified fixture is compatible with the ceiling type and insulation in the area where the fixture is to be installed. Report any discrepancies to the Engineer.

End ______CAMBRIDGE CENTRE TERMINAL Exit and Emergency SECTION 26 05 15 A49/WSP NO. 121-20554-06 Lighting PAGE 1 2016-03-03______

1. General 1.1. Section 260000, forms part of this section as though written here in full, and is to be read in conjunction with this section. 1.2. This section provides for supply and installation of exit lights and emergency lighting equipment. 1.3. Contractor shall refer to manufacturer installation manual for proper wire gauge as determined by remote head distance. 1.4. At the completion of the project pay a third party testing company to certify that the emergency lighting system is in compliance with the Ontario Building Code. The report shall include voltage drop readings measured at the last remote head on each branch circuit from each battery with the system fully functional.

2. Submittals for Review 2.1. Submit shop drawings for each type of exit light, emergency battery pack, and remote head shown on the drawings.

3. Submittals for Project Closeout 3.1. At the completion of the project the Electrical Contractor will give marked up drawings with changes noted, to the Architect to create record drawings. 3.2. Include a complete set of shop drawings for emergency and exit lighting equipment along with the maintenance and operating instructions in the maintenance manuals. 3.3. Include a copy of the Certification Certificate and the testing technician’s work sheets.

4. Emergency Battery Packs 4.1. Emergency battery packs shall be complete self contained battery, charger and control devices capable of supplying the rated load for a minimum of ½ hour to 87.5% of rated voltage. 4.2. The unit shall be wired to except normal power at either 120 or 347 volts. 4.3. The battery units shall have an output rating as listed below at 24 volts DC. Units with lower DC output voltages are not acceptable. Output circuit shall be fused. 4.4. The charger shall be computer tested at the factory and set to maintain battery output voltage to within +/- 1%. 4.5. The charger shall supply a continuous high charge to recharge the battery and then shut off. 4.6. Charger shall be of the pulse type to promote longer battery life and reduce grid corrosion. The pulse charger will provide a periodic pulse of energy to keep the battery topped off. The pulse charger shall be current limiting and regulated by a micro-controller circuit to sample the battery temperature, state of charge and input voltage fluctuations. The charger shall be current limiting, temperature compensated, short circuit proof, and reverse polarity protected. 4.7. The battery unit shall be equipped with an electronic lockout circuit to connect the battery when the AC circuit is activated and a brownout circuit to activate the emergency lights when AC drops below 75% of nominal input voltage. 4.8. A low voltage battery protection circuit will disconnect the load when the battery reaches the end of discharge. 4.9. The unit shall be self testing for 1 minute every 30 days, 10 minutes at 6 months and 30 minutes every 12 months.

ISSUED FOR: PERMIT/TENDER March 3, 2016 ______CAMBRIDGE CENTRE TERMINAL Exit and Emergency SECTION 26 05 15 A49/WSP NO. 121-20554-06 Lighting PAGE 2 2016-03-03______

4.10. The unit shall be equipped with a lighted test switch, diagnostic LEDs to monitor and report, battery failure, battery disconnected, charger failure, lamp failure, service required, AC on, and charger high rate. Units shall also be supplied with ammeter and volt meter. 4.11. Where required, provide and install wire guards manufactured by the emergency lighting manufacturer specifically for the head(s) being supplied. 4.12. Supply and install fixtures as shown on the drawings.

5. Emergency Heads 5.1. Unit mounted and remote emergency lighting heads shall be 24 volt DC to match the DC output of the battery units. 5.2. Unit mounted heads shall be MR16 LED lamp source one or two heads as shown in the catalogue number. 5.3. Remote single and double surface mounted wall or ceiling mounted heads shall be MR16 LED lamp source. 5.4. Where required, provide and install wire guards manufactured by the emergency lighting manufacturer specifically for the head(s) being supplied. 5.5. Supply and install fixtures as shown on the drawings.

6. Exit Lights 6.1. Exit lights shall be single or double face as shown on the drawings and shall be wired to accept either 120 volt or 347 volt normal power. 6.2. Exit lights shall comply with the requirements of the Ontario Building code. 6.3. Exit lights shall be self powered in the emergency mode. Unit shall contain an integral nickel/cadmium battery and charger system. 6.4. Exit lights shall utilize green LED(s) as a light source, shall consume less than 4.6 watts of power and comply with NBC2010, CSA C22.2 No. 141 and CSA C860. 6.5. Fixture body shall be manufactured from extruded aluminium, be gasketed to eliminate light leaks, have field selectable direction chevrons and universal mounting. 6.6. Where required, provide and install wire guards manufactured by the emergency lighting manufacturer specifically for the exit fixtures(s) being supplied. 6.7. Supply and install fixtures as shown on the drawings.

7. Warranty 1. Warranty in writing the exit and emergency lighting equipment from defects in material and workmanship for a period of five years after final acceptance.

End

ISSUED FOR: PERMIT/TENDER March 3, 2016 ______CAMBRIDGE CENTRE TERMINAL Arc Flash Hazard SECTION 26 05 74 A49/WSP NO. 121-20554-06 Analysis PAGE 1 2016-03-03______

1. General 1.1. Introduction a. The Region of Waterloo has identified the need to perform Arc Flash Hazard Analysis in its new and existing facilities in order to exercise its due diligence in protecting employees, contactors and other personnel from electrical hazards in the workplace. This is in conjunction with other aspects of its overall Electrical Safety Program b. The Region is seeking qualified Engineering Contractors with a high level of expertise in industrial and commercial power systems design and analysis to perform the Arc Flash Hazard Analysis and provide continued support in the future

1.2. Scope of Work a. This specification defines the minimum technical requirements governing the performance of a complete Arc Flash and Electrical Safety Hazard Analysis for new construction projects and renovations in existing buildings undertaken by the Region of Waterloo. b. A short circuit and protective device coordination study for the electrical distribution system shall be performed before performing the Arc Flash Hazard Analysis. c. Perform an Arc Flash Hazard Analysis for the Facility electrical distribution system shown on any Single Line Diagram provided by the Region of Waterloo and/or information collected on site. The intent of the Arc Flash Hazard Analysis is to determine the level of hazard that exists at each major piece of electrical equipment shown on the Single Line Diagram and/or information collected on site. This includes switchgear, switchboards, panelboards, motor control centers, control panels, disconnects, cables and transformers. d. The Arc Flash Hazard Analysis shall consider all expected operating scenarios during normal conditions, alternate operations, emergency power conditions, and any other operations, which could result in maximum arc flash hazard. The label shall list the maximum incidental energy calculated and the scenario from which it is derived shall be documented in the final report. The following is a sample list of common operating scenarios: 1.2.d.i. Normal or Reduced Utility Power 1.2.d.ii. Emergency Generator Power 1.2.d.iii. Bus Tie Breakers open 1.2.d.iv. Bus Tie Breakers closed 1.2.d.v. UPS Power 1.2.d.vi. Parallel Generation e. Any documented information pertaining to existing or future equipment shall be provided by the Region of Waterloo. Any outstanding data shall be collected on site by the Engineering Contractor performing the study. It is the Engineering Contractor’s responsibility to obtain qualified and competent personnel to safely perform on-site data collection without hindering the Region’s normal operations. f. A detailed Arc Flash Hazard Analysis report shall be provided to the owner at the completion of the study. The report shall contain and list all electrical equipment modeled in the study and the results of the short circuit, protective device study, and arc flash study. ______CAMBRIDGE CENTRE TERMINAL Arc Flash Hazard SECTION 26 05 74 A49/WSP NO. 121-20554-06 Analysis PAGE 2 2016-03-03______

g. Recommendations shall be included in the report to mitigate any hazard above HRC level 2. Solutions shall be cost-effective, and mindful of the operating and maintenance requirements. h. For new construction projects, these recommendations shall be documented in sufficient time for changes to be made in the power system design to avoid creating a location of high hazard. i. The study will include creation of Arc Flash Hazard Warning Labels listing all items as shown on the sample label below. These labels serve as a guide to assist technicians and others in the selection of proper Personal Protective Equipment when working on and around exposed and energized conductors and equipment. j. Labels will be produced and installed in the locations as required by the recognized standards.

1.3. Applicable Standards a. The following standards are applicable to the collection of data, modeling, calculation, and evaluation methods required for the Arc Flash Hazard Analysis. The Engineering Contractor is expected to know and utilize the best practices and methods outlined in these standards. 1.3.a.i. Ontario Electrical Safety Code 1.3.a.ii. Occupational Health and Safety Act and Regulations for Industrial Establishments. 1.3.a.iii. Occupational Health and Safety Act and Regulations for Construction Projects. 1.3.a.iv. Region of Waterloo – Human Resources Policies – Electrical Safety Policy 22, Section IV. 1.3.a.v. CSA/Z462 – Workplace Electrical Safety 1.3.a.vi. CAN/CSA-Z460 – Control of Hazardous Energy – Lockout and Other Methods. 1.3.a.vii. IEEE 1584 – IEEE Guide for Performing Arc Flash Hazard Calculations 1.3.a.viii. IEEE 242 (Buff Book) – IEEE Recommended Practice for Protection and Coordination of Industrial and Commercial Power Systems 1.3.a.ix. IEEE 1015 (Blue Book) – IEEE Recommended Practice for Applying Low-Voltage Circuit Breakers Used in Industrial and Commercial Power Systems 1.3.a.x. IEEE 241 (Gray Book) – IEEE Recommended Practice for Electric Power Systems in Commercial Buildings 1.3.a.xi. IEEE 399 (Brown Book) – IEEE Recommended Practice for Industrial and Commercial Power Systems Analysis b. Where references to Codes and Standards are made, it is assumed that the latest version is applicable for the purposes of this specification.

1.4. Definitions a. The following definitions will be applicable to this specification: 1.4.a.i. Arc Flash Calculation – An determination of the available incident energy which could be released under electrical fault conditions at various points in the power distribution system. ______CAMBRIDGE CENTRE TERMINAL Arc Flash Hazard SECTION 26 05 74 A49/WSP NO. 121-20554-06 Analysis PAGE 3 2016-03-03______

1.4.a.ii. Arc Flash Software – This is a commercially available software package which specializes in power distribution analysis and has the ability to perform calculations and provide the necessary information required to generate reports and print labels as described further in this specification. 1.4.a.iii. Certificate of Authorization – This is a formal authorization by the PEO for a firm to offer engineering, design, and technical services to the general public. 1.4.a.iv. Engineering Contractor – A firm who holds a Certificate of Authorization from the PEO and is technically qualified to perform the work described in this specification. 1.4.a.v. Existing Facility – A Regional facility which is existing or where a minor renovation is to be performed. 1.4.a.vi. Hazard Risk Category (HRC) – Terminology used in CSA Z462 to describe ranges of incident energy available at points in the power distribution system. 1.4.a.vii. Independent Engineer – Licensed Professional Electrical Engineer engaged by the Region to review the results and recommendations of the Arc Flash Hazard Analysis. 1.4.a.viii. Warning Label – This is a self adhesive label which contains the necessary information (as described by CSA Z462 and further in this specification to inform a worker of Arc Flash and Shock Hazards. 1.4.a.ix. LDC or Utility – Authority having jurisdiction for the supply of electricity to the facility. 1.4.a.x. New Construction – A Regional facility which is to be newly constructed or where a significant level of renovation is to be performed. 1.4.a.xi. PEO – Professional Engineers Ontario 1.4.a.xii. PPE – Personal Protective Equipment for arc flash and shock protection as identified by the Region guidelines. This is referred to in Region of Waterloo Policy #22, Section #IV. 1.4.a.xiii. Protective Device Coordination – An analysis and graphical representation of the performance characteristics of protective devices in the power distribution system. It primarily assesses the ability of a power distribution system to clear and isolate an electrical fault so as not to adversely affect other parts of the system. 1.4.a.xiv. Qualified Engineer – A professional electrical engineer licensed in the Province of Ontario who will perform, supervise, and be responsible for and technically qualifies to perform the work described in this specification. 1.4.a.xv. Region – Regional Municipality of Waterloo 1.4.a.xvi. Short Circuit Study – A calculation of the available short circuit current levels at various points in the power distribution system to determine if the equipment can clear or withstand and electrical fault without damage to the system. 1.4.a.xvii. Single Line Diagram (SLD) – Sometimes referred to as a one line drawing or power schematic, this diagram represents the ______CAMBRIDGE CENTRE TERMINAL Arc Flash Hazard SECTION 26 05 74 A49/WSP NO. 121-20554-06 Analysis PAGE 4 2016-03-03______

relationships and connections of the electrical equipment and protective devices in the power distribution system.

1.5. Qualifications a. The Arc Flash Hazard Analysis must be undertaken by an Engineering Contractor who is in possession of a valid Certificate of Authorization from the PEO allowing it to offer engineering, design, and technical services to the general public. b. The Engineering Contractor must be presently involved with medium and low voltage power system analysis. c. The study shall be performed by and/or supervised by a Qualified Engineer of the Engineering Contractor. The Qualified Engineer shall be a Registered Professional Electrical Engineer licensed in Ontario who has relevant work experience and academic background in the power systems industry. The Qualified Engineer must be a full time employee of the Engineering Contractor and have a least 5 years of relevant experience in power system analysis. d. The arc flash hazard study shall be performed using SKM PowerTools, ETAP, or an equivalent commercially available Arc Flash Software package. The Region shall evaluate the suitability of any proposed software package and accept or reject its use on the project at their sole discretion. The use of single point software or CSA Z462 Task Tables to determine Arc Flash Hazard Classification is not acceptable. e. The Engineering Contractor must have the most recent (within 6 months) legal version of the Arc Flash software. The maintenance agreement of the software must be in force and valid. The Engineering Contractor must show evidence that the Qualified Engineer has formal vendor training in use of the Arc Flash Software. f. Data collection may be subcontracted to Licensed Electrical Contractors.

1.6. Submittals for New Construction (To Be Supplied With Shop Drawings) a. The proposal for this study must include the following items; 1.6.a.i. Estimate of number equipment locations to be modeled. 1.6.a.ii. Estimate of number of labels to be supplied. 1.6.a.iii. Operating scenarios to be included in the Analysis. 1.6.a.iv. Subcontractor performing data collection. 1.6.a.v. Subcontractor performing label installation. 1.6.a.vi. Statement of Software Manufacturer and Version 1.6.a.vii. Contractor PEO Certificate of Authorization registration number 1.6.a.viii. Contractor website URL 1.6.a.ix. Qualified Engineers License Number 1.6.a.x. Resume of Qualified Engineer 1.6.a.xi. Copy of formal software training certificate 1.6.a.xii. Three references of projects completed within the last three years 1.6.a.xiii. Sample Arc Flash Hazard Analysis report

2. Execution 2.1. Data Collection – New Construction ______CAMBRIDGE CENTRE TERMINAL Arc Flash Hazard SECTION 26 05 74 A49/WSP NO. 121-20554-06 Analysis PAGE 5 2016-03-03______

a. The Engineering Contractor shall review the new Single Line Diagram and protective device data for the purposes of the analysis. This shall be obtained from the power distribution design package for the new facility. b. Where the project is a major renovation, the Single Line Diagram shall be extended upwards to include the equipment directly supplied from the LDC or Utility. c. Where the information is incomplete or unclear, the Engineering Contractor must research and obtain the necessary data. Where data is unavailable, the Engineering Contractor will identify the equipment in the report and describe what assumptions were made in supplying alternate data. d. Data collection sheets shall be used and kept for data back-up and subsequent confirmation of data. A sample data collection sheet is attached to this specification. This data shall be documented in the report and in a CSV format electronic file.

2.2. Single Line Model a. The Engineering Contractor shall prepare a Model in the Arc Flash Software based on the Single Line Diagram. This will be derived from the data collection phase for existing facilities or from the power distribution system design for new facilities. b. All electrical equipment, protective devices, and wiring to be installed under the facility construction project shall be shown. c. The Single Line Model shall be exported to AutoCAD to prepare a revised Single Line Drawing to be used for subsequent work and documenting the system model and results in the report. d. Show reference buses on the Single Line Diagram referring to the formal report, to include the following specific information: 2.2.d.i. X/R ratios, utility contribution, and short circuit values (asymmetrical and symmetrical) at the bus of the main service, and all downstream equipment containing overcurrent devices. 2.2.d.ii. Transformer kVA and voltage ratings, percent impedance, X/R ratios, and wiring connections. 2.2.d.iii. Voltage at each bus. 2.2.d.iv. Identifications of each bus. 2.2.d.v. Feeder sizes, quantity per phase, and length.

2.3. Short Circuit Study a. Short Circuit Study shall be performed on the equipment shown on the Single Line Diagram. b. The short circuit current available at each bus in the system shall be calculated per the applicable standards. The results shall be compared with the equipment short circuit ratings as per IEEE Standard 1015 and IEEE Standard 242 to ensure that all equipment is compliant with rule 14-012 of the Ontario Electrical Safety Code. Verify that the equipment is properly rated for the available bolted three phase short circuit current. c. The short circuit study shall consider all potential fault current sources. Motors less than 50HP will not be considered a significant source. ______CAMBRIDGE CENTRE TERMINAL Arc Flash Hazard SECTION 26 05 74 A49/WSP NO. 121-20554-06 Analysis PAGE 6 2016-03-03______

d. The study will be continued downward into the system until a 100A bus is reached at the 208 volt level. Only the largest or slowest protective device on each bus needs to be represented in the study. e. Short circuit calculations shall be based on transient and subtransient impedances of fault sources. X/R ratio analysis shall be used where asymmetric fault current may be an issue. f. Where actual equipment data is not available, the IEEE Gray Book shall be used as an alternate source. This shall be documented in the report.

2.4. Protective Device Coordination Study a. A Protective Device Coordination Study shall be performed for the equipment shown on the Single Line Diagram. b. The study shall include the main service and secondary switchgear for the facility. Utility protective devices and short circuit levels shall be included in the study. The results of this analysis will be documented in a log-log TCC representation including all cables, transformation, cables, circuit breakers and fuses. Where grounding protection is applicable, it shall also be included. This information shall be included in the final report. c. The study will be continued downward into the system until a 100A bus is reached at the 208 volt level. Only the largest or slowest protective device on each bus needs to be represented in the study. d. All protective devices settings and ratings shall be documented in the report. e. Any mis-coordination uncovered shall be depicted in a log-log TCC plot showing the details of the mis-coordination and description of the situation along with a recommended solution and anticipated improvement. f. Recommended settings for the protective devices shall be provided to improve the situation. Another TCC plot will be produced which will show the result of the protective device adjustment.

2.5. Arc Flash Hazard Analysis a. The Arc Flash Hazard Analysis shall be performed once the Short Circuit Study and the Protective Device Coordination Study have been completed. b. The modeling and analysis shall be performed using SKM PowerTools, ETAP, or an equivalent commercially available Arc Flash Software package. Pertinent data, rationale employed, and assumptions in developing the calculations shall be incorporated in the final report. c. The analysis shall be in accordance with latest applicable IEEE 1584, CSA-Z462 Standards. Arc Flash Calculations shall use the IEEE 1584 method for equipment rated 50V to 15 kV. The Lee Method shall be used for equipment rated above 15 kV. d. The Engineering Contractor shall utilize the best practices and guidelines identified in IEEE 1584 to provide accurate and usable results. e. Calculations shall include line side evaluations of protective devices feeding buses. f. Direct current, single phase systems, and certain higher voltages do not have valid results using the IEEE1584 methods. Alternative methods or assumptions must be made by the Engineering Contractor to deal with these situations. There are alternative methods described in CSA Z462 and other which ______CAMBRIDGE CENTRE TERMINAL Arc Flash Hazard SECTION 26 05 74 A49/WSP NO. 121-20554-06 Analysis PAGE 7 2016-03-03______

may be utilized. The Engineering Contractor shall document where alternative methods have been used and the rationale justifying these methods. g. Design and print Arc Flash Warning Labels as shown in Figure 1. Include information as described. h. The Engineering Contractor shall analyze and make practical and cost-effective recommendations to reduce the hazard potential for any location above an HRC of 2. i. Arc Flash summary sheets shall list the following items; 2.5.i.i. Bus Name 2.5.i.ii. Scenario 2.5.i.iii. Upstream Protective Device Name, Type, and Settings 2.5.i.iv. Bus Line to Line Voltage 2.5.i.v. Bus Bolted Fault 2.5.i.vi. Protective Device Bolted Fault Current 2.5.i.vii. Protective Device Arcing Fault Current 2.5.i.viii. Protective Device Trip/Delay Time 2.5.i.ix. Breaker Opening Time 2.5.i.x. Solidly Grounded Column 2.5.i.xi. Equipment Type 2.5.i.xii. Gap 2.5.i.xiii. Arc Flash Boundary 2.5.i.xiv. Working Distance 2.5.i.xv. Incident Energy 2.5.i.xvi. Hazard Risk Category

2.6. Progress Submittals a. The Engineering Contractor shall submit an interim report for review by the Region on completion of the data collection phase. This will identify any data that was difficult to get or not available. This is so that measures can be implemented to get the data or agree on reasonable data substitution . It will also identify any system deficiencies or OESC violations uncovered during the data collection phase. b. The Engineering Contractor shall submit a draft report for review by the Region before the arc flash hazard warning labels. The report will have a table showing the equipment locations and the relative HRC levels. The draft Report shall be accompanied by a PDF file of copies of the proposed labels. c. The Engineering Contractor shall submit the final Arc Flash Hazard Analysis and Arc Flash Warning Labels on completion of the analysis and prior to energizing the electrical equipment for new construction projects.

2.7. Arc Flash Hazard Analysis Report a. The Arc Flash Hazard Analysis Report shall contain the following information and analysis: 2.7.a.i. Table of Contents 2.7.a.ii. Executive Summary 2.7.a.iii. Single Line Model Impedance Diagram 2.7.a.iv. Equipment and Cable Data Summary 2.7.a.v. Utility Data 2.7.a.vi. Scenario Explanations ______CAMBRIDGE CENTRE TERMINAL Arc Flash Hazard SECTION 26 05 74 A49/WSP NO. 121-20554-06 Analysis PAGE 8 2016-03-03______

2.7.a.vii. Protective Device Ratings and Settings 2.7.a.viii. Assumptions 2.7.a.ix. Observations 2.7.a.x. Arc Flash Energy Table/Report (All Scenarios) 2.7.a.xi. Equipment Label Correlation Table 2.7.a.xii. Short Circuit Comparison Table/Report 2.7.a.xiii. Discussion of Time Current Curves 2.7.a.xiv. Existing and Recommended Protective Device Settings Report 2.7.a.xv. Design improvements/upgrades to mitigate Arc Flash Hazards 2.7.a.xvi. Design improvements/upgrades to mitigate equipment inadequately rated for fault current. 2.7.a.xvii. Design improvements/upgrade to rectify any observed Ontario Electrical Safety Code violations.

2.8. Label Installation a. Arc Flash Hazard Warning Labels shall be installed in locations as described in the Standards. b. The Engineering Contractor shall direct its personnel to install labels as indicated in the Arc Flash Hazard Analysis report. They shall be installed prominently where personnel has to access the energized equipment. Bus or panel names on the label shall be the same as on the bus or panel enclosure and consistent with the bus or panel name on the Single Line Diagram. c. The label installer shall clean and otherwise prepare the surface for effective and permanent installation. The label installer shall be issued with a concise Arc Flash summary sheet outlining the panel names and the HRC levels. d. Labels are required on; 2.8.d.i. Power distribution equipment 2.8.d.ii. Control cabinets 2.8.d.iii. Distribution and lighting panels 2.8.d.iv. Equipment disconnects 2.8.d.v. Equipment where access to energized electrics is required

e. Labels are not required on; 2.8.e.i. Enclosed equipment not required to be serviced while energized 2.8.e.ii. Motor terminal boxes 2.8.e.iii. 120 volt receptacles 2.8.e.iv. Conduit fittings or pull boxes 2.8.e.v. Lighting fixtures

f. Equipment which is less than 50 volts and/or is category 0 or less will require a generic label to indicate that it is safe to enter under prescribed conditions. g. Where equipment is composed of multiple sections, cubicles or doors, warning labels shall be installed such that the hazard is readily observed on opening of any enclosure door or panel. h. Equipment where there is a multiple hazard level due to back-up generation or switching operations may have two warning labels as long as they are clearly marked as to the mode of operation they represent. i. Labels shall be printed in a format similar to that shown below:

______CAMBRIDGE CENTRE TERMINAL Arc Flash Hazard SECTION 26 05 74 A49/WSP NO. 121-20554-06 Analysis PAGE 9 2016-03-03______

WARNING ARC FLASH & SHOCK HAZARD CATEGORY 2 PPE REQUIRED FLASH PROTECTION SHOCK PROTECTION Shock Hazard: 600VAC Working Distance: 18 inches Limited Approach Boundary: 42 inches Incident Energy Level: 6.1 cal/cm2 Restricted Approach Boundary: 12 inches Flash Protection Boundary: 48 inches Prohibited Approach Boundary: 1 inches PPE Requirements for Entry: Glove Class: 0 Category 2 or ATPV > 6.1 cal/cm2 Arc Flash Analysis Performed by: ABC Engineering Ltd. See: CSA Z462 Table 5 or Table H.2 Date of Analysis: October 11, 2012 Region of Waterloo Policy 22, Section IV Calculation Method: IEEE 1584

Equipment ID – MCC1 Upstream PD – DP‐1 CB 12

FIGURE 1: Typical Arc Flash Label

j. All labels will be compliant with CSA-Z321 and the requirements of CSA Z462. 2.8.j.i. Labels for equipment with an Incident Energy level of less than 40 cal/cm2 will have an orange stripe and black lettering indicating “WARNING”. 2.8.j.ii. Labels for equipment with an Incident Energy level of 40 cal/cm2 or above will have a red stripe and white lettering indicating “DANGER”. 2.8.j.iii. All other lettering shall be black. 2.8.j.iv. All labels shall be 4” x 6”. 2.8.j.v. Labels shall be printed in color and shall be moisture proof, adhesive backed and UV resistant to avoid fading. 2.8.j.vi. Labels for outdoor equipment shall be lamacoid in Orange or Red as outlined above. k. Labels will include the following information as a minimum; 2.8.k.i. The heading “ARC FLASH and SHOCK HAZARD” 2.8.k.ii. Hazard Risk Category (HRC) 2.8.k.iii. Incident Energy Level 2.8.k.iv. Working Distance 2.8.k.v. Flash Protection Boundary 2.8.k.vi. Shock Hazard Potential 2.8.k.vii. Shock Insulation Class 2.8.k.viii. Limited Approach Boundary 2.8.k.ix. Restricted Approach Boundary 2.8.k.x. Prohibited Approach Boundary 2.8.k.xi. Region of Waterloo PPE Requirements ______CAMBRIDGE CENTRE TERMINAL Arc Flash Hazard SECTION 26 05 74 A49/WSP NO. 121-20554-06 Analysis PAGE 10 2016-03-03______

2.8.k.xii. Method of Arc Flash calculation 2.8.k.xiii. Date of Study 2.8.k.xiv. Firm Preparing the Study 2.8.k.xv. Project File number 2.8.k.xvi. Name of Panel or Bus 2.8.k.xvii. Name of Upstream Protective Device 2.9. Final Submittals a. The Engineering Contractor shall submit the following at the closure of the project; 2.9.a.i. Final report in bound format as described above (3 hard copies, 1 electronic copy) 2.9.a.ii. Single Line Drawing showing HRC values at individual busses (1 hard copy in 24x36 format, 1 PDF copy) 2.9.a.iii. Single Line Drawing showing short circuit values at individual busses (1 hard copy in 24x36 format, 1 PDF copy) 2.9.a.iv. Single Line Drawing as above in AutoCAD format 2.9.a.v. PDF File with all Labels in colour format 2.9.a.vi. Copy of Arc Flash Software project file. 2.9.a.vii. Copy of all data collection files in CSV format. b. For new construction projects, all final documentation shall be submitted as part of the Operating and Maintenance manuals for the facility.

2.10. Future Availability a. To ensure that the Report and its findings remain valid over the next five years or until the next review, the Engineering Contractor shall: 2.10.a.i. Maintain an electronic copy of the Arc Flash Hazard Analysis Report for a period not less than five years from the report date. 2.10.a.ii. Maintain an electronic copy of the model and software files for a period of not less than five years. 2.10.a.iii. Keep a copy of all data collection files with the above information. 2.10.a.iv. Provide the above information at no cost and in a timely manner on written request by the Region. b. The Region, at its discretion, may require future services from the Engineering Contractor to update the model and revise the report based on any significant system changes or at the end of the five year period stipulated in CSA Z462. c. There is no implied guarantee that the Region will utilize the Engineering Contractor’s services in the future.

3. Quality Control 3.1. Field Quality Control a. The Qualified Engineer or his delegates will inspect the work when complete to ensure that; 3.1.a.i. All equipment modeled in the analysis has a correct label as indicated in the report. 3.1.a.ii. Warning Labels have been installed as per the Standards. 3.1.a.iii. All required equipment has been included in the analysis. b. The Qualified Engineer will file a completion report that indicates that the equipment has been inspected and the scope of work has been completed per this Specification. ______CAMBRIDGE CENTRE TERMINAL Arc Flash Hazard SECTION 26 05 74 A49/WSP NO. 121-20554-06 Analysis PAGE 11 2016-03-03______

3.2. Verification by Independent Engineer a. The Region, at its discretion, shall appoint an Independent Engineer of their choice to review the System Model and Arc Flash Hazard Analysis Report to verify the results and any recommendations. b. The Engineering Contractor will be advised by the Region should they exercise this option. c. The Engineering Contractor shall provide all software files and data collection records necessary to accommodate this. d. The Engineering Contractor shall correct any errors or omissions at its cost in a timely manner and re-submit the corrected Report and other deliverables.

End.

______CAMBRIDGE CENTRE TERMINAL Arc Flash Hazard SECTION 26 05 74 A49/WSP NO. 121-20554-06 Analysis PAGE 12 2016-03-03______

______CAMBRIDGE CENTRE TERMINAL Computer Data SECTION 27 60 01 A49/WSP NO. 121-20554-06 Wiring System PAGE 1 2016-03-03______

1. General 1.1. Section 260000 shall apply to this section as if written here in full and shall be read in conjunction with this section. 1.2. This section provides for the supply and installation of a Cat6 computer data wiring system. 1.3. Computer data, Cat6 premises wiring as specified on the drawings.

2. Submittals for Review 2.1. Provide design layout, product data sheets and specifications for all system components including 19 inch floor and wall racks, (minimum depth of 19”) patch panels and face plates for Cat6 RJ45 jacks.

3. Submittals for Project Closeout 3.1. Provide record drawings produced by the Contractor recording all changes and additions correctly with red ink. These drawings shall consist of three (3) sets of clean drawings marked up as required. The as-built drawings shall be turned over to the Engineer at the completion of the project. The contract shall not be deemed complete until this requirement is fulfilled. 3.2. Supply a copy of the system Cat6 certification report for each cable installed, with the system equipment shop drawings and system maintenance instructions in the maintenance manuals. 3.3. Include a copy of the shop drawings in the maintenance manuals.

4. Certified System Designer/Facilitator 4.1. This contractor shall hire an experienced computer data network infrastructure designer/facilitator to design, install and certify a Cat6 Computer data wiring system. 4.2. The designer/facilitator shall; 1. Design the wiring system based on the contract documents. 2. Submit the proposed design to the Engineer and Owner for review and comment prior to commencing the installation. 3. Incorporate the comments of the Owner and the Engineer into the design. 4. Supply all materials. 5. Perform and/or supervise the installation. 6. After completion of the installation provide standard and enhanced testing and documentation of test results. 7. Tabulate results into a report and provide certification that the installation meets the requirements for Cat6 certification.

5. Wiring 5.1. Computer data wiring system shall include the following; 1. Jacks 2. Cables 3. Distribution equipment and equipment termination. 4. Labelling.

5.2. Wall jacks, cables and patch cables shall conform to the following colour standards; 1. Green – Data ______CAMBRIDGE CENTRE TERMINAL Computer Data SECTION 27 60 01 A49/WSP NO. 121-20554-06 Wiring System PAGE 2 2016-03-03______

2. Blue – Voice 3. Orange – INIT/Clocks 4. Grey - Cameras

6. Wiring Materials 6.1. Each computer data outlet shall be comprised of two RJ45 modular jacks for wall mounting complete with a faceplate certified for use in a Cat6 system. 6.2. Computer data cables shall be 4 pair Cat6 cable 24 AWG unshielded twisted pairs. Provide two 4 pair cables to each computer data outlet location. Terminate each cable in an eight position RJ45 jack using standard 4 pair colour codes.

7. Distribution Equipment Termination 7.1. Terminate all computer data cables on a modular patch panel(s) mounted in standard floor mounted 19 inch wide equipment rack. 7.2. Patch panels shall be modular with twenty four RJ45 ports per module. Provide sufficient panels to terminate the number of cables shown on the drawings plus 25% spare capacity. 7.3. Patch panels shall be rated for Cat6 requirements and shall be compatible with the floor mounted equipment rack in which they are to be mounted. 7.4. Label all cables utilizing the owners existing labelling convention. 7.5. Provide one six feet long Cat6 patch cable for each cable terminated on the patch panel. 7.6. Floor mounted modular equipment racks shall be side stackable and include a built in wire management system. 7.7. Racks shall provide for standard 19 inch wide equipment mounting or shelving as required. 7.8. Rack dimensions shall be approximately 84” H x 27” W x 18” D.

8. Installation 8.1. Install cables and equipment to manufacturer’s instructions and to requirements of applicable standards and Cat6 codes. 8.2. Install floor mounted racks plumb and secure to building structure. 8.3. Train all wiring neatly into wire ways and ty-wrap neatly in bundles. 8.4. Make terminations at both ends of all cables. 8.5. Label all cables at both ends. 8.6. Test and certify all cables. 8.7. Replace all cable which fail to meet Cat6 requirements and re-test. 8.8. Submit cable test results with system certification documentation.

9. Manufacturers 9.1. Equipment which meets or exceeds the requirements of the foregoing by; 1. Siemon 2. Belden 3. Hubbell 4. Leviton

End

______CAMBRIDGE CENTRE TERMINAL Common Work Results SECTION 32 05 00 A49/WSP NO. 121-20554-06 for Exterior Improvements PAGE 1 2016-03-03______

C I V I L S P E C I A L P R O V I S I O N S

SP 1.0 CONTRACT SPECIFICATIONS

The contract specifications are made up of the standards outlined below:

i) The Ontario Provincial Standards (OPS) forms the basis for the construction specifications and is readily available at the following internet address,

http://www.raqsb.mto.gov.on.ca/techpubs/OPS.nsf/OPSHomepage

ii) The City of Cambridge Engineering Standards and Development Manual, October 2013, is supplemental to the above OPS standards and specifications and is readily available at the following internet address,

http://www.cambridge.ca/relatedDocs/Engineering%20Standards%20&%20Develop ment%20Manual%20-%20complete%20document.pdf

iii) The Region of Waterloo and Area Municipal Design Guidelines and Supplemental Specifications for Municipal Services (DGSSMS), January 2015 are supplemental to the Ontario Provincial Standards (OPS) and City of Cambridge standards thus take precedence over the above related specifications and drawings and is readily available at the following internet address,

http://www.regionofwaterloo.ca/en/doingBusiness/resources/DOCS_ADMIN- 1795403-v3-DGSSMS_2015_II_-_with_Addendum_2_.pdf

iv) The Regional Municipality of Waterloo General Conditions, Supplemental General Conditions, Standard Specifications (RMWSS), Standard Special Provisions (RWSSP) and Standard Drawings for Unit Price Contracts, January 2016, are supplemental to the above and take precedence over the above listed standards and specifications and is readily available at the following internet address,

http://www.regionofwaterloo.ca/en/doingBusiness/resources/2016- UnitPriceContract.pdf

SP 2.0 HESPELER ROAD RECONSTRUCTION

2.1 Hours of Work

Through traffic will be maintained on all streets at all times, with short term closures to one lane permitted only between 9:00 a.m. and 3:30 p.m. when controlled by proper flag person and construction signing. The Contractor shall be responsible to ensure that work sites are set up to meet the standard of the Ontario Traffic Manual (OTM) - Book 7. In addition, it is the Contractors responsibility to ensure that site specific Traffic Control Plans (TCP) are prepared and adhered to. ______CAMBRIDGE CENTRE TERMINAL Common Work Results SECTION 32 05 00 A49/WSP NO. 121-20554-06 for Exterior Improvements PAGE 2 2016-03-03______

The TCP will be kept on-site and will meet the OTM Book 7 standards as well as prepared in a format acceptable to the Ministry of Labour.

2.2 Working Days

The contractor shall complete all operations on Hespeler Road with in ten (10) working days.

SP 3.0 PAVEMENT CROSSFALL

Cold planing completed on Hespeler Road is to ensure a constant crossfall gradient between the existing or proposed concrete median and the gutter line. A crossfall gradient of 2% from centerline to curb should be maintained. Crossfall gradient changes will require minor adjustment of milling depth across the width of the road, with all costs for this work to be included in the cold planing item. RWMSD 202 and 207.

SP 4.0 INFRARED JOINT HEATING

Top course of asphalt (SP 12.5 FC1 Cat. ‘D’), longitudinal paving joints not completed with echelon paving shall be heated using an infrared joint heater capable of heating the HMA at the joint to a sufficiently hot temperature. The joint will be considered sufficiently hot if the joint HMA retains a temperature of 90o C +/- 10o C immediately prior to placement of the adjacent lane material. When the joint HMA is not sufficiently hot, the paving operation shall be adjusted to reach the required temperature. The Contractor shall stop paving if at any time the existing pavement or adjacent lane pavement at the joint: a) reaches a temperature exceeding 150°C b) burns c) chars. If paving is stopped due to high pavement temperatures, burning, or charring the Contractor shall demonstrate to the Contract Administrator that the equipment will no longer over heat, burn or char the pavement prior to paving resuming. The make, model, capacity and type of joint heater shall be provided to the Contract Administrator a minimum of ten Business Days prior to the start of paving operations.

SP 5.0 HOT-APPLIED RUBBERIZED ASPHALT CRACK SEALING

5.1 Scope of Work

The scope of work shall generally consist of the provision of all labour, expertise, materials, equipment required for the sealing of the specified cracks in hot mix asphalt concrete pavement, using hot-applied rubberized asphalt sealant, as set out herein.

5.2 Sealant

The hot-applied rubberized crack sealing compound shall be as listed in the MTO Designated Sources of Materials (DSM #3.05.40) and shall be certified by the manufacturer to conform with ASTM D3405(97). ______CAMBRIDGE CENTRE TERMINAL Common Work Results SECTION 32 05 00 A49/WSP NO. 121-20554-06 for Exterior Improvements PAGE 3 2016-03-03______

The following products are pre-qualified, fully accepted products: Bakor 590-13LM Beram LM 3060 HI-SPEC RS 231/522 The Contractor shall submit a copy of the manufacturer’s instructions for sealant application prior to the start of field work. The product to be used shall receive the approval of the Region’s Project Manager prior to the commencement of work. The shall be stripped from the compound and the material cut into blocks of approximately 5 kg each before being placed in the melting kettle. The kettle shall be charged by adding a few sections of compound at a time. During the process of pouring the sealing compound, the Region’s Project Manager may, at his/her discretion, require that sufficient sealing compound be taken from the melting unit for testing purposes. Portland cement required for the dusting of the sealant to remove surface tack, shall be to the satisfaction of the Region’s Project Manager.

5.3 Melting Kettle

The melting kettle shall be portable, mounted on rubber tires, insulated (to protect pavement), indirect heating, oil jacketed, double boiler type melting unit with a positive mechanically operated agitator to keep heated sealant under constant movement. Oil with a hot flash point of no less than 315 degrees Celsius shall be used as the heat transfer medium. The kettle must be equipped with thermometers for both the oil and sealant material. The kettle must be equipped with thermometers for both the oil and sealant material. The kettle must be equipped with controls to maintain the temperatures recommended by the sealant manufacturer. The kettle shall meet the requirements of the Ontario Fuel Safety Branch, Ministry of Consumer and Commercial Relations. Material heated in excess of the temperature specified by the sealant manufacturer shall be wasted at the expense of the Contractor. The sealing compound shall be placed as soon as possible after the pouring temperature is reached. Only as much compound as can be poured in a given day shall be melted that day. In no instance shall the Contractor heat more than 400 litres of sealant at a given time.

5.4 Router/Cutter

The router unit shall be an approved, hand-propelled, 20 hp (minimum) mechanical router, capable of cutting pavement in a single pass. The router shall be capable of following meandering cracks with +/- 8 mm of the centre of the crack. The Contractor shall demonstrate this capability to the Region’s Project Manager. All cuts shall be clean square cuts with vertical walls, with width and depth as specified herein. Sawcutting of pavement shall not be permitted. ______CAMBRIDGE CENTRE TERMINAL Common Work Results SECTION 32 05 00 A49/WSP NO. 121-20554-06 for Exterior Improvements PAGE 4 2016-03-03______

5.5 Hot Air Lance as per OPS 341.06.03

The air lance unit shall be portable, hand operated, oil–free, hot compressed air lance.

5.6 Application Hose and Wand

The application wand shall be portable, hand-held, and capable of depositing the sealant material into the routed cracks as directed herein.

5.7 Weather

Crack sealing shall only take place when the air temperature is greater than 7 degrees Celsius, and the forecasted low temperature for the subsequent 24 hours will be greater than 5 degrees Celsius. Asphalt surfaces must be dry, and no rain may have occurred during the previous 12 hours. The Region’s Project Manager may also, at his/her discretion, direct that no sealing be undertaken, if in their judgment, moisture conditions are not suitable for the sealing operation.

5.8 Routed Groove Preparation

Route only designated cracks exceeding 5 mm in width. No routing will be permitted within 300 mm (12 inches) of the edge of the asphalt, unless specifically requested by the Region’s Project Manager. Any old crack sealing material, if present, must be routed out. Cracks shall be routed to the width and depth specified. The end of each routed length shall have a vertical face, to full depth, with no trailing off of the cut. All routed cracks shall be cleaned of dust, dirt, stones and any other foreign materials, to the satisfaction of the Region’s Project Manager. The cleaning of grooves shall not precede the crack sealing operation by more than 25 metres. Only routing that will be sealed the same day will be allowed. Cracks shall be dried, cleaned and pre-heated with hot compressed air immediately prior to sealing. Overheating of the asphalt shall not be permitted. Heating shall be stopped if the asphalt adjacent to the crack begins to darken. Sealant shall be applied within two (2) minutes of the hot air lance operation.

5.9 Sealant Application and Squeegee Overbanding

Constant and continuous agitation of the sealing compound shall be maintained at all times. Overheated, burned or under-heated material shall be discarded, at the Contractor’s expense. Care is to be exercised when filling grooves. The tip of the want shall be placed close to the bottom of the groove to ensure uniform application. The sealant shall be applied in the routed groove in a continuous motion, from the bottom up. to ensure uniformity and to prevent air entrapment. The routed grooves are to be filled with sealing compound such that upon cooling, the sealing compound is flush with the adjacent pavement surface. The Contractor shall ensure that the complete operation is clean, and shall not allow staining of asphalt surfaces in any way during the application of sealant. ______CAMBRIDGE CENTRE TERMINAL Common Work Results SECTION 32 05 00 A49/WSP NO. 121-20554-06 for Exterior Improvements PAGE 5 2016-03-03______

Damage of the sealing compound by vehicular traffic, construction traffic, or the Contractor’s operations shall be made good by the Contractor at their expense.

5.10 Tack Elimination

Before opening the lane to traffic, the Contractor shall lightly dust the sealed cracks with Portland cement or approved alternate to remove surface tackiness.

5.11 Clean-Up

The Contractor shall remove all routing debris from the roadway, and shall gather and dispose of all routing debris and all other refuse, at the Contractor’s expense, under this item. This operation shall be performed at the end of each work period. The Contractor shall blow-off all routing debris to the gutter in all urban locations within 150 metres of a signalized intersection immediately after cracks are sealed.

5.12 Measurement for Payment

Note: crack treatment quantities at each location are approximate lengths and actual field measurements at each location will vary from the lengths indicated. The Region reserves the right to eliminate locations, lengthen locations, or add locations to the crack treatment bid items. Measurement for payment shall be measured in linear meters along the centerline of the routed and sealed crack, as performed by the Region’s Project Manager. Measurement shall be made using a metering wheel.

5.13 Basis of Payment

The contract price for the above tender item shall be compensation in full for the mobilization/demobilization, clean-up, traveling between site locations, supply for all labour, equipment and material required to do the work. No additional payment will be made for sealant which flows down into the crack below the rout, for overruns in sealant compound quantity.

SP 6.0 RAMPING

The Contractor’s attention is drawn to the revisions made in 2016 to RWSS 07 – Cold Planing in which the Region reserves the right to restrict cold planing operations in areas where it is not demonstrated that paving will occur within the specified five (5) Working Days. In addition, the Contractor is reminded of the Region’s requirements for ramping after cold planing operations. In accordance with RWSSP 310 Hot Mix Asphalt, ramping must be in place before re-opening milled lanes to traffic and the ramp lengths are to be a minimum of 1m in length. Contractor is advised that strict adherence to these requirements will be enforced by the Region and deductions from the pay items (of $500 per occurrence) will be applied for non- conformance with these requirements.

SP 7.0 CATCHBASIN, MAINTENANCE HOLE AND VALVE BOX TOP ADJUSTMENT ______CAMBRIDGE CENTRE TERMINAL Common Work Results SECTION 32 05 00 A49/WSP NO. 121-20554-06 for Exterior Improvements PAGE 6 2016-03-03______

Catchbasins, maintenance holes and valve box tops shall be adjusted to milled pavement surface grade as cold planing is completed. Upon placement of the base course of asphalt, the contractor shall adjust all structures to the level of the surface course asphalt.

SP 8.0 MANHOLE CASTINGS

The manholes frames and covers to be used in the event of replacement and are specified in the Region of Waterloo Design Guidelines and Supplemental Specifications for Municipal Services Sections C.3.2 and C3.3 for Cast Iron Catch basin Frames and grates.

SP 9.0 INSTALLATION OF PAVERS

Pavers are to be bedded on 150mm of compacted granular ‘A’ with a maximum sand leveling course of 25mm. Permacon Heritage pavers (60x100x200mm) Slate Blend or approved equivalent. Pavers to match existing where in kind replacement is required.

SP 10.0 PAVEMENT MARKINGS

Basis of payment - RWSSP 710 Pavement Markings – measurement for payment shall be Per RWSSP 710 for the removal of the conflicting markings (paint lines and symbols) and application of the new permanent markings (lines and symbols). This contract item may completed by the Region of Waterloo’s Forces.

SP 11.0 PROTECTION OF TREES DURING CONSTRUCTION

Trees in proximity to the construction areas are to be reviewed by the Region, Mr. Albert Hovingh 519-575-4813, as per the contract removals drawings. Protection Zones shall be established and delineated at the beginning of each stage of construction. When working within an established tree protection zone, the Contractor shall modify his work methods and equipment used to minimize damage to existing trees. No additional compensation will be made to the Contractor for this work. Except those designated for removal, the Contractor is hereby notified that all necessary measures shall be taken to protect the existing trees within the contract limits.

SP 12.0 COLD WEATHER CONCRETE

Carry out cold weather concreting in accordance with the requirements of Chapter 7 of the CSA A23.1 / A23.2.

When the air temperature is at or below 4 deg. C, or there is a likely of it falling to that limit within 24 hours of placing, employ suitable means to maintain temperature of all the concrete surfaces between 10 deg. C and 21 deg. C for at least 5 days after placing. Provide sufficient thermometers, placed in accordance with Engineer’s instructions, to monitor temperatures. Remove or replace with any portion of concrete allowed to freeze prior to reaching a compressive strength of at least 16 MPa. ______CAMBRIDGE CENTRE TERMINAL Common Work Results SECTION 32 05 00 A49/WSP NO. 121-20554-06 for Exterior Improvements PAGE 7 2016-03-03______

Do not use calcium chloride or other chemicals to prevent freezing unless authorized in writing by Engineer.

Repair any concrete damaged by frost, carbonation or flash setting as directed by the Engineer at no cost to Owner.

Contractor shall not use direct fired heaters that will introduce combustion gases within heated enclosures.

Prior to concrete pour, the material against which fresh concrete will be placed (i.e. lean concrete, mud slab, granular fill, concrete walls, etc.) must be uniformly and thoroughly heated to above 10 deg. C for a minimum of 24 hours. This may be accomplished with ground thaw units and insulated tarps or other approved methods.

SP 13.0 INSTALLATION OF TRAFFIC SIGNAL EQUIPMENT

13.1 Maintenance of Traffic during Traffic Signal Installation

Through traffic will be maintained on all streets at all times, with short term closures to one lane permitted only between 9:00 a.m. and 3:30 p.m. when controlled by proper flag person and construction signing. The Contractor shall be responsible to ensure that work sites are set up to meet the standard of the Ontario Traffic Manual (OTM) - Book 7. In addition, it is the Contractors responsibility to ensure that site specific Traffic Control Plans (TCP) are prepared and adhered to. The TCP will be kept on-site and will meet the OTM Book 7 standards as well as prepared in a format acceptable to the Ministry of Labour. The Contractor will be required to temporarily backfill any trenches to grade in accordance with RC-19 specifications before vacating the site at any time. All associated costs for temporary backfill shall be borne by the Contractor and no additional payment will be made by the Region.

13.2 Pedestrian Access

The Contractor must provide safe and convenient access for pedestrians at all times. In areas of sidewalk removal, the existing sidewalk must remain in place as long as possible or a granular walkway for pedestrians must be placed and maintained in order for safe passage by pedestrians. No additional compensation will be made to the Contractor to provide and maintain a safe walking area for pedestrians.

13.3 Construction Locations

The locations of all work necessary to undertake completion of traffic pole bases, handwell, underground conduit and vehicle detector loops shall be as indicated on the contract drawings and as confirmed by the Traffic Signal Representative. ______CAMBRIDGE CENTRE TERMINAL Common Work Results SECTION 32 05 00 A49/WSP NO. 121-20554-06 for Exterior Improvements PAGE 8 2016-03-03______

The Contractor is required to give at least 48 hours notice to the Traffic Signal Representative prior to commencement of work at traffic control signal installation location in order to arrange a suitable time for confirmation of construction locations.

No construction location will be confirmed in the field until the Contractor has arranged for and obtained all underground utility locates.

The Contractor is required to assist the Traffic Signal Representative in marking all construction locations.

13.4 Surface Restoration

The cost of all surface restoration for all work in this contract shall be included in the Unit Price Bid for each item. The Contractor shall be responsible for surface restoration of concrete sidewalks, gravel shoulders, asphalt boulevards and driveways and sodded boulevards to be carried out in accordance with the appropriate Specifications. Backfilling the complete trench with native soil fill. Compacting every 300 mm to within 100 mm of the level of the existing pavement and then filling the remaining 100 mm of the trench with cold mix asphalt.

13.5 Concrete Sidewalk Removal

The Contractor shall remove and dispose of the complete sidewalk bays as required for the removal or installation of the various items. The cost of this removal shall be included in the item to be removed or installed.

13.6 Master Electrician License

In addition, the Contractor shall ensure that all electrical works is carried out by qualified personnel in accordance to the Occupational Health and Safety Act (latest edition) and the most current edition of the Ontario Electrical Safety Code.

13.7 Handwells / Junction Boxes / Pull Boxes

The Regional Municipality of Waterloo will supply the Handwells / Junction Boxes / Pull Boxes for the installation, including pick-up. Installation will be as per Regional Municipality of Waterloo, Standard Drawing 504. The Contractor is required to pick-up Handwells / Junction Boxes / Pull Boxes at the Regional Operation Centre, 100 Maple Grove Road, Cambridge, ON. The Contractor shall provide 48 hours notice to the Traffic Signal Representative, to arrange pick-up of the Handwells / Junction Boxes / Pull Boxes. Strongwell-Quazite Concrete polymer reinforced boxes, no base, no holes, dimensions 13x24x18” deep, Strongwell Cat. No. PT1324BA18 complete with cover type CA, Strongwell Cat. No PT1324CA46, Logo “Traffic Signal” ______CAMBRIDGE CENTRE TERMINAL Common Work Results SECTION 32 05 00 A49/WSP NO. 121-20554-06 for Exterior Improvements PAGE 9 2016-03-03______

Concrete polymer reinforced boxes, no base, no holes, dimensions 10x15x18” deep, Strongwell Cat. No. LT1015BA18 complete with cover type CA, Strongwell Cat. No PG1015CA44, Logo “Electric” Concrete polymer reinforced boxes, no base, no holes, dimensions 17x30x18” deep, Strongwell Cat. No. LT1730BA18 complete with cover type CA, Strongwell Cat. No PG1730CA44, Logo “Electric” Handwells/Junction Boxes/Pull Boxes are to be installed upon 300mm of 19mm Clear Stone. As shown in Region of Waterloo Standard Drawing 504. The Contractor is to ensure that when installing the 19mm Clear stone around existing conduit, that no material is to be poured into the conduit to create a blockage. Conduits may be capped/covered to prevent material from being accidentally placed within conduit. Prior to the Contractor installing the Handwells/Junction Boxes/Pull Boxes, they must contact the Traffic Signal Representative to determine if work around the Handwells/Junction Boxes/Pull Boxes can be completed without disruption to the existing wiring. If this cannot be completed without disturbing the existing wiring then Regional Forces must be contacted to aerial span the intersection so that the replacement/removal of Handwells/Junction Boxes/Pull Boxes can be completed.

SP 14.0 WORK BY OTHERS

In conjunction with the works to be completed by the contractor, it is anticipated that Region of Waterloo forces and other utilities will be present at the site from time to time to complete various operations. The contactor shall provide time and distance separation in accordance to the Health and Safety Act and the Regulations for Construction Projects. _____ CAMBRIDGE CENTRE TERMINAL Interlocking Concrete SECTION 32 14 13 A49/WSP NO. 121-20554-06 Pavers PAGE 1 2016-03-03______

Scope of Work INTERLOCKING CONCRETE AND GRANITE PAVERS INCLUDING LEVELING COURSE

This specification covers the work required for supply and installation of interlocking concrete.

Amendments to OPSS 355 and S.P. No. F-3550

OPSS 355 and S.P. No. F-3550 shall apply except as amended and extended herein.

Materials

Concrete pavers shall be Melville® paver by Permacon modular pattern range Newport grey or approved equal typ. Sizes:  80 x 190 x 380 mm  80 x 380 x 380 mm  80 x 380 x 570 mm

Colour, size and pattern of pavers shall be as specified on the Contract Drawings.

Construction

The pavers are to be placed over 25 mm concrete sand leveling course on 200 mm clear stone bedding typ., as shown on the contract drawings.

Measurement for Payment

Concrete will be measured in square metres (m2).

Basis of Payment

Payment at the Contract price for “Concrete Pavers Including Leveling Course” shall be full compensation for all labour, equipment and material required to complete the work as described herein.

______CAMBRIDGE CENTRE TERMINAL Topsoil Placement SECTION 32 91 19 A49/WSP NO. 121-20554-06 and Grading PAGE 1 2016-03-03______

PART 1 GENERAL 1.1 RELATED SECTIONS .1 Section 32 93 33 -Trees, Shrubs and Ground Cover Planting. 1.2 REFERENCES .1 Agriculture and Agri-Food Canada .1 The Canadian System of Soil Classification, Third Edition, 1998. .2 U.S. Environmental Protection Agency (EPA)/Office of Water .1 EPA 832R92005, Storm Water Management for Construction Activities: Developing Pollution Prevention Plans and Best Management Practices.

1.3 DEFINITIONS .1 Compost: .1 Mixture of soil and decomposing organic matter used as fertilizer, mulch, or soil conditioner. .2 Compost is processed organic matter containing 40% or more organic matter as determined by Walkley-Black or Loss On Ignition (LOI) test. .3 Product must be sufficiently decomposed (i.e. stable) so that any further decomposition does not adversely affect plant growth (C:N ratio below (25)), and contain no toxic or growth inhibiting contaminates. .4 Composed bio-solids to: CCME Guidelines for Compost Quality, Category (A).

1.4 SUBMITTALS .1 Provide submittals in accordance with Section 01 33 00 -Submittal Procedures. .2 Quality control submittals: .1 Soil testing: submit certified test reports showing compliance with specified performance characteristics and physical properties as described in PART 2 SOURCE QUALITY CONTROL. .2 Certificates: submit product certificates signed by manufacturer certifying materials comply with specified performance characteristics and criteria and physical requirements.

1.6 TESTING .1 All testing shall only be performed by an OMAFRA accredited commercial lab. Contractor to pay all costs of testing. .2 Test all stockpiled and imported topsoil for N, P, K, Mg, soluble salt content, Atrazine, organic matter and PH value in place and other requirements as noted on the drawings. .3 Perform pH test to determine required lime treatment to bring pH value of soil within 6.0 to 7.5 levels. .4 Submit two copies of soil analysis and recommendations for review by the Consultant. Failure to test and provide appropriate documentation of test results may be considered ______CAMBRIDGE CENTRE TERMINAL Topsoil Placement SECTION 32 91 19 A49/WSP NO. 121-20554-06 and Grading PAGE 2 2016-03-03______

grounds for rejection of a proposed growing medium and removal of such material at the Contractor’s expense. .5 If required, adjust fertilizer requirements and other additives to conform to toil testing report recommendations.

PART 2 PRODUCTS 2.1 TOPSOIL .1 Topsoil for sodded areas and trees: mixture of particulates, micro organisms and organic matter which provides suitable medium for supporting intended plant growth. .1 Soil texture based on The Canadian System of Soil Classification, to consist of 70 % sand, minimum 7 % clay, and contain 2 to 5 % organic matter by weight. .2 Contain no toxic elements or growth inhibiting materials. .3 Finished surface free from: .1 Debris and stones over 50 mm diameter. .2 Course vegetative material, 10 mm diameter and 100 mm length, occupying more than 2% of soil volume. .4 Consistence: friable when moist. .5 Prior to bringing any imported topsoil on site, the Contractor shall have the source for the topsoil approved by the Contract Administrator. .6 Final acidity value shall range from pH 5.5 to pH 7.5 for turfgrasses and pH 6.0 to 7.5 for trees and shrubs and be capable of sustaining vigorous plant growth. .7 Water infiltration shall be no less than 25 mm per hour, nor greater than 75 mm per hour. .8 Ample evidence of soil organism activity shall be present, including earthworm casts, algal blooms and decomposed litter. .9 Stones and coarse vegetative debris in the topsoil which fall within the specification shall not exceed 5% by volume. .10 Topsoil shall not be supplied in a frozen state. .11 Topsoil shall not contain seed banks of crabgrass, couchgrass or other noxious weeds.

2.2 SOIL AMENDMENTS .1 Fertilizer: shall be applied in conformance with the recommendations contained in the soil analysis report, subject to adjustment by the Contract Administrator. Fertilizer shall be applied uniformly immediately prior to laying of sod with a calibrated drop or centrifugal spreader, and shall be mixed into the upper 50 mm of the topsoil. .2 Organic components .1 Sphagnum Peat Moss shall be a horticultural grade. Peat Moss suitable for horticultural purposes should be medium to coarse shredded with a texture varying from porous to spongy fibrous and substantially homogeneous with a pH value between 3.4 and 5.5. .2 Commercially prepared compost shall be virtually free from all viable weed seeds. Or other plant reproductive parts, pathogens, chemicals or toxic contaminates. Physical contaminants such as rock, plastic, metal or glass shall be less than 0.5%. Total carbon to nitrogen ration in the growing medium not to exceed 30:1. ______CAMBRIDGE CENTRE TERMINAL Topsoil Placement SECTION 32 91 19 A49/WSP NO. 121-20554-06 and Grading PAGE 3 2016-03-03______

.3 Mushroom compost and/or animal manure and compost are to be leached with fresh water prior to installation (electrical conductivity not to exceed 2.0 mmhos/cm). .3 Geotextile: Woven, polyester reinforcement geotextile: LINQ 300 or approved equal. .4 Granular: The drainage material shall be a free draining clear granular material of uniform particle size of 20 mm separated from the retained soil by a geotextile filter. The drainage layer shall be directly behind the precast wall units. .5 Drainage Materials: The drainage pipe shall be perforated corrugated HDPE or PVC pipe, with a min. diameter of 100 mm by Big ‘O’ or approved equal.

2.3 SOURCE QUALITY CONTROL .1 Advise Contract Administrator of sources of topsoil to be utilized with sufficient lead time for testing. .2 Contractor is responsible for amendments to supply topsoil as specified. .3 Soil testing by recognized testing facility for PH, P and K, and organic matter. .4 Testing of topsoil shall only be performed by an OMAFRA accredited commercial lab. .1 Soil sampling, testing and analysis to be in accordance with Provincial standards.

PART 3 EXECUTION

3.1 TEMPORARY 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.

3.2 PREPARATION OF EXISTING GRADE .1 Verify that grades are correct. .1 If discrepancies occur, notify Contract Administrator and do not commence work until instructed by Contract Administrator. .2 Grade soil, eliminating uneven areas and low spots, ensuring positive drainage. .3 Remove debris, roots, branches, stones in excess of 50 mm diameter and other deleterious materials. .1 Remove soil contaminated with calcium chloride, toxic materials and petroleum products. .2 Remove debris which protrudes more than 75 mm above surface. .3 Dispose of removed material off site. .4 Cultivate entire area which is to receive topsoil to minimum depth of 100 mm. .1 Cross cultivate those areas where equipment used for hauling and spreading has compacted soil.

3.3 PLACING AND SPREADING OF TOPSOIL/PLANTING SOIL ______CAMBRIDGE CENTRE TERMINAL Topsoil Placement SECTION 32 91 19 A49/WSP NO. 121-20554-06 and Grading PAGE 4 2016-03-03______

.1 Place topsoil after Contract Administrator has accepted subgrade. .2 Topsoil obtained from designated stockpiles shall be amended by mechanical shredder; other methods of blending shall be reviewed and approved by the Consultant. .3 Spread topsoil in uniform layers not exceeding 150 mm. .4 For sodded areas keep topsoil 15 mm below finished grade. .6 Spread topsoil as indicated to following minimum depths after settlement. .1 150 mm for sodded areas. .2 450 mm for planters. .6 Manually spread topsoil/planting soil around trees, shrubs and obstacles.

3.4 FINISH GRADING .1 Grade to eliminate rough spots and low areas and ensure positive drainage. .1 Prepare loose friable bed by means of cultivation and subsequent raking. .2 Consolidate topsoil to required bulk density using equipment approved by Contract Administrator. .1 Leave surfaces smooth, uniform and firm against deep footprinting.

3.5 ACCEPTANCE .1 Contract Administrator will inspect and test topsoil in place and determine acceptance of material, depth of topsoil and finish grading.

3.6 SURPLUS MATERIAL .1 Dispose of materials except topsoil not required off site.

3.7 CLEANING .1 Proceed in accordance with Section 01 74 11. .2 Upon completion of installation, remove surplus materials, rubbish, tools and equipment barriers. ______CAMBRIDGE CENTRE TERMINAL Sodding SECTION 32 92 23 A49/WSP NO. 121-20554-06 PAGE 1 2016-03-03______

PART 1 GENERAL

1.1 RELATED SECTIONS .1 Section 32 91 19 - Topsoil Placement and Grading. .2 Section 32 93 33 -Trees, Shrubs and Ground Cover Planting.

1.2 SUBMITTALS .1 Samples. .1 Submit samples in accordance with Section 01 33 00 -Submittal Procedures. .2 Submit: .1 Sod for each type specified. .1 Install approved samples in one square metre mock-ups and maintain in accordance with maintenance requirements during establishment period. .2 Bio-degradable geotextile fabric. .3 Obtain approval of samples by Contract Administrator.

1.3 QUALITY ASSURANCE .1 Test Reports: certified test reports showing compliance with specified performance characteristics and physical properties. .2 Certificates: product certificates signed by manufacturer certifying materials comply with specified performance characteristics and criteria and physical requirements. .3 Pre-Installation Meetings: conduct pre-installation meeting to verify project requirements, installation instructions and warranty requirements.

1.4 SCHEDULING .1 Schedule sod laying to coincide with preparation of soil surface. .2 Schedule sod installation when frost is not present in ground.

1.5 DELIVERY, STORAGE AND HANDLING .1 The Contractor shall provide, upon request by the Consultant a label or statement certifying the quality grade, location of sod source ad species of grass in the sod, and that the sod meets the specifications or requirements of this Standard for stated grade. ..2 Sod shall be protected during transportation (i.e. tarpaulin) for load security and reduction of wind exposure to prevent drying out and shall arrive at the site in a fresh healthy condition. .3 Sod delivered to the job site shall be stored in such a manner to minimize drying out or overheating of product. .4 Small, irregular or broken pieces of sod shall not be accepted. .5 Allow sod to dry sufficiently from wet weather to prevent tearing during handling. .6 Sod shall not be dropped or dumped from vehicles.

PART 2 PRODUCTS

2.1 MATERIALS ______CAMBRIDGE CENTRE TERMINAL Sodding SECTION 32 92 23 A49/WSP NO. 121-20554-06 PAGE 2 2016-03-03______

.1 Commercial Grade Turf Grass Nursery: .1 Sod: Ontario No. 1 Grade, Kentucky Bluegrass /Fine Fescue nursery sod in vigorous growing condition, free from weeds and crabgrass, cut from well-established turf, soil permeated with roots and containing sufficient moisture to maintain vitality during transport and storage. Sod mix shall contain by weight at time of seeding, 90 to 95 % Kentucky Bluegrass cultivars and 5 to 10% Creeping Red, Chewings or Hard Fescue cultivars. .2 Mow sod at height directed by Contract Administrator within 36 hours prior to lifting, and remove clippings. .2 Water: .1 potable. .3 Fertilizer: .1 To Canada "Fertilizers Act" and "Fertilizers Regulations". .2 Complete, synthetic, slow release with 65 % of nitrogen content in water- insoluble form. .4 All Sod is to be free from diseases, fungi, nematodes and soil born insects. .5 All sod is to have no more than 10 mm of thatch (uncompressed). .6 Field turf grass sod not to contain more than 10 weeds per 10 m2.

2.2 SOURCE QUALITY CONTROL .1 Obtain approval from Contract Administrator of sod at source. .2 When proposed source of sod is approved, use no other source without written authorization from Contract Administrator.

PART 3 EXECUTION

3.1 PREPARATION .1 Verify that grades are correct and prepared in accordance with Section 32 91 19 - Topsoil Placement and Grading. If discrepancies occur, notify Contract Administrator and do not commence work until instructed by Contract Administrator. .2 Do not perform work under adverse field conditions such as frozen soil, excessively wet soil or soil covered with snow, ice, or standing water. .3 Fine grade surface free of humps and hollows to smooth, even grade, to contours and elevations indicated, to tolerance of plus or minus 15 mm for Commercial Grade Turf Grass Nursery, surface to drain naturally. .4 Remove and dispose of weeds; debris; stones 50 mm in diameter and larger; soil contaminated by oil, gasoline and other deleterious materials; off site.

3.2 SOD PLACEMENT .1 Lay sod within 24 hours of being lifted if air temperature exceeds 20 degrees C. .2 Lay sod sections in rows, joints staggered. Butt sections closely without overlapping or leaving gaps between sections. Cut out irregular or thin sections with sharp implements. .3 Roll sod as directed by Contract Administrator. Provide close contact between sod and soil by light rolling. Use of heavy roller to correct irregularities in grade is not permitted.

3.3 SOD PLACEMENT ON SLOPES AND PEGGING ______CAMBRIDGE CENTRE TERMINAL Sodding SECTION 32 92 23 A49/WSP NO. 121-20554-06 PAGE 3 2016-03-03______

.1 Install and secure geotextile fabric in areas indicated, in accordance with manufacturer's instructions. .2 Start laying sod at bottom of slopes.

3.4 FERTILIZING PROGRAM .1 Fertilize during establishment and warranty periods to following program: .1 The type and application rate of fertilizer shall be determined by soil tests. For estimating purposes, the Contractor may assume the use of a commercial granular type, such as 16-20-0 applied at a rate of 4 kg/m2 (400 kg per hectare). Fertilizer shall be dry, free flowing, free from lumps, and shall be supplied in bags bearing the manufacturers' label indicating mass and analysis. .2 Fertilizer shall be applied in conformance with the recommendations contained in the soil analysis report, subject to adjustment by the Contract Administrator. Fertilizer shall be applied uniformly immediately prior to laying of sod with a calibrated drop or centrifugal spreader, and shall be mixed into the upper 50 mm of the topsoil.

3.5 MAINTENANCE DURING ESTABLISHMENT PERIOD .1 Perform following operations from time of installation until acceptance. .2 Water sodded areas in sufficient quantities and at frequency required to maintain optimum soil moisture condition to depth of 75 to 100 mm. Water shall be potable. .3 Maintain sodded areas weed free 95%.

3.6 ACCEPTANCE .1 Sodded Commercial Grade Turf Grass Nursery Sod areas will be accepted by Contract Administrator provided that: .1 Sodded areas are properly established. .2 Extent of surface soil visible when grass has been cut to height of 60 mm is acceptable. .3 Sod is free of bare or dead spots and extent of weeds apparent in grass is acceptable. .4 Sodded areas have been cut minimum 2 times prior to acceptance. .5 Fertilizing in accordance with fertilizer program has been carried out at least once. .2 Areas sodded in fall will be accepted in following spring one month after start of growing season provided acceptance conditions are fulfilled.

3.7 MAINTENANCE DURING WARRANTY PERIOD .1 The sod shall be maintained for 60 consecutive days following completion of the sod placement, excluding the winter dormant period being from October 31st to May 1st. All placed sod is to be kept healthy, actively growing, and green in leaf colour. .2 During the first week after installation, sodded areas shall be watered daily. In weeks two and three after installation, sodded areas shall be watered every second day and thereafter shall be watered weekly until the end of the 60 days maintenance period and final acceptance. .3 In the event of drought conditions as determined by the Departmental ______CAMBRIDGE CENTRE TERMINAL Sodding SECTION 32 92 23 A49/WSP NO. 121-20554-06 PAGE 4 2016-03-03______

Representative, sod shall be watered daily. .4 The Contractor shall notify the Contract Administrator immediately prior to each watering operation. .5 Watering operations shall not be carried out between 11 00 h and 17 00 h. .6 Water shall be applied in sufficient quantities to thoroughly soak the upper 100 mm of topsoil, and shall be applied in a soft spray to avoid packing and splattering the soil. .7 The grass in sodded areas shall be cut at regular intervals to maintain a 60 mm to 100 mm height. .8 Not more than 1/3 of the grass height shall be cut at any one mowing. Clippings over 20 mm in length shall be removed.

3.8 CLEANING .1 Upon completion of installation, remove surplus materials, rubbish, tools and equipment barriers.

3.9 WARRANTY .1 The warranty shall cover any defects in material and workmanship. .2 The warranty period is 60 days, beginning immediately following the sodding operations. .3 At the end of the 60 consecutive days maintenance period, an inspection of all placed sod shall be made by the Contract Administrator. .4 Sodded areas shall not be given final acceptance until they have been inspected and accepted by the Contract Administrator. Sodded areas will be given final acceptance provided that the following conditions are met; . 1 Sodded areas are uniformly green and succulent and show evidence of rooting into the underlying soil; 2 All placed sod shall be in the same location as originally placed and shall not have moved, eroded, slipped, or sloughed; 3 The sod shall be of sufficient density that no surface soil is visible; 4 There shall be no competitive growth beyond that detailed under the Sod subsection, emerging from the sod or from between the sod joints; 5 Sodded areas have been cut at least twice, the last cutting being carried out within twenty-four (24) hours of final acceptance inspection. .5 Areas sodded after October 31 will be accepted in the following spring, 60 days after the start of the growing season, provided that the above conditions are met. .6 All sodded areas, which fail to conform to OPSS 571 and the requirements of this Special Provision shall be replaced by the Contractor at no cost to the Contract Administrator, and shall be subject to the same acceptance conditions. .7 The Contractor will not be held responsible for damage of sodded areas due to salt, snow removal or vandalism. .8 All replaced sod shall be subject to the Quality Assurance section of this specification and shall be subject to a further maintenance period of 60 consecutive days.

3.10 BASIS OF PAYMENT .1 Payment at the Contract Price for the applicable tender item(s) shall be full compensation for all labour, equipment and material required to do the work, whether it ______CAMBRIDGE CENTRE TERMINAL Sodding SECTION 32 92 23 A49/WSP NO. 121-20554-06 PAGE 5 2016-03-03______

is specified that the sod be staked or unstaked, and shall include water, maintenance of sodded areas and sod replacement when required.

______CAMBRIDGE CENTRE TERMINAL Trees Shrubs and SECTION 32 93 33 A49/WSP NO. 121-20554-06 Ground Cover PAGE 1 2016-03-03______

This specification covers the work required for supply and installation of plant material, including trees, shrubs, ground cover, perennials and bulbs. PART 1 GENERAL 1.1 RELATED SECTIONS .1 Section 32 91 19 –Topsoil Placement and Grading. 1.2 REFERENCES .1 Agriculture and Agri-Food Canada (AAFC). .1 Plant Hardiness Zones in Canada-2000. .2 Canadian Nursery Landscape Association (CNLA). .1 Canadian Standards for Nursery Stock-8th Edition 2006. .3 Department of Justice Canada (Jus). .1 Canadian Environmental Protection Act (CEPA), 1999, c.33. .2 Transportation of Dangerous Goods Act (TDGA), 1992, c.34. .4 Health Canada/Workplace Hazardous Materials Information System (WHMIS). .1 Material Safety Data Sheets (MSDS). .5 Canadian Nursery Trades Association. .6 Ontario Provincial Standard Specifications (OPSS) .1 OPSS 565, November 2007, The Protection of Trees.

1.3 DEFINITIONS .1 Mycorrhiza: association between fungus and roots of plants. This symbiosis, enhances plant establishment in newly landscaped and imported soils. .2 Horticultural Topsoil: Horticultural topsoil means the growing medium for plant material. It consists of a variable mixture of sand, silt, clay, organic material and nutrients and shall meet the following criteria: 1 45 to 70% sand. 2 0 to 35% silt. 3 14 to 20% clay. 4 4% minimum of organic material. 5 5.5 to 7.5 pH value. .3 Testing Laboratory: Testing laboratory means a facility accredited by the Canadian Association for Environmental Analytical Laboratories (CAEAL) and/or Ontario Ministry of Agriculture, Food and Rural Affairs (OMAFRA), to complete the tests as required by the submission requirements.

1.4 SUBMITTALS .1 Make submittals in accordance with Section 01 33 00 -Submittal Procedures. .2 Submit product data for: .1 Fertilizer. .2 Mycorrhiza. .3 Anti-desiccant. ______CAMBRIDGE CENTRE TERMINAL Trees Shrubs and SECTION 32 93 33 A49/WSP NO. 121-20554-06 Ground Cover PAGE 2 2016-03-03______

.4 Guying assembly including clamps, collar, guying wire, anchors and wire tightener. .5 Mulch. .3 Submit WHMIS MSDS -in accordance with Section 01 47 15 -Sustainable Requirements: Construction and Section 02 81 01 -Hazardous Materials. .4 Co-ordinate submittal requirements and provide submittals required by Section 01 47 15 -Sustainable Requirements: Construction. .5 Submit samples for: 1 Mulch. 2 Mycorrhiza. 1.5 QUALITY ASSURANCE .1 Health and Safety: .1 Do construction occupational health and safety in accordance with Section 01 35 29.06 -Health and Safety Requirements. .2 Sustainable Requirements: .1 Construction requirements: in accordance with Section 01 47 15 -Sustainable Requirements: Construction.

1.6 STORAGE AND PROTECTION .1 Protect plant material from frost, excessive heat, wind and sun during delivery. .2 Adequate protection and spacing shall be placed between trees so that trunks are not scarred and branches are not broken. .3 Immediately store and protect plant material which will not be installed within 4 hour after arrival at site in storage location approved by Contract Administer. .4 Protect plant material from damage during transportation: .1 When delivery distance is less than 30 km and vehicle travels at speeds under 80 km/h, tie tarpaulins around plants or over vehicle box. .2 When delivery distance exceeds 30 km or vehicle travels at speeds over 80 km/h, use enclosed vehicle where practical. .3 Protect foliage and root balls using anti-desiccants and tarpaulins, where use of enclosed vehicle is impractical due to size and weight of plant material. .5 Protect stored plant material from frost, wind and sun and as follows: .1 For bare root plant material, preserve moisture around roots by heeling-in or burying roots in sand or topsoil and watering to full depth of root zone. .2 For pots and containers, maintain moisture level in containers. .3 For balled and burlapped and wire basket root balls, place to protect branches from damage. Maintain moisture level in root zones. .6 Dormant Plants .1 Deciduous – Bare roots (only in dormant period or condition): Adequate protection shall be given to preserve the moisture around the root system. For short transit periods of 4 hours or less, the maximum temperature in the truck should not exceed 20 degrees Celsius. In all cases and at all times, roots should be protected from frost, wind and sun, by such means as a closed van or tarped vehicle with wet straw or ______CAMBRIDGE CENTRE TERMINAL Trees Shrubs and SECTION 32 93 33 A49/WSP NO. 121-20554-06 Ground Cover PAGE 3 2016-03-03______

other suitable moisture holding materials placed over the roots. The temperature shall be maintained as uniformly as possible at all times by mechanical or other means. .2 Evergreens: It is recommended that rootballs not be subjected to freezing temperatures below -5 degrees Celsius for a period longer than 4 hours and that adequate protection from wind and sum be given to prevent desiccation. 7. Non-Dormant Plants: Deciduous and Evergreens: .1 Movement of container grown, ball and burlap (B&B) and wire-basketed (WB) plants should be restricted to closed van or well – covered truck with mesh tarpaulin or similar material to protect the leaves or needles from windburn or desiccation. If plants will be in transit for more than one day. They should be unloaded at interim points and stored away from direct sun for 24 hours at each interim point to avoid burning. When plants may be subject to wind during transportation and storage, tarpaulins and other protective measures may be supplemented by spraying the foliage with an antidesiccant prior to shipping.

1.7 SCHEDULING .1 Obtain approval from Contract Administer of schedule 7 days in advance of shipment of plant material. .2 Schedule to include: .1 Quantity and type of plant material. .2 Shipping dates. .3 Arrival dates on site. .4 Planting Dates.

1.8 WARRANTY .1 All trees and shrubs planted shall be under warranty for a period of 24 months commencing on the Date of Acceptance. .2 End-of-warranty inspection will be conducted by Contract Administer. .3 Contract Administer reserves the right to extend Contractor's warranty responsibilities for an additional one year if, at end of initial warranty period, leaf development and growth is not sufficient to ensure future survival.

PART 2 PRODUCTS 2.1 PLANT MATERIAL .1 All plant material and shall comply with the latest edition for the Canadian Specification for Nursery Stock, prepared by the Canadian Nursery Trades Association. .2 All plant material shall be clearly identified by labels indicating species, size and grower. .3 All plant material supplied and planted under this contract shall be protected from damage in accordance with OPSS 565, during construction operations. All plant material ______CAMBRIDGE CENTRE TERMINAL Trees Shrubs and SECTION 32 93 33 A49/WSP NO. 121-20554-06 Ground Cover PAGE 4 2016-03-03______

shall be considered as "specimen trees" for the purposes of protection. Plant material damaged by the Contractor's operations shall be considered unacceptable. .4 Plant material shall be acceptable when it is structurally sound, conforms to species growth characteristics is well furnished with living foliage, has normal colour, shows adequate annual growth and formation of buds and free from disease, insect infestations, rodent damage, sunscald, frost cracks and other abrasions or scars to the bark. Plant material that does not meet this condition or has "died back" and has regrown from a shoot or bud shall be considered unacceptable. .5 Plant material shall not be collected or dug from native stands or an established woodlot. .6 Container grown plant material shall have been grown in the same container for a minimum period of 6 months. Foliage fed, container grown plant material will not be acceptable. .7 Plant material shall not be cut back from larger sizes to meet the material requirements. .8 Plant material sizes shall be acceptable up to 40% (forty percent) above the minimum specified sizes. .9 The seed source of the specified plant material and the plant material itself shall be supplied from no more than one hardiness zone difference from the hardiness zones in this contract. .10 Bare root plant material shall not have broken bud. .11 Where balled and burlapped plant material is specified, the burlap, rope and any tie materials shall be manufactured from natural organic fibres. .12 Substitutions to the plant material as indicated on the planting plan are not permitted unless prior written approval of the Contract Administer has been obtained regarding type, variety and size. Plant substitutions must be of similar species and of equal or greater size than those originally specified. No additional costs will be entertained for substituted plant material. Sizes as indicated are the minimum allowable after pruning.

2.2 GROWING MEDIUM – PLANTING TOPSOIL .1 Topsoil shall be fertile, friable, topsoil free of: fragment larger than 75 mm in size; stones over 30 mm in diameter; debris; plants or their roots; sticks; noxious weed plants/stolons/seeds; salts; soil sterilants; chemical contaminants; or other materials detrimental to plant growth. .2 Topsoil shall have the following characteristics: textural class of sandy loam; pH range of 6.0 – 7.5; not less than 5.0% Organic Matter; salt conductivity, salt less than 2.0 ms/cm (millisiemens/cm) Total Salts. Topsoil not meeting the minimum specification must be amended and retested. Fertilizer and mineral amendments must be made as per soil testing agency recommendations. .3 Topsoil shall not be moved, delivered, or worked on while in a frozen, wet or muddy state or condition.

2.3 GROWING MEDIUM – PLANTING MIXES .1 Planting Mix (where specified): shall be thoroughly combined prior to placement in planting bed areas to the following proportions: 4 parts approved topsoil and 1 part organic amendment (compost, manure, peatmoss, etc.). ______CAMBRIDGE CENTRE TERMINAL Trees Shrubs and SECTION 32 93 33 A49/WSP NO. 121-20554-06 Ground Cover PAGE 5 2016-03-03______

.2 Amendments shall have the following characteristics: pH range of 6.0 – 7.5; a minimum of 60% Organic Matter; salt conductivity, salt less than 2.0 ms/cm (millisiemens/cm) Total Salts; maximum moisture content of 35%.

2.4 WATER .1 Water shall be free from any contaminants which adversely affect growth. .2 Water shall be applied at a temperature not greater than 10 C below the ambient air temperature. The Contractor shall be responsible to obtain any permits or certificates for water usage.

2.5 STAKES .1 T-bar, steel, 38 x 38 x 5 mm, 3000 mm high, primed with 1 brush coat of black zinc rich paint, to CGSB 1-GP-181M. .2 Wood Stakes: 2400 or 600 x 50 x 50 mm spruce survey stakes pointed at bottom end. .3 Anchors: for support of large trees over 100 mm in caliper use “Duckbill” anchors, #68 or 88 as required. 2.6 Tree Fasteners .1 Two ply reinforced 13 mm diameter rubber garden hose, folded burlap strips or proprietary devises that do not encircle the truck with wire. 2.7 WIRE TIGHTENER .1 Type 1: galvanized steel, rod, triangular shape. .2 Type 2: turnbuckle, galvanized steel, 9.5 mm diameter with 300 mm open length. 2.8 GUYING WIRE .1 No. 10 galvanized wire. 2.9 CLAMPS .1 U-bolt: galvanized, 13 mm diameter, c/w curved retaining bar and hex nuts. .2 Crimp type. 2.10 GUYING COLLAR .1 Tube: plastic, 12 mm diameter, nylon reinforced. 2.11 TRUNK PROTECTION .1 Plastic: perforated spiraled strip. 2.12 MULCH .1 Shredded red cedar mulch. 2.13 FERTILIZER AND AMENDMENTS ______CAMBRIDGE CENTRE TERMINAL Trees Shrubs and SECTION 32 93 33 A49/WSP NO. 121-20554-06 Ground Cover PAGE 6 2016-03-03______

.1 Organic Soil Additive: “Gro-Bark” Fine composted Pine mulch or an accepted alternative. .2 Fertilizer: complete commercial fertilizer with 50% of the elements derived from organic sources. .3 Peatmoss: decomposed plant material, fairly elastic and homogenous, free of decomposed colloidal residue, wood, Sulphur and iron brown colour containing minimum 60% organic matter by weight, moisture content not exceeding 15% and pH value of 3.4 – 5.5. .4 Manure: well-rotted, unbleached cattle manure, free from harmful chemicals and other injurious substances, at least eight months old, but not more than two years old and with no more than 25% straw, leaves or other materials. .5 Lime: Limestone containing not less than 8% of calcium and magnesium carbonates combined, finely ground to pass a 10 mesh sieve with at least one half passing a 100 mesh sieve. Rate of application shall be determined after determining the pH of the topsoil. .6 Bonemeal: raw bonemeal, finely ground with a minimum analysis of 4% nitrogen and 20% phosphoric acid. 7. Sand: sharp, clean sand, to OPSS 1002-3.

2.14 ANTI-DESICCANT .1 Wax-like emulsion. .2 Anti-desiccant emulsion shall be a product specifically manufactured to provide a flexible surface film to reduce transpiration yet not impede passage of carbon dioxide and oxygen.

2.15 FLAGGING TAPE .1 Fluorescent, orange colour. 2.16 Rodent Protection .1 Split 150 mm white corrugated polyethylene pipe, to extend 600 mm above grade. .1 Horticultural topsoil shall be a fertile, friable, natural loam and meet the requirements as delineated above. After the addition of soil amendments, the organic matter content shall not exceed 30%. Topsoil shall be capable of sustaining healthy plant growth. Topsoil that is in a frozen or muddy condition shall not be used. 2.17 PRUNING TOOLS .1 All pruning equipment shall be designed specifically for tree work and shall be clean, sharp and in proper, safe, working order. .2 Pruning equipment shall be capable of producing clean, flush cuts without tearing or fraying the bark.

2.18 SOURCE QUALITY CONTROL ______CAMBRIDGE CENTRE TERMINAL Trees Shrubs and SECTION 32 93 33 A49/WSP NO. 121-20554-06 Ground Cover PAGE 7 2016-03-03______

.1 Obtain approval from Contract Administer of plant material prior to planting. .2 Imported plant material must be accompanied with necessary permits and import licenses. Conform to Federal, Provincial or Territorial regulations.

PART 3 EXECUTION

3.1 EXAMINATION .1 Verify field conditions are ready to receive work. .2 Clearly identify all plant material upon delivery to the site, using labels indicating species, size and supplier. .3 Beginning of installation implies acceptance of existing conditions. .4 Protect adjacent walls, walks and utilities from damage or staining. Use ½” plywood for all hording.

3.2 PRE-PLANTING PREPARATION .1 Do construction occupational health and safety in accordance with Section 01 35 29.06 - Health and Safety Requirements. .2 Ensure plant material acceptable to Contract Administer. .3 Remove damaged roots and branches from plant material. .4 Apply anti-desiccant to conifers and deciduous trees in leaf in accordance with manufacturer's instructions.

3.3 EXCAVATION AND PREPARATION OF PLANTING BEDS .1 Preparation of planting beds is specified Section 32 91 19 -Topsoil Placement and Grading. .2 For individual planting holes: .1 Stake out location and obtain approval from Contract Administer prior to excavating. .2 Excavate to depth and width as indicated. .3 Remove subsoil, rocks, roots, debris and toxic material from excavated material that will be used as planting soil for trees and individual shrubs. Dispose of excess material. .4 Scarify sides of planting hole. .5 Remove water which enters excavations prior to planting. Notify Contract Administer if water source is ground water. .6 Verify location of all underground utilities and services prior to any excavation. Pay for cost of repairs to any damaged utility or service caused by work of this Section, at no additional cost to Owner.

3.4 PLANTING ______CAMBRIDGE CENTRE TERMINAL Trees Shrubs and SECTION 32 93 33 A49/WSP NO. 121-20554-06 Ground Cover PAGE 8 2016-03-03______

.1 For bare root stock, place 50 mm backfill soil in bottom of hole. Plant trees and shrubs with roots placed straight out in hole. .2 For jute burlapped root balls, cut away top one third of wrapping and wire basket without damaging root ball. Do not pull burlap or rope from under root ball. .3 For container stock or root balls in non-degradable wrapping, remove entire container or wrapping without damaging root ball. .4 Plant vertically in locations as indicated. Orient plant material to give best appearance in relation to structure, roads and walks. .5 For trees and shrubs: .1 Backfill soil in 150 mm lifts. Tamp each lift to eliminate air pockets. When two thirds of depth of planting pit has been backfilled, fill remaining space with water. After water has penetrated into soil, backfill to finish grade. .2 Form watering saucer as indicated. .6 For ground covers, backfill soil evenly to finish grade and tamp to eliminate air pockets. .7 Water plant material thoroughly. .8 After soil settlement has occurred, fill with soil to finish grade. .9 Dispose of burlap, wire and container material off site.

3.5 TRUNK PROTECTION .1 Install trunk protection on deciduous trees as indicated. .2 Install trunk protection prior to installation of tree supports when used.

3.6 TREE SUPPORTS .1 Install tree supports as indicated. .2 Use single stake tree support for deciduous trees less than 3 m and evergreens less than 2 m. .1 Place stake on prevailing wind side and 150 mm from trunk. .2 Drive stake minimum 150 mm into undisturbed soil beneath roots. Ensure stake is secure, vertical and unsplit. .3 Install 150 mm long guying collar 1500 mm above grade. .4 Thread Type 1 guying wire through guying collar tube. Twist wire to form collar and secure firmly to stake. Cut off excess wire. .3 Use double stake tree support for deciduous trees greater than 3 m and evergreens greater than 2 m. .1 Install guying collars above branch to prevent slipping at approximately 2/3 height for evergreens and 1/2 height for deciduous trees. Collar mounting height not to exceed 2.5 m above grade. .2 Guying collars to be of sufficient length to encircle tree plus 50 mm space for trunk clearance. Thread guy wire through collar encircling tree trunk and secure to lead wire by clamp or multi-wraps; cut wire ends close to wrap. Spread lead wires equally proportioned about trunk at 120 degrees. ______CAMBRIDGE CENTRE TERMINAL Trees Shrubs and SECTION 32 93 33 A49/WSP NO. 121-20554-06 Ground Cover PAGE 9 2016-03-03______

.3 Install anchors at equal intervals about tree and away from trunk so that guy wire will form 45 degree angle with ground. Install anchor at angle to achieve maximum resistance for guy wire. .4 Attach guy wire to anchors. Tension wire and secure by installing clamps. .5 Install wire tightener ensuring that guys are secure and leave room for slight movement of tree. .6 Saw tops off wooden anchors which extend in excess of 100 mm above grade or as directed by Contract Administer. .7 Install flagging tape to guys as indicated. .4 After tree supports have been installed, remove broken branches with clean, sharp tools. 3.6 MULCHING .1 Ensure soil settlement has been corrected prior to mulching. .2 Spread mulch as indicated.

3.7 MAINTENANCE DURING ESTABLISHMENT PERIOD .1 Perform following maintenance operations from time of planting to acceptance by Contract Administer. .1 Water to maintain soil moisture conditions for optimum establishment, growth and health of plant material without causing erosion. .1 For evergreen plant material, water thoroughly in late fall prior to freeze- up to saturate soil around root system. .2 Remove weeds monthly. .3 Replace or respread damaged, missing or disturbed mulch. .4 For non-mulched areas, cultivate as required to keep top layer of soil friable. .5 If required to control insects, fungus and disease, use appropriate control methods in accordance with Federal, Provincial and Municipal regulations. Obtain product approval from Contract Administer prior to application. .6 Remove dead or broken branches from plant material. .7 Keep trunk protection and guy wires in proper repair and adjustment. .8 Remove and replace dead plants and plants not in healthy growing condition. Make replacements in same manner as specified for original plantings.

3.8 MAINTENANCE DURING WARRANTY PERIOD .1 Provide all necessary maintenance to ensure the establishment of vigor of the plant material. This includes additional watering, watering at freeze up, treatments of disease or infestations within the City of Cambridge and Region of Waterloo pesticide use ______CAMBRIDGE CENTRE TERMINAL Trees Shrubs and SECTION 32 93 33 A49/WSP NO. 121-20554-06 Ground Cover PAGE 10 2016-03-03______

regulations, addition mulch, maintaining all stakes, guys and rodent protection, and any other measures necessary to achieve the required plant health. .2 Remove all stakes, guards, guy wires, etc., remaining on plant material at end of warranty period, (the consultant to inform the Contractor in writing if conditions warrant an extension on staking) except rodent guards that the Owner has specifically requested remain in place. .3 Restore the site to original conditions from damage arising out of the replacement operations at no cost to the Owner. .4 From time of acceptance by Contract Administer to end of warranty period, perform following maintenance operations. .1 Water to maintain soil moisture conditions for optimum growth and health of plant material without causing erosion. .2 Reform damaged watering saucers. .3 Remove weeds monthly. .4 Replace or respread damaged, missing or disturbed mulch. .5 For non-mulched areas, cultivate monthly to keep top layer of soil friable. .6 If required to control insects, fungus and disease, use appropriate control methods in accordance with Federal, Provincial and Municipal regulations. Obtain product approval from Contract Administer prior to application. .7 Apply fertilizer in early spring as indicated by soil test. .8 Remove dead, broken or hazardous branches from plant material. .9 Keep trunk protection and tree supports in proper repair and adjustment. .10 Remove trunk protection, tree supports and level watering saucers at end of warranty period. .11 Remove and replace dead plants and plants not in healthy growing condition. Make replacements in same manner as specified for original plantings. .12 Submit monthly written reports to Contract Administer identifying: .1 Maintenance work carried out. .2 Development and condition of plant material. .3 Preventative or corrective measures required which are outside Contractor's responsibility. ______CAMBRIDGE CENTRE TERMINAL Concrete Block Planter SECTION 32 95 00 A49/WSP NO. 121-20554-06 Walls PAGE 1 2016-03-03______

Scope of Work

This specification covers the work required for supply and installation of concrete block planter walls.

Materials

Concrete block retaining walls shall be Terrablok II Capping Module: 75mm x 300mm x 300mm and Beveled module: 150mm x 300mm x 200mm, range grey and black or approved equal. Install as per manufacturer's instructions; manufactured by Permacon Ontario or Contract Administrator’s approved equivalent. Colour, size and pattern of blocks shall be specified on the Contract Drawings.

Supply, placement and compaction of granular base and backfill.

Non-woven Geotextile shall be of Class II, F.O.S. 90as per OPSS 1860.

Geogrid shall be, Combigrid 30/30 Q1 151 GRK 3 by Naue America Inc.

Construction

The Contractor shall provide capping modules placed with a manufacturer recommended concrete adhesive.

The concrete blocks shall be placed as an angle wall with staggered joints, installed as per manufacturer’s instructions. All leveling, saw cutting and incidental work shall be included in the tender item.

Measurement for Payment

Concrete block planter walls will be measured in lineal metres (m).

Basis of Payment

Payment at the Contract price for “Concrete Block Planter Walls” shall be full compensation for all labour, equipment and material required to complete the work as described herein and as shown on the contract drawing.

Topsoil shall be paid for under the Topsoil Placement and Grading, Imported item.