Table of Contents Tender Call No. 217-2016 Contract No. N/A

No. of Page # Pages Section 1 – Tender Process Terms and Conditions 1. Definitions 1-1 2. Bidder’s Responsibility 1-2 3. Tender Submission Package 1-2 4. Bid Bond 1-3 5. Mandatory/Optional Site Meetings 1-3 6. Fair Wage Policy 1-3 7. Questions 1-4 8. Addenda 1-4 9. Omissions, Discrepancies and Interpretations 1-4 10. Incurred Costs 1-4 11. Post-Submission Adjustments 1-4 12. Withdrawal of Bids 1-5 13. Irrevocability 1-5 14. No Collusion or Unethical Conduct 1-5 15. Prohibition against Gratuities 1-6 16. Acceptance of Bids COPY 1-6 17. Non-Compliant Bids 1-7 18. Execute Contract 1-8 19. Failure or Default of Bidder 1-8 20. Currency 1-9 21. Tied Bids 1-9 22. Mathematical Errors 1-9 23. Conflicts of Interest/Unfair Advantage 1-9 24. Ownership and Confidentiality of City-Provided Data SUBMIT 1-10 25. Ownership and Disclosure of Bid Documentation 1-10 26. Intellectual Property Rights 1-10 27. Governing Law 1-10 28. Quasi-Criminal/Criminal Activity of a Bidder/Proponent 1-11 Section 2 – Information for Bidders 1. General Information 2-1 2. Pre-Qualified Bidders 2-2 3. Mandatory Site Meetings 2-2 4. Deadline for Questions 2-2 5. Fair Wage Schedule InformationNOT 2-3 6. City of Toronto - Invoice/Billing Requirements 2-3 VIEWING7. Instructions for Section 3 Tender Submission Package 2-7 7.1 Mandatory Bid Submission Requirements 2-7 A. Tender Call Cover Page 2-7 B. Bid Bond 2-7 C. City Policies Submission Form 2-8 D.DO Pricing Form 2-8 7.2 Mandatory Submission Requirements Prior to Award 2-8

PMMD V 5.13 – 2015.12.08 4 of 228 Table of Contents Tender Call No. 217-2016 Contract No. N/A

No. of Page # Pages

A. Statutory Declaration 2-8 B. List of Subcontractor Form 2-9 C. Corporate Profile Report 2-9 D. Itemized Prices 2-10 Section 3 – Tender Submission Package 1. Bid Bond 2 3-1 2. Statutory Declaration Form for Occupational Health and 3 3-3 Safety 3. City Policies Submission Form 1 3-6 4. Pricing Form 2 3-7

Section 4 – Scope of Work 117 4-1 Section 5 – Supplementary Conditions to CCDC 2-2008 29 5-1 Stipulated Price Contract Section 5A – Specific Conditions of Contract COPY15 5A-1

Section 6 – Contract Execution Package 6-1 1. CCDC 2-2008 Stipulated Price Contract 1 6-2 2. CCDC 221-2002 Performance Bond 1 6-3 3. CCDC 222-2002 Labour & Material Payment Bond 1 6-4 4. WSIB & Tax Statutory Declaration Form 1 6-5 5. Insurance Certificate 3 6-6 6. Declaration of Compliance with Anti- SUBMIT 1 6-8 Harassment/Discrimination Legislation & City Policy Form 7. Supplementary Statutory Declaration Form for Occupational 2 Health and Safety Section 7 – City Policies 1. City of Toronto Accessible Customer Service Training 1 Requirements 2. Chapter 67 Schedule A – Fair Wage Policy 5 3. Chapter 67 Schedule B – Labour Trades Contractual 2 Obligations in the ConstructionNOT Industry 4. Applicable Chapter 67 Schedule C – Fair Wage 1 5. Right to Reject Debtors and Set-off Policy 6 VIEWING6. Policy on the Restrictions on the Hiring and Use of Former 2 City of Toronto Management Employees for City Contracts 7. Toronto Licensing Requirements 1 8. Environmentally Responsible Procurement Statement 1 9. Contractor Performance Evaluation 1 10. NoticeDO of "No Bid" Form 1

PMMD V 5.13 – 2015.12.08 5 of 228 Section 1 – Tender Process Terms and Conditions Tender Call No. 217-2016 Contract No. N/A

1. Definitions Throughout this Tender Call, unless inconsistent with the subject matter or context,

“Addenda” or “Addendum” means a document containing additional information and/or changes to the Tender Call issued by the City prior to the Closing Date;

"Affiliate" means an affiliated body corporate as defined in the Business Corporations Act, R.S.O. 1990, c. B.16 as amended;

“Bid” means an offer submitted by a Bidder in response to a Tender Call, which includes all of the documentation necessary to satisfy the submission requirements of the Tender Call and “Bids” shall have a corresponding meaning;

“Bidder” means a legal entity, being a person, partnership or firm that submits a Bid in response to a formal Tender Call and “Bidders” shall have a corresponding meaning;

“Buyer” means the main contact person at the City for all matters related to the Tender Call process, as set out on the Tender Call Cover Page;

“Chief Purchasing Official” means the person holding the position of Director of Purchasing and Materials Management whose resCOPYponsibility it is to supervise and carry out the procurement function on behalf of the City and includes her/his designate;

“City” means the City of Toronto;

“Closing Date” means the specified deadline for Bids to be submitted to the City as indicated on the Tender Call Cover Page and any subsequent Addenda;

“Conflict of Interest” includes, but is not limited to, any situation or circumstance where: SUBMIT a) in relation to the Tender Call process, the Bidder has an unfair advantage or engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having access to information in the preparation of its Bid that is confidential to the City and not available to other Bidders; (ii) communicating with any person with a view to influencing preferred treatment in the Tender Call process including the giving of a benefit of any kind, by or on behalf of the Bidders to anyone employed by, or otherwise connected with, the City; or (iii) engaging in conduct that compromises or could be seen to compromise the integrity of the open and competitive Tender Call process and render that process non-competitive and unfair; or NOT b) in relation to the performance of its contractual obligations in the City contract, VIEWINGthe Contractor’s other commitments, relationships or financial interests (i) could or could be seen to exercise an improper influence over the objective, unbiased and impartial exercise of its independent judgement; or (ii) could or could be seen to compromise, impair or be incompatible with the effective performance of its contractual obligations;

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

PMMD V 5.13 – 2015.12.08 Page 1-1 6 of 228 Section 1 – Tender Process Terms and Conditions Tender Call No. 217-2016 Contract No. N/A

“Contract Administrator” means the main contact person at the City for all matters relating to the project. The reference to “Project Manager” means the same;

“Contractor” means the Successful Bidder of the Tender Call with whom the City enters into a Contract with to perform the Work;

“Council” means City Council;

“MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act R.S.O. 1990, Chapter M.56, as amended, or any successor or replacement legislation;

“Subcontractor” means a person, partnership or corporation undertaking the execution of a part of the Work by virtue of an agreement with the Contractor;

“Successful Bidder” means the Bidder that has been selected to perform the Work;

“Tender Call” means this Tender Call package in its entirety, inclusive of all appendices and Addenda/Addendum that may be issued by the City;

“Work” means all services and deliverables to be provided by a Contractor as described in this Tender Call. COPY

2. Bidder’s Responsibility It shall be the responsibility of each Bidder:

a) to acquire, from online or other sources as specified, any document (including any applicable copyright seal) that is referenced or mentioned in this Tender Call which is not physically attached herein; SUBMIT b) to examine all the components of this Tender Call, including all reference documents, appendices, forms and addenda;

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

The failure of any Bidder to acquire, receive or examine any document, form, addendum, or policy shall not relieve the Bidder of any obligation with respect to its Bid or any purchase order issued based on its Bid. NOT 3. Tender Submission Package VIEWINGTo submit a valid Bid, Bidders must complete, in ink, all the applicable forms in Section 3, and complete, sign and seal the Tender Call Cover Page.

As a means of facilitating the announcement of the Bid amounts, the Bidder is to complete the Tender Call Cover Page, including filling in the “Amount of Tender Call” in the spaceDO provided. This insertion is to facilitate the conduct of the Public Opening meeting only. For Lump Sum Tenders, in the event of any discrepancy between the information so inserted on the front cover and the amount set out in the Pricing Form in

PMMD V 5.13 – 2015.12.08 Page 1-2 7 of 228 Section 1 – Tender Process Terms and Conditions Tender Call No. 217-2016 Contract No. N/A

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

4. Bid Bond Every Bid shall be accompanied by a Bid Bond in the provided form in the specified amount signed by a guarantee surety company, acceptable to the City of Toronto Treasurer, authorized by law to carry on business in the Province of Ontario, and having an office in Ontario, to secure the execution of the formal Contract.

Failure of a Bidder to submit a fully completed Bid Bond in the form enclosed in Section 3 - Tender Submission Package, shall result in the Bid being rejected as non-compliant. Submitting a photocopy of the Bid Bond is not acceptable.

5. Site Meetings Mandatory Site Meetings

If a mandatory site meeting has been indicated in the Tender Call, then interested Bidders MUST attend the site meeting to familiarize themselves with the project and ascertain the full extent of the Work required. COPY Bidders must sign in with the City’s Representative at the Mandatory Site Meeting during the designated date and time for their Bid to be considered. Bids submitted by Bidders that do not attend the mandatory site meeting SHALL be declared non-compliant.

Optional Site Meetings

If a mandatory site meeting is not required, interested Bidders may be invited to attend an optional site meeting as indicated on the Tender Call Cover Page to familiarize themselves with the project and ascertain the full extentSUBMIT of the work required. Any information available at the optional site meeting will be issued by an Addendum to the list of Bidders who purchased the Tender from the City.

6. Fair Wage Policy The Bidder agrees to abide by the Fair Wage Policy as found in Section 7 – City Policies and pay its workers the appropriate wage as set out in the applicable Fair Wage Schedule(s). The Fair Wage Schedule(s) applicable to this Tender Call is/are set out in Section 2 – Information for Bidders.

As per the Fair Wage Policy,NOT in the of a jurisdictional dispute or disputes as to rate of wages to be paid under the Contract or to the amount to be paid to any worker, the VIEWINGdecision of the Manager, Fair Wage Office, shall be final and binding upon all parties.

Failure to comply with the Fair Wage Policy, or being in violation of the Fair Wage Policy without paying restitution as set out in the Fair Wage Policy (Chapter 67 – Fair Wage – Schedule A Fair Wage Policy § 67-A8D) may result in the Bid being declared non- compliant. DO

PMMD V 5.13 – 2015.12.08 Page 1-3 8 of 228 Section 1 – Tender Process Terms and Conditions Tender Call No. 217-2016 Contract No. N/A

7. Questions All questions concerning this Tender Call should be directed in writing to the Buyer as designated on the Tender Call Cover Page.

No other City representative, whether an official, agent or employee, is authorized to speak for the City with respect to this Tender Call, and any Bidder who uses any information, clarification or interpretation from any other representative does so entirely at the Bidder’s own risk.

Not only shall the City not be bound by any representation made by an unauthorized person, but any attempt by a Bidder to bypass the Tender Call process may be grounds for rejection of its Bid.

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

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

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

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

11.VIEWING Post-Submission Adjustments No unilateral adjustments by Bidders to submitted Bids will be permitted.

If the City makes a written request to a Bidder for clarification of its Bid, the Bidder will provide a written response within 48 hours accordingly, unless otherwise indicated, which DOshall then form part of the Bid.

PMMD V 5.13 – 2015.12.08 Page 1-4 9 of 228 Section 1 – Tender Process Terms and Conditions Tender Call No. 217-2016 Contract No. N/A

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

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

14. No Collusion or Unethical Conduct No Bidder may discuss or communicate about, COPYdirectly or indirectly, the preparation or content of its Bid with any other Bidder or the agent or representative of any other Bidder or prospective Bidder. If the City discovers there has been a breach at any time, the City reserves the right to disqualify the Bid or terminate any ensuing contract.

By submitting a Bid in response to this Tender Call, the Bidder certifies that: a) the prices in the Bid have been arrived at independently of those of any other Bidder; b) the prices in the Bid have not been knowingly SUBMITdisclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to the award, directly or indirectly, to any other Bidder or competitor; and c) no attempt has been made, or will be made, to induce any other person to submit or not to submit a Bid, for the purpose of restricting competition.

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

PMMD V 5.13 – 2015.12.08 Page 1-5 10 of 228 Section 1 – Tender Process Terms and Conditions Tender Call No. 217-2016 Contract No. N/A

15. Prohibition against Gratuities No Bidder and no employee, agent or representative of the Bidder, may offer or give any gratuity in the form of entertainment, participation in social events, gifts or otherwise to any officer, director, agent, appointee or employee of the City in connection with or aris- ing from this Tender Call, whether for the purpose of securing a Contract or seeking favourable treatment in respect to the award or amendment of the Contract or influencing the performance of the Contract, including without restriction enforcement of performance standards, or expressing appreciation, or providing compensation, for the award of a Contract or for performance of the City's obligations thereunder or for confer- ring favours or being lenient, or in any other manner whatsoever.

If the City determines that this article has been breached by or with respect to a Bidder, the City may exclude its Bid from consideration, or if a Contract has already been enter- ed into, may terminate it without incurring any liability.

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

B. The City may modify and/or cancel this Tender Call prior to accepting any Bid. COPY C. Bids may be accepted or rejected in total or in part.

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

E. In determining which Bid provides the best value to the City, consideration may be given to the past performance of any Bidder. Bidders that are currently on a City of Toronto suspended vendor list are not eligible for an award. The City also reserves the right not to make an award to an Affiliate of a suspended vendor. SUBMIT F. The City reserves the right to verify the validity of information submitted in the Bid and may reject any Bid where, in the City’s sole estimation, the contents appear to be incorrect, inaccurate or inappropriate.

G. The City reserves the right to assess the ability of the Bidder to perform the Contract and may reject any Bid where, in the City’s sole estimation, the personnel and/or resources of the Bidder are insufficient.

H. If, in the opinion of the City, any Bidder has underestimated the value of the goods and/or servicesNOT to be provided as reflected in its submitted price/fee, the City may reject its Bid as unbalanced (i.e., not representative of the scope of the goods and/or services). The City may reject a bid if it determines, in its sole VIEWINGdiscretion, that the Bid is materially unbalanced.

A bid is materially unbalanced when:

(1) it is based on prices which are significantly less than cost for some items of work andDO prices which are significantly overstated in relation to cost for other items of work; and (2) the City had determined that the bid may not result in the lowest overall cost to the

PMMD V 5.13 – 2015.12.08 Page 1-6 11 of 228 Section 1 – Tender Process Terms and Conditions Tender Call No. 217-2016 Contract No. N/A

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

17. Non-Compliant Bids Bids which are incomplete, conditional or obscure or which contain additions not called for, erasures or alterations of any kind may be rejected.

The City reserves the right to waive immaterial defects and minor irregularities in any Bid.

The chart below lists irregularities and the respective action that will be taken by the Chief Purchasing Official, in determining whether a Bid is non-compliant. The Chief Purchasing Official is not limited to the following list for reasons to declare a Bid non- compliant. Bidders are reminded to read the entire Tender Call document, as failure to comply with other requirements may or shall result in a Bid being declared non- compliant.

IRREGULARITY ACTION Late Response Automatic rejection and not read COPYpublicly. Unsealed Automatic rejection Insufficient Financial Security (No deposit Automatic rejection or Bid Bond or insufficient deposit or Bid Bond). Response not completed in non-erasable Automatic rejection medium and signed in ink Incomplete Response Automatic rejection unless, in the opinionSUBMIT of the Chief Purchasing Official, the incomplete nature is trivial or insignificant. Qualified Response (qualified or restricted Automatic rejection unless, in the by an attached statement unless allowed for). opinion of the Chief Purchasing Official the qualification or restriction is trivial or not significant Response received on documents other than Automatic rejection unless, in the those provided by the City opinion of the Chief Purchasing NOT Official the matter is trivial or insignificant VIEWINGExecution of Bid Bonds (Financial Security)  Corporate seal or signature of the bidder Two (2) business days to correct missing.

 Both corporate seal and signature of the Automatic rejection. bidder missing.  CorporateDO seal or signature of authorized Automatic rejection. agents of bonding company missing.

PMMD V 5.13 – 2015.12.08 Page 1-7 12 of 228 Section 1 – Tender Process Terms and Conditions Tender Call No. 217-2016 Contract No. N/A

IRREGULARITY ACTION

 Other Bid Security - Uncertified Cheques Automatic rejection. Documents – Execution:

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

 Corporate seal and signature missing Automatic rejection Erasures, Overwriting or Strike-Outs which are not Initialed:

 Uninitialed changes to responses which are Two (2) business days to initial. minor (example: the respondent’s address is amended by over-writing but not initialed)

 Unit prices have been changed but not Two (2) business days to initial initialed and the contract totals are consistent with the price as amended.

 Unit prices have been changed but not Automatic Rejection initialed and the contract totals are not consistent with the price as amended. Minor Irregularities The Chief Purchasing Official COPYshall have the authority to waive irregularities deemed to be minor.

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

 execute three or four (as requested by the City)SUBMIT original copies of the CCDC-2 form of agreement and obtain and affix (at the Successful Bidder's sole cost) a CCDC copyright seal to the front page of each of the originally executed copies ;  obtain and furnish three or four (as requested by the City) original copies of a CCDC 221-2002 Performance Bond and a CCDC 222-2002 Labour and Material Payment Bond all signed and sealed by itself and its surety;  arrange for 2 original copies of the City's form of insurance certificate to be completed and signed (including stamp of insurance broker) as required;  complete and sign the City's WSIB & Tax Statutory Declaration Form; and  complete and sign the Supplementary Statutory Declaration if required. NOT Should the Successful Bidder fail or refuse to execute the Contract by taking the steps outlined in this section within ten (10) working days after being requested by the City, it VIEWINGwill be considered that the Successful Bidder has abandoned all rights and interests in the award and the City will call on the Bid Bond.

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

PMMD V 5.13 – 2015.12.08 Page 1-8 13 of 228 Section 1 – Tender Process Terms and Conditions Tender Call No. 217-2016 Contract No. N/A

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

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

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

20. Currency Unless otherwise stated herein, prices quoted are to be in Canadian dollars.

21. Tied Bids In the event that the City receives two (2) or more Bids identical in price, the City reserves the right to select one of the tied Bids by way of lottery or coin toss as set out in the Purchasing Procurement Processes Policy. COPY 22. Mathematical Errors In the event of mathematical errors found in the pricing pages, the unit prices quoted shall prevail. Extensions and totals will be corrected accordingly and adjustments resulting from the correction(s) will be applied to the total bid price quoted.

23. Conflicts of Interest/Unfair Advantage In its Bid, the Bidder must disclose to the City any potential conflict of interest that might compromise the performance of the work or which mightSUBMIT reasonably compromise or provide the Bidder an unfair advantage in the bidding process. If such a conflict of interest does exist, the City may, at its discretion, refuse to consider the Bid.

The Bidder must also disclose whether it is aware of any City employee, Council member or member of a City agency, board or commission or employee thereof having a financial interest in the Bidder and the nature of that interest. If such an interest exists or arises prior to the award on any contract, the City may, at its discretion, refuse to consider the Bid or withhold the awarding of any contract to the Bidder until the matter is resolved to the City’s sole satisfaction. NOT Bidders are cautioned that the acceptance of their Bid may preclude them from participating as a Bidder in subsequent projects where a conflict of interest may arise. VIEWINGThe Bidder for this project may participate in subsequent/other City projects provided the Bidder has satisfied pre-qualification requirements of the City, if any, and in the opinion of the City, no conflict of interest would adversely affect the performance and successful completion of an agreement by the Bidder.

DO

PMMD V 5.13 – 2015.12.08 Page 1-9 14 of 228 Section 1 – Tender Process Terms and Conditions Tender Call No. 217-2016 Contract No. N/A

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

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

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

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

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

a) shall become the property of the City;

b) shall become subject to MFIPPA, and mayCOPY be released, pursuant to that Act.

Because of MFIPPA, prospective Bidders are advised to identify in their Bid material any scientific, technical, commercial, proprietary or similar confidential information, the disclosure of which could cause them injury.

Each Bidder’s name and total bid price shall be made public. Bids will be made available to members of Council on a confidential basis and may be released to members of the public pursuant to MFIPPA. SUBMIT 26. Intellectual Property Rights Each Bidder warrants that the information contained in its Bid does not infringe any intellectual property right of any third party and agrees to indemnify and save harmless the City, its staff and its consultants, if any, against all claims, actions, suits and proceedings, including all costs incurred by the City brought by any person in respect of the infringement or alleged infringement of any patent, copyright, trademark, or other intellectual property right in connection with their Bid.

27. Governing Law NOT This Tender Call and any Bid submitted in response to it and the process contemplated by this Tender Call shall be governed by the laws of the Province of Ontario. Any dispute VIEWINGarising out of this Tender Call or this Tender Call process will be determined by a court of competent jurisdiction in the Province of Ontario.

DO

PMMD V 5.13 – 2015.12.08 Page 1-10 15 of 228 Section 1 – Tender Process Terms and Conditions Tender Call No. 217-2016 Contract No. N/A

28. Quasi-Criminal/Criminal Activity of a Bidder/Proponent The City may reject a Bid or Bidder if the City:

1. confirms that the Bidder or any individual that owns, directs, or controls the Bidder has been charged with or convicted of an offence under the Criminal Code, an offence under other applicable Requirements of Law, or an offence pursuant to similar laws outside of Ontario, or has been named in an order or similar enforcement measure by a regulatory authority;

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

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

NOT VIEWING DO

PMMD V 5.13 – 2015.12.08 Page 1-11 16 of 228 Section 2 – Information for Bidders Tender Call No. 217-2016 Contract No. N/A

1. General Information

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

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

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

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

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

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

Section 6 – Contract Execution Package will contain:

(i) the CCDC-2 – 2008, Stipulated Price Contract (CCDCSUBMIT -2 is published by the Canadian Construction Document Committee ("CCDC") and is available for purchase from authorized document outlets listed on the following Web site: http://www.ccdc.org/WhereToBuy/WhereToBuy.html; (ii) the CCDC 221-2002 Performance Bond and the CCDC 222-2002 Labour and Material Bond (both of these bonds must be obtained by the Successful Bidder and are available for purchase from authorized document outlets listed on the following Web site: http://www.ccdc.org/WhereToBuy/WhereToBuy.html or a surety company); (iii) the City's form of Insurance Certificate; (iv) the WSIB & Tax Statutory Declaration; and (v) if applicable, a SupplementaryNOT Statutory Declaration for Occupational Health and Safety/Asbestos.

VIEWINGThese forms do not have to be submitted for the Bid to be valid. Please see Section 1, article 18 for additional information on the execution of the Contract.

Section 7 – City Policies contains specific policies related to the Tender Call. It is the responsibility of the Bidder to review all of the City Policies located in Section 7 and as found on the City’sDO website at www.toronto.ca/purchasing/policies .

Commencing October 1, 2013 all Tender Call documents contain a copy of the Contractor

PMMD V 5.13 – 2015.12.08 Page 2-1 17 of 228 Section 2 – Information for Bidders Tender Call No. 217-2016 Contract No. N/A

Performance Evaluation Form in Section 7. The Form helps to summarize and quantify performance. It provides guidance to City staff on creating and maintaining an evaluative record of a Contractor's performance on City projects for the purpose of Contract management and future purchasing decisions.

If you have any questions about this process, please do not hesitate to forward your questions via email to [email protected]

2. Pre-Qualified Bidders

This Tender is for the following Pre-Qualified Bidders ONLY that have Pre-Qualified from Request to Pre-Qualify (RTP) No. 3907-14-5088:

Canada Construction Limited Execway Construction Limited Harbridge & Cross Limited HN Construction Limited Index Construction Incorporated Koler Construction Incorporated Limen Group Const. Limited Pegah Construction Limited Pre-Eng Contracting Limited Snyder Construction Steelcore Construction Limited Trans Canada Construction COPY Bids submitted by Bidders that are not pre-qualified SHALL be declared Non-Compliant.

3. Mandatory Site Meeting

Bidders Are Required To Attend The Following Mandatory Site Meeting To Ascertain The Amount Of Work Involved. A Mandatory Site Meeting Will Take Place At 2 P.M. Local Time On May 30, 2016 On Site. Meet With The City Representative At The Main Entrance To The Police Services Building Located SUBMITAt 75 Eglinton Avenue West, Toronto. Site Meetings Will Not Be Available At Any Other Times.

Bidders Must Sign In With The City’s Representative At The Mandatory Site Meeting During The Designated Date And Time For Their Bid To Be Considered.

Bids Submitted By Bidders That Do Not Attend The Mandatory Site Meeting SHALL Be Declared Non-Compliant.

4. Deadline for Questions NOT All questions concerning this Tender Call should be directed in writing to the Buyer indicated on the Tender Call Cover Page. The last day for questions with respect to this Tender Call is VIEWINGthree (3) working days before closing time and date.

DO

PMMD V 5.13 – 2015.12.08 Page 2-2 18 of 228 Section 2 – Information for Bidders Tender Call No. 217-2016 Contract No. N/A

5. Fair Wage Schedule Information

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

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

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

http://www.toronto.ca/fairwage

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

 Tel: (416) 392-7300  Fax:(416) 392-0801  E-Mail: [email protected] COPY 6. City of Toronto - Invoice/Billing Requirements

To assist in prompt payment, it is essential that all required billing information is provided on the invoice submitted to the City of Toronto. If billing information is missing from an invoice it will result in a payment delays.

It is the vendor's responsibility to submit accurate invoices for goods /services delivered to the City of Toronto divisions. If an inaccurate invoice (ie: but notSUBMIT limited to, pricing, quantity or services provided) is submitted, the vendor will be requested to issue a credit note and submit a new invoice. If the invoice in question offered an early payment discount, the re-issue date of the new invoice will be used to calculate the early payment discount terms.

5.1 Standard Invoices:

1) Original hardcopy vendor invoices MUST BE addressed and sent DIRECTLY to:

City of Toronto Accounting Services Division Corporate AccountsNOT Payable 55 John Street 14th Floor, Metro Hall VIEWING Toronto, ON M5V 3C6; or

DO

PMMD V 5.13 – 2015.12.08 Page 2-3 19 of 228 Section 2 – Information for Bidders Tender Call No. 217-2016 Contract No. N/A

2). Electronic Invoices

To support an electronic payable environment, the City of Toronto Corporate Accounts Payable unit will accept electronic vendor invoices submitted via email to [email protected] . Electronic invoices submitted must be in a PDF format with either single or multiple invoice(s) per attachment.

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

3) Invoice/s submitted to the City of Toronto must have complete ship to information including:

I. Name of City Division, II. The City Division’s contact name and phone number (the person ordering or picking up the goods and/or services), III. Delivery location of goods and/or services (excluding pick-up order), IV. Purchasing document information on the invoice (blanket contract number, contract release order number (CRO)COPY purchase order (PO) or Divisional Purchase Order (DPO) must be clearly indicated on the invoice. V. Complete "Remit To" address is required on all submitted vendor invoices

A Purchasing Document Number Must Be Provided By City Staff At Time Of Order For Goods Or Services.

4) City purchases with the use of a credit card/PCard, are NOT to be sent to Corporate Accounts Payable. These invoices are considered paid. SUBMIT

5) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the ordering Division for goods/services delivered.

6) Vendors are to provide backup documentation directly to the ordering Division, not Corporate Accounts Payable.

5.2 Construction Contracts & Consultant Assignments related to Capital Projects – With a Holdback only NOT Invoices related to an approved capital project with a holdback and managed by a Contract Administrator (CA) must be forwarded to the CA for review and approval. Billing requirement directionVIEWING will be provided by the contract custodian or city divisional designate prior to the start of the contract.

DO

PMMD V 5.13 – 2015.12.08 Page 2-4 20 of 228 Section 2 – Information for Bidders Tender Call No. 217-2016 Contract No. N/A

1) All invoices MUST BE addressed and sent DIRECTLY to:

Contract Administrator City of Toronto Address Contact Info: Phone #, E-mail address

Note: Contact Information of respective CA will be provided in writing, prior to the start of the contract.

2) Invoice/s submitted to the City of Toronto Contract Administrator must have complete information including:

I. Contract/Project Number II. Name of City Division and Contract Administrator III. Vendor Number IV. Vendor Name and address V. The City Division’s contact name and phone number (the person ordering or picking up the goods and/or services), VI. Description of work/ Project Name VII. Location of work COPY VIII. Bill through Dates(Work Done): from and to IX. Invoice Date X. Sub-total Amount: Excluding all taxes XI. Total Invoice Amount; Including all taxes XII. Purchasing document information on the invoice (blanket contract number, contract release order number (CRO) purchase order (PO) or Divisional Purchase Order (DPO), must be clearly indicated on the invoice. (*This purchasing number should be provided by City staff at the time of order*) SUBMIT 5.3 Billing Requirements

1) Original vendor invoices MUST BE addressed and sent DIRECTLY to:

City of Toronto Accounting Services Division Corporate Accounts Payable 55 John Street 14th Floor, Metro Hall Toronto, ON NOT M5V 3C6

2) Invoice/sVIEWING submitted to the City of Toronto must have complete ship to information including:

XIII. Name of City Division, XIV. The City Division’s contact name and phone number (the person ordering or picking up the goods and/or services), XV. DO Delivery location of goods and/or services (excluding pick-up order), XVI. Purchasing document information on the invoice (blanket contract number, contract release order number (CRO) purchase order (PO) or Divisional

PMMD V 5.13 – 2015.12.08 Page 2-5 21 of 228 Section 2 – Information for Bidders Tender Call No. 217-2016 Contract No. N/A

Purchase Order (DPO), or Schedule "A" must be clearly indicated on the invoice. (*This purchasing number should be provided by City staff at the time of order*)

Invoices that do not contain the required billing information may be returned without payment to the vendor for correction.

3) City purchases with the use of a credit card/PCard, are NOT to be sent to Corporate Accounts Payable. These invoices are considered paid.

4) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the ordering Division for goods/services delivered.

5) Vendors are to provide backup documentation directly to the ordering Division, not Corporate Accounts Payable.

5.4 Contract Release Order for Contract Purchases

A request for delivery in the form of a Contract Release Order (CRO) will be issued for each purchase against a contract.

All invoices submitted for payment of contract goods/servicesCOPY must contain:

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

Under no circumstances are Contract Release Orders to be filled for commodities or services that are not included on a Contract.

The total value estimated on a Contract including all charges, excluding any applicable taxes, is not to be exceeded without authorization. SUBMIT

A Contract shall not be valid once the specified period has elapsed unless an extension has been requested by the City.

The City, in its sole discretion, has the right to terminate a contract prior to the expiration of the term without cause or penalty, provided the Total Value Estimated as specified on the Contract Order has been reached.

5.5 Payment Terms NOT Unless otherwise specified on the invoice, the City will assign payment terms of Net 30 days. Payment terms "Due Upon Receipt" are considered Net 30 days. VIEWING 5.6 Discount Terms

The City will consider offers of early payment discount terms. If correct billing information has been indicated on the invoice, it is the City’s policy to pay within vendor’s discount terms from the receipt date of the invoice in the Corporate Accounts Payable unit – Metro Hall, 55 DOth John Street, 14 Floor.

PMMD V 5.13 – 2015.12.08 Page 2-6 22 of 228 Section 2 – Information for Bidders Tender Call No. 217-2016 Contract No. N/A

Early Payment terms should be clearly indicated on the invoice.

Note: Discount terms for early payment cannot be earlier than 15 days from the receipt date of the invoice by the City of Toronto, Corporate Accounts Payable unit.

5.7 Direct Deposit

City of Toronto offers secure electronic deposit payments directly to your bank account through our “Direct Deposit” program. For more information and/or to enrol for this payment option, please email us at [email protected] or contact AP Customer Service at 416- 397-5235 and follow the prompts. Effective January 1, 2014, all new contracts for existing or new vendors must be enrolled in the Direct Deposit program.

7. Instructions for Section 3 - Tender Submission Package

7.1 Mandatory Bid Submission Requirements

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

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

Remember to indicate the receipt of all addenda.

B. Bid Bond SUBMIT

Every Bidder shall submit with their Bid a Bid Bond in the amount of 10% of the quoted bid to provide a Performance Bond and a Labour and Material Bond for the due and proper performance of the Work, each in the amount of 50% of the Contract amount including an extended 24 month warranty period. The Bonds will be issued by a licensed surety company authorized to transact business in the Province of Ontario and shall be maintained in good standing until the fulfilment of the Contract.

The bonds shall be in accordance with the City's standard form attached to this document. NOT

Failure of a Bidder to submit a fully completed Bid Bond, in the form enclosed in VIEWINGthe Tender Submission Package SHALL result in the Bid being rejected as non- compliant.

Should the Bidder fail or refuse to execute the Agreement within ten (10) working days after being requested by the City, it will be considered that the Bidder has abandonedDO all rights and interests in the award and the City will call on the Bid Bond.

PMMD V 5.13 – 2015.12.08 Page 2-7 23 of 228 Section 2 – Information for Bidders Tender Call No. 217-2016 Contract No. N/A

C. City Policies Submission Form

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

D. Pricing Form

All instructions to fill out the Pricing Form can be found on the first page of the Pricing Form in Section 3.

In the event of any discrepancy between the information provided on the Tender Call Cover Page and the amount set out in the Pricing Form, the Pricing Form shall govern.

In the event of any discrepancy between the total price and the unit price, the unit price shall prevail and the total price shall be adjusted accordingly.

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

A. Statutory Declaration for the Occupational Health and Safety Act

It is the Bidder’s responsibility as "Constructor" under the provisions of the Occupational Health and Safety Act of Ontario, R.S.O. 1990, c. O.1, as may be amended (hereinafter “OHSA”), to co-ordinate the activities of all employeesSUBMIT and workers under the Bidder’s control operating within the Contract limits to ensure that the requirements of the OHSA are satisfied.

To that end, the Bidder must complete the Statutory Declaration found in Section 3 indicating whether they comply with the OHSA. This Statutory Declaration must be signed and declared before a Commissioner of Oaths. The Statutory Declaration states that:

i) the Bidder and all Sub-Contractors have in place safety programs according to the requirements ofNOT the OHSA; ii) all employees of the Bidder and Sub-Contractors have received training in occupational safety in accordance with the requirements of the OHSA; and VIEWINGiii) a representative of the Bidder, whom it shall designate and name in the required Statutory Declaration, with responsibility for supervising the Contract's implementation is qualified as a "Competent Person" as defined in the OHSA.

In the case where the Bidder has indicated "HAVE NOT" in either or both of sub-clauses 3(A) orDO 3(B) of the Statutory Declaration submitted with its Bid and has been awarded the Contract, the Bidder will be required to submit a Supplementary Statutory Declaration after award of the Contract in the form provided in Section 6 entitled

PMMD V 5.13 – 2015.12.08 Page 2-8 24 of 228 Section 2 – Information for Bidders Tender Call No. 217-2016 Contract No. N/A

“Supplementary Statutory Declaration” to the effect that the requisite training and programmes are in place. The Bidder will bear full responsibility for all consequences, financial or otherwise, of any failure or delay by the Bidder in submitting the Supplementary Statutory Declaration.

B. List of Subcontractors Form

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

Bidders must not include companies under suspension by the City on their list of Subcontractors.

Where union affiliation is required pursuant to the City’s “Labour Trades Contractual Obligations in the Construction Industry” (more particularly described in the document attached to the Applicable City Policies section) for the Work or any part thereof, the Contractor (and any Subcontractor performing any part of such Work) must be affiliated with the applicable collective bargaining agency and the Bidder shall submit proof of such affiliation of the Contractor prior to an award of contract. The Contractor will not be permitted to change COPYany named Subcontractor without the written approval of the Contract Administrator. Any request for changing a named Subcontractor must be submitted in writing.

The Contractor acknowledges that upon receipt of such a request by the City, the review and approval process could take a time to complete. Any delay in the commencement of the Work or in the performance of the Work or in the Contractor’s performance of its obligations under the Contract related to or arising from the City’s consideration of the Contractor’s request for a Subcontractor change shall be solely borne by the Contractor. SUBMIT C. Corporate Profile Report

Upon request, the Contractor will be required to provide a copy of the Contractor's and/or any of the Contractor's affiliated/related legal entities' Corporate Profile Report(s) (Ontario), or equivalent official record issued by the appropriate government authority. The City also reserves the right to require the Contractor to provide a copy of the Corporate Profile Report or equivalent official record for all of the Contractor's affiliated or related legal entities. The Corporate Profile Report(s)NOT must have been issued not more than ten (10) working days prior to the date that the City requests the report. The City reserves the right to confirm the accuracy of the information contained in the Corporate Profile Report, and to VIEWINGrequire additional information from the contractor as necessary.

In the event that a request for a Corporate Profile Report or equivalent official record cannot be processed by the appropriate government office within five (5) working days of the City contacting the contractor, the contractor must provide proof that the request has been DOmade and provide an indication as to when the information is expected to be received. The City may refuse to award a contract to any contractor, including the

PMMD V 5.13 – 2015.12.08 Page 2-9 25 of 228 Section 2 – Information for Bidders Tender Call No. 217-2016 Contract No. N/A

lowest bidder, where the requested information has not been received within five (5) working days of the City contacting the contractor.

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

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.13 – 2015.12.08 Page 2-10 26 of 228 Section 3 – Tender Submission Package Bid Bond Tender Call No. 217-2016 Contract No. N/A

BOND NO: KNOW ALL MEN BY THESE PRESENTS that we

herein called the "Principal" - and - herein called the "Surety" are jointly and severally held and firmly bound unto the City of Toronto, hereinafter called the "City", each, in the penal sum of 10% of Quoted Bid of lawful money of Canada, to be paid to the City or to its successors or assigns for which payment well and truly to be made, we jointly and severallyCOPY bind ourselves, our and each of our several and respective executors, administrators, successors and assigns and every of them forever firmly by these presents.

SEALED with our several and respective seals. DATED this day of 20 SUBMIT WHEREAS the said Principal is herewith submitting to the City its Tender for

TENDER CALL NO. 217-2016 CONTRACT NO. N/A and the said Tender provides that it is to continue open to acceptance and to be irrevocable until the formal contract is executedNOT by the successful Bidder. VIEWING DO

PMMD V 5.13 – 2015.12.08 Page 3-1 27 of 228 Section 3 – Tender Submission Package Bid Bond Tender Call No. 217-2016 Contract No. N/A

NOW the condition of this obligation is such that if, on acceptance of the Tender of the aforesaid Principal in accordance with the terms and conditions of said Tender within 90 days from the closing date of the Tender, the said Principal shall, within the time required, enter into a formal contract and give good and sufficient bonds required by the said Tender to secure (i) the performance of the terms and conditions of the contract, and (ii) payment for certain labour and materials, both in the forms required by the City then this obligation shall be void; otherwise the Principal and Surety will pay unto the City the difference in money between the total amount of the Tender of the said Principal and the sums of the amount for which the City legally contracts with another party to perform the work and for which the City of Toronto may expend or for which it may become liable by reason of such default or failure, including the cost of any advertisement for new Tenders if the latter sums of the amount be in excess of the former; but in no event shall the Surety's liability exceed the penal sum hereof. AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal and that nothing of any kind or matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liability of the Surety, any law or usage relating to the liability of Sureties to the contrary notwithstanding. COPY

SEALED AND DELIVERED ) in the presence of ) ) ) PrincipalSUBMIT ) ) ) ) Surety NOT VIEWING DO

PMMD V 5.13 – 2015.12.08 Page 3-2 28 of 228 Standard Section 3 – Tender Submission Package Statutory Declaration Form for Occupational Health and Safety Tender Call No. 217-2016 Contract No. N/A

DOMINION OF CANADA } IN THE MATTER of a proposed Contract for } PROVINCE OF ONTARIO } } JUDICIAL DISTRICT } } OF YORK; } } TO WIT: } as hereinbefore described on the first page of the TENDER CALL.

I/we of the city / town / village of in the province of do solemnly declare as follows: COPY IF AN INDIVIDUAL 1. I am STRIKE OUT "OF" (If an incorporated Company, state "President", “Secretary”, or as the case may be)

of (State Firm Name)

the Bidder herein. SUBMIT

IF AN INDIVIDUAL I am the Bidder herein and I carry on business at CARRYING ON A BUSINESS UNDER A FIRM NAME, USE THE FOLLOWING under the name of and PARAGRAPH (State Firm Name)

there is no other person associated with me in partnership.

IF A We are NOTthe Bidders herein and we carry on business at PARTNERSHIP, USE THE in partnership, FOLLOWINGVIEWING PARAGRAPH under the name of and (State Firm Name)

DOwe are the only members of such partnership.

PMMD Construction - V 1.0 – May 20, 2011 Page 3-3 29 of 228 Section 3 – Tender Submission Package Statutory Declaration Form for Occupational Health and Safety Tender Call No. 217-2016 Contract No. N/A

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

3. With respect to the goods and services contemplated in the above Contract, the Bidder and its proposed Subcontractors a) HAVE/HAVE NOT YET ** conducted training for all personnel to be involved in providing such goods and services as required by the OHSA and all regulations thereunder, including those with respect to the workplace hazardous materials information system, industrial establishments, construction projects and designated substances. b) HAVE/HAVE NOT YET ** put into effect all programmes relating to designated substances as required by the regulations under the OHSA. c) The Bidder designates ***______, a representative of the Contractor who shall be assigned to a supervisory role over the work of the Contract and who has received training in the provisions of the COPYOHSA which qualifies him/her to act as a "competent person" as defined in the OHSA, in order to have him/her act in an informed and responsible manner in complying with the OHSA and the Contractor's role as employer under the terms of this Contract and the OHSA. d) In the case where "HAVE NOT YET" has been indicated in either or both of (a) or (b), the Bidder undertakes to provide to the Contract Administrator of the respective division a "Supplementary Statutory Declaration of Bidder" on the form provided following award of the Contract that the requisite training and/or programmes have been completed in order that a written order to commence work may be issuedSUBMIT by the Contract Administrator, and undertakes that no claim for delay or extension of contract will be made for failure by the bidder to comply with this requirement. ** EITHER "HAVE" OR "HAVE NOT YET" TO BE STRUCK OUT AND INITIALLED *** BIDDER TO WRITE IN THE NAME OF THE DESIGNATED “ COMPETENT PERSON ” NOT VIEWING DO

PMMD Construction - V 1.0 – May 20, 2011 Page 3-4 30 of 228 Section 3 – Tender Submission Package Statutory Declaration Form for Occupational Health and Safety Tender Call No. 217-2016 Contract No. N/A

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

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

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

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

A Commissioner, etc. SUBMIT

NOT VIEWING DO

PMMD Construction - V 1.0 – May 20, 2011 Page 3-5 31 of 228 Section 3 – Tender Submission Package City Policies Submission Form Tender Call No. 217-2016 Contract No. N/A

Policy to Exclude Bids from External Parties Involved in the Preparation or Development of a Specific Call/Request To ensure fair and equal treatment in its competitive procurements, the City of Toronto will undertake to:

 disallow bidders/proponent from submitting a Bid to any Tender, Quotation, or Proposal call in which the bidders/proponent has participated in the preparation of the call document; and  a bidders/proponent who fails to comply will result in disqualification of their response to the call/request.

Did you, the Bidder, assist the City of Toronto in the preparation of this Tender Call Document (this question does not refer to your Bid)? Yes No

************************************************************************************************************* COPY Policy on Restrictions on Hiring and Use of Former City of Toronto Management Employees for City Contracts Bidders are to state the name(s) of any former City of Toronto management employee(s) hired/used by your firm, if any, who have left the employ of the City or its special purpose bodies within the last two years. Specify: SUBMIT

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

Policy on the Purchase of products manufactured in factories where children are used as slave labour or other exploitive circumstances which impedes child development

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

Bidders are to state if products offered have been made in factories in countries where children are used as slave labour or other exploitive circumstances which impedes child development.

DO Yes No

PMMD V 5.13 – 2015.12.08 Page 3-6 32 of 228 Section 3 – Tender Submission Package Pricing Form Tender Call No. 217-2016 Contract No. N/A

PRICING FORM – BASE BID

Roof Replacement at Toronto Police Service Building located at 75 Eglinton Avenue West, Toronto.

NAME OF CONTRACTOR: ______

The Bidder must provide the rate and the amount for each Tender item, the total for each part / subsection, the grand total, HST amount and the total amount of Tender on the forms in the ensuing pages. Bidders that do not fully complete these forms (such as leaving lines blank), or have unclear answers (such as "n/a", "-", "tba" or "included" etc.) will be declared non-compliant. Prices that are intended to be zero cost/no charge to the city are to be submitted in the space provided in the price schedule as "$0.00" or "zero". All spaces for the aforementioned information must be completedCOPY in ink ensuring the is clear and legible. Where included, the Alternative Prices, and Supplementary List of Prices Required for Extra Work Forms must also be completed. The lowest Bidder will be determined solely from the Total Base Bid, subject to the City's reserved rights not to award to any Bidder.

SUBMIT A) CONTINGENCY ALLOWANCES (H.S.T. excluded) is an allowance for additional work that may be authorized by the owner. Do not add overhead, profit or any taxes to this amount when calculating the total bid price...... $30,000.00

B) CASH ALLOWANCES (H.S.T. excluded) Such are intended to cover the net cost to the Contractor of providing the pre-determined services, products, or for other authorized expenses specified. The Total Bid Price, and not the Cash Allowances, shall include the Contractor's overhead, and profits, supervision on such cash allowances. NOTIf cost exceeds the cost allowance, the extra sum is an extra to the contract, if cost is less the unused portion is credit to the contract. VIEWING 1. Material Testing, Mechanical/Electrical, IT Communication, …...... $5,000.00

DO

Continued on next page…

PMMD V 5.13 – 2015.12.08 Page 3-7

33 of 228 Section 3 – Tender Submission Package Pricing Form Tender Call No. 217-2016 Contract No. N/A

C.) BASE BID – PRICE BREAKDOWN

Item Description Unit Total Price

1 Mobilization /Demobilization and General requirements. Lump Sum $______

2 Provide overhead protection and fencing at staging area, access Lump Sum $______scaffolding to roof levels complete with security barrier, throughout the construction period.

3 Demolish existing roof assemblies. COPYLump Sum $______

4 Install new flat roof assemblies. Lump Sum $______

5 Install new sloped metal roof assemblies, complete with new Lump Sum $______liner in the troughs. SUBMIT

6 Reconstruct intersection of sloped glazing and masonry wall. Lump Sum $______

7 Clean existing drains. Lump Sum $______

D) Total Base Bid Price (Sum of Items A. + B + C (Items 1 toNOT 7) Exclusive of HST) ……..………………...…. $ ______

E) HSTVIEWING Amount (13% of above item D.) ……..…………………………………………….. $ ______

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

DO

PMMD V 5.13 – 2015.12.08 Page 3-8

34 of 228 Section 4 – Scope Of Work Tender Call No. 217-2016 Contract No. N/A

SCOPE OF WORK

The Contractor shall furnish all labour, materials, equipment and supervision to construct the REPLACEMENT OF ROOFING AT 75 EGLINTON AVENUE WEST, TORONTO in accordance with the specifications and drawings, including any addenda issued during the time of tender. Note the specifications, drawings and general conditions and other documents contained within the tender package shall be read in conjunction to each other. Discrepencies between drawings and/or specifications and other documents must be identified during the bidding process and brought to the Owner's attention for clarification/resolution.

For reference purposes, this work shall include, but not necessarily be limited to the short summary below:

.1 In general, the scope of work for this project involves one phase as shown on the drawings and described in the specifications. It is the Contractors responsibility to provide all labour, material, equipment and supervision to complete the repairs outlined in this specification taking into account all site conditions, noise restriction, work area restrictions, protection requirements, accessibility restrictions, etc. No extras will be entertained for inconveniences after the award of this Contract. COPY

.2 The Toronto Police Services (TPS) must remain in operation during the work. Overhead protective scaffolding will be required at all pedestrian access doors, and within the front lobby while the skylight flshing is being replaced. The Contractor shall maintain all emergency exit routes.

.5 Scope of Work: In particular, the replacement of the roofing scope of work includes, but is not limited to, the following: SUBMIT

1. The installation and maintenance of hoarding, dust protection and construction signage around the work as described in Section 01 56 00 - Protection of Work and Property.

Sequential removal and replacement of the existing flat roof assemblies and the sloped roof assemblies on the south side of the building complete with all associated metal flashing in order to maintain a constant weather tight condition to the interior of the building during construction. NOT 2. Removal and replacement of the flashing assembly between the skylight and vertical brick wall. VIEWING 3. Repair of isolated areas of interior drywall deterioration below the skylight and painting of repaired areas.

4. Repair all areas damaged by construction activity; specifically, the Contractor shall repair all damageDO resulting from the Construction to the satisfaction of the Consultant.

PMMD V 5.13 – 2015.12.08 Page 4-1 35 of 228 Section 4 – Scope Of Work Tender Call No. 217-2016 Contract No. N/A

5. The Contractor shall conduct a survey of the existing roof and interior areas adjacent to their work zones. Prior to commencing any site work, the Contractor shall provide photographic record of existing conditions, inclusive of adjacent wall finishes and equipment. . The Contractor shall not take any record photographs within the property unless escorted by Owner or TPS.

6. The Contractor shall sign-in and out on a daily basis at the Front Reception, inclusive of any mid-day departures. Failure to follow this procedure may result in denial of future access by the Contractor's specific staff. The Contractor cannot claim any delay or costs due to this project management action.

7. The Contractor shall provide each staff with a laminated clear plastic identity badge clipped to shrit, showing name, company, and project name. This will be in addition to the daily issuance of TPS Visitor tag to be worn in full sight.

8. Disposal of any construction materials, demolished components, in a legal manner, for this project on a daily basis and in accordance with City of Toronto Construction, Renovation & Demolition Policy and as per the Ontario Ministry of the Environment's O.Reg 102/94. 9. Coordinate and administer all necessary inspections by Authorities Having Jurisdiction. COPY

10. Bidders must complete in full and submit the list of subcontractors form enclosed in this Tender with their bid submission by the closing time and date. Failure to submit SHALL result in the Bid being rejected as informal.. The list of Subcontractor Form to be completed is located in Section 3 of this tender document after the Price Schedule Forms.

11. The Owner and TPS will not coordinate any work of the designated Subcontractors. All designated Subcontractors are to be the responsibilitySUBMIT of the Contractor and to be coordinated accordingly to perform the work of the Contract.

12. The Contractor shall allow for weekly construction progress meetings or as deemed necessary by the Consultant and/or Owner to ensure full coordination and progress of the project.

.6 Communication: All work shall be done in conformance to the tender package and applicable standards, regulations and OHSA. Changes to the scope of work and schedule shall be formally requested NOTthrough the General Contractor to Consultant and Project Manager for approval. The contractor will cooperate with all City and Toronto Police Services personnel to VIEWINGfacilitate the work of the contract including but not limited to maintenance and security personnel. The Contractor and his staff shall not take any direction from TPS site staff, except for immediate daily issues associated with security requirements, and any such requests shall be subsequently followed up in writing to the appropriate point DOperson: The General Contractor and Project Manager.

.7 Constructor Role:

PMMD V 5.13 – 2015.12.08 Page 4-2 36 of 228 Section 4 – Scope Of Work Tender Call No. 217-2016 Contract No. N/A

1. The Contractor is the Constructor and fully responsible for their work zone(s) and site safety. This shall require coordination with other ccontractors that may be temporarily delivering materials to the site.

2. The Contractor staff shall not associate with any TPS staff or any other Contractor that may be in any work zone within the building, separated by space and time.

3. Maintain adequate safety signage at all times and commination signage at all times in accordance with the Ontario Health and Safety Act (OHSA). The Contractor shall not install any company sign.

4. Full time site supervision is required while trades are on site throughout the work of this contract.

5. The Contractor shall maintain all life systems and devices in good order for the entire duration of the project.

6. The Contractor shall maintain a complete set of Construction Documents on site, including but not limited to all permits, drawings and specifications, RFI's, Site Instructions, Change Notices, Change Directives, Change Orders and reviewed Shop Drawings. This complete set shall beCOPY contained within a transparent plastic enclosure stored on the wall of the Vestibule.

7. The Contractor shall provide copy of their corporate safety program and provide copy of their Site Specific Safety Plan for review three weeks prior to any site work commencing.

.8 Site Restrictions: SUBMIT 1. The Contractor shall not have access to any washroom facilities on site.

2. There is no on-site parking for the Contractor.

3. The Contractor shall access the two flat roofs and sloped roofs via a scaffold access system located to the east elevation or west elevation, as reviewed and approved by the Owner and TPS. The scaffolding shall have plywood enclosure for 12 ft height at grade level complete with locked door in order to prevent unauthorized access to roofs. NOT 4. The Contractor will be provided with a small materials storage area adjacent to the scaffold access system, or as approved by TPS. VIEWING 5. The Contractor shall deliver all project materials during the hours of 8:30 am to 3:30 pm in order to avoid conflict with TPS shift changes.

6. The Contractor shall not be permitted to block traffic to facilitate delivery of DOmaterials, and shall abide with all local by-laws and street signage.

PMMD V 5.13 – 2015.12.08 Page 4-3 37 of 228 Section 4 – Scope Of Work Tender Call No. 217-2016 Contract No. N/A

7. The Contractor shall not be allowed to deliver equipment and materials up to the skylight roof area. All deliveries shall require use of crane. The Contractor is responsible for coordinating and cost of all street/sidewalk occupancy permits.

8. The Contractor staff shall be allowed escorted access through the building up to the skylight roof area.

.9 Working Hours: 1. Normal working hours for the project are from 7:00am to 5:00 pm Monday to Friday. The Contractor shall have access to the site during normal working hours, unless as authorized by the City Project Manager and TPS. The Contractor must schedule accordingly with TPS Site Representative to coordinate delivery of construction materials.

2. Saturday, Sunday and work outside normal working hours is permitted with prior notification to the City Project Manager and TPS and approval given to the Contractor. No additional payment for Saturday, Sunday and work outside normal working hours will be permitted. The General Contractor must schedule accordingly and include Saturday, Sunday and work outside normal working hours within their base bid price. COPY .10 Record Drawings and As-Builts:

The Project close out documents (including CAD/PDF and hard copy of as-built drawings) and the Operations and Maintenance manuals must be submitted by the Contractor and accepted by the City Project Manager.

CONSTRUCTION SCHEDULE AND COMPLETION DATE

1. The Contractor shall coordinate all on-site work SUBMITto ensure the project is completed in a maximum of five weeks.

2. The Contractor shall within 5 working days of receipt of contract, submit documentation of, insurance certificate and the Supplementary Statutory Declaration. 3. The Contractor shall within 5 working days of receipt of contract, attend a pre- construction meeting on-site with the Owner and Consultant.

4. The building and site is a secured facility. All project staff members assigned to the project to work on orNOT may access the site will require clearance from the Toronto Police Services (TPS). The Contractor, upon receit of Purchase Order, shall immediately receive the TPS Clearance Application forms as provided by the VIEWINGProject Manager for completion within 5 days of receipt, and shall forward via courier to the Project Manager the completed original applications of Contractor/subcontractor staff, inclusive of foremen-supervisors. TPS reserves the right to exclude any personnel not meeting TPS security requirements. No reason for the exclusion can be provided. DOThe General Contractor shall take the strategic precaution of having extra staff apply for TPS Clearance. The Contractor cannot claim for any delay costs because they do not have sufficient staffing for the project, inclusive of any designated

PMMD V 5.13 – 2015.12.08 Page 4-4 38 of 228 Section 4 – Scope Of Work Tender Call No. 217-2016 Contract No. N/A

subcontractors listed. The City reserves the right to withdraw the award of contract if insufficient contractors personnel are unable to obtain TPS clearance.

5. The TPS review and authorization for cleared applicants takes 8 weeks.

6. The Contractor shall provide sufficient experienced workers to complete the project and the crew shall be dedicated to this project and work continuously without days of absence due to other project commitments by the General Contractor or subcontractors. Continuous and progressive operation shall be carried out until the work is completed.

7. The Contractor, upon receipt of the City Purchase Order, shall within 10 days submit shop drawings for review by the Consultant, and based on Consultant acceptance.

8. The Contractor shall coordinate all on-site work to ensure the shortest duration of disruptions to the site. The schedule duration of the on-site construction work activity shall be a maximum of 25 continuous working days.

9. It is anticipated that the contract could be awarded by July 28 2016. The anticipated schedule duration of the on-siteCOPY construction work activity shall be 5 weeks within the period from October 3 to November 11 2016.

10. The Contractor shall coordinate all on-site work to ensure the shortest duration of disruptions to the site.

Excluding heavy rain days and Item 10 below, failure to adhere to the schedule shall result in the Contractor subject to a $1,000/day penalty as per the liquidated damages clauses in Section 5a. The completion date of the Contract may be extended subject to the required approvals beingSUBMIT obtained.

11. It is the responsibility of the Contractor to become familiar with the site and to develop an implementation pan in accordance with the the drawings and specifications. The Contractor shall within 15 working days of receipt of contract, submit a preliminary schedule showing key milestone dates and strategic mobilization and sequential work plan. The MS Project format of schedule shall be in accordance with the City of Toronto-CCDC Supplementary Conditions. The Contractor shall revise the schedule and re-submit a final schedule within 10 working days of receipt of comments. The planned tasks shall be clearly described in writing for reviewNOT by Owner in terms of potential disruption to TPS daily operations and/or building services. The Contractor shall modify planned task to suit Owner's requirements and restrictions at no cost to the contract. VIEWING 12. Note due to the nature of Police activities throughout Toronto to deal with planned and unplanned public events, there may be periods when the TPS immediately demand all work to cease on-site due to increased building security. There may be one 5-working day period of no-site work dictated by TPS. The Contractor shall plan DOaccordingly and submit their bid with the understanding that the Contractor shall not be entitled to claim for any delay cost associated with the potential TPS shut-down

PMMD V 5.13 – 2015.12.08 Page 4-5 39 of 228 Section 4 – Scope Of Work Tender Call No. 217-2016 Contract No. N/A

periods. The overall construction schedule would be extended by the same amount of time of the TPS shut down period . 13. The final schedule shall form the basis of notifying the TPS in advance of the planned work location, activities involved, duration of activity, and potential disruptions to the local office area. Note that the TPS require a minimum of 3 working days advance notice of changes to the schedule.

14. If the Contractor desires to make a major change in the method of operation after commencing construction, or if the schedule fails to reflect the actual progress, the Contractor shall submit to the Consultant a revised construction schedule in advance of beginning revised operation.

15. The Contractor shall provide written notice one week in advance for inspection /site testing.

REFERENCE MATERIAL

1. Pre-Renovation DSS Report provided. 2. Drawings to be provided by PMMD. To be insertedCOPY into tender document. 3. City of Toronto Construction, Renovation and Demolition Waste Management Policy.

HOT WORK & RED TAG PERMIT TRAINING

All contractor’s forces, including sub-contractors, performing work for this project are required to have successfully completed “Managing Impairments Using FM Global’s Red Tag Permit System (if any work involves or is to be done on any fire protectionSUBMIT system- exception- a fire detection system if it is not a part of a fire protection system- ie. It is not used to trip a gaseous suppression or sprinkler system) and/or Managing Hot Work Using FM Global’s Hot Work Permit System as applicable to the scope of work.

In order to successfully complete the training, a grade of 80% is required. The contractor and sub-contractor’s staff must be recertified every three years.

Each session takes less than one hour to complete and can be accessed 24 hours a day, seven days a week from any computer connected to the Internet. No downloads required. There is no limit to the number of people that can register. NOT To register, please fill out the enclosed application and e-mail to [email protected]. N.B. Once enrolled for one course you are automatically enrolled for all courses. VIEWING The contractor can sign up directly by sending an e-mail to [email protected] with the name, company name and e-mail address of the person (s) requiring authorization. The contractor must enter “City of Toronto” and the location of the City facility into the sign up window so that FM Global can track that they are a City contractor. DO Please note that 24 hours is required to allow for confirmation of contractor authorization.

PMMD V 5.13 – 2015.12.08 Page 4-6 40 of 228 Section 4 – Scope Of Work Tender Call No. 217-2016 Contract No. N/A

This will be a mandatory requirement of the Contract and applicable work shall only be performed by those who have successfully completed the course.

Upon request by the City, either before commencement of the work or at any time throughout the duration of the Contract, the contractor shall submit written certificates confirming that the contractor’s and sub-contractor’s staff have successfully completed the applicable training session(s).

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

City Of Toronto- Acct. 1-07087 Requested Username (if don't Local name of Last Name First Name Title Email Address have email) location

COPY

PROPOSED SUBSTITUTIONS DURING TENDER PERIOD: The award shall be based on the Products specified in the tender documents. Alternate materials that are not listed may be proposed as a substitutionSUBMIT after the award as follows: .1 Where the specifications require the Contractor to supply a Product designated by a trade or other name, the Tender Call shall be based only upon supply of the Product so designated, which shall be regarded as the standard of quality required by the specification. After the award, the Contractor may apply to the Contract Administrator to substitute another Product identified by a different trade or other name for the Product designated as set out above. The application shall be in writing and shall state the price for the proposed substitute Product, and such other information as the Contract Administrator may require. .2 Rulings on a proposed substitution Product will not be made prior to the award. Substitutions shall not be made without the prior approval of the Contract Administrator. The approval or rejection of a proposedNOT substitution Product will be made at the discretion of the Contract Administrator.

VIEWING END OF SECTION 4 DO

PMMD V 5.13 – 2015.12.08 Page 4-7 41 of 228 COPY SUBMIT

NOT VIEWING

DO 42 of 228 COPY SUBMIT

NOT VIEWING DO

43 of 228 COPY SUBMIT

NOT VIEWING DO

44 of 228 COPY SUBMIT

NOT VIEWING DO

45 of 228 COPY SUBMIT

NOT VIEWING DO

46 of 228 COPY SUBMIT

NOT VIEWING

DO 47 of 228 COPY SUBMIT

NOT VIEWING

DO 48 of 228 COPY SUBMIT

NOT VIEWING DO

49 of 228 COPY SUBMIT

NOT VIEWING

DO 50 of 228 COPY SUBMIT

NOT VIEWING

DO 51 of 228

Specifications for Roofing Replacement at 75 EglintonCOPY Avenue, West Toronto, Ontario

SUBMITPrepared for City of Toronto

CCIG Bid Contact: Rick Derbecker.

NOT February 2016 VIEWING CCI Project Nº: T158752BQ

DO

Toronto Montreal Calgary Victoria Vancouver

52 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 2 Job No.: T158752BQ TABLE OF CONTENTS – SECTION 00 01 10

TABLE OF CONTENTS

City of Toronto Front End 00 41 00 Pricing Page

Division 01 – General Requirements

01 11 00 Summary of Work 01 14 00 Work Restrictions 01 23 00 Alternates 01 31 13 Project Coordination 01 33 00 Submittal Procedures 01 35 23 Health and Safety (Coordination) 01 41 00 Regulatory Requirements 01 45 00 Quality Control 01 51 00 Temporary Utilities 01 52 00 Construction Facilities 01 56 00 Temporary Barriers and Enclosures 01 61 00 Common Product Requirements COPY 01 73 29 Cutting and Patching 01 74 00 Cleaning and Waste Management 01 77 00 Closeout Procedures

Division 02 – Existing Conditions

02 41 00 Demolition and Removal

Division 06 – Wood, Plastics, and Composites SUBMIT

06 10 00 Rough Carpentry

Division 07 – Thermal and Moisture Protection

07 52 00 Modified Bituminous Membrane Roofing 07 62 00 Sheet Metal Flashing and Trim 07 92 00 Joint Sealants

Division 09 – Finishes

09 91 00 Painting NOT

VIEWING DO

53 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 2 Job No.: T158752BQ TABLE OF CONTENTS – SECTION 00 01 10

List of Drawings for Roof Area 401

T146567RS-R1 – Roof Plan T146567RS-D1 – Perimeter Detail T146567RS-D2 – Wood Curb Detail T146567RS-D3 – Metal Curb Detail T146567RS-D4 – Stack Jack Detail – Vandal-Proof T146567RS-D5 – B-Vent Detail T146567RS-D6 – Expansion Joint Detail T146567RS-D7 – Retrofit Drain Detail T146567RS-D8 – Concrete Paver Walkway & Single Paver Detail T146567RS-D9 – Flashing Detail at Top of Skylight T146567RS-D10 – Flashing Detail at Bottom of Skylight T146567RS-D11 – Flashing Detail at Gable End of Skylight T146567RS-D20 – Liquid Membrane Flashing Detail

COPY SUBMIT

NOT VIEWING DO

54 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 6 Job No.: T158752BQ SUMMARY OF WORK – SECTION 01 11 00

PART 1 - General

1.1 GENERAL

1.1.1 This Specification details one of the following program of repairs:

1. Localized Flat and Sloped Roofing Replacement, and Skylight Interface Repairs at 75 Eglinton Avenue West, Toronto, Ontario

1.1.2 The existing roofing compositions for the purpose of this tender at to be assumed to be as follow:

1. On Roof Areas R1 and R2:

1. Concrete deck

2. Felt separation layer, loose laid

3. Loose laid single-ply PVC membrane

4. 4” thick extruded polystyrene insulation 5. Ballast reducer sheet COPY 6. Rounded river stone ballast

2. On Roof Areas SR-1, SR-2, SR-3, SR-4, and SR-5:

1. Concrete deck

2. Felt underlay 3. 3” semi-rigid insulation SUBMIT 4. Pre-painted metal roofing

1.1.3 Contractor is required to verify and confirm all existing roofing compositions of the designated replacement roof areas.

1.2 CONTRACTOR USE OF PREMISES

1.2.1 Workers are not permitted access to the building without the prior authorization of the Owner 1.2.2 Coordinate use of premisesNOT with Owner and Consultant. 1.2.3 Obtain and pay for use of additional storage or work areas needed for operations under VIEWINGthis Contract. 1.3 OWNER OCCUPANCY

1.3.1 Owner will occupy premises during entire construction period for execution of normal operations. 1.3.2 DOCooperate with Owner in scheduling operations to minimize conflict and to facilitate Owner usage.

55 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 6 Job No.: T158752BQ SUMMARY OF WORK – SECTION 01 11 00

1.4 SCOPE OF WORK – GENERAL

1.4.1 Temporary Barriers, enclosures and signage will be strictly enforced given the use of property.

1.4.2 The Contractor shall ensure the safety and proper execution of public routing; ensuring temporary access to fire exits if and when they are affected as part of the work.

1.4.3 The Consultant will apply for Construction/Building Permit. Contractor is responsible for all other related access permits required, including sidewalk/roadway occupation permits as required by the local municipality. Contractor is responsible for picking up all permits including Construction/Building Permit.

1.4.4 Determine the nature and extent of all site services above and below grade prior to commencement of work.

1.4.5 Coordination of trades will be the responsibility of the Contractor to ensure the work is completed as soon as possible. Provide winter protection and heat as required to perform the work if required and as specified. 1.4.6 Supply, set-up, maintain and remove scaffolding,COPY man lift platforms and/or swing- stages during the performance of the work as required to access the repair areas. If scaffolding is to be used, the Contractor shall provide complete shop drawings bearing the seal of a Professional Engineer, licensed to practice in the province of work. Work shall include review and approval of installed scaffolding by designer. Allowance should be made for access to all elevations of the building.

1.4.7 No public access to the work area shall be allowed. Ensure access to fire exits is maintained and hoarded through the work area. Pedestrian access along sidewalks must be maintained as per Owners requirements. NoSUBMIT areas of access to or around the building, including balconies and terraces, are to be restricted without the approval of the Owner and local authorities.

1.4.8 Install temporary protection at all locations of work, as required to ensure safe, clean, orderly removal and disposal work and to provide protection for all interior and exterior building components, vehicles, pedestrians and occupants.

1.4.9 Provide temporary support to existing structural and cladding components during performance of work (as required).

1.4.10 Dispose of all materials at landfill site authorized by authorities having jurisdiction. 1.4.11 Weather conditions areNOT considered incidental to the Work and will not be considered additional to Bid Price. VIEWING1.4.12 Contractor’s employees must be certified for the installation of specified materials. 1.4.13 Contractors shall meet all Ministry of Labour requirements for completing the work. The Contractor shall responsible for all site safety. The Owner and the Consultant shall not be responsible, in any way or any site safety, for the methods the Contractor uses to DOcomplete the work detailed in this specification. 1.4.14 The Contractor shall file a notice of project with the Ministry of Labour. The Contractor shall enforce proper work methods and act immediately on directions regarding safety

56 of 228 75 Eglinton Avenue West, Toronto, ON Page 3 of 6 Job No.: T158752BQ SUMMARY OF WORK – SECTION 01 11 00

and work practices given by authorities having jurisdiction. Failure to comply with instructions or orders from the Ministry of Labour or other authorities regarding safe work practices or provision of specified requirements under the Act shall be considered non- compliance with the Contract. Ensure that all personnel are equipped to comply with safety regulations detailed in the Act.

1.4.15 All existing entrances to the building shall be protected as required. Access and exits to the building must be maintained accordingly throughout the progress of the work.

1.4.16 Storage of materials and equipment must be arranged with the building’s management. No storage on grade is available.

1.4.17 Prevent accumulation of dust, fumes, vapours and gases in areas of work and within the building itself.

1.4.18 At all roof areas within the work area or where equipment or materials are stored, the roof membrane shall be protected. At no time shall work be performed directly from or material/equipment be stored directly on the roof surface.

1.4.19 Perform daily and final clean-up of the work area and surrounding areas of the site. 1.4.20 Roof Drainage System: COPY 1. The Contractor will be solely responsible to confirm the condition of the existing roof drainage system with a full video scope review of the roof drains before commencing any work. The Contractor is to provide unambiguous Roof Drainage Report documenting any existing problem(s) with the roof drainage system, (drains, gutters, connections, hangers, downpipe) including but not limited to damaged or leaking components, obstructions or blockage of the drainpipe prior to undertaking any roofing work. Any defects discovered after roofing operations have begun, which were not previously documented and submitted to the Consultant, will be deemedSUBMIT to be as a result of the Contractor’s actions.

2. The Contractor will be solely responsible to ensure that the roof drainage system (drains, gutters, connections, hangers, and downpipes) is in acceptable working condition once all site work is completed. Any deficiency uncovered prior to the acceptance of all work (total completion) by the Consultant will be construed as the result of the Contractor’s actions. Repairs will be carried out to the Owner’s satisfaction and may be subject to a charge back against the contract

3. The Contractor will be responsible to complete a full of video scope review of each individual roof drain immediately after the roof drain has been roofed in and flashed. TheNOT Contractor will arrange for the Consultant to be present to witness the video scope. 1.5VIEWING SCOPE OF WORK – ROOFING REPLACEMENT 1.5.1 On Roof Areas R-1 and R-2:

1. Remove all existing roofing components down to existing roof deck and install a new roof assembly as outlined below and as specified.

DO1. Remove and store roof ballast. Ballast is not to be stockpiled on any roof area in a depth more than twice the existing ballast thickness.

57 of 228 75 Eglinton Avenue West, Toronto, ON Page 4 of 6 Job No.: T158752BQ SUMMARY OF WORK – SECTION 01 11 00

2. Remove and dispose of all ballast reducer sheet and metal flashings.

3. Remove and store all existing insulation for re-use. Dispose of any boards less than 6” in length, and all broken fragments. Where boards are broken square up ends and dispose of angular segments. Base bid should include for replacement of 15% of the existing insulation with new insulation to match.

4. Remove and dispose of existing pvc membrane, felt separation layer and all penetration flashings and accessories down to the roof deck.

2. New roof composition shall be:

1. Existing concrete roof deck, to be primed in accordance with the manufacturer’s recommendations

2. Install one (1) ply of modified bitumen base sheet membrane over the primed concrete deck as specified. Field membrane is to be torch applied and self- flashing membrane.

3. Install one (1) ply of modified bitumen cap sheet membrane over the base sheet membrane. Field and flashing membrane are to be torch applied. COPY 4. Install new retrofit drains at all existing drain locations on the roof as specified.

5. Install new 24-gauge galvanized metal flashing at upturn locations, curbs, and roof parapets as specified.

6. Install metal flashing at all roof penetrations as specified. 7. Disconnect and reconnect all mechanicalSUBMIT and electrical units, including lifting of units as required to complete the roofing work, and testing of all equipment to the Owner’s satisfaction.

8. Re-install the insulation over the completed roof membrane.

9. Install new ballast reducer sheet over entire surface.

10. Reinstall stone ballast evenly distributed.

1.5.2 On Roof Areas SR-1, SR-2, SR-3, SR-4, and SR-5: 1. Remove all existingNOT roofing components down to existing roof deck and install a new roof assembly as outlined below and as specified. VIEWING1. Remove and dispose of existing metal roofing sheets. 2. Remove and dispose of all existing insulation.

3. Remove and dispose of existing z-bars and underlayment membrane. DO4. Remove and dispose of existing gutter liner. 2. New roof composition shall be:

58 of 228 75 Eglinton Avenue West, Toronto, ON Page 5 of 6 Job No.: T158752BQ SUMMARY OF WORK – SECTION 01 11 00

1. Existing concrete roof deck, to be primed in accordance with the manufacturer’s recommendations

2. Install one (1) ply of modified bitumen base sheet membrane to line the gutter, extending up the roof slope over the primed concrete deck as specified. Field membrane is to be torched at seams, self-adhesive flashing membrane.

3. Install one (1) ply of modified bitumen cap sheet membrane over the base sheet membrane. Field and flashing membrane are to be torch applied.

4. Install one ply of self-adhesive membrane over the primed concrete deck, extending over the flashing plies of the gutter liner.

5. Install new 22-gauge galvanized metal z-bars for new roofing as specified.

6. Install friction fit 4” mineral fibre batts between z-bars.

7. Install new metal roof, profile and colour to match the original to the greatest degree possible from the manufacturers standard colours and profiles, minimum 24 gauge metalCOPY. 8. Install new metal flashings at the top of slope.

9. Clean and paint eaves trough facing with corrosion inhibiting paint.

1.5.3 Skylight Interface With Brick Wall:

1. At the intersection of the low-sloped glazing and brick wall strip back all flashings and sealants along the interface between the skylight and the brick wall below the through-wall flashing. SUBMIT 2. Re-instate the junction as follows:

1. Install a new aluminum angle sealed to the existing skylight frame to provide support for the edge of the new bent steel plate.

2. Install a new self-adhesive membrane liner into the void present between the brick and the skylight frame to ensure a seal is provided to prevent penetration of sprayed foam to the building interior. All must tie into the recently replace flrat roof system 3. Fill theNOT void with two-part closed -cell foam insulation having a minimum density of 1.75 lbs.cu.f., and trim flush with the top of the skylight frame. VIEWING4. Secure new bent steel plate, bearing on a butyl tape seal at the skylight frame, and secured to the brick wall with Kwik bolt inserts. Taper plate to fit space available for installation.

5. Coat new plate with liquid resin membrane tied into the projecting DOelements of the through-wall flashing membrane. 6. Install pre-finished metal flashings over the angle and seal to the bent plate.

59 of 228 75 Eglinton Avenue West, Toronto, ON Page 6 of 6 Job No.: T158752BQ SUMMARY OF WORK – SECTION 01 11 00

7. Install new silicone sealants between the bent plate and the skylight frame.

8. Reinforce all joints as per Manufacturer’s recommendations.

3. SKYLIGHT IS TO BE CONSIDERED AN UNPROTECTED OPENING, NO LOADS ARE TO BE APPLIED TO THE SKYLIGHT FRAME OR GLAZING DURING THE COURSE OF THE WORK. SKYLIGHT IS TO BE BRIDGED BY FRAMING BEARING ON THE ADJACENT ROOF AREA AND SUPPORTED BY BALLASTED OUTRIGGERS FROM THE ROOF ABOVE. ROOF ANCHORS ARE AVAILABLE ON THE UPPER ROOF FOR THIS WORK.

1.6 EXISTING ROOF

1.6.1 Protect existing roofs against working traffic.

1.6.2 Protect roofs with expanded polystyrene insulation and 0.5” plywood.

1.6.3 Protect skylight with appropriate extruded polystyrene and plywood overlay in the work area, ensure materials are appropriately secured to resist any wind uplift during the work. 1.7 CLEANING COPY 1.7.1 Perform daily and final clean-up of the work area and surrounding areas of the site.

END OF SECTION SUBMIT

NOT VIEWING DO

60 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 1 Job No.: T158752BQ WORK RESTRICTIONS – SECTION 01 14 00

PART 1 - General

1.1 SECTION INCLUDES

1.1.1 Connecting to existing services.

1.1.2 Special scheduling requirements.

1.2 EXISTING SERVICES

1.2.1 Notify the Owner, Consultant and utility companies of intended interruption of services and obtain required permission.

1.2.2 Where Work involves breaking into or connecting to existing services, give the Owner and Consultant, 72 hours of notice for necessary interruption of mechanical or electrical service throughout course of work. Coordinate work to minimise disruption to TPS operations, comply with time request by TPS.

1.2.3 Keep duration of interruptions to a minimum.

1.2.4 Co-operate with the Owner in not unduly limiting access to the building and parking facilities during construction. Do not obstruct siteCOPY during periods of shift turnover. 1.2.5 Maintain fire and life safety systems and public access to exits during all stages of the Work.

1.2.6 Provide suitable access to the building for pedestrian traffic at all times. Provide, install and maintain barricades, lights and catwalks as necessary. Barricades must be suitable for their intended use.

1.3 SPECIAL REQUIREMENTS 1.3.1 Perform noise generating work as required by the OwnerSUBMIT: 1. from Monday to Friday before 8:00 a.m. and after 5:30 p.m.,.

2. on Saturdays, Sundays, and statutory holidays to Owner approval.

1.3.2 Submit schedule of special requirements or disruptions to Consultant.

END OF SECTION

NOT VIEWING DO

61 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 1 Job No.: T158752BQ ALTERNATES – SECTION 01 23 00

PART 1 - General

1.1 SUBSTITUTIONS

1.1.1 Refer to Section 00 21 13, "Instructions to Bidders", Subsection 1.6, "Substitutions" prior to close of bidding.

1.1.2 After signing of the Contract, material substitution will not be permitted unless the following conditions occur:

1. The specified material is unavailable.

2. The delivery of the specified material in the opinion of the Consultant would unduly delay the completion of the Contract.

1.1.3 Full details of the proposed substitution, including samples, shall be submitted in writing by the Contractor, to the Consultant. The Consultant shall give written acceptance of the use of the substitute material.

1.1.4 The Consultant may reject any proposed substitution without giving any reason.

1.1.5 The Alternative Pricing for any substitution must be submitted in accordance with the City of Toronto’s tender form, Section 3 – AlternativCOPYe Prices. 1.1.6 Lowest bidder will be determined solely from the base bid, without considering any alternative prices.

END OF SECTION

SUBMIT

NOT VIEWING DO

62 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 3 Job No.: T158752BQ PROJECT COORDINATION – SECTION 01 31 13

PART 1 - General

1.1 SUB-DIVISION OF WORK

1.1.1 The work described in the following sections of this Specification has generally been divided into trade sections for the purpose of ready reference, but a section may apply to the work of more than one (1) Trade, Subcontractor, or Supplier.

1.1.2 The division of them work among Subcontractors and Suppliers, is solely the responsibility of the Contractor, and the Consultant assumes no responsibility to act as an arbitrator to establish subcontract limits between any sections or divisions of the work.

1.2 CO-OPERATION

1.2.1 Ensure that all Subcontractors co-operate and coordinate with each other to ensure that work will be carried out expeditiously, and will be satisfactory in all respects at completion.

1.2.2 Ensure that all Subcontractors examine the Drawings and Specification covering the work of all other Subcontractors which may affect the performance of their own work.

1.2.3 Contractor is responsible to confirm all site measurements and take field dimensions relative to the work. Fabricate and erectCOPY work to suit field dimensions and field conditions.

1.2.4 Provide all forms, templates, anchors, sleeves, inserts and accessories required to be fixed to or inserted in the work and set in place or instruct the related trades as to their location.

1.2.5 Pay the cost of extra work caused by, and make up time lost as the result of, failure to provide the necessary co-operation, information, or items to be fixed to, or built in, in adequate time. SUBMIT 1.2.6 Subcontractors shall be responsible for damage of any kind to the work of other Subcontractors arising from their work, and they shall at their own expense, replace any materials or work so damaged that cannot be repaired or restored to the Consultant's satisfaction. Such repairs or replacements shall be made by the trade that did the original work.

1.2.7 Ensure that all Subcontractors co-operate with other Subcontractors whose work attaches to, or is affected by their own work, and ensure that minor adjustments are made to make adjustable work fit to fixed work.

1.2.8 Ensure that Subcontractors requiring anchorages or openings to be left for the installation of their work furnish theNOT necessary information to the parties concerned in ample time so that proper provision can be made to install such anchorages or openings. VIEWING1.2.9 All items to be built-in shall be supplied as and when required by the Subcontractors building in the items together with templates, measurements or Shop Drawings.

1.3 EXAMINATION OF SURFACES AND CONDITIONS

1.3.1 Each Subcontractor shall examine the work to which his work is to be applied, anchored DOor connected and shall review the job conditions.

63 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 3 Job No.: T158752BQ PROJECT COORDINATION – SECTION 01 31 13

1.3.2 The Subcontractor shall report to the Contractor all unsatisfactory conditions likely to prevent the proper installation of his work.

1.3.3 The unsatisfactory conditions shall be corrected immediately by the Contractor before commencing the particular work.

1.3.4 Commencement of the work implies the Contractor's acceptance of the surfaces and conditions.

1.4 PROTECTION OF THE PUBLIC

1.4.1 Erect hoarding, and provide, install and maintain barricades, notice and warning boards, and maintain protection of all kinds for the protection of the workers engaged in the work, for the protection of adjoining property and for protection of the public in accordance with local regulations.

1.5 PROTECTION OF WORK AND MAKING GOOD

1.5.1 Adequately protect the work at all stages of the operations, and maintain the protection until work is completed. Remove and replace at no expense to the Owner, any work and materials damaged that cannot be repaired or restored to the Consultant's satisfaction. 1.5.2 Notwithstanding the requirements detailed in COPYthis Specification, all Subcontractors shall protect the work of other Subcontractors from damage due to performing their work.

1.5.3 Damaged work shall be made good by those performing the work originally but at the expense of those causing the damage.

1.5.4 Care shall be taken during the execution of all work to minimize dust and disruption and damage to existing finishes. All damage shall be made good to the satisfaction of the Owner at the expense of those causing the damage. 1.6 NOISY AND DUST RAISING OPERATIONS SUBMIT 1.6.1 All noisy and dust raising operations may only be carried out between the days and times approved by the Owner.

1.6.2 Protect building areas from the intrusion of dust, smoke or any other debris resulting from the work of the Contract.

1.7 RE-CONSTRUCTION, ALTERATIONS AND MAKING GOOD

1.7.1 Where new work connects with existing work and where existing work is altered, carry out all necessary cutting and fitting required to make satisfactory connections with the existing work under NOTthis Contract so as to leave the entire work in a finished and workmanlike condition. VIEWING1.7.2 Unless otherwise specified or required by codes or by-laws to meet a certain requirement or both, make good new work to match existing work.

1.7.3 Make good landscaping and other materials and finishes which are damaged or disturbed during the progress of repairs and re-construction under the Contract. 1.7.4 DOExisting services shall be disconnected and relocated, where necessary, and re- connected as required to complete the work. This work shall include, without being

64 of 228 75 Eglinton Avenue West, Toronto, ON Page 3 of 3 Job No.: T158752BQ PROJECT COORDINATION – SECTION 01 31 13

limited to, plumbing, drainage, heating, ventilating, air conditioning and electrical services.

1.7.5 Where existing work is to be made good, the new work shall match exactly the old work in material, construction and finish, unless otherwise noted or specified.

1.7.6 Drilling or cutting of existing work shall be carefully done, leaving a clean hole no larger than required.

1.7.7 Wherever it becomes necessary to cut or interfere in any manner with existing equipment or service lines for short periods of time, do such work at times agreed upon between the Owner and the Consultant.

1.7.8 If required, in critical locations, interference or installation drawings or both shall be prepared showing the work of the various trades as well as the existing installations, and shall be submitted to the Consultant for review before the commencement of the work.

1.7.9 Unless instructed otherwise by the Consultant, power-wash all of the affected surfaces within the designated work area, including but not limited to, walls columns, slab surfaces, pipes, louvers, etc.., regardless of their condition prior to the start of the repair work. 1.8 PROJECT AND CONSTRCUCTION MEETINGS COPY 1.8.1 Prior to commencement of any work, a preconstruction meeting will be held by the Consultant and Contractor to review the condition of existing finishes and discuss the Work of the Contract.

1.8.2 Bi weekly regular construction meetings shall be convened, at the site, for the duration of the contract or otherwise as directed by the Consultant. The meetings shall be under the direction of the Consultant.

SUBMIT END OF SECTION

NOT VIEWING DO

65 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 4 Job No.: T158752BQ SUBMITTAL PROCEDURES – SECTION 01 33 00

PART 1 - General

1.1 SECTION INCLUDES

1.1.1 Shop drawings.

1.1.2 Samples.

1.1.3 Certificates and transcripts.

1.2 ADMINISTRATIVE

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

1.2.2 Work affected by submittal shall not proceed until review is complete.

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

1.2.4 Where items or information is not produced in SI Metric units converted values are acceptable. COPY 1.2.5 Review submittals prior to submission to Consultant. This review represents that necessary requirements have been determined and verified, or will be, and that each submittal has been checked and coordinated with requirements of Work and Contract Documents. Submittals not stamped, signed, dated and identified as to specific project will be returned without being examined and shall be considered rejected.

1.2.6 Notify Consultant, in writing at time of submission, identifying deviations from requirements of Contract Documents stating reasonsSUBMIT for deviations. 1.2.7 Verify field measurements and affected adjacent Work are coordinated.

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

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

1.2.10 Keep one reviewed copy of each submission on site. 1.3 CERTIFICATION OF MATERIALSNOT 1.3.1 Before work commences, obtain from the manufacturer(s), written certification of both the suitability of the materials selected to the applications required, and that all materials VIEWINGused are compatible with each other and with the existing materials. 1.3.2 If the material designated for a given application is not certifiable, provide alternate, certifiable materials for this application and submit this change to the Consultant for review. DO

66 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 4 Job No.: T158752BQ SUBMITTAL PROCEDURES – SECTION 01 33 00

1.4 SHOP DRAWINGS AND PRODUCT DATA

1.4.1 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.

1.4.2 The cost of all Shop Drawings shall be paid for under the respective section.

1.4.3 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 coordinated, regardless of Section under which adjacent items will be supplied and installed. Indicate cross references to design drawings and specifications.

1.4.4 Shop Drawings shall be stamped and signed by a professional engineer in the province of work.

1.4.5 Allow 10 days for Consultant's review of each submission.

1.4.6 Adjustments made on shop drawings by Consultant are not intended to change Contract Price. COPY 1.4.7 Make changes in shop drawings as Consultant may require, consistent with Contract Documents. When resubmitting, notify Consultant in writing of any revisions other than those requested.

1.4.8 Accompany submissions with transmittal letter, containing:

1. Date. 2. Project title and number. SUBMIT 3. Contractor's name and address.

4. Identification and quantity of each shop drawing, product data and sample.

5. Other pertinent data.

1.4.9 Submissions shall include:

1. Date and revision dates. 2. Project title andNOT number. 3. Name and address of: VIEWING1. Subcontractor. 2. Supplier.

3. Manufacturer.

4. Contractor's stamp, signed by Contractor's authorized representative certifying DOapproval of submissions, verification of field measurements and compliance with Contract Documents.

67 of 228 75 Eglinton Avenue West, Toronto, ON Page 3 of 4 Job No.: T158752BQ SUBMITTAL PROCEDURES – SECTION 01 33 00

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.

8. Wiring diagrams.

9. Single line and schematic diagrams. 10. Relationship to adjacent work.COPY 1.4.10 After Consultant's review, distribute copies.

1.4.11 Submit 3 copies of shop drawings for each requirement requested in specification Sections and as consultant may reasonably request.

1.4.12 Submit 3 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. 1.4.13 Delete information not applicable to project. SUBMIT 1.4.14 Supplement standard information to provide details applicable to project.

1.4.15 If upon review by Consultant, no errors or omissions are discovered or if only minor corrections are made, 2 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.

1.5 SAMPLES 1.5.1 Submit for review samplesNOT as requested in respective specification Sections. samples with origin and intended use. VIEWING1.5.2 Identify each type of material, Manufacturer and Subcontractor. 1.5.3 Notify Consultant in writing, at time of submission of deviations in samples from requirements of Contract Documents.

1.5.4 Where colour, pattern or texture is criterion, submit full range of samples. 1.5.5 DOAdjustments made on samples by 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.

68 of 228 75 Eglinton Avenue West, Toronto, ON Page 4 of 4 Job No.: T158752BQ SUBMITTAL PROCEDURES – SECTION 01 33 00

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

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

1.5.8 Materials shall not be ordered until the samples are approved.

1.6 MOCK-UP

1.6.1 Erect mock-ups as requested by Consultant.

1.7 CERTIFICATES AND TRANSCRIPTS

1.7.1 Immediately after award of Contract, submit Workers' Compensation Board status.

1.7.2 Submit transcription of insurance immediately after award of Contract.

1.7.3 Submit Notice of Project from the Ministry of Labour immediately after award of Contract.

END OF SECTION COPY

SUBMIT

NOT VIEWING DO

69 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 1 Job No.: T158752BQ HEALTH AND SAFETY – SECTION 01 35 23

PART 1 - General

1.1 SECTION INCLUDES

1.1.1 Safety requirements and adherence.

1.2 RELATED SECTIONS

1.2.1 Section 01 33 00 – Submittal Procedures

1.2.2 This section describes requirements applicable to all Sections within Divisions 02 to 49.

1.3 REFERENCES

1.3.1 Occupational Health and Safety Act and Regulations for Construction Projects, R.S.O.

1.4 RESPONSIBILITY

1.4.1 The Contractor is 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. 1.4.2 Comply with and enforce compliance by employeesCOPY with safety requirements of Contract Documents, applicable federal, provincial, territorial and local statutes, regulations, and ordinances, and with site specific Health and Safety Plan.

1.4.3 Should any unforeseen or peculiar safety related factor, hazard, or condition become evident 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. Advise Consultant verbally and in writing. 1.5 CORRECTION OF NON COMPLIANCE SUBMIT 1.5.1 Immediately address health and safety non-compliance issues identified by authority having jurisdiction or by Consultant.

1.6 WORK STOPPAGE

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

1.7 FIRE PROTECTION

1.7.1 Provide and maintain temporary fire protection equipment during performance of Work required by insuranceNOT companies having jurisdiction and governing codes, regulations and by-laws. VIEWING1.7.2 Burning rubbish and construction waste materials is not permitted on site. 1.7.3 Maintain placed or installed fire resistive construction, fireproofing and fire-stopping, to protect the portions of the Work during construction.

END OF SECTION DO

70 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 1 Job No.: T158752BQ REGULATORY REQUIREMENTS – SECTION 01 41 00

PART 1 - General

1.1 LAWS, NOTICES, PERMITS AND FEES

1.1.1 The laws of the Place of the Work shall govern the Work.

1.1.2 The Consultants will apply for the Construction/Building Permit. The Contractor shall obtain permanent easements and rights of servitude. The Owner shall pay for required permits. The Contractor shall be responsible for permits, licenses or certificates necessary for the performance of the Work which were in force at the date of executing the Agreement. The Contractor is responsible for picking up all permits including Construction/Building Permit.

1.1.3 Give the required notices and comply with the laws, ordinances, rules, regulations or codes which are or become in force during the performance of the Work and which relate to the Work, to the preservation of the public health and to construction safety.

1.1.4 If the Contractor knowingly performs or allows work to be performed that is contrary to any laws, ordinances, rules, regulations or codes, the Contractor shall be responsible for and shall correct the violations thereof; and shall bear the costs, expenses and damages attributable to the failure to comply with the provisions of such laws, ordinances, rules, regulations or codes. COPY 1.1.5 Determine detailed requirements of authorities having jurisdiction.

1.2 STANDARDS AND CODES

1.2.1 All Contract Forms, Codes, Specifications, Standards, Manuals and Installation, Application and Maintenance Instructions, referred to in this Specification unless otherwise specified shall be the latest published editions at the date of the Contract.

1.2.2 The Codes and Standards to which the work of this Specification shall conform, shall include, but are not limited to, the following: SUBMIT

1. All codes, standard specifications and by-laws referred to in this section shall be current editions including all revisions, addenda and supplements.

END OF SECTION

NOT VIEWING DO

71 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 2 Job No.: T158752BQ QUALITY CONTROL – SECTION 01 45 00

PART 1 - General

1.1 SECTION INCLUDES

1.1.1 Inspection

1.1.2 Testing

1.1.3 Mock ups

1.2 RELATED SECTIONS

1.2.1 This section describes requirements applicable to all Sections within Divisions 02 to 49.

1.3 ACCESS TO WORK

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

1.3.2 Co-operate to provide reasonable facilities for such access. 1.4 PROCEDURES COPY 1.4.1 Notify appropriate agency and Consultant in advance of requirement for tests, in order that attendance arrangements can be made.

1.4.2 Submit samples and materials required for testing, as specifically requested in specifications. Submit with reasonable promptness and in an orderly sequence so as not to cause delay in Work.

1.4.3 Provide labour and facilities to obtain and handle samples and materials on site. Provide sufficient space to store and cure test samples. SUBMIT 1.5 CONTRACTOR'S OBLIGATIONS

1.5.1 From time to time, examine the work of all Subcontractors at the building, and report to the Consultant any defects or deficiencies which may adversely affect the work.

1.5.2 It is the Contractor's obligation to ensure that work carried out is in compliance with the Contract Documents and to accept responsibility for delays or costs relating from failure to inspect a Subcontractor's work.

1.5.3 The Contractor is to provide a full time Superintendent. The Superintendent is to be on site on a continuous basis during the execution of the Work.

1.6 INSPECTIONS NOT VIEWING1.6.1 All work shall be inspected and accepted on behalf of the Owner by the Consultant. The Contractor is required to co-operate with, and provide samples to the Consultant. The Contractor shall give the Consultant 24 hours advance notice for inspection services. Contractor shall contact the Consultant either by phone or in person.

1.6.2 All work that is deemed not acceptable to the Consultant and/or not conforming to the requirements of the project specification and/or manufacturer’s specifications shall be DOremediated immediately, to the satisfaction of the Consultant at no additional cost to the Owner.

72 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 2 Job No.: T158752BQ QUALITY CONTROL – SECTION 01 45 00

1.6.3 The conditions governing the inspection of the work shall be as stated in contract document.

1.6.4 All repairs and construction work will be subject to inspection.

1.6.5 Notify the Consultant, at least, one (1) day in advance of the times when the work is ready and available for Inspection.

1.6.6 Allow in the Contract Amount for the costs associated with inspections of the work, excluding the cost of the Consultant's time which will be paid for by the Owner.

1.6.7 The cost of re-inspection due to deficient work, including the Consultant's fees, inclusive of all associated disbursements, for any such re-inspection work, or cancelled inspections without notice, will be the Contractor's responsibility.

1.6.8 Also allow for, in the Contract Amount, all costs associated with inspection of the work required by the Manufacturer(s) of the specified materials.

1.6.9 Other random inspections of the work may be carried out at such times as considered necessary by the Consultant to verify compliance of the work with the requirements of this Specification. 1.6.10 Revisions to the agreed inspection proceduresCOPY shall only be made by written authorization of the Consultant.

1.6.11 The Contractor shall maintain a safety harness, including lanyard and rope grab, on site at all times for use by the Consultant.

1.6.12 All testing shall be paid from the material testing allowance in the Bid Form, excluding the cost of the Consultant's time which will be paid for by the Owner.

1.6.13 The Contractor is responsible to arrange for testing with an approved testing agency. The Contractor shall assist in facilitating the testing. SUBMIT 1.7 TESTING

1.7.1 All work shall be tested in compliance with the requirements detailed in this specification and all applicable CSA standards and building codes.

1.7.2 Notification

1. Notify CCI Group Inc.’s materials testing laboratory of requirement for testing services a minimum of 24 hours prior to the time testing is required. 1.7.3 Changes to Testing NOTRequirements 1. At the sole discretion of the Consultant the testing requirements detailed above VIEWINGmay be modified and a reduced schedule of testing implemented for small quantities of work. All changes to the testing requirements are to be confirmed by the Contractor in writing.

END OF SECTION DO

73 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 3 Job No.: T158752BQ TEMPORARY UTILITIES – SECTION 01 51 00

PART 1 - General

1.1 INSTALLATION AND REMOVAL

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

1.1.2 Remove from site all such work after use.

1.1.3 This section describes requirements applicable to all Sections within Divisions 02 to 49.

1.2 RESTRICTED BUILDING ACCESS

1.2.1 Workers are not permitted access to the building without the prior authorization of the Owner.

1.3 STORAGE ON THE SITE

1.3.1 Limited storage space is available on the site.

1.3.2 Materials shall be stored in such a manner that no damage shall be done to the material, the structures or the site and surrounding property. Obtain Consultant's approval of the location and extent of all on site storage areas.COPY 1.3.3 Co-ordinate deliveries and storage areas with the Owner. Do not obstruct the Owner's maintenance and service operations or parking facilities.

1.3.4 No flammable or toxic materials shall be stored within the building.

1.4 TEMPORARY FIRE PROTECTION

1.4.1 Provide all temporary fire protection equipment as required and maintain in good order throughout the construction period. SUBMIT 1.5 TEMPORARY POWER AND LIGHT

1.5.1 The existing electrical service may be used as a temporary service for lighting and the operation of electric pumps, motors, vibrators and other power tools during the construction period to the extent that there is sufficient capacity. Where capacity is insufficient provide temporary services to be removed upon completion of the work at no cost to the Owner.

1.5.2 The cost of the power supply for the existing service only, shall be paid for by the Owner.

1.5.3 Extension cords shall be supplied by the Trades concerned.

1.6 TEMPORARY TOILETS ANDNOT WASHBASINS VIEWING1.6.1 Provide and maintain, in compliance with Provincial statutes and local by-laws, sanitary temporary toilets and washbasins for the use of the workers on the project.

1.7 DEWATERING

1.7.1 Provide temporary drainage and pumping facilities to keep excavations and site free from DOstanding water.

74 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 3 Job No.: T158752BQ TEMPORARY UTILITIES – SECTION 01 51 00

1.8 TEMPORARY WATER SUPPLY

1.8.1 Water for construction purposes will be provided from the Owner's existing facilities and paid for by the Owner.

1.8.2 Hoses and for water shall be provided by the Contractor or Subcontractors requiring them.

1.9 TEMPORARY HEATING AND VENTILATION

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

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

1.9.3 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.COPY 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.

1.9.4 Ventilating: 1. Prevent accumulations of dust, fumes, mists,SUBMIT 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 operationNOT of ventilation and exhaust system for time after cessation of VIEWINGwork process to assure removal of harmful contaminants. 1.9.5 Maintain strict supervision of operation of temporary heating and ventilating equipment to:

1. Conform to applicable codes and standards.

2. Enforce safe practices. DO3. Prevent abuse of services. 4. Prevent damage to finishes.

75 of 228 75 Eglinton Avenue West, Toronto, ON Page 3 of 3 Job No.: T158752BQ TEMPORARY UTILITIES – SECTION 01 51 00

5. Vent direct-fired combustion units to outside.

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

END OF SECTION

COPY SUBMIT

NOT VIEWING DO

76 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 1 Job No.: T158752BQ CONSTRUCTION FACILITIES – SECTION 01 52 00

PART 1 - General

1.1 PLANT AND MACHINERY

1.1.1 Provide all form work, scaffolding, equipment, tools and machinery for the proper execution of the work.

1.1.2 Where it is normal practice for the trade to provide its own shoring or scaffolding, it shall be included in the Subcontract.

1.1.3 Scaffolding and other equipment shall be erected in accordance with local by-laws, the Occupational Health and Safety Act and Regulations, without damage to the structure or the finishes, shall be moved to suit the installation of the work of other trades and promptly removed at completion.

1.1.4 Refer to article 1.2 of this section, "Shoring and Scaffolding ".

1.1.5 Take all necessary precautions to adequately protect the building and landscape materials, including shrubs and trees, from damage. Pruning of trees to facilitate access to the building shall be done in consultation with the Owner and as approved by the Owner. 1.1.6 Make good to the satisfaction of the Consultant,COPY and at no cost to the Owner, the damage resulting from the work of the Contract and related activities.

1.2 SHORING AND SCAFFOLDING

1.2.1 Provide shoring and scaffolding rigging drawings designed and stamped by a suitably experienced Professional Engineer registered in the province of work, where required.

1.2.2 Construct and maintain shoring, scaffolding and swing stages in a secure and safe manner in accordance with local by-laws and Occupational Health and Safety Act and Regulation. Erect shoring and scaffolding independentSUBMIT of walls. Use shoring and scaffolding in such a manner as to interfere as little as possible with other trades, traffic, or with normal usage of the building.

1.2.3 All areas of slab subject to construction traffic or storage of materials must be adequately shored.

1.2.4 Shoring to be adjustable heavy duty steel jacks nailed to timber sole and head plates.

1.2.5 Removal of any shores prior to receipt of written authorization from the Consultant is at the risk of the Contractor. NOT END OF SECTION

VIEWING DO

77 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 4 Job No.: T158752BQ TEMPORARY BARRIERS AND ENCLOSURES – SECTION 01 56 00

PART 1 - General

1.1 SECTION INCLUDES

1.1.1 Barriers

1.1.2 Environmental Controls

1.1.3 Fall Arrest

1.1.4 Traffic Controls

1.1.5 Fire Routes

1.2 APPLICABLE PUBLICATIONS

1.2.1 Occupational Health and Safety Act and regulations for Construction Projects, Latest Edition.

1.2.2 Canadian Standards Association (CSA), CSA S350-M, Code of Practice for Safety in Demolition of Structures. 1.2.3 Comply with National Building Code of Canada,COPY Part 8, “Safety Measures at Construction and Demolition Sites”, and Provincial requirements.

1.3 INSTALLATION AND REMOVAL

1.3.1 Provide temporary controls in order to execute Work expeditiously.

1.3.2 Remove from site all such work after use. 1.4 WORK AREA HOARDING SUBMIT 1.4.1 Where required, provide a minimum of one lockable truck entrance gate and at least one pedestrian door as directed and conforming to applicable traffic restrictions on adjacent streets. Equip gates with locks and keys.

1.4.2 Erect and maintain pedestrian walkways including roof and side covers, complete with signs and electrical lighting as required by law.

1.4.3 Paint public side of site enclosure in selected colours with one coat primer to CAN/CGSB 1.189M and one coat exterior paint to CAN/CGSB 1.59. Maintain public side of enclosure in clean condition. 1.4.4 Provide barriers aroundNOT trees and plants designated to remain. Protect from damage by equipment and construction procedures. 1.5VIEWING COVERED HOARDING 1.5.1 Covered hoardings will be required when working over exits that serve as fire exits and locations where entrance or exit is required to remain open during work as stipulated by owner.

1.5.2 Erect hoarding, and provide, install and maintain barricades, notice and warning boards, DOand maintain protection of all kinds for the protection of the workers engaged in the work, for the protection of adjoining property and for protection of the public in accordance with local regulations.

78 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 4 Job No.: T158752BQ TEMPORARY BARRIERS AND ENCLOSURES – SECTION 01 56 00

1.5.3 Covered hoardings for Access roads and Safe Areas shall be designed by a Professional Engineer licensed in the province of work under the guidelines of the Occupational Health and Safety Act and with local authorities having jurisdiction.

1.6 FALL ARREST

1.6.1 If building does not have an approved roof anchor system in place, supply an engineered rigging system signed and sealed by a Professional Engineer.

1.6.2 Provide rigging drawings showing the location of anchors, life lines and primary suspension lines indicating the following:

1. Primary suspension line size.

2. Life safety line size.

3. Quantity and location of counter weights.

4. Size and length of outrigger beam.

5. Configuration of stages, whether bosons chair, swing stage or tiered swing stage. 6. Details indicating: COPY 1. proprietary beam saddles with anchorage

2. compression fittings

3. shackles or forged hooks

4. protection of life lines 5. size and quantity of cable clips SUBMIT 1.6.3 Where swing stage rigging is not used prepare plans indicating a location of life line tie offs.

1.6.4 Provide typical details indicating the construction and anchorage for secure, rigid guard rails and barricades around deep excavations, open shafts, open stair wells, open edges of floors and roofs.

1.6.5 Conform to the requirements of Occupational Health and Safety Act and regulations for Construction Projects 1.7 WEATHER ENCLOSURES NOT 1.7.1 Weather shall be considered incidental to work and shall not be claimed as additional.

VIEWING1.7.2 The applicable standard shall be used for materials or building components when enclosures and/or heating is required to complete the work.

1.7.3 Provide weather tight closures for, but not limited to: DO1. unfinished door and window openings; 2. openings in floors and roofs;

79 of 228 75 Eglinton Avenue West, Toronto, ON Page 3 of 4 Job No.: T158752BQ TEMPORARY BARRIERS AND ENCLOSURES – SECTION 01 56 00

3. openings through walls;

4. locations where daily work is not completed in a day’s work and components left exposed are sensitive to weather conditions;

5. protection of materials used that are sensitive to weather conditions.

1.7.4 Design enclosures to withstand wind pressure, snow loading etc.

1.8 DUST TIGHT SCREENS

1.8.1 Provide dust tight screens to localize dust generating activities, and for protection of workers, finished areas of Work and public.

1.8.2 Maintain and relocate protection until such work is complete.

1.8.3 Provide means for ventilating area if work is to occur in an interior or confined space.

1.8.4 Ventilate work area when it corresponds with areas used by tenants or patrons concurrently for egress. If dust generation will affect tenants or patrons provide sealed enclosure with adequate ventilation for health and safety of workers. 1.9 ACCESS TO SITE COPY 1.9.1 Provide and maintain access roads, sidewalk crossings, ramps and construction runways as may be required for access to Work.

1.9.2 Provide all appropriate signage directing the public and building occupants away from work area

1.9.3 Emergency exits: Maintain clear and unobstructed use of all existing exit doors and routes. This may include the provision of overhead protection and enclosed exit walkways in the case of overhead work. Provide adequateSUBMIT lighting for 24 hour use. 1.10 PUBLIC TRAFFIC FLOW

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

1.11 FIRE ROUTES

1.11.1 Maintain access to property including overhead clearances for use by emergency response vehicles. 1.11.2 Provide all required signageNOT to inform emergency vehicles of temporary route for access if modified as part of work. 1.12VIEWING PROTECTION FOR OFF-SITE AND PUBLIC PROP ERTY 1.12.1 Protect surrounding private and public property from damage during performance of Work.

1.12.2 Be responsible for damage incurred. DO

80 of 228 75 Eglinton Avenue West, Toronto, ON Page 4 of 4 Job No.: T158752BQ TEMPORARY BARRIERS AND ENCLOSURES – SECTION 01 56 00

1.13 PROTECTION OF BUILDING FINISHES

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

1.13.2 Provide necessary screens, covers, and hoardings.

1.13.3 Confirm with Consultant locations and installation schedule 3 days prior to installation.

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

END OF SECTION

COPY SUBMIT

NOT VIEWING DO

81 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 2 Job No.: T158752BQ COMMON PRODUCT REQUIREMENTS – SECTION 01 61 00

PART 1 - General

1.1 CERTIFICATION OF MATERIALS

1.1.1 Before work commences, obtain from the manufacturer(s), written certification of both the suitability of the materials selected to the applications required, and that all materials used are compatible with each other and with the existing materials.

1.1.2 If the material designated for a given application is not certifiable, provide alternate, certifiable materials for this application and submit this change to the Consultant for review.

1.2 PRODUCT QUALITY

1.2.1 Products, materials, equipment, parts or assemblies (referred to as Products) incorporated in Work: New, not damaged or defective, of best quality (compatible with specification requirements) for purpose intended. If requested, provide evidence as to type, source and quality of Products provided.

1.2.2 Defective Products, whenever identified prior to completion of Work, will be rejected, regardless of previous inspections. Inspection does not relieve responsibility, but is precaution against oversight or error. Remove and replace defective Products at own expense and be responsible for delays and expensesCOPY caused by rejection. 1.2.3 Should any dispute arise as to quality or fitness of Products, decision rests strictly with Consultant.

1.2.4 Unless otherwise indicated in specifications, maintain uniformity of manufacture for any particular or like item throughout building.

1.3 AVAILABILITY 1.3.1 Immediately upon signing Contract, review Product SUBMITdelivery requirements and anticipate foreseeable supply delays for any items.

1.3.2 If delays in supply of Products are foreseeable, notify Consultant of such, in order that substitutions or other remedial action may be authorized in ample time to prevent delay in performance of Work.

1.3.3 In event of failure to notify Consultant at commencement of Work and should it subsequently appear that Work may be delayed for such reason, Consultant reserves right to substitute more readily available Products of similar character, at no increase in Contract Price or Contract Time. 1.4 STORAGE ON THE SITE NOT VIEWING1.4.1 Limited storage space is available on the site. 1.4.2 Materials shall be stored in such a manner that no damage shall be done to the material, the structures or the site and surrounding property. Obtain Consultant's approval of the location and extent of all on site storage areas.

1.4.3 Co-ordinate deliveries and storage areas with the Owner. Do not obstruct the Owner's DOmaintenance and service operations or parking facilities. 1.4.4 No flammable or toxic materials shall be stored within the building.

82 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 2 Job No.: T158752BQ COMMON PRODUCT REQUIREMENTS – SECTION 01 61 00

1.5 MATERIAL STORAGE AND HANDLING

1.5.1 Provide all material data sheets and comply with the requirements of the Workplace Hazardous Materials Information System (WHMIS) effective October 31, 1988 and as subsequently revised.

1.5.2 Store packaged materials in original, undamaged condition with Manufacturer's and seals intact. Handle and store materials in accordance with Manufacturer's and Suppliers' recommendations, prevent damage to materials during storage and handling, and replace any damaged materials.

1.5.3 Materials shall not be stockpiled on suspended (structural) slabs except where adequate shoring and support is provided to the slab area. Obtain Consultant's approval prior to placing materials.

1.5.4 Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter.

1.5.5 Refer to respective sections for additional material storage and handling requirements for particular trades. 1.6 QUALITY OF WORK COPY 1.6.1 Ensure Quality of Work is of highest standard, executed by workers experienced and skilled in respective duties for which they are employed. Immediately notify Consultant if required Work is such as to make it impractical to produce required results.

1.6.2 Do not employ anyone unskilled in their required duties. Consultant reserves right to require dismissal from site any workers deemed incompetent or careless.

1.6.3 Decisions as to standard or fitness of Quality of Work in cases of dispute rest solely with Consultant, whose decision is final. SUBMIT 1.7 COORDINATION

1.7.1 Ensure cooperation of workers in laying out Work. Maintain efficient and continuous supervision.

1.7.2 Be responsible for coordination and placement of openings, sleeves and accessories.

1.8 REMEDIAL WORK

1.8.1 Perform remedial work required to repair or replace parts or portions of Work identified as defective or unacceptable.NOT Coordinate adjacent affected Work as required. 1.8.2 Perform remedial work by specialists familiar with materials affected. Perform work in a VIEWINGmanner that neither damage nor put at risk any portion of the Work.

END OF SECTION

DO

83 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 2 Job No.: T158752BQ CUTTING AND PATCHING – SECTION 01 73 29

PART 1 - General

1.1 SECTION INCLUDES

1.1.1 Requirements and limitations for cutting and patching of Work.

1.2 SUBMITTALS

1.2.1 Submit written request in advance of cutting or alteration which affects:

1. Structural integrity of any element of Project.

2. Integrity of weather exposed or moisture resistant element.

3. Efficiency, maintenance, or safety of any operational element.

4. Visual qualities of sight exposed elements.

5. Work of Owner or separate contractor.

PART 2 - Products 2.1 MATERIALS COPY 2.1.1 Primary Products: Those required for original installation.

PART 3 - Execution

3.1 EXAMINATION

3.1.1 Examine existing conditions prior to commencing Work, including elements subject to damage or movement during cutting and patching. SUBMIT 3.1.2 After uncovering existing Work, assess conditions affecting performance of work.

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

3.2 PREPARATION

3.2.1 Provide temporary supports to ensure structural integrity of the Work. Provide devices and methods to protect other portions of Project from damage.

3.2.2 Provide protection from elements for areas which may be exposed by uncovering work. 3.2.3 Maintain excavations NOTfree of water. 3.3 CUTTING VIEWING3.3.1 Execute cutting and fitting, including excavation and fill, to complete the Work. 3.3.2 Uncover work to install improperly sequenced work.

3.3.3 Remove and replace defective or non-conforming work. 3.3.4 DORemove samples of installed work for testing, when requested. 3.3.5 Provide openings in the Work for penetration of mechanical and electrical work.

84 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 2 Job No.: T158752BQ CUTTING AND PATCHING – SECTION 01 73 29

3.3.6 Employ skilled and experienced installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces.

3.3.7 Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval.

3.4 PATCHING

3.4.1 Execute patching to complement adjacent Work.

3.4.2 Fit Products together to integrate with other Work.

3.4.3 Execute work by methods to avoid damage to other Work, and which will provide appropriate surfaces to receive patching and finishing.

3.4.4 Restore work with new Products in accordance with requirements of Contract Documents.

3.4.5 At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids with fire rated material, to full thickness of the penetrated element.

3.4.6 Refinish surfaces to match adjacent finish. For continuous surfaces, refinish to nearest intersection or natural break. For an assembly,COPY refinish entire unit.

END OF SECTION

SUBMIT

NOT VIEWING DO

85 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 1 Job No.: T158752BQ CLEANING AND WASTE MANAGEMENT – SECTION 01 74 00

PART 1 - General

1.1 BUILDING SURFACES

1.1.1 Keep all building surfaces dry and free from oil or contaminants at all times. Clean up all contaminated materials and remove all traces from the building surfaces where discolouration occurs or where application of other materials may be affected.

1.2 DEBRIS

1.2.1 Maintain the work area in a clean and tidy condition.

1.2.2 It is the Contractor's responsibility to ensure that all debris is confined to the work area and is promptly removed from the site. Storage of debris will only be allowed if placed in a suitable to be approved by the Consultant and to be located in an area approved by the Owner. No stockpiling will be allowed on suspended (structural) slabs. Removal of debris shall be carried out daily in accordance with local safety regulations and in a manner approved by the Consultant.

1.2.3 The work area shall be left tidy at the end of each work day with all debris either removed from the site or stored in an approved container. COPY END OF SECTION

SUBMIT

NOT VIEWING DO

86 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 3 Job No.: T158752BQ CLOSEOUT PROCEDURES – SECTION 01 77 00

PART 1 - General

1.1 SECTION INCLUDES

1.1.1 Consideration of Substantial Performance

1.1.2 Inspections required for applications of Substantial Performance and Total Completion

1.1.3 Closeout Submittals

PART 2 - Products

2.1 NOT USED

PART 3 - Execution

3.1 INSPECTION AND DECLARATION

3.1.1 Contractor and all Subcontractors shall conduct an inspection of Work in conjunction with the Consultant; identify deficiencies and defects in preparation of list for application of Substantial Performance. 3.1.2 Consultant will schedule date within the timeCOPY allowance of the Contract documents for both Consultant and Contractor to perform inspection of Work and to confirm Work identified on submitted list.

3.1.3 Consultant will within the time allowance of the Contract documents provide a breakdown of costs associated with the deficiencies and defects for Consideration of Substantial Performance.

3.1.4 If Work is deemed incomplete in Consideration of Substantial Performance, complete outstanding items and request re-inspection followingSUBMIT the same protocol. 3.1.5 When the Contractor is satisfied that the Work is completed make application for final inspection of Consultant. Consultant will within the allowances of the Contract documents perform final inspection of the Work.

3.1.6 Any deficiencies and defects shall be tabulated with associated costing for Consideration of Completion.

3.1.7 If Work is deemed incomplete by Consultant, complete outstanding items and request re- inspection.

3.1.8 Defective products will be rejected, regardless of previous inspections. Replace products at own expense. NOT 3.2VIEWING MAINTENANCE AND RECORD DOCUMENTS 3.2.1 The following shall be submitted to the owner at completion of Work:

1. Maintenance manuals for, but not limited to, operating instructions, maintenance manuals, record of “as built” drawings, spare parts, maintenance of materials, special tools for completeness.

DO2. Record of substantial and project completion correspondence inclusive, but not limited to contractor lists, consultant tabulations and certificates.

87 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 3 Job No.: T158752BQ CLOSEOUT PROCEDURES – SECTION 01 77 00

3. Compile all shop drawings that have been submitted.

3.3 RECORDING ACTUAL SITE CONDITIONS

3.3.1 Submit Actual Conditions as outlined in following sentences.

3.3.2 Record information on set of Project Specifications provided by Consultant.

3.3.3 Provide felt tip marking pens, maintaining separate colours for each major system, for recording information.

3.3.4 Record information concurrently with construction progress. Do not conceal Work until required information is recorded.

3.3.5 Contract Drawings and shop drawings: legibly mark each item to record actual construction, including:

1. Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements.

2. Measured locations of internal utilities and appurtenances, referenced to visible and accessible features of construction.COPY 3. Field changes of dimension and detail.

4. Changes made by change orders.

5. Details not on original Contract Drawings.

6. References to related shop drawings and modifications. 3.3.6 Specifications: legibly mark each item to record actualSUBMIT 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.

3.4 WARRANTIES AND BONDS

3.4.1 Separate warranties or bonds with index tab sheets keyed to Table of Contents listing.

3.4.2 List subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. 3.4.3 Obtain warranties andNOT bonds, executed in duplicate by subcontractors, suppliers, and manufacturers, within ten days after certification of completion.

VIEWING3.4.4 Verify that documents are in proper form, contain full information, and are notarized.

3.4.5 Co-execute submittals when required.

3.4.6 Retain warranties and bonds until time specified for submittal. 3.5 FORMATDO 3.5.1 Organize data in the form of an instructional manual:

88 of 228 75 Eglinton Avenue West, Toronto, ON Page 3 of 3 Job No.: T158752BQ CLOSEOUT PROCEDURES – SECTION 01 77 00

1. Option 1:

1. Binders shall be vinyl, hard covered, 3 'D' ring, with spine and face pockets.

2. When multiple binders are used, correlate data into related consistent groupings. Identify contents of each binder on spine.

3. Identify each binder with type or printed title 'Project Record Documents'; list title of project and identify subject matter of contents.

4. Arrange content under Section numbers and sequence of Table 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. Manufacturer's printed data or typewritten data will be accepted.

7. Drawings shall be provided with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. 2. Option 2: COPY 1. Digital format of all required documents, manufacturer’s data sheets, drawings, etc.

END OF SECTION SUBMIT

NOT VIEWING DO

89 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 3 Job No.: T158752BQ DEMOLITION AND REMOVAL – SECTION 02 41 00

PART 1 - General

1.1 RELATED SECTIONS

1.1.1 Section 01 11 00 – Summary of Work

1.1.2 Section 01 33 00 – Submittal Procedures

1.1.3 Section 01 56 00 – Temporary Barriers and Enclosures

1.2 APPLICABLE PUBLICATIONS

1.2.1 All codes, standard specifications and by-laws referred to in this section shall be current editions including all revisions, addenda and supplements.

1.2.2 Canadian Federal Legislation

1. Canadian Environmental Protection Act (CEPA)

2. Canadian Environmental Assessment Act (CEAA) 3. Transportation of Dangerous Goods ActCOPY (TDGA) 4. Motor Vehicle Safety Act (MVSA)

5. Occupational Health and Safety Act

1.3 STORAGE AND PROTECTION

1.3.1 Protect existing items designated to remain and items designated for salvage. In event of damage to such items, immediately replace or make repairs to approval of Consultant and at no cost to Owner. SUBMIT 1.3.2 In all circumstances ensure that demolition work does not adversely affect adjacent watercourses, groundwater and wildlife, or contribute to excess air and noise pollution.

1.3.3 Do not dispose of waste of volatile materials such as, mineral spirits, oil, petroleum based lubricants, or toxic cleaning solutions into watercourses, storm or sanitary sewers. Ensure proper disposal procedures are maintained throughout the project.

1.3.4 Do not pump water containing suspended materials into watercourses, storm or sanitary sewers or onto adjacent properties.

1.3.5 Control disposal or runoff of water containing suspended materials or other harmful substances in accordanceNOT with local authorities. 1.3.6 Protect trees, plants and foliage on site and adjacent properties where indicated.

1.4VIEWING EXISTING CONDITIONS

1.4.1 Prior to the start of any demolition work remove contaminated or hazardous materials from site and dispose of at designated disposal facilities. 1.5 REGULATORYDO REQUIREME NTS 1.5.1 Ensure all work is performed in compliance with CEPA, CEAA, TDGA, MVSA, and all applicable provincial regulations.

90 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 3 Job No.: T158752BQ DEMOLITION AND REMOVAL – SECTION 02 41 00

1.6 SCHEDULING

1.6.1 Ensure project time lines are met without compromising specified minimum rates of material diversion. Notify Consultant of delays.

PART 2 - Products (Not used)

PART 3 - Execution

3.1 PREPARATION

3.1.1 Inspect site with Consultant and verify extent and location of items designated for removal, disposal, alternative disposal, , salvage and items to remain.

3.1.2 Locate and protect utilities. Preserve active utilities traversing site in operating condition.

3.1.3 Notify and obtain approval of utility companies before starting demolition.

3.2 SEQUENCES OF OPERATION

3.2.1 Removal 1. Remove items as indicated. COPY 2. Do not disturb items designated to remain in place.

3. In removal of pavements, curbs and gutters:

1. Square up adjacent surfaces to remain in place by saw cutting or other method approved by Consultant. 2. Protect adjacent joints and load transferSUBMIT devices. 3. Protect underlying and adjacent granular materials.

4. Remove only as many trees as required during demolition. Obtain written approval of Consultant prior to removal of any trees not designated.

3.2.2 Removal From Site

1. Interim removal of stockpiled material will be required by Consultant, if it is deemed to interfere with operations of other contractors.

2. Remove stockpiles of like materials by an alternate disposal option once collection of thatNOT material is complete. 3.2.3 Salvage VIEWING1. Carefully dismantle items containing materials for salvage and stockpile salvaged materials at locations acceptable to owner and Consultant.

3.2.4 Disposal of Material

1. Dispose of materials not designated for salvage or reuse on site to be hauled to DOan authorized disposal site and or recycling facilities.

91 of 228 75 Eglinton Avenue West, Toronto, ON Page 3 of 3 Job No.: T158752BQ DEMOLITION AND REMOVAL – SECTION 02 41 00

3.2.5 Backfill

1. Backfill in areas as indicated.

3.3 RESTORATION

3.3.1 Restore areas and existing works outside areas of demolition to match condition of adjacent, undisturbed areas.

3.3.2 Use only soil treatments and procedures which are not harmful to health, are not injurious to plants, and do not endanger wildlife, adjacent water courses or ground water.

3.4 CLEANUP

3.4.1 Upon completion of work, remove debris, trim surfaces and leave work site clean.

3.4.2 Use only cleaning solutions and procedures which are not harmful to health, are not injurious to plants, and do not endanger wildlife, adjacent water courses or ground water.

END OF SECTION

COPY SUBMIT

NOT VIEWING DO

92 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 6 Job No.: T158752BQ ROUGH CARPENTRY – SECTION 06 10 00

PART 1 - General

1.1 RELATED SECTIONS

1.1.1 Section 01 11 00 – Summary of Work

1.1.2 Section 07 51 00 – Built-Up Bituminous Roofing

1.1.3 Section 07 52 00 – Modified Bituminous Membrane Roofing

1.1.4 Section 07 54 19 – Polyvinyl-Chloride Roofing

1.2 APPLICABLE PUBLICATIONS

1.2.1 All codes, standard specifications and by-laws referred to in this section shall be current editions including all revisions, addenda and supplements.

1.2.2 ALSC (American Lumber Standards Committee) – Softwood Lumber Standards

1.2.3 APA (American Plywood Association) Product Guide – Grades and Specifications

1.2.4 ASTM A123/A123M – Standard Specification for Zinc (Hot-Dip Galvanized) on Iron and Steel Products COPY 1.2.5 ASTM A653/A653M – Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvanealled) by the Hot-Dip Process

1.2.6 ASTM C578 – Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation

1.2.7 ASTM D1761 – Standard Test Methods for Mechanical Fasteners in Wood

1.2.8 ASTM D5456 – Standard Specification for Evaluation of Structural Composite Lumber Products. SUBMIT 1.2.9 AWPA (American Wood Preservers Association) C1 – All Timber Products Pressure Treatment

1.2.10 AWPA (American Wood Preservers Association) C20 – Structural Lumber Fire Retardant Pressure Treatment

1.2.11 CSA B111 – Wire Nails, Spikes and Staples

1.2.12 CAN/CSA-G164-M – Hot Dip Galvanizing of Irregularly Shaped Articles 1.2.13 CAN/CSA O121-M – NOTDouglas Fir Plywood 1.2.14 CAN/CSA O141 – Softwood Lumber VIEWING1.2.15 CAN/CSA O151-M – Canadian Softwood Plywood 1.2.16 CAN/CSA O325.0 – Construction Sheathing

1.2.17 NLGA (National Lumber Grades Authority) – Standard Grading Rules for Canadian DOLumber 1.2.18 NFPA (National Forest Products Association) – Grading Rules

93 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 6 Job No.: T158752BQ ROUGH CARPENTRY – SECTION 06 10 00

1.3 QUALITY ASSURANCE

1.3.1 Lumber identification shall be by grade stamp of an agency certified by Canadian Lumber Standards Accreditation Board.

1.3.2 Plywood identification shall be by grade mark in accordance with applicable CSA standards.

1.3.3 Plywood, OSB and wood based composite panel construction sheathing identification shall be by grademark in accordance with applicable CSA standards.

1.3.4 At all times during the Work, the Contractor will have on site a qualified project supervisor. It will be the Supervisor's responsibility to ensure that the Work is carried out in an efficient manner, according to the Plans and Specifications.

1.3.5 Mock-up of exposed carpentry will be made available for the review of the Owner and Consultant if composite lumber is used. This may be submitted by partial constructed components.

1.4 DELIVERY, STORAGE, AND HANDLING 1.4.1 Protect lumber and other products from dampnessCOPY both during and after delivery at site. 1.4.2 Pile lumber in stacks in such manner as to provide air circulation around surfaces of each piece.

1.4.3 Stack plywood and other board products so as to prevent warping.

1.4.4 Locate stacks on well drained areas, supported at least 152 mm (6”) above grade and cover with well-ventilated sheds having firmly constructed over hanging roof with sufficient end wall to protect lumber from driving rain. 1.5 WASTE MANAGEMENT AND DISPOSAL SUBMIT 1.5.1 Set aside damaged wood and dimensional lumber off-cuts for acceptable alternative uses (e.g. bracing, blocking, cripples, bridging, finger-joining, or ties). Store this separated reusable wood waste convenient to cutting station and area of work.

1.5.2 Separate and recycle waste materials in accordance with applicable local, provincial and national regulations. Include for tipping fees associated with landfills and recycling depots

1.5.3 Unused preservatives and fire retardant materials are to be diverted from landfill through disposal at a special wastes depot. 1.5.4 Do not burn scrap at theNOT project site. VIEWING1.5.5 Fold up metal banding, flatten, and place in designated area for recycling. PART 2 - Products

2.1 LUMBER MATERIALS

2.1.1 Materials shall be best merchantable lumber, straight and sized and shaped to correct DOdimensions from nominal sizes noted on drawings. Lumber shall be selected from well- seasoned stock, free from loose resinous knots, shakes, waxed edges, splits, dry rot or other defects which would impair the strength or durability.

94 of 228 75 Eglinton Avenue West, Toronto, ON Page 3 of 6 Job No.: T158752BQ ROUGH CARPENTRY – SECTION 06 10 00

2.1.2 Lumber in accordance with the following standards:

1. CAN/CSA O141

2. NLGA Standard Grading Rules for Canadian Lumber

2.1.3 Unless specified otherwise all framing members shall be No.1/No.2 SPF.

2.1.4 All materials directly exposed to the exterior shall be pressure treated unless noted otherwise on drawings or elsewhere in specification.

2.1.5 Furring, blocking, nailing strips, grounds, rough bucks, cants, curbs, fascia backing and sleepers shall be pressure treated.

2.1.6 Polyvinyl or Polyurethane lumber to be of accepted Proprietary Manufacturer.

2.1.7 Moisture Content:

1. At time of delivery and maintained at the site.

2. Boards and lumber 51 mm (2”) and less in thickness: 19% or less. 3. Lumber over 51 mm (2”) thick: 25% orCOPY less. 2.1.8 Fire Retardant Treatment:

1. Military Specification, MIL-L-19140E with piece of treated material bearing identification of testing agency and showing performance rating.

2. Treatment and performance inspection, by an independent and qualified testing agency that establishes performance ratings. 2.1.9 Preservative Treatment: SUBMIT 1. Do not treat Heart Redwood and Western Red Cedar.

2. Treat wood members and plywood exposed to weather or in contact with plaster, masonry or concrete, including framing of open roofed structures; sills, sole plates, furring, and sleepers that are less than 610 mm (24”) from ground; nailers, edge strips, blocking, crickets, curbs, cant, vent strips and other members used in connection with roofing and flashing materials.

3. Treat other members specified as preservative treated (PT).

4. Preservative treat by the pressure method complying with ASTM D1760, except any process involvingNOT the use of Chromate Copper Arsenate (CCA) for pressure VIEWINGtreating wood is not permitted. 2.2 EXTERIOR CARPENTRY

2.2.1 Decking:

1. Stained Western: Red Cedar DO2. Painted: Douglas Fir 3. Polyvinyl or Polyurethane composite decking

95 of 228 75 Eglinton Avenue West, Toronto, ON Page 4 of 6 Job No.: T158752BQ ROUGH CARPENTRY – SECTION 06 10 00

1. Unideck by Palatin Universal Corporation

2. Life Long by Brite Millwork

4. Decking lengths

1. 1.8 to 6 m or longer with a minimum of 90% planks exceeding 3 m, square end trimmed.

2. For single spans shorter than 3 m use decking of same length as span.

2.3 PANEL MATERIALS

2.3.1 Douglas fir plywood (DFP): to CAN/CSA O121, standard construction.

2.3.2 Canadian softwood plywood (CSP): to CAN/CSA O151, standard construction.

2.3.3 Plywood, OSB and wood based composite panels: to CAN/CSA-O323.

2.3.4 Underlayments shall be 6 mm (1/4”) Mahogany unless noted otherwise on drawings or in specification. 2.3.5 Where T&G Plywood is specified, it shall be DouglasCOPY Fir with solid fir veneer core. 2.3.6 Where waterproof plywood is specified, it shall be pressure treated Spruce plywood sheathing with solid veneer core.

2.4 ACCESSORIES

2.4.1 toggle bolts for anchorage to hollow masonry and gypsum walls. 2.4.2 expansion shields and lag bolts for anchorage to solidSUBMIT masonry or concrete. 2.4.3 explosive actuated fastening devices where specified on drawings only.

2.4.4 screws for attachment of decking to joists and sleepers

2.4.5 Splines

1. douglas fir

2. galvanized metal

3. use recommendation of manufacturer on proprietary elements where it differs from specification.NOT 2.4.6 Fasteners for Composite Materials: Corrosion resistant coated to match colour. 2.5VIEWING ACCESSORY FINISHES 2.5.1 Galvanizing to CAN/CSA G164:

1. galvanized fasteners for all exterior work unless otherwise specified DO2. galvanized fasteners for all high interior humid areas unless otherwise specified 2.5.2 Use stainless steel type 304 where noted on drawings

96 of 228 75 Eglinton Avenue West, Toronto, ON Page 5 of 6 Job No.: T158752BQ ROUGH CARPENTRY – SECTION 06 10 00

2.6 WOOD PRESERVATIVE

2.6.1 All wood exposed to exterior environmental conditions, in contact with concrete or masonry shall be treated with roof preservative.

2.6.2 Wood treated with preservative by pressure impregnation to CAN/CSA-080.

2.6.3 Upon request submit following information:

1. Moisture content after drying.

2. Information listed in AWPA.M2 and revisions specified in CAN/CSA-080 series, Supplementary Requirements to AWPA Standard M2 applicable to specified treatment.

2.6.4 Surface-applied wood preservative: Chromate Copper Arsenate (CCA)

PART 3 - Execution

3.1 PREPARATION

3.1.1 Comply with safety regulations and applicable by-laws governing work included in this section. Provide and maintain necessary barriers,COPY guards and rails.

3.2 SITE APPLIED WOOD TREATMENTS

3.2.1 Treat ends of site cut surfaces of materials delivered to site with wood preservative.

3.2.2 Re-treat surfaces exposed by cutting, trimming or boring with liberal brush application of preservative before installation. SUBMIT 3.3 INSTALLATION

3.3.1 Comply with OBC’s requirements, supplemented by the following paragraphs.

3.3.2 Install furring and blocking as required to space-out and support casework, cabinets, wall and ceiling finishes, facings, fascia, soffit, siding and other work as required.

3.3.3 Align and plumb faces of furring and blocking to tolerance of 1:600.

3.3.4 Install rough bucks, nailers and linings to rough openings as required to provide backing for frames and other work. 3.3.5 Install wood cants, fasciaNOT backing, nailers, curbs and other wood supports as required and secure with adequate fasteners.

VIEWING3.3.6 Install wood backing, dressed, tapered and recessed slightly below top surface of roof insulation for roof hopper.

3.3.7 Install sleepers as indicated. 3.4 ERECTIONDO (FOR RE-ROOFING) 3.4.1 Frame, anchor, fasten, tie and brace members to provide necessary strength and rigidity.

97 of 228 75 Eglinton Avenue West, Toronto, ON Page 6 of 6 Job No.: T158752BQ ROUGH CARPENTRY – SECTION 06 10 00

3.4.2 Carpentry alterations will be performed to accepted trade practice.

3.4.3 Before proceeding, installation of vapour retarders is to be in place.

3.4.4 Add new wood blocking to maintain minimum heights at perimeters and curbs. The minimum height above the finished roof at curb locations and at wall bases shall be 203 mm (8"). The minimum height at parapets shall be 152mm (6") above the finished roof.

3.4.5 Replace any damaged and/or deteriorated wood at perimeters and projections with new exterior grade wood blocking as specified. Determination of the suitability to re-use or replace existing wood to be at the sole discretion of the Consultant.

1. Ensure existing wood blocking remaining at perimeters and curbs is securely fastened to existing substrate before installing any new blocking.

3.4.6 Install new wood blocking as required to ensure that all curbs and sleepers for H.V.A.C. and mechanical equipment are level.

3.4.7 All new and existing wood blocking and plywood is to be considered part of the roof and to be made watertight by the end of each working day to eliminate moisture infiltration into the roof system. 3.4.8 All fasteners to be flush or slightly sunk withCOPY surface of wood blocking being secured where possible to provide clearance for other work.

3.4.9 Install new wood blocking and/or cant strips to accommodate slopes and insulation, roofing, and sheet metal as shown on drawings.

3.4.10 Fasteners shall be installed at 305 mm (12”) on centre staggered for wood to wood, wood to metal, wood to masonry or concrete.

END OF SECTION SUBMIT

NOT VIEWING DO

98 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

PART 1 - General

1.1 RELATED SECTIONS

1.1.1 Section 01 11 00 – Summary of Work

1.1.2 Section 06 10 00 – Rough Carpentry

1.1.3 Section 07 62 00 – Sheet Metal Flashing and Trim

1.1.4 Section 07 92 00 – Joint Sealants

1.2 REFERENCES

1.2.1 All codes, standard specifications and by-laws referred to in this section shall be current editions including all revisions, addenda and supplements.

1.2.2 ASTM C578 – Rigid, Cellular Polystyrene Thermal Insulation

1.2.3 ASTM D41 – Asphalt Primer Used in Roofing, Damp-proofing, and Waterproofing 1.2.4 ASTM D2822 – Asphalt Roof Cement COPY 1.2.5 ASTM D6162 – Styrene Butadiene Styrene (SBS) Modified Bituminous Sheet Materials Using a Combination of and Fibre Reinforcements

1.2.6 ASTM D6163 – Styrene Butadiene Styrene (SBS) Modified Bituminous Sheet Materials Using Glass Fibre Reinforcements

1.2.7 CGSB 37-GP-9Ma – Primer, Asphalt, Unfilled, for Asphalt Roofing, Damp-proofing and Waterproofing 1.2.8 CAN/ULC S704 – Thermal Insulation, Polyurethane SUBMITand Polyisocyanurate Boards, Faced 1.2.9 Factory Mutual (FM) – Roof Assembly Classifications

1.2.10 Ontario Industrial Roofing Contractors Association (OIRCA) – Roofing Specifications Manual

1.2.11 National Roofing Contractors Association (NRCA) – Roofing and Waterproofing Manual

1.2.12 Underwriters Laboratories of Canada (ULC) – List of Equipment and Materials for Building Materials, Fire Resistance, and Fire-stop Systems and Components

1.2.13 Conform to National Plumbing Codes and requirements of Provincial and Municipal Authorities. Most stringentNOT requirements shall govern where in conflict. 1.3VIEWING SUBMITTALS 1.3.1 Section 01 33 00 – Submittal Procedures.

1.3.2 Provide initial schedule within five (5) working days after Contract award, showing anticipated progress stages and final completion of work. Work shall not commence DObefore work schedule is provided. 1.3.3 Product Data: Provide characteristics on membrane materials, flashing materials, insulation, vapour retarders, and deck overlay board.

99 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

1.3.4 Submit shop drawings for tapered insulation layout to the Consultant for review prior to prefabrication.

1.3.5 Sample copy of Manufacturer's warranty

1.3.6 Sample copy of Contractor's warranty

1.3.7 Certifications by manufacturers of roofing and insulating materials that all materials supplied comply with all requirements of the identified ASTM and other industry standards or practices.

1.3.8 Certification from the Contractor that the system specified meets all identified code and insurance requirements as required by the Specification.

1.3.9 Material Safety Data Sheets (MSDS)

1.4 QUALITY ASSURANCE

1.4.1 Perform Work in accordance with manufacturer's written instructions.

1.4.2 The Contractor shall arrange for a technical representative of the manufacturer to review the installed roof system wherever a StandardCOPY or System Warranty has been specified. 1.4.3 There shall be no deviation made from the Project Specification or the approved shop drawings without prior written approval by the Owner, the Owner's Representative, and the manufacturer.

1.5 QUALIFICATION

1.5.1 Contractor must be certified by the membrane manufacturer and pre-approved by the Owner and Consultant prior to tender. 1.5.2 Contractor must be a member in good standing SUBMIT with the Ontario Industrial Roofing Contractors Association (OIRCA) and have a minimum ten (10) years relevant experience with similar roof materials.

1.6 REGULATORY REQUIREMENTS

1.6.1 Conform to applicable local code for roof assembly fire hazard requirements.

1.6.2 UL: Class B Fire Hazard Classification.

1.6.3 FM: Roof Assembly Classification, of Class 1 Construction, wind uplift requirement of I- 90, in accordance withNOT FM Construction Bulletin 128. 1.7 DELIVERY, STORAGE, AND HANDLING VIEWING1.7.1 All work to be conducted from the exterior using swing-stage, hoist, etc. 1.7.2 Site storage is limited. Location of storage to be coordinated with Owner.

1.7.3 All materials shall be delivered and stored in their original packaging bearing the manufacturers label, grade and product weight, including all other related standards, DOspecifications, and the like. 1.7.4 All materials shall be adequately protected from inclement weather conditions and stored in a dry, well ventilated and weather protected location.

100 of 228 75 Eglinton Avenue West, Toronto, ON Page 3 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

1.7.5 Only materials to be installed on the same day shall be removed from the protected location to the work site.

1.7.6 During extreme temperature, materials shall be stored in a heated location with a 4.4°C (40°F) minimum temperature and removed only as needed.

1.7.7 Modified bitumen rolls shall be kept clear of all flame and/ or spark’s when not being applied directly to the roof structure.

1.7.8 All materials in a rolled configuration shall be stored on end, elevated off the ground on a or skid, to protect the bottom surface from foreign debris and moisture.

1.7.9 When possible, the Contractor should restrict stock piling of material in one location on the roof surface to prevent exceeding the specified deck live load capacity.

1.7.10 Handle and store products in a manner to prevent damage and deterioration.

1.7.11 Remove and replace damaged products at own expense and to the satisfaction of the Consultant.

1.8 ENVIRONMENTAL REQUIREMENTS 1.8.1 Do not apply roofing membrane to damp or frozenCOPY deck surface. 1.8.2 Do not expose materials vulnerable to water or sun damage in quantities greater than can be weatherproofed during same day.

1.8.3 Only as much of the new roofing as can be made weather-tight each day, including all flashing and detail work, shall be installed.

1.8.4 All work shall be scheduled and executed without exposing the interior building areas to the effects of inclement weather. The existing building and its contents shall be protected against all risks. SUBMIT 1.8.5 All new and temporary construction, including equipment and accessories, shall be secured in such a manner as to preclude wind blow-off and subsequent roof or equipment damage.

1.8.6 Uninterrupted water-stops shall be installed at the end of each day's work and shall be completely removed before proceeding with the next day's work. Water-stops shall not emit dangerous or unsafe fumes and shall not remain in contact with the finished roof as the installation progresses. Contaminated membrane shall be replaced at no cost to the Owner. 1.8.7 Arrange work sequenceNOT to avoid use of newly constructed roofing as a walking surface or for equipment movement and storage. Where such access is absolutely required, the Contractor shall provide all necessary protection and barriers to segregate the work area VIEWINGand to prevent damage to adjacent areas. A substantial protection layer consisting of plywood over felt or plywood over insulation board shall be provided for all new and existing roof areas that receive rooftop traffic during construction.

1.8.8 Prior to and during application, all dirt, debris and dust shall be removed from surfaces by DOvacuuming, sweeping, blowing with compressed air, and/or similar methods. 1.8.9 The Contractor shall follow all safety regulations as required by OHSA (Occupational Health and Safety Act) and any other applicable authority having jurisdiction.

101 of 228 75 Eglinton Avenue West, Toronto, ON Page 4 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

1.8.10 All roofing, insulation, flashings and metal work removed during construction shall be immediately taken off site to a legal dumping area authorized to receive such materials. Hazardous materials, such as materials containing asbestos, are to be removed and disposed of in strict accordance with applicable Municipal, Provincial, and Federal requirements.

1.8.11 All new roofing waste material (i.e., scrap roof membrane, empty cans of adhesive) shall be immediately removed from the site by the Contractor and properly transported to a legal dumping area authorized to receive such material.

1.8.12 Flammable and deck primers shall not be stored and not be used in the vicinity of open flames, sparks and excessive heat.

1.8.13 All rooftop contamination that is anticipated or that is occurring shall be reported to the manufacturer to determine the corrective steps to be taken.

1.8.14 The Contractor shall verify that all roof drain lines are functioning correctly (not clogged or blocked) before starting work. Contractor shall report any such blockages in writing to the Owner's Representative for corrective action prior to the installation of the roof system. 1.8.15 The Contractor shall immediately stop workCOPY if any unusual or concealed condition is discovered and shall immediately notify Owner of such condition in writing for correction at the Owner's expense.

1.8.16 Site cleanup, including both interior and exterior building areas that have been affected by construction, shall be completed to the Owner's satisfaction.

1.8.17 All landscaped areas damaged by construction activities shall be repaired at no cost to the Owner. 1.8.18 Precautions shall be taken when using adhesives atSUBMIT or near rooftop vents or air intakes. Adhesive odours could enter the building. Coordinate the operation of vents and air intakes in such a manner as to avoid the intake of adhesive odour while ventilating the building. Keep on unused cans at all times.

1.8.19 Protective wear shall be worn when using solvents or adhesives or as required by job conditions.

1.9 COORDINATION

1.9.1 Contractor shall provide interior protection for duration of the project.

1.9.2 Minimize disruptions to regular building activities. Noisy Work to be performed outside of regular office/operatingNOT hours. VIEWING1.9.3 Arrange staging area on site with the Building Owner. 1.9.4 Arrange site meeting with the Consultant no more than three weeks prior to commencement of work on site. Contractor to provide the following to the Consultant at this meeting: DO1. Notice of Project 2. A sample copy of the Warranty

102 of 228 75 Eglinton Avenue West, Toronto, ON Page 5 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

3. A copy of the letter and completed project warranty form sent to the “Warranty Holder” advising them of the project starting

4. Bonds and Insurance in the Owner’s Name

5. WSIB Clearance Certificate

6. A Contact List complete with 24-hour emergency phone numbers

7. A complete Material List

8. MSDS information pertaining to ALL materials being used on site

9. A list of the “Trained and Carded Membrane Approved Applicators” who will be working on site

1.9.5 Cooperate with the Consultant and afford all facilities necessary to permit full observation of the work. Carry out remedial work immediately on instructions given by the Consultant.

1.9.6 Make cut-outs when required and make good roofing without additional costs to the Owner. COPY 1.10 WARRANTY

1.10.1 Roofing System Warranty:

1. Contractor shall supply the Owner with a two (2) year Contractor OIRCA Warranty for workmanship. In the event any work related to roofing, flashing, or metal is found to be within the Contractor warranty term, defective or otherwise not in accordance with the Contract Documents, the Contractor shall repair that defect at no cost to the Owner. The Applicator's warranty obligation shall run directly to the Owner, and a copy shall be sentSUBMIT to the manufacturer. 2. Contractor shall provide the Owner with a twenty (20) year Manufacturer's Labour, Material and Workmanship System Warranty.

3. Owner shall notify both the membrane manufacturer and the Contractor of any leak that occurs during the time period when both warranties are in effect.

1.10.2 Vegetated Roofing Warranty:

1. Contractor shall supply the Owner with a two (2) year Contractor Warranty for workmanship.NOT 2. Contractor shall supply the Owner with a 50-year module warranty from LiveRoof VIEWINGGlobal, LLC against material defects and photo-degradation. PART 2 - Products

2.1 GENERAL

2.1.1 All membrane materials shall be supplied by one manufacturer: Soprema, meeting DOmanufacturer’s respective material compatibility requirements to achieve the required System Warranty.

103 of 228 75 Eglinton Avenue West, Toronto, ON Page 6 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

2.1.2 Components to be used that are other than those supplied or manufactured by the membrane manufacturer may be submitted for review and acceptance by the membrane manufacturer.

2.1.3 The membrane manufacturer's acceptance of any other product is only for a determination of compatibility with the products and not for inclusion in the manufacturer’s warranty.

2.1.4 The specifications, installation instructions, limitations, and/or restrictions of the respective manufacturers must be reviewed by the Owner's Representative for acceptability for the intended use with the membrane manufacturer’s products.

2.2 MEMBRANE & MEMBRANE FLASHING

2.2.1 Base Sheet:

1. Torch grade modified bitumen, with random fibre glass mat or non-woven polyester, impregnated and coated with SBS modified bitumen, and conforming to CGSB 37-GP-56M; Sopraply Base 520 by Soprema.

2.2.2 Base Sheet Flashing: 1. Self-adhering grade modified bitumen,COPY with random fibre glass mat impregnated and coated with SBS modified bitumen, and coated with self-adhesive bitumen layer and polyolefin release film on bottom surface, and conforming to CGSB 37- GP-56M; SopraStick 1100 by Soprema.

2. Torch grade modified bitumen, with random fibre glass mat or non-woven polyester, impregnated and coated with SBS modified bitumen, and conforming to CGSB 37-GP-56M; Sopraply Base 520 by Soprema. 2.2.3 Cap Sheet: SUBMIT 1. Torch grade modified bitumen, with fibreglass scrim/polyester composite impregnated and coated with SBS modified bitumen, and conforming to CGSB 37-GP-56M; Sopraply Traffic Cap 560 by Soprema.

2.2.4 Cap Sheet Flashing:

1. Torch grade modified bitumen, with fibreglass scrim/polyester composite impregnated and coated with SBS modified bitumen, and conforming to CGSB 37-GP-56M; Sopraply Traffic Cap 560 by Soprema.

2.2.5 Membrane Primer: Solvent based primer to prepare surfaces before the installation of membranes, ElastocolNOT Stick by Soprema (for self-adhesive membrane) or Elastocol 500 by Soprema (for torch applied membrane). 2.3VIEWING LIQUID APPLIED RESIN FLASHING MEMBRANE 2.3.1 Polymethylmethacrylate (PMMA) Primers: as recommended by the membrane manufacturer. 2.3.2 DO PMMA Roofing Flashing (Soprema):

104 of 228 75 Eglinton Avenue West, Toronto, ON Page 7 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

1. Resin for flashing applications: a one-component polyurethane/bitumen resin for use in combination with fleece fabric to form a monolithic, reinforced flashing membrane; Alsan Flashing from Soprema.

2. Fleece for flashing reinforcement: A woven, 100 g/m², polyester fabric reinforcement as supplied by the membrane system manufacturer; Flashing Reinforcement by Soprema.

2.3.3 Anti-Skid Surfacing:

1. Ceramic granules: No. 11 grade specification ceramic granules suitable for broadcast into the PMMA based wearing layer; No. 11 Granules by Soprema.

2.3.4 PMMA Accessories:

1. Cleaning solution/solvent: A clear solvent used to clean and prepare transition areas of in-place catalyzed resin to receive subsequent coats of resin and to clean substrate materials to receive resin from Soprema.

2. Tape: A white, flexible, coated cotton cloth tape designed for treatment of insulation panel joints, deck/wall transitions and joints in flashing substrates from Soprema. COPY 2.4 LIQUID APPLIED RESIN FLASHING MEMBRANE

2.4.1 Polymethylmethacrylate (PMMA) Primers: as recommended by the membrane manufacturer.

2.4.2 PMMA Roofing Flashing (Soprema):

1. Resin for flashing applications: a one-component polyurethane/bitumen resin for use in combination with fleece fabric to form a monolithic, reinforced flashing membrane; Alsan Flashing from Soprema. SUBMIT

2. Fleece for flashing reinforcement: A woven, 100 g/m², polyester fabric reinforcement as supplied by the membrane system manufacturer; Flashing Reinforcement by Soprema.

2.4.3 Anti-Skid Surfacing:

1. Ceramic granules: No. 11 grade specification ceramic granules suitable for broadcast into the PMMA based wearing layer; No. 11 Granules by Soprema. 2.4.4 PMMA Accessories: NOT 1. Cleaning solution/solvent: as recommended by the membrane manufacturer. VIEWING2. Tape: as recommended by the membrane manufacturer. 2.5 INSULATION BOARDS

2.5.1 Rigid Insulation: 100 mm (4”) Type IV (4) extruded polystyrene insulation meeting the requirements of CAN/ULC S701. Insulation boards shall be a maximum 0.6m x 1.2m (2’ DOx 4’) when loose -laid to the substrate; Foamular 350 series by Owens Corning or Roofmate by Dow.

105 of 228 75 Eglinton Avenue West, Toronto, ON Page 8 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

2.6 BALLAST REDUCING SCRIM SHEET

2.6.1 Ballast Reducing Scrim Sheet: black woven polyolefin fabric with UV resistance, Fabrene U.D.L. by Fabrene Inc.

2.7 BALLAST

2.7.1 Ballast: Re-use existing stone ballast and precast concrete pavers where required.

2.8 ROOF ACCESSORIES

2.8.1 Roofing accessories to be manufactured from spun aluminum or copper as required, and complete with removable caps where applicable. All units are to have foamed in place closed cell urethane foam insulation sprayed into the unit at the plant under controlled conditions. Flanges to be primed with rubberized primer.

Type Prefabricated Unit Retro roof drain RD-4C-RR-FLAT by Thaler Metal Industries Retro roof drain CBD-BR-CR-RR by Altra Metal Specialties Retro roof drain FTDC(sizeCOPY required)IDCC-MP by Lexcor Plumbing stack SJ-26 by Thaler Metal Industries B-vent or tall cone MEF-4A by Thaler Metal Industries Gas line supports See detail drawing Walkway paver or splash pad See detail drawing

2.8.2 Concrete Pavers: MPA air entrained precast concrete with maximum absorption 5% with formed pedestals; 24" x 24" x 2-1/4" PEDSLABS by SUBMITBrooklin Concrete. 2.8.3 Roof Drains: Copper retrofit drain inserts using U-Flow connectors. Retrofit roof drains shall be CBD-BR-CR-RR by Altra Metal Specialties, FTDC(size required)IDCC-MP by Lexcor, or RD-4C-RR-FLAT by Thaler Metal Industries, complete with cast aluminum domes and U-Flow seal connectors.

2.8.4 Sheet Metal Flashings and Trim: As per Section 07 62 00

2.8.5 Sealants: As per Section 07 92 00 2.9 FASTENERS AND PLATES NOT 2.9.1 Wood to steel, wood to wood or steel to steel: #14 HD Stainless Steel Drill Point Fastener VIEWINGby Tru-Fast to penetrate substrate by 25 mm (1"). 2.9.2 Wood/steel to concrete or concrete block: Tap-Grip Concrete Fastener by Tru-Fast. Truss Head fastener with TRU-Kote PC-3 corrosion protection to penetrate substrate by 32 mm (1-1/4”).

2.9.3 Steel/aluminum to aluminum: #14 Heavy Duty Drill Point Roofing Fastener, Truss Head DOby Tru-Fast with TRU-Kote PC-3 coating corrosion protection c/w EPDM galvanized steel sealing washers to penetrate substrate by 25 mm (1").

106 of 228 75 Eglinton Avenue West, Toronto, ON Page 9 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

2.9.4 Termination bar for membrane: Extruded aluminum, TB-100 aluminum termination bar by Tru-Fast, 0.10" thick x 1" wide x 10' long with 1/4" x 3/8" slotted holes on 203 mm (8") o/c.

2.9.5 Termination bar fastener for wood, steel or aluminum: #14 HD Stainless Steel Drill Point Fastener by Tru-Fast to penetrate substrate by 25 mm (1") c/w EPDM galvanized steel sealing washers.

2.9.6 Termination bar fastener for concrete or masonry: Tap-Grip Concrete Fastener by Tru- Fast. Truss Head fastener with TRU-Kote PC-3 coating corrosion protection to penetrate substrate by 32 mm (1-1/4”) c/w EPDM galvanized steel sealing washers.

2.9.7 Pre-painted metal flashing to steel or wood: #14 HD Stainless Steel Drill Point Fastener by Tru-Fast to penetrate substrate by 25 mm (1") c/w EPDM washer.

2.9.8 Membrane to wood: Galvanized round top nails with minimum 1" diameter heads to penetrate the substrate a minimum 32 mm (1 1/4").

2.9.9 All fasteners and plates to meet the requirements of Factory Mutual 4470 Standard for wind uplift and corrosion resistance.

PART 3 - Execution COPY 3.1 EXAMINATION

3.1.1 Examine the Drawings and Specifications to determine the extent of the work involved, together with other necessary data affecting the work, as in no circumstances will any claims against the Owner be allowed resulting from failure to ascertain the extent of such work herein described or implied.

3.1.2 Inspect existing conditions and substrates upon which work of this section is dependent. Report to the Consultant in writing any defects orSUBMIT discrepancies. Commencement of work implies acceptance of existing conditions and assuming full responsibility for the finished condition of the work.

3.1.3 Defective work resulting from application to unsatisfactory conditions will be considered the responsibility of those performing the work of this section.

3.2 WORKMANSHIP

3.2.1 Execute roofing work which is not specifically covered by these Specifications in accordance with applicable standards in Canadian Roofing Contractors Association (CRCA) and the National Roofing Contractors Association – Roofing Specification Manual, in accordanceNOT with the manufacturer’s pre-printed and published specifications, compliance with local fire insurance requirements and/or local building codes, except VIEWINGwhere specified otherwise. 3.2.2 Do priming for asphalt roofing in accordance with CAN/CGSB 37-GP-15M and as recommended by membrane manufacturer.

3.2.3 Procedures for application of materials should be in accordance with manufacturer’s recommendations; otherwise the Consultant should be notified if any conflict with this DOSpecification arises.

107 of 228 75 Eglinton Avenue West, Toronto, ON Page 10 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

3.2.4 All work shall be carried out in accordance with drawings, specifications and contract documents.

3.2.5 Adhesives or sealants and liquid primers will not be applied until surfaces are dry.

3.2.6 Inspect the underside of roof deck when installing fasteners, where possible, to avoid accidental damage.

3.2.7 While work is in progress, all steps must be taken to safeguard the building from damage due to the elements.

3.2.8 Advise the Consultant of adjustments to specified roofing procedures recommended by the Manufacturer or due to site conditions. Written approval is needed to make any adjustments to the specified procedures.

3.3 PREPARATION

3.3.1 Examine all roof decks and site conditions to ensure that they are in satisfactory condition for the commencement of the work of this section.

3.3.2 Examine work of other trades for defects and discrepancies and report them to the owner/consultant in writing. Do not proceed withCOPY work until surfaces are satisfactory. 3.3.3 The existing roof system shall be removed including all membranes, insulation, flashings and associated debris to expose the decking ensuring proper and adequate adhesion of the new roof assembly.

3.3.4 Once the existing roofing systems are removed, the deck shall be reviewed by the Contractor and Consultant. The entire roof area is to be reviewed in order to satisfy warranty requirements of the manufacturer of the new roof system. The Consultant is to be notified 48 hours prior to testing.

3.3.5 Prior to the removal of any roof components, all SUBMIT existing openings (drains, vents, air intakes, etc.) shall be covered or plugged to prevent any debris or contaminate from entering the building below. All such coverings are to be removed at the end of each working day and reinstalled prior to the next day’s start up.

3.3.6 At areas designated for removal and replacement, the existing roof gravel, projection and perimeter flashings, roof membrane, insulation, vapour retarder, and old appurtenances are to be removed down to the existing structural deck and disposed of to an appropriate site.

3.3.7 All unused and abandoned pitch pockets, vents, curbs, sleepers, projections, etc. are to be removed from the designated areas and disposed of. Obtain verification and authorization from theNOT Owner before removing any suspected unused or abandoned projections. New decking is to be installed as required to close off any openings prior to VIEWINGthe installation of the new roofing system. 3.3.8 Ensure roof drains have been installed at proper elevations relative to finished roof surface in order to allow for sufficient drainage of the roof surface.

3.3.9 Disconnect Electrical Services as required. 3.3.10 DO Disconnect Mechanical Equipment as required.

108 of 228 75 Eglinton Avenue West, Toronto, ON Page 11 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

3.3.11 Ensure that projections and any equipment (electrical conduit, gas lines etc.) are correctly secured to the decking where applicable. If any inadequate securement is found, the Consultant is to be informed and work around that area is to be halted until the situation has been rectified.

3.3.12 Any rooftop equipment requiring disconnection shall be the responsibility of the Contractor in consultation with the owner unless otherwise specified in this document.

3.3.13 Prior to application of vapour retarder, examine deck and ensure any defect of level or construction is correct before proceeding with the work.

3.3.14 Inspect wood blocking, cants and the like. Do not install roofing unless such items are adequately installed to withstand stresses imposed by thermal movement of the roof components.

3.3.15 Apply each part of roofing system when surfaces are free of moisture for successful application. Consult with manufacture’s printed instructions for successful application.

3.3.16 All details supplied with this scope of work package are acceptable installations. Any deviance from these details must first approved by the Consultant prior to installation. 3.4 PROTECTION COPY 3.4.1 Cover walls and adjacent work where materials are hoisted and used.

3.4.2 Use warning signs and barriers. Maintain in good order until completion of work.

3.4.3 Protect roof from traffic and damage by placing suitable runways over all new membrane work. Comply with precautions deemed necessary by Consultant.

3.4.4 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.SUBMIT 3.4.5 Contractor is to take care as not to damage any previously performed work, any closely located buildings and all grounds in the vicinity during roofing operations. Contractor shall protect against dust infiltration and other such occurrences. Garbage chutes are to be located as to minimize their exposure to the building and its occupants. Protect walls by means of tarpaulins where garbage chutes and hoisting equipment is located. Cover dumpsters and bins so that debris does not blow away.

3.4.6 Only equipment that will not adversely affect the deck (damage or alter) is to be used.

3.4.7 Roof access is to be unobstructed. Doorways and fire routes are to be kept clear of any obstacles. NOT 3.4.8 Examine and repair or replace damage caused by work of this contract with materials VIEWINGand finish to match original to Consultant’s approval. 3.4.9 All non-used materials are to be removed and stored at a location that will prevent any damage (moisture, ultraviolet breakdown, etc.).

3.4.10 Protect all openings and safeguard all vents, stacks, and drains from weather and DOcontamination from debris. 3.4.11 Defective work resulting from application of material on unsatisfactory surface will be considered the responsibility of the Contractor.

109 of 228 75 Eglinton Avenue West, Toronto, ON Page 12 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

3.5 CARPENTRY

3.5.1 As per Section 06 10 00 – Rough Carpentry

3.6 GENERAL MODIFIED BITUMEN INSTALLATION PROCEDURES

3.6.1 The following general procedures shall apply to the modified bitumen membrane installation.

3.6.2 Basic Rules For Application:

1. Surface Inspection: Modified Bitumen membranes can be applied over wood, metal, gypsum board and concrete decks which must be clean, smooth, and free of snow, ice, moisture, and debris. Concrete decks must have all holes filled and rough patches removed.

2. Application of Primer: Priming is required for all substrates prior to the installation of a modified bitumen membrane. The primer is to be applied at a rate of approximately 1/2 gal/100 ft2 with a roller or sprayer. Contractor is to allow primer to dry prior to adhering membrane to the prepared substrate. Drying time will vary according to the deck and weather conditions. 3. First Roll Starting Point: Low Slope andCOPY Flat Roofs: Base sheet to begin at drain level with the side lap aligned with the centre of the drain, rolls to run perpendicular to the slope (where applicable). Cap sheet to be installed over the base sheet and cover the overlap in the base sheet. Center of cap sheet to align up with centre of the drain.

4. Alignment of Rolls: The first roll to be completely unrolled and aligned with the edge of the roof. Where required, the membranes are to be unrolled and allowed to relax for the required time. The membrane is to be re-rolled from both ends to the centre, then applied as per specifications.SUBMIT 5. Staggering of Sheets: End laps between base and cap sheets to be staggered approximately 610 mm (24”). Side laps between base and cap sheets are to be offset 305 mm (12”). Laps in the membrane (base and cap) are to be 76 mm (3”) wide for side laps and 152 mm (6”) wide for end laps.

6. End Lap and Side Lap Sealing at Areas of potential moisture infiltration at voids created by overlapping rolls of membrane:

7. Procedure to Seal Voids:

1. Prior to installation, the corner of the salvage edge covered by the next roll ofNOT material is to be cut off when the membrane is unrolled.

2. This procedure to be carried out for the application of membranes (base VIEWINGsheets, cap sheets and flashings).

8. Salvage Edge Protection: Granular along the edge of the membrane to be primed prior to the application of adhesive to provide good adhesion of the laps. DO9. Membrane Flashings: 1. Base flashings to extend 152 mm (6”) onto the base sheet from the bottom of the perimeter detail.

110 of 228 75 Eglinton Avenue West, Toronto, ON Page 13 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

2. Cap flashings to extend 229 mm (9”) onto the cap sheet from the bottom of the perimeter detail.

10. Seams: Seams in all sheets to be checked with a round nosed trowel while work is in progress. Deficiencies found to be repaired prior to installing the covering layer or leaving the roof area at the end of the day.

11. Reinforcement: Reinforcement is required at corners, vents and drains, mechanical units, and gravel stops.

12. Potential Defects/Deficiencies:

1. Delamination of Materials: The membrane may not be fully bonded to the substrate due to:

1. moisture present on the substrate

2. dirt, dust or other contaminate on the substrate acting as a parting agent

3. inadequate application of primer or adhesive 2. Mis-alignment of Rolls: This COPY occurs when the roll of membrane being applied swerves and the alignment to the starting line is lost. This can occur when the roll is not unrolled, aligned and re-rolled straight. When a roll becomes mis-aligned it is to be cut at the point where the swerve begins and restarted.

3. Wrinkles: Wrinkles are undulations located on the surface of the membrane after it has been applied. Depending on its origin, a wrinkle may have different appearances. With a Fully Adhered System, defects can be: SUBMIT 1. Cross-Sheet undulations: These appear as wrinkles, but are waves which occur when the membrane is installed in a stop and go fashion.

2. Continuous Ridging of the Membrane: These wrinkles are formed by movement of the substrate underneath the membrane. The contractor is responsible for ensuring that the substrate is secure prior to installing the membrane.

4. Blisters: A blister is a pocket of air under the membrane where full adhesion was not attained or trapped moisture was released from the substrate.NOT In isolated areas, no overlap location and low traffic areas, blisters pose no threat to the water tight integrity of the membrane. VIEWINGLarge blisters should be removed and repaired. The repair consists of adhering any loose membrane, then applying a patch extending a minimum 152 mm (6") beyond the cut out area on all sides.

3.7 MEMBRANE INSTALLATION

3.7.1 Install two ply modified bitumen membrane system overtop of prepared substrate. All DOmembrane to be installed as per the manufacturer’s written instructions and as per the guidelines below.

111 of 228 75 Eglinton Avenue West, Toronto, ON Page 14 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

3.7.2 MEMBRANE GUSSET REINFORCEMENT TO BE INSTALLED ON TOP OF BASE SHEET MEMBRANE AT ALL INSIDE AND OUTSIDE CORNERS. CONSULTANT TO REVIEW GUSSET INSTALLATION BEFORE INSTALLATION OF CAP SHEET MEMBRANE.

3.7.3 Base Sheet, Torch Installation:

1. Starting at low point of roof, perpendicular to slope, unroll base sheet, align and re-roll from both ends.

2. Unroll and install base sheet carefully in straight and parallel rows.

3. The base sheet is to be torched across the flat of the roof, overtop of the rigid insulation.

4. All side and end laps of the base sheet shall be torched to the satisfaction of the consultant.

5. Lap sheets 76 mm (3") for side laps and a minimum 152 mm (6") for end laps. Turn sheet up at perimeters and vertical surfaces a minimum of 76 mm (3”). 6. Application to be free of blisters, wrinkles,COPY and fish-mouths. 3.7.4 Base Sheet Flashing, Torch Installation:

1. Complete installation of base sheet flashing prior to installing membrane cap sheet and cap sheet flashings.

2. Install base sheet flashing onto substrate in 1 m (40”) wide strips extending over perimeters as shown on detail drawings.

3. Install the base sheet flashing overtop of the base sheet starting at the outside face of the perimeters, running across perimeterSUBMIT details, and down onto the flat of the roof a minimum of 152 mm (6"). Side laps between adjacent sheets to be a minimum of 127 mm (5”) wide.

4. Torch base sheet flashing to venting base sheet. Firmly press the membrane into the substrate to ensure proper bond.

5. Lap base sheet flashing onto base sheet membrane a minimum 152 mm (6”). Side laps between adjacent sheets to be a minimum of 127 mm (5”) wide.

6. Where indicated on details, secure top edge of membrane to substrate with fastening bar NOTand fasteners spaced every 229 mm (9”) on center. 3.7.5 Base Sheet Flashing, Self-Adhered Installation: VIEWING1. Complete installation of base sheet flashing prior to installing membrane cap sheet and cap sheet flashings.

2. Prime substrate to receive self-adhering base sheet flashing with specified primer at rate recommended by manufacturer. Avoid pools and heavy areas and allow primer to dry a minimum 30 minutes or until staining does not occur to the touch DOand surface becomes tacky.

112 of 228 75 Eglinton Avenue West, Toronto, ON Page 15 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

3. Ensure complete coverage of the primer to both prepared substrates and to the field base sheet membrane prior to placement of the base sheet flashing.

4. Install base sheet flashing onto substrate in 1 m (40”) wide strips extending over perimeters as shown on detail drawings.

5. Unroll and install base sheet flashing onto substrate by removing the release and discarding.

6. Using weighted roller as recommended by manufacturer, roll all surfaces of roof membrane to ensure continuous adhesion with membrane to substrate. Firmly press the membrane into the substrate to ensure proper bond.

7. All side and end laps of the base sheet flashing shall be heat welded with hot air gun to the satisfaction of the consultant.

8. Lap base sheet flashing onto base sheet membrane a minimum 152 mm (6”). Side laps between adjacent sheets to be a minimum of 127 mm (5”) wide.

9. Where indicated on details, secure top edge of membrane to substrate with fastening bar and fasteners spaced every 229 mm (9”) on center. 3.7.6 Cap Sheet, Torch Installation: COPY 1. Starting at low point on roof, perpendicular to slope, unroll cap sheet, align and re-roll from both ends.

2. The cap sheet is to be torched across the flat of the roof, overtop of the base sheet, and terminated at perimeters and vertical surfaces ensuring a good bond.

3. Lap sheets 76 mm (3") for side laps and a minimum 152 mm (6") for end laps. Offset joints in cap sheet 305 mm (12") minimumSUBMIT from those in base sheet. 4. Application to be free of blisters, wrinkles and fish-mouths.

5. Ensure membrane application is done in accordance with manufacturer’s recommendations.

3.7.7 Cap Sheet Flashing, Torch Installation:

1. The cap sheet flashing shall be torched up and over perimeter details.

2. The cap sheet flashing is to extend from the outside edge of the perimeter down on to the flat of the roof. Carry the cap sheet flashing a minimum of 203 mm (8") on to the flat NOTof the roof ensuring that it extends past the edge of the base sheet flashing by a minimum of 51 mm (2"). VIEWING3. Set cap sheet to offset base sheet flashing joints by 50% and lap cap sheet flashing to membrane cap sheet 229 mm (9”). Provide 76 mm (3”) minimum side lap.

4. Properly secure flashings to their support, without sags, blisters, fish-mouths or DOwrinkles with terminations as indicated on drawings and details. 5. Ensure all work is done in accordance with the manufacturer’s recommendations.

113 of 228 75 Eglinton Avenue West, Toronto, ON Page 16 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

3.8 BASE INSULATION

3.8.1 Prior to installation of rigid insulation, ensure all membrane repairs watertight.

3.8.2 Insulation shall be neatly fit around penetrations and projections.

3.8.3 All insulation boards shall be installed in parallel courses with adjacent boards being ship lapped together tightly. Stagger joints at least 305 mm (12”) between layers.

3.8.4 Replace damaged or deteriorated insulation board with new, do not use boards less than 12” in length.

3.8.5 Ensure all insulation is tightly fitted into the openings. Fill all gaps larger than 3 mm (1/8”) with insulation slivers or polyurethane foam insulation.

3.8.6 The rigid insulation shall be installed in a loose-laid configuration.

3.8.7 Butt sheets tightly together with end joints staggered by half the width of one sheet.

3.8.8 Do not use warped or curled insulation boards. 3.8.9 For uneven surfaces, trimming or slitting of boardsCOPY may be necessary. 3.9 BALLAST REDUCING SCRIM SHEET

3.9.1 Install a ballast reducing scrim sheet overtop of the rigid insulation in a loose-laid configuration. Overlap side and ends joints by a minimum of 305 mm (12").

3.9.2 Install sheet with the printed side facing up.

3.9.3 Overlap side and ends joints by a minimum of 305 mm (12"). 3.9.4 Extend sheet up perimeter edges, cants, and roof protrusionsSUBMIT a minimum of 102 mm (4”) and place unbonded under counter flashing.

3.10 BALLAST

3.10.1 Re-install existing ballast over the new ballast reducing scrim sheet at a rate of 1200 lbs/100 ft². Ballast to conform to ASTM D448 No. 4.

3.11 METAL FLASHINGS

3.11.1 After the installation of the roof membrane and membrane flashings, new perimeter metal and metal flashings shall be installed as detailed in Section 07 62 00 and as indicated on detail drawings. NOT 3.12 SEALANTS

VIEWING3.12.1 As per Section 07 92 00 – Joint Sealants

3.13 GUTTERS

3.13.1 General: DO1. Carry two-ply modified bitumen membrane into gutter and up the sloped decking a minum of 300 mm.

114 of 228 75 Eglinton Avenue West, Toronto, ON Page 17 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

2. Overlap new self-adhesive underlayment over the two-ply liner

3.14 DRAINS

3.14.1 General:

1. Remove and discard existing drains and pipe fittings that are no longer required.

2. Install new specified retro-drains at existing drain locations. Make all joints watertight and gastight.

3. Install new retro-drains as per the manufacturer’s specifications and detail drawings.

4. Ensure that the drains are clear of debris and free flowing prior to the installation of the insulation and the membrane.

5. Any blockages are to be reported prior to the start of work. Once work has begun, the Contractor assumes responsibility for free flowing drains and the cost associated with clearing. COPY 6. Prior to the installation of new insulation and membrane, ensure that all new and retro drains are located at a height where the roof is able to clear the majority of roof top water caused by rainfall within a 72 hour period.

7. No roof area shall be left overnight without adequate provision for drainage at the existing roof drain locations.

8. All plumbing to be executed in accordance with relevant Provincial Building Codes and Local Building Codes. SUBMIT 3.14.2 Drain Installation:

1. Remove any other components of the existing roof drain which may prevent the retrofit drain flange from sitting flush with the roofing membrane.

2. Install new base membrane over the drain location prior to installing the drain as per drawing detail and membrane installation methods.

3. Primed drain body to be set into a bed of mastic.

4. Insert the retrofit drain body down into the existing drain pipe until the retrofit drain flange isNOT embedded into the surface of the target membrane. If the drain body is too long, it may be shortened by cutting the copper drain stem prior to VIEWINGinstalling the U-Flow Seal connection. 5. The drain body is to be secured to the substrate with a minimum of 4 fasteners per drain or additional as required to secure the drain body.

6. Install the reinforcement ply of base sheet membrane and cap ply membrane as per roofing membrane manufacturer's flashing requirements. Use the U-Flow DOhole puncher tool to make neat membrane penetrations for the drain studs.

115 of 228 75 Eglinton Avenue West, Toronto, ON Page 18 of 18 Job No.: T158752BQ MODIFIED BITUMINOUS MEMBRANE ROOFING – SECTION 07 52 00

7. Place the Clamping Ring over the raised studs. Install stainless steel self-locking nuts to tighten the Clamping Ring against the membrane flashing until secure.

8. Install ballast guard strainer dome and secure in place with the cotterless pin or wing nut screw. At paver ballasted areas, drain cover to be flush with the surrounding pavers and secured with a flush mounted screw.

3.15 TEMPORARY WATER CUT-OFFS

3.15.1 Temporary waterproof seals will be placed on daily work. Only areas which can be made watertight in the same day will be removed to ensure protection of the interior. Temporary seals will be removed before proceeding with the remaining work.

3.15.2 All flashings shall be installed concurrently with the roof membrane in order to maintain a watertight condition as the work progresses.

3.15.3 All temporary water-stops shall be constructed to provide a 100% watertight seal. The stagger of the insulation joints shall be made even by installing partial panels of insulation. 3.15.4 The new membrane shall be carried into the water-stop.COPY The water-stop shall be sealed to the deck and/or substrate so that water will not be allowed to travel under the new or existing roofing.

3.15.5 The edge of the membrane shall be sealed in a continuous heavy application of sealant.

3.15.6 When work resumes, the contaminated membrane shall be cut out. All sealant, contaminated membrane, insulation fillers, etc. shall be removed from the work area and properly disposed of offsite. None of these materials shall be used in the new work.

3.15.7 If inclement weather occurs while a temporary water-stopSUBMIT is in place, the Contractor shall provide the labour necessary to monitor the situation to maintain a watertight condition.

3.15.8 If any water is allowed to enter under the newly-completed roofing, the affected area shall be removed and replaced at the Contractor's expense.

3.16 CLEAN-UP

3.16.1 Clean up and remove from job site on a daily basis, all rubbish and surplus materials resulting from this work.

END OF SECTION NOT VIEWING DO

116 of 228 75 Eglinton Avenue West, Toronto, ON Page 1 of 6 Job No.: T158752BQ SHEET METAL FLASHING AND TRIM – SECTION 07 62 00

PART 1 - General

1.1 RELATED SECTIONS

1.1.1 Section 01 11 00 – Summary of Work

1.1.2 Section 06 10 00 – Rough Carpentry

1.1.3 Section 07 51 00 – Built-Up Bituminous Roofing

1.1.4 Section 07 52 00 – Modified Bituminous Membrane Roofing

1.1.5 Section 07 92 00 – Joint Sealants

1.2 REFERENCES

1.2.1 All codes, standard specifications and by-laws referred to in this section shall be current editions including all revisions, addenda and supplements.

1.2.2 ASTM A653/A653M – Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process 1.2.3 ASTM D4586 – Asphalt Roof Cement, AsbestosCOPY Free 1.2.4 CAN/CGSB 93-GP-3M – Sheet, Steel, Galvanized Prefinished

1.2.5 CSSBI Bulletin No. 9 – Care and Maintenance of Pre-finished Sheet Steel Building Products

1.2.6 CRCA – Canadian Roofing Reference Manual 1.2.7 NRCA (National Roofing Contractors Association) – SUBMITRoofing and Waterproofing Manual 1.2.8 SMACNA – Architectural Sheet Metal Manual

1.3 QUALITY ASSURANCE

1.3.1 Perform work in accordance with CRCA, SMACNA, and NRCA standard details and requirements.

1.3.2 Compatibility between components of the roofing system and wall system are essential. Provide written declaration to the Consultant stating that materials and components, as assembled in system will meet this requirement.

1.3.3 Contractor must be pre-approved and licensed by the membrane manufacturer, Owner and Consultant prior toNOT tender, and must be a member in good standing with the Ontario Roofing Contractors Association (OIRCA) and have a minimum ten (10) years relevant VIEWINGexperience. 1.4 DELIVERY, STORAGE, AND HANDLING

1.4.1 Stack preformed and pre-finished material to prevent twisting, bending, or abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. 1.4.2 DO Prevent contact with materials which may cause discolouration or staining.

117 of 228 75 Eglinton Avenue West, Toronto, ON Page 2 of 6 Job No.: T158752BQ SHEET METAL FLASHING AND TRIM – SECTION 07 62 00

1.4.3 Do not store metals in direct contact with the earth, road surface, or roof deck. Place suitable supports under the metal upon delivery to protect it from scratching or puncturing membrane, membrane flashing or absorbing moisture from the surrounding terrain or deck.

1.4.4 Store all materials in waterproof covered trailers.

1.4.5 Handle and store products in a manner to prevent damage and deterioration.

1.4.6 Remove and replace damaged products at own expense and to the satisfaction of the Consultant.

1.5 WARRANTY

1.5.1 The Contractor shall provide the Owner with a two (2) year material and workmanship warranty on Contractor letterhead.

1.5.2 Any repairs required shall be carried out in accordance with the recommendations of the Consultant, consistent with the requirements of this Section, at no cost to the Owner.

PART 2 - Products 2.1 MATERIALS COPY 2.1.1 Compatibility between materials is essential. Use only materials that are known to be compatible when incorporated in a completed assembly.

2.1.2 Pre-finished Metal Flashing:

1. Minimum 24-gauge (0.701 mm or 0.0276”) steel with Z275 (G90) zinc coating conforms to the requirements of ASTM A653A/A653M. Surface with Dofasco Perspectra Series or Valspar WeatherX factory-baked finish. Contractor shall use the thicker gauge from the two thicknesses.SUBMIT 2. Colour to be selected by Owner from manufacturer’s standard colour range.

3. Cleats and Hook Strips Not Otherwise Specified: Two gauges heavier of matching materials of flashing being employed. Minimum 22-gauge (0.853 mm or 0.0336”).

2.2 JOINTING

2.2.1 Linear mating of Cap flashings and Parapet flashings shall be with an “S” lock joint. 2.2.2 Corner mating shall beNOT completed with a standing seam. 2.3VIEWING ACCESSORIES 2.3.1 Underlayment: ASTM D2178; No. 15 Type III standard ply sheet asphalt saturated roofing felt or 6 mil (0.15 mm) .

2.3.2 Slip Sheet: Smooth unsaturated quality rosin sized paper weighing not less than 0.3 DOKg/m2 (6 lbs per 100 ft2) unless otherwise shown to CSA A123.3M. 2.3.3 Joint : Extruded polyethylene, closed cell, Shore A hardness 20, tensile strength 140 to 210 kPa (20 to 30 psi), 25% to 30% wider than joint to be caulked.

118 of 228 75 Eglinton Avenue West, Toronto, ON Page 3 of 6 Job No.: T158752BQ SHEET METAL FLASHING AND TRIM – SECTION 07 62 00

2.3.4 Touch-up Paint: as recommended by pre-finished material manufacturer.

2.3.5 Protective Backing Paint: alkali resistant bituminous paint

2.3.6 Sealant: as per Section 07 92 00

2.4 FASTENERS

2.4.1 Use galvanized, copper, aluminium or stainless steel nails or screws as most compatible with materials being employed. Use fasteners as most generally suitable to.

2.4.2 Nails:

1. Minimum diameter for copper nails: 3 mm (0.109”)

2. Minimum diameter for aluminum nails 3 mm (0.105”)

3. Minimum diameter for stainless steel nails: 2 mm (0.095”) and annular threaded

4. Length to provide not less than 22 mm (7/8”) penetration into anchorage.

2.4.3 Exposed Fasteners: #12 Flat-top under-cut hex heads 410 stainless steel drilling and self-tapping fastener with EPDM sealing washerCOPY and Oxyseal II coating by Atlas Bolt & Screw Company. Consult manufacturer for screw type and sizing for materials being secured. Provide caps for screw heads to match colour of flashing as specified or shown.

2.4.4 Masonry Fasteners: Tapcon fastener with Climaseal corrosion coating by Buildex/Red Head or approved equivalent, 1/4“ diameter and of sufficient length to provide a minimum of 38 mm penetration into substrate.

2.4.5 Wedges: Rolled plumber sheet lead. Secure metal flashings on the inside and should be secured with No.10 galvanized screws through neopreneSUBMIT washers at 760 mm (30") on center.

2.4.6 Masonry Anchors: Rawl lead lags for screws as recommended by manufacturer.

2.5 FABRICATION

2.5.1 Fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, geometry, metal thickness, and other characteristics of item indicated.

2.5.2 Fabricate all possible work in shop in 2.4 m (8') lengths by brake forming, bench cutting, drilling and shaping. NOT On high vertical sections install metal in 1.2 m (4') section as specified and detailed. Profiled metal to be cold rolled. VIEWING2.5.3 On coping or flashing with a horizontal dimension of 406 mm (16”) or greater, fabricate metal flashings in maximum 1.2 m (4’) sections.

2.5.4 On coping or flashing with a horizontal dimension of 508 mm (20”) or greater, use 25 mm (1”) lock folded standing seam joints. 2.5.5 DO Form bends with straight sharp lines, angles and corners into true planes, free from twists, buckles, dents and other visual distortions.

119 of 228 75 Eglinton Avenue West, Toronto, ON Page 4 of 6 Job No.: T158752BQ SHEET METAL FLASHING AND TRIM – SECTION 07 62 00

2.5.6 Double-back exposed metal edges at least 13 mm (0.5”). Raw edges will not be permitted.

2.5.7 Supply all accessories required for installation of sheet metal work of this Section. Fabricate accessories of same materials to which they will be used.

PART 3 - Execution

3.1 EXAMINATION

3.1.1 Examine the Drawings and Specifications to determine the extent of the work involved, together with other necessary data affecting the work, as in no circumstances will any claims against the Owner be allowed resulting from failure to ascertain the extent of such work herein described or implied.

3.2 PREPARATION

3.2.1 Review roof levels and advise Consultant of any deviation from specified tolerances.

3.2.2 Prior to application of flashings, examine membrane flashings and ensure any defect of level or construction is corrected before proceeding with the work. 3.3 PROTECTION COPY 3.3.1 Protect walls where hoisting is required.

3.3.2 Protect roofs from damage due to traffic and materials handling until completion of the building.

3.4 INSTALLATION

3.4.1 Install sheet metal flashings at copings, walls, joints, roof openings and other components required to protect the membrane flashingsSUBMIT as shown on the drawings, or otherwise required.

3.4.2 Install continuous concealed hook strips at all exterior faces. Install cleats as required to protect membrane roofs and flashings from damage at lock joints and as required to permanently hold flashing in place. Secure cleats at 152 mm (6”) on center in V-pattern, keeping lower fastener within 32 mm (1.25”) of the drip edge.

3.4.3 Sheet metal work shall be installed to cover the entire area it protects and shall be watertight under all service and weather conditions. Install in a uniform manner, level, true to line, free of dents, warping and distortion. 3.4.4 Isolate and protect dissimilarNOT metals from contact with each other by applying specified isolation material to contact surfaces. VIEWING3.4.5 Protect surfaces of sheet metal that comes into contact with another kind of metal, treated wood, masonry, or concrete with a heavy coat of bituminous paint.

3.4.6 Install sheet metal with concealed fasteners at lock joints. Exposed fastening will be permitted only with the approval of the Consultant. Space all fasteners evenly in an approved manner. Use lead plugs and screws where fasteners are exposed, otherwise DOuse concrete drive fasteners where metal flashings are installed over concrete or masonry.

120 of 228 75 Eglinton Avenue West, Toronto, ON Page 5 of 6 Job No.: T158752BQ SHEET METAL FLASHING AND TRIM – SECTION 07 62 00

3.4.7 Install underlay under sheet metal, installed directly over wood or masonry surfaces. Overlap joints 51 mm (2") and turn up 76 mm (3") at edges where horizontal surfaces intersect vertical planes.

3.4.8 Join sheet metal by “S” lock seams, to permit thermal movement. Fill all joints with caulking as flashing is being installed. Clean off all excessive material visible subsequent to installation. Space joints evenly where exposed. Form inside and outside corners by means of raised seams. Lock seams and caulk all overlaps to ensure water tightness. Do not use pop rivets.

3.4.9 Slope all metal to interior to maintain minimum 8% slope. Do not form open joints or pockets that fail to drain water.

3.4.10 Caulk all open sheet metal joints. Solder corners and other locations as required for a permanent waterproof connection.

3.4.11 Provide new reglets sized minimum 10 mm (3/8") wide, 25 mm (1") deep.

3.4.12 Clean reglets free of contaminates and dust.

3.4.13 Wedge flashings into reglet joints with lead wedges at 229 mm (9") o.c. Set minimum 6 mm (1/4") from masonry surface. COPY 3.4.14 At reglets wider than 10 mm (3/8") and deeper than 19 mm (3/4") provide polyethylene rod, 25% wider than joint width. Caulk all reglets to provide a continuous waterproof seal. Use colour to match materials. Conform to manufacturer’s latest printed recommendations for use of products being employed.

3.4.15 Carry flashings out onto the roof minimum 76 mm (3").

3.4.16 Prepare a mock up installations of the metal flashing details for approval by roof inspector prior to the installation of the metal flashings. SUBMIT 3.5 FINISH

3.5.1 At project’s conclusion, leave surface and adjacent work areas free of damage and clean of debris. Finished surfaces of formed metal flashings shall be free of oil , dents and be perfectly colour matched. Changes in colour between sheets and dented or oil canned surfaces that detract from the visual appearance of finished product will be rejected. Remove and replace damaged, defaced or defective work.

3.5.2 Paint all exposed metal due to cutting

3.5.3 After erection touch-up finish surfaces damaged during handling and erection in conformance with manufacturer’sNOT recommendations. Refinish shop applied finishes as approved by Consultant. VIEWING3.5.4 Remove deposits or protections and wash metals left unpainted and exposed to view as specified by metal manufacturer.

3.6 CLEAN-UP

3.6.1 Daily as the work proceeds and on completion, remove all surplus materials and debris DOresulting from the foregoing work.

121 of 228 75 Eglinton Avenue West, Toronto, ON Page 6 of 6 Job No.: T158752BQ SHEET METAL FLASHING AND TRIM – SECTION 07 62 00

3.6.2 Remove all stains, caulking or other adhesive from all affected surfaces.

END OF SECTION

COPY SUBMIT

NOT VIEWING DO

122 of 228 114 Spadina Road, Toronto, ON Page 1 of 12 Job No.: T146567RS JOINT SEALANTS – SECTION 07 92 00

PART 1 - General

1.1 SECTION INCLUDES

1.1.1 Preparing substrate surfaces.

1.1.2 Sealant and joint backing.

1.2 RELATED SECTIONS

1.2.1 Section 01 11 00 – Summary of Work

1.2.2 Section 06 10 00 – Rough Carpentry

1.2.3 Section 07 51 00 – Built-Up Bituminous Roofing

1.2.4 Section 07 52 00 – Modified Bituminous Membrane Roofing

1.2.5 Section 07 62 00 – Sheet Metal Flashing and Trim

1.3 REFERENCES 1.3.1 All codes, standard specifications and by-lawsCOPY referred to in this section shall be current editions including all revisions, addenda and supplements.

1.3.2 ASTM C920 – Standard Specification for Elastomeric Joint Sealants

1.3.3 ASTM C1193 – Standard Guide for Use of Joint Sealants

1.3.4 SWRI (Sealant, Waterproofing and Restoration Institute) – Sealant and Caulking Guide Specification. 1.3.5 Sealants: The Professionals’ Guide, Sealant, WaterproofingSUBMIT and Restoration Institute. 1.4 SUBMITTALS

1.4.1 Section 01 33 00 – Submittal Procedures

1.4.2 Manufacturer's Installation Instructions: Indicate special procedures, surface preparation, perimeter conditions requiring special attention, and field quality control testing.

1.5 QUALITY ASSURANCE

1.5.1 Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and materialNOT installation instructions. 1.5.2 Perform sealant application work in accordance with ASTM C1193. VIEWING1.5.3 Maintain one copy of document on site. 1.5.4 Inspection of work will be carried out by the Consultant and Owners designated personnel.

1.5.5 A pre-construction meeting shall be conducted at the project site to coordinate work and DOsequencing of work. The meeting shall include Owner, Contractor, and Consultant.

123 of 228 114 Spadina Road, Toronto, ON Page 2 of 12 Job No.: T146567RS JOINT SEALANTS – SECTION 07 92 00

1.5.6 The Contractor must provide the Owner with one (1) week notice prior to commencement of work.

1.5.7 Prior to mobilizing on site, prepare and install sealant samples for adhesion testing, a minimum of two (2) samples for each substrate combination, according to the manufacturers written guidelines. Test sealant in contact with samples of materials to be caulked to ensure that proper adhesion will be obtained and no staining of the material will result. Testing to be completed prior to mobilization on site. Do not proceed with work until samples have been approved.

1.5.8 Adhesion tests on the new sealant will be pre-formed at random locations at the discretion of the Owner’s representative. Any work that is found to be sub-standard shall be removed and replaced at no cost to the Owner. The contractor shall assist with the sealant adhesion tests as directed.

1.5.9 Execute the work of this Section by Subcontractors approved by manufacturers of materials incorporated in the work; who has equipment, adequate for the project, and skilled tradesmen to perform it expeditiously; and is known to have been responsible for satisfactory installations similar to that specified during a period of at least the immediate past five years. 1.5.10 Remove sealant and re-caulk disapproved joints.COPY 1.5.11 Approved joints will establish minimum acceptable quality of workmanship and will serve as the standard by which subsequent work will be compared for acceptance.

1.6 QUALIFICATIONS

1.6.1 Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum 20 years documented experience. 1.6.2 Applicator: Company specializing in performing theSUBMIT work of this section with minimum 5 years documented experience and approved by manufacturer.

1.7 MOCK-UP

1.7.1 Construct mock-up with specified sealant types and with other components noted.

1.7.2 Construct mock-up at test window or between pre-cast concrete panels to show location, size, shape and depth of joints complete with back-up material, primer, caulking and sealant.

1.7.3 Locate where directed. 1.7.4 Mock-up may be part NOTof finished work. 1.7.5 Allow 48 hours for inspection of mock-up by Consultant before proceeding with sealant VIEWINGwork. 1.8 DELIVERY, STORAGE, AND HANDLING

1.8.1 Deliver and store materials in original wrappings and containers with manufacturer's DOseals and labels, intact. 1.8.2 Convey and store Products according to manufacturer’s instructions.

124 of 228 114 Spadina Road, Toronto, ON Page 3 of 12 Job No.: T146567RS JOINT SEALANTS – SECTION 07 92 00

1.8.3 Where possible, do not store Products on roof. Only quantity of Product that will be used in one working day may be stored on roof. Insure that products loaded on roof are distributed evenly on the roof surface to avoid overloading roof at one point.

1.8.4 Cover and store Products on elevated platforms, protected from weather, freezing, water, construction activities. Protect from contact with ground or floor.

1.8.5 Remove and replace damaged, wet or broken Products.

1.8.6 Store products (primers, solvents, etc.) away from open flam or ignition source.

1.8.7 See Section 01 61 00 Common Product Requirements

1.9 COORDINATION

1.9.1 Section 01 33 00: Coordinate work.

1.9.2 Coordinate the work with all sections referencing this section.

1.10 ENVIRONMENTAL AND SAFETY REQUIREMENTS

1.10.1 Comply with requirements of Workplace Hazardous Materials Information System (WHMIS) regarding use, handling, storage, COPY and disposal of hazardous materials; and regarding labeling and provision of material safety data sheets acceptable to local Labour regulations.

1.10.2 Conform to manufacturer's recommended temperatures, relative humidity, and substrate moisture content for application and curing of sealants including special conditions governing use.

1.11 WASTE MANAGEMENT AND DISPOSAL 1.11.1 Place materials defined as hazardous or toxic wasteSUBMIT in designated containers. 1.11.2 Ensure emptied containers are sealed and stored safely for disposal away from children.

1.11.3 Dispose of surplus chemical and finishing materials in accordance with federal regulations.

1.11.4 Fold up metal banding, flatten, and place in designated area for recycling.

1.11.5 Use trigger operated spray nozzles for water hoses.

1.11.6 Return solvent and oil soaked rags for contaminant recovery and laundering or for proper disposal. NOT 1.11.7 Use the least toxic sealants, adhesives, sealers, and finishes necessary to comply with VIEWINGthe requirements of this section. 1.11.8 Close and seal tightly all partly used sealant containers and store protected in well ventilated fire-safe area at moderate temperature.

1.11.9 Place used hazardous sealant tubes and other containers in areas designated for DOhazardous materials.

125 of 228 114 Spadina Road, Toronto, ON Page 4 of 12 Job No.: T146567RS JOINT SEALANTS – SECTION 07 92 00

1.12 WARRANTY

1.12.1 Installers Warranty:

1. Original statement on installer’s letterhead in which installer agrees to repair or replace joint sealants that demonstrate deterioration or failure within warranty period specified.

1. Warranty Period: Two (2) years from date of substantial completion.

2. Include coverage for installed sealants and accessories which fail to achieve air tight seal, water tight seal, and exhibit loss of adhesion or cohesion, or do not cure.

1.12.2 Provide manufacturer’s ten (10) year material warranty for installed silicone sealant.

1.12.3 All products to be tested and validated by the Sealant Weatherproofing Restoration Institute (SWRI).

PART 2 - Products 2.1 COMPATIBILITY COPY 2.1.1 All materials in a sealant system shall be compatible with each other, with the substrate and any coating, roofing or waterproofing to be installed. The sealants used with the elastomeric coating, roofing or waterproofing systems must be approved by the respective manufacturer.

2.1.2 Compatibility between components of roofing system is essential. All roofing components including bituminous adhesives, insulation, felts, flashings, accessories and surface coatings which are to be incorporated into the system must be compatible with all specified components. SUBMIT 2.1.3 At the request of the consultant, provide written declaration from the Manufacturer that components/materials to be installed as part of this section are compatible with their substrates, and will not negatively affect performance or void any warranties.

2.2 SEALANT MATERIALS

2.2.1 Sealant compounds must:

1. Meet or exceed all applicable governmental and industrial safety and performance standards. 2. Be manufacturedNOT and transported in such a manner that all steps of the process, including the disposal of waste products arising therefrom, will meet the VIEWINGrequirements of all applicable governmental acts, by laws and regulations. 3. Be accompanied by detailed instructions for proper application so as to minimize health concerns and maximize performance, and information describing proper disposal methods.

4. Sealants shall be compatible with and adhere to the substrates to which they are DOapplied and shall comply with the requirements of ASTM C 1193.

126 of 228 114 Spadina Road, Toronto, ON Page 5 of 12 Job No.: T146567RS JOINT SEALANTS – SECTION 07 92 00

2.2.2 Sealant that emits strong odours, contains toxic chemicals, or is not certified as mould resistant shall not be used in or near air handling units.

2.2.3 Joint widths shall comply with the requirements of ASTM C 1472.

2.3 SEALANT MATERIAL DESIGNATIONS

2.3.1 Bituminous Based (Type B), single component, asphalt compound, elongation capability of 0 to 2 percent of joint width.

2.3.2 Butyl Sealant (Type E): ASTM C920, single component, solvent release, non-skinning, non-sagging, black colour:

1. Elongation Capability 7 to 10 percent

2. Butyl manufactured by Tremco.

2.3.3 Polyurethane Sealant, single component (Type G), CAN/CGSB 19.13, ASTM C-920, Type S, Grade NS, Class 25 chemical curing, non-staining, non-bleeding, non-sagging:

1. Colour: to be selected and approved by the Owner. 2. Elongation Capability: 25 percent COPY 3. Max. joint width: 12 to 36 mm

4. Application Temperature: 4 to 49 degrees C

5. Acceptable Products:

1. Vulkem 116 by Tremco 2. Sikaflex-1A by Sika SUBMIT 3. Masterseal NP1 by BASF

4. Vulkem 45 SSL by Tremco

2.3.4 Polyurethane Sealant, multi component, chemical curing, (Type H), CAN/CGSB 19.24, non-staining, non-bleeding, non-sagging:

1. Colour: to be selected and approved by the Owner.

2. Elongation Capability: 25 percent 3. Max. joint width:NOT 50 mm VIEWING4. Application Temperature: 4 to 49 degrees C 5. Acceptable Products:

1. Dymeric 240FC manufactured by Tremco DO2. THC 900/901 manufactured by Tremco. 2.3.5 Silicone Sealant, single component, solvent curing, (Type I): CAN/CGSB 19.13; non- sagging, non-staining, non-bleeding:

127 of 228 114 Spadina Road, Toronto, ON Page 6 of 12 Job No.: T146567RS JOINT SEALANTS – SECTION 07 92 00

1. Colour: to be selected and approved by the Owner.

2. Elongation Capability: 40 percent

3. Max. joint width: 30 mm

4. Application Temperature: -29 to 71 degrees C

5. Acceptable Products:

1. Proglaze manufactured by Tremco

2.3.6 Silicone Sealant, single component, neutral curing (Type J): CAN/CGSB 19.13, fungus resistant, non-sagging, non-staining, non-bleeding:

1. Colour: to be selected and approved by the Owner.

2. Elongation Capability: 40 percent

3. Max. joint width: 30 mm 4. Application Temperature: -29 to 71 degreesCOPY C 5. Preferred Sealants for Low Dirt Pick-up Applications

1. 756 SMS Silicone Building Sealant, by Dow Corning Corporation

6. Acceptable Products – Exterior Sealant:

1. Spectrum 1 by Tremco, 2. Spectrem 2 by Tremco SUBMIT 3. Tremsil 400 by Tremco

4. DC 795 Silicone Building Sealant, by Dow Corning Corporation

5. DC 790 Silicone Building Sealant, by Dow Corning Corporation

6. DC 791 Silicone Weatherproofing Sealant by Dow Corning Corporation

7. DC 756 SMS Silicone Building Sealant

8. DC Contractors Weatheproofing Sealant (CWS) by Dow Corning CorporationNOT 9. Contractors Concrete Sealant (CCS), by Dow Corning Corporation VIEWING7. Acceptable Products - Interior Sealant: 1. Contractors Weatherproofing Sealant (CWS) by Dow Corning Corporation. DO2. Tremsil 400 by Tremco 3. Dymonic 100 by Tremco (paintable)

128 of 228 114 Spadina Road, Toronto, ON Page 7 of 12 Job No.: T146567RS JOINT SEALANTS – SECTION 07 92 00

2.3.7 Silicone Sealant, single component, acidic curing, fungus resistant, (Type K): CAN/CGSB 19.13, non-sagging, non-staining, non-bleeding:

1. Colour: to be selected and approved by the Owner.

2. Elongation Capability: 40 percent

3. Max. joint width: 30 mm

4. Application Temperature: -29 to 71 degrees C

5. Acceptable Products:

1. DC 786 by Dow Corning Corporation

2. DC Tile and Ceramic by Dow Corning Corporation

3. Tremsil 200 by Tremco

2.3.8 High Temperature Silicone (Type L), single component: 1. TremPro 644 manufactured by TremcoCOPY 2. Hi-Temp Sealant Red manufactured by Dow Corning

3. Sikasil-GP manufactured by Sika

2.3.9 Pre-formed Silicone Seal: Preformed, ultra-low modulus silicone extrusion for bonding to substrates with silicone sealant:

1. Dow Corning 123 Silicone Seal, as manufactured by Dow Corning Corporation or approved equivalent. SUBMIT 2. Tremco Simple Seal

2.3.10 Elastomeric silicone sealant, single component, neutral-cure, Low Dirt Pick-up, Non- Staining, Medium-modulus, pre-pigmented; Compliance: Sealant shall meet or exceed requirements of ASTM C920, Type S, Grade NS, Class 50, Use NT, G, M, A, and O and ASTM C 1248.

1. Dow Corning 756 SMS Building Sealant, as manufactured by Dow Corning Corporation.

2. Tremco Spectrem 3, as manufactured by Tremco

2.3.11 Air/Weatherbarrier SealantNOT - Caulking to polyethylene face membranes:

1. Dow Corning 758 Weather barrier Sealant or Dow Corning 756 SMS Silicone VIEWINGBuilding Sealant

2. Spectrem 1 by Tremco

2.3.12 A preformed, pre-compressed polyurethane foam sealant impregnated with an acrylic - DObased flame resistant and weatherproofing resin. 1. The product is non-drying, non-shrinking, and self-expanding. The seal material is typically open cell, and supplied in stick or roll form.

129 of 228 114 Spadina Road, Toronto, ON Page 8 of 12 Job No.: T146567RS JOINT SEALANTS – SECTION 07 92 00

2. Material to be supplied in roll format. Rolls shall be used when joint designs are less than 3” in width (from substrate to substrate). Stick form material shall be used when joint design exceeds 3”. Both material designs have a pressure sensitive adhesive on one flank of the joint filling material.

3. Material shall be Illmod 600, manufactured by Tremco Global Sealants Division Inc., 1-800-321-7906, www.Tremcosealants.com .

2.4 ACCESSORIES

2.4.1 Primer:

1. Non-corrosive and non-staining type, compatible with joint forming materials and sealant. Primer as recommended by sealant manufacturer.

2.4.2 Joint Cleaner: Non corrosive and non-staining type, recommended by sealant manufacturer; compatible with joint forming materials.

1. Isopropyl Alcohol (recommended)

2. Do not use: Xylol, Xylene, Toluene, Butanone 3. All substrate materials shall be cleanedCOPY with compatible cleaners. 2.4.3 Sealant Joint Backing (Backer Rods):

1. ASTM C1330; round, closed cell polyethylene foam rod; oversized 25 to 50 percent larger than joint width;

2. Joint backing shall be used at butt-joints to control depth of joint to the recommended thickness of sealant and to prevent three-sided adhesion without affecting the overall performance of the in-situSUBMIT sealant. 3. Backer rods shall be made of material suitable for this application and shall be compatible with the cleaners, primers, and sealants.

4. Backer rods shall be easily compressible and 25 to 50% larger in diameter than the joint in which they will be used, to ensure that they remain under continuous compression once installed into the joint. The installation shall be carried out without causing damage to the substrates.

5. Acceptable Products:

1. Good: ITP Standard Backer Rod manufactured by Industrial Thermo PolymersNOT Limited. 2. Better: ITP Soft Type Backer Rod manufactured by Industrial Thermo VIEWINGPolymers Limited. 2.4.4 Bond Breaker:

1. Where the joint prevents the use of a conventional backer rod, a bond-breaker tape shall be installed to prevent three-sided adhesion. Bond-breaker tape shall DOhave one surface that is pressure sensitive and one surface that does not bond to the sealant.

130 of 228 114 Spadina Road, Toronto, ON Page 9 of 12 Job No.: T146567RS JOINT SEALANTS – SECTION 07 92 00

2. Polyethylene bond breaker tape, as recommended by sealant manufacturer to suit application.

2.4.5 Void Filler:

1. Glass fiber insulation with a normal density of 14 kg/m3. Sized for 25% compression.

PART 3 - Execution

3.1 EXAMINATION

3.1.1 Before commencing work, verify that joint configuration and surfaces have been provided as specified under the work of other sections to meet intent of sealant specification, that joint conditions will not adversely affect execution, performance, or quality of completed work, and that they can be put into acceptable condition by means of preparation specified in this section. Verify site conditions together with manufacturer's representative of the sealant to be applied.

3.1.2 Inspect existing conditions and substrates upon which work of this section is dependent. Report to the Consultant in writing any defects or discrepancies. Commencement of work implies acceptance of existing conditions and assuming full responsibility for the finished condition of the work. COPY

3.1.3 Ascertain that sealers applied to sealant substrates are compatible with the sealant used and that full bond between sealant and substrate is attained. Request samples of the sealed or coated substrate from their fabricators for testing of compatibility and bond if necessary.

3.1.4 Inspect sealant configuration for width and depth. Depth of joint should be 1/2 joint width with a minimum depth of 6 mm (1/4”) and a maximum depth of 13 mm (1/2”) unless specified otherwise. For fillet joints, a minimum of 6SUBMIT mm (1/4”) adhesion between sealant and substrate must be achieved on both sides of the joint unless specified otherwise.

3.1.5 Defective work resulting from application to unsatisfactory joint conditions will be considered the responsibility of those performing the work of this section.

3.2 PROTECTION

3.2.1 Protect existing facades from staining or contamination.

3.2.2 Protect public from falling debris during installation.

3.2.3 At end of each day's work or when stoppage occurs due to inclement weather, provide protection for completedNOT work and materials out of storage. At no time shall unsealed joints be left open. If protection is required, then the entire drop/bay shall be adequately VIEWINGprotected. 3.3 SURFACE PREPARATION

3.3.1 Prepare surfaces in accordance with manufacturer's directions.

3.3.2 Before any sealant repairs are made, the type of existing sealant shall be determined. If DOuncertain as to type, a sealant manufacturer technical representative shall be contacted to confirm type. Only sealant compatible with the existing shall be installed as part of

131 of 228 114 Spadina Road, Toronto, ON Page 10 of 12 Job No.: T146567RS JOINT SEALANTS – SECTION 07 92 00

repairs. Polyurethane based sealants are not to be applied over existing silicone sealants.

3.3.3 Where existing, remove sealant completely. In no case shall new sealant be applied over old. In addition:

1. Remove existing sealants, dust, oil, grease, oxidation, mill scale, coatings and all other loose material by cutting, brushing, scrubbing, scraping and/or grinding. In no case, however, shall components be damaged during surface preparation.

2. Clean substrates with the recommended solvent cleaner. Apply solvent with a clean cloth, pad or soft paper towel. The applicator cloth or towel shall not leave fiber residue on the substrate surface. The surface should be wiped clean and dried with a second clean cloth to ensure removal of contaminants. If substrate surfaces is still not clean, repeat procedures as needed. Change cloths frequently to prevent depositing contaminants from the cloth onto the substrate surface.

3. Use method of surface preparation suitable for substrate, as recommended by sealant manufacturer and that does not damage existing finishes. 3.3.4 Examine joint sizes and conditions to establishCOPY correct depth to width relationship for installation of backup materials and sealants.

3.3.5 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.

3.3.6 Ensure joint surfaces are dry and frost free.

3.3.7 At crack locations to be sealed at the sill locations, use a concrete router to create a minimum 10 x 15 mm (3/8” x 5/8”) deep groove.SUBMIT Saw-cutting is not an acceptable alternative.

3.3.8 Remove loose particles present or resulting from routing by sweeping particles out with a dry brush, blowing out joints with oil free compressed air or by vacuuming joints prior to solvent cleaning.

3.3.9 Ensure drain holes in window frames are unobstructed and remove blocked drain holes.

3.4 PRIMING

3.4.1 Where necessary to prevent staining or for neat appearance, mask adjacent surfaces prior to priming and caulking.NOT 3.4.2 Prime sides of joints in accordance with sealant manufacturer's instructions immediately VIEWINGprior to caulking. 3.4.3 Use only the primer approved by the sealant manufacturer for the particular installation, applying in strict accordance with the manufacturers printed recommendations.

3.4.4 Always pour primers onto the rag or brush, do not dip the rag or brush into the container. 3.4.5 DO Prime only as much area that can be packed and caulked in a single day.

132 of 228 114 Spadina Road, Toronto, ON Page 11 of 12 Job No.: T146567RS JOINT SEALANTS – SECTION 07 92 00

3.4.6 Do not apply excess primer, and apply primer only to areas which it will be contacted by sealant.

3.5 BACKUP MATERIAL

3.5.1 Apply bond breaker tape where the installation of backer rod is not possible, three point adhesion needs to be eliminated or the throat to width ratio needs to be created as per manufacturers recommendations.

3.5.2 When using backing material comprised of tubular or rod stock, avoid lengthwise stretching of the material. Do not twist or braid backer material.

3.5.3 Provide a stiff blunt-surfaced wood or plastic installation tool, having shoulders designed to ride on the finished surface and a protrusion of the required dimensions to assure a uniform depth of backup material below the sealant. Do not puncture the exterior skin or surface of the backer material. A screwdriver is prohibited for use on this project.

3.5.4 Using the approved tool, smoothly and uniformly place the backup material to the depth indicated on the drawings or otherwise required, compressing the backer material 25% to 33% and securing a positive fit.

3.5.5 Install backing material to a depth to provide a caulked joint meeting the depth requirement as set out in the sealant manufacturer'sCOPY specifications. 3.6 MIXING

3.6.1 Mix materials in strict accordance with sealant manufacturer's instructions.

3.7 APPLICATION

3.7.1 Sealant: 1. Apply sealant in accordance with manufacturer'sSUBMIT written instructions. 2. Mask edges of joint where irregular surface or sensitive joint border exist to provide neat joint.

3. Apply sealant in continuous beads.

4. Apply sealant using gun with proper size nozzle.

5. Ensure that the new sealant is adhered to substrates a minimum of 6 to 10 mm at each side of joint. 6. Use sufficientNOT pressure to fill voids and joints solid. 7. Form surface of sealant with full bead, smooth, free from ridges, wrinkles, sags, VIEWINGair pockets, embedded impurities. 8. Tool exposed surfaces before skinning begins to give slightly concave shape. Tooling to be performed by proper metal or wood tool. Finger tooling joints will not be accepted. DO9. Remove excess compound promptly as work progresses and upon completion. 3.7.2 Preformed Silicone Seal:

133 of 228 114 Spadina Road, Toronto, ON Page 12 of 12 Job No.: T146567RS JOINT SEALANTS – SECTION 07 92 00

1. Masking: Apply masking tape outlining area where silicone seal will be applied.

2. Sealant: Apply bead of silicone sealant on each side of joint and 6 mm inside masking tape.

3. Applied bead diameter: 3 mm

4. Minimum bonding area: 9 mm

5. Silicone seal: Within 10 minutes of sealant application, press silicone extrusion into wet sealant. Apply consistent pressure with roller to ensure uniform contact with 9 mm minimum bonding area.

6. Apply or tool fillet bead on up slope edge of seal.

7. Complete horizontal joints prior to vertical joints. Lap vertical seal over seal on horizontal joint.

8. At joint ends, cut extrusion with razor knife.

9. Cleaning: Remove masking tape and excess sealant. 3.7.3 Curing: COPY 1. Cure sealants in accordance with sealant manufacturer's instructions.

2. Do not cover up sealants until proper curing has taken place.

3.8 CLEANING

3.8.1 Clean adjacent surfaces immediately and leave work neat and clean. 3.8.2 Remove excess and droppings, using recommendedSUBMIT cleaners as work progresses. 3.8.3 Remove masking tape after initial set of sealant.

END OF SECTION

NOT VIEWING DO

134 of 228 114 Spadina Road, Toronto, ON Page 1 of 8 Job No.: T146567RS PAINTING – SECTION 09 91 00

PART 1 - General

1.1 SECTION INCLUDES

1.1.1 Surface preparation and field application of paints and coatings.

1.1.2 Provide and maintain all required protection for paint application for duration of the work.

1.1.3 Perform daily and final clean-up of the work area and surrounding areas and site.

1.1.4 All work shall be performed in accordance with manufacturer recommendations and good building practice.

1.1.5 Scheduling of the work shall be discussed with, and be subject to the approval of the Owner.

1.1.6 Work shall be executed to the highest standards of workmanship in the industry, by fully trained applicators in strict accordance with the printed directions of the manufacturer of paint to be used.

1.2 RELATED SECTIONS 1.2.1 Section 01 11 00 – Summary of Work COPY 1.3 REFERENCES

1.3.1 NACE (National Association of Corrosion Engineers) – Industrial Maintenance Painting.

1.3.2 MPI (Master Painters Institute) – Specifications Manual.

1.3.3 SSPC (The Society for Protective Coatings) (formerly SSPC – Steel Structures Painting Council), Steel Structures Painting Manual. SUBMIT 1.4 SUBMITTALS

1.4.1 Section 01 33 00: Submission procedures.

1.4.2 Product Data: Provide data on all finishing products.

1.4.3 Samples: Submit two samples, 203 x 203 mm (8” x 8”) in size illustrating selected colours and textures for each colour selected.

1.4.4 Manufacturer's Instructions: Indicate special surface preparation procedures, substrate conditions requiring special attention. 1.5 QUALIFICATIONS NOT

1.5.1 Manufacturer: Company specializing in manufacturing the Products specified in this VIEWINGsection with minimum three years documented experience.

1.5.2 Applicator: Company specializing in performing the work of this section with minimum five (5) years documented experience. 1.6 FIELD DOSAMPLES 1.6.1 Provide field sample of paint.

135 of 228 114 Spadina Road, Toronto, ON Page 2 of 8 Job No.: T146567RS PAINTING – SECTION 09 91 00

1.6.2 Provide field sample panel, illustrating special coating colour, texture, and finish.

1.6.3 Locate where directed by the Consultant.

1.6.4 Accepted sample may remain as part of the Work.

1.7 DELIVERY, STORAGE, AND HANDLING

1.7.1 Deliver materials in the original containers with the seals unbroken and labels intact and with the Manufacturer’s instructions imprinted thereon. Store in area in accordance with manufacturer’s MSDS.

1.7.2 Store all materials used on the job in a single place designated by the Owner or Consultant. Such a storage place shall be kept neat and clean and all damage thereto or its surroundings shall be made good. Soiled or used rags, waste and trash must be removed from the building every night and every precaution taken to avoid the danger of fire.

1.7.3 Store all materials on protected from weather and construction activity.

1.7.4 All painting material shall be stored in a clean, dry, well-ventilated place, protected from sparks, flame, direct rays of the sun, and excessive heat or cold. The Contractor shall be solely responsible for the protection and safetyCOPY of the materials stored at the job site. 1.7.5 Take necessary precautions against fire and spontaneous combustion. Provide warning signs where toxic materials and explosive solvents are used. Provide CO2 fire extinguisher of minimum 9 kg (20 lbs.) capacity in storage area while materials are stored within.

1.7.6 Ensure that health and fire regulations are complied with in storage areas. 1.8 ENVIRONMENTAL REQUIREMENTS SUBMIT 1.8.1 Paint shall not be prepared for use when either the ambient temperature, the object to be painted, or the temperature of the paint is below 10°C (50°F) without consultation with the Consultant and paint manufacturer.

1.8.2 The Contractor shall be responsible for keeping trash and debris from collecting or being spread across the job site during the course of the job. Oil and solvent soaked rags shall not be allowed to accumulate and they shall be removed from the job site on a daily basis.

1.8.3 Apply paint at air and substrate temperatures not less than the minimum recommended by the Manufacturer. NOT 1.8.4 Do not apply paint finishes in areas where dust is being generated. VIEWING1.8.5 Do not paint in unclean or improperly ventilated areas. 1.9 EXTRA MATERIALS

1.9.1 Provide 4L (1 gallon) of each colour to Owner. 1.9.2 DO Label each container with colour, type, texture, and locations, in addition to the manufacturer's label.

136 of 228 114 Spadina Road, Toronto, ON Page 3 of 8 Job No.: T146567RS PAINTING – SECTION 09 91 00

1.10 QUALITY OBSERVATION ASSURANCE

1.10.1 The Consultant will examine and monitor the construction proceedings including surface preparation and coating application on behalf of the owner. As part of the construction review, the Consultant shall report deficiencies and/or deviations from the Specification and accepted good construction practice.

1.10.2 Dry Film Thickness (DFT) of coating can be measured by electronic gauge. Wet Film Thickness (WFT) is specified to measure coating thickness on non-ferrous surfaces such as wood, concrete block and similar surfaces. 1 mil = 25 Fm.

1.10.3 The paint manufacturer’s Technical Representative will be required to visit the site to review the surface preparation and paint application to ensure conformance to manufacturer standards and warranty provisions.

1.10.4 Should testing and/or construction review indicate deficiencies, they shall be rectified, at the Contractor’s expense.

1.10.5 Any work that is found to be sub-standard is to be removed and replaced at no cost to the Owner. The Contractor is to assist with the field review and testing as directed. 1.11 WARRANTY COPY 1.11.1 The contractor shall warranty that the coating application will be free from defects related to workmanship or material deficiency for a period of five (5) years from the date of completion of the project. The following shall be covered under the warranty:

1. cracking, peeling or debonding of the paint from the substrate;

2. coating discolouration or staining;

1.11.2 Any repair required under the warranty will be carried out in accordance with the recommendations of the engineer. SUBMIT PART 2 - Products

2.1 MATERIALS

2.1.1 Aluminum Fabrications:

1. Primer: Acrylic emulsion for exterior application, Acrylic Undercoat M0271-00 by Micca Metal Inc. or approved equivalent.

2. Finish Coat: Single component, water-based polyurethane-acrylic coating, PolyurethaneNOT Acrylic Finish M2500-00 by Micca Metal Inc. Two (2) coats, minimum dry film thickness of 4 mils. VIEWING2.1.2 Galvanized Steel and Metal Fabrications: 1. Primer: Amercoat Amerlock 2 High Solids Epoxy by PPG Architectural Coatings – minimum dry film thickness of 4 mils.

2. Finish Coat: Amercoat 450H Floss Acrylic Aliphatic Polyurethane Topcoat by DOPPG Architectural Coatings. Two (2) coats, minimum dry film thickness of 2 mils per coat. Colour to match existing and be approved by the Owner. Several different paint colours may be selected.

137 of 228 114 Spadina Road, Toronto, ON Page 4 of 8 Job No.: T146567RS PAINTING – SECTION 09 91 00

2.1.3 Structural Steel and Metal Fabrications:

1. Prime Coat: Devguard 4360 Metal Primer by PPG Architectural Coatings

2. Finish Coat: Devguard 4308H Alkyd Industrial Enamel by PPG Architectural Coatings

2.1.4 Cleaning Materials for Surfaces to Receive Paint: Water, clear and free of deleterious substances

2.1.5 Coatings: Ready mixed. Process pigments to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating; good flow and brushing properties; capable of drying or curing free of streaks or sags.

2.1.6 Accessory Materials: Linseed oil, shellac, turpentine, paint thinners and other materials not specifically indicated but required to achieve the finishes specified, of commercial quality.

2.2 COLOURS

2.2.1 Submit Colour Schedule of chosen Manufacturer to Consultant. 2.2.2 Selection of colours will be from manufacturer’sCOPY full range of colours. 2.2.3 Where specific products are available in a restricted range of colours, selection will be based on the limited range.

2.3 MIXING AND TINTING

2.3.1 Perform colour tinting operations prior to delivery of paint to site.

2.3.2 Paste, powder or catalyzed paint mixes shall be mixed in strict accordance with manufacturer's written instructions. SUBMIT 2.3.3 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.

2.3.4 Thin paint for spraying 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.

2.3.5 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 NOT 2.4.1 Gloss/Sheen level ratings of painted surfaces shall be as chosen by the Owner from the VIEWINGpaint charts supplied by Contactor of chosen Manufacturer. 2.5 APPLICATION EQUIPMENT

2.5.1 Application equipment shall be adequate for the work and workmanship specified herein. DO

138 of 228 114 Spadina Road, Toronto, ON Page 5 of 8 Job No.: T146567RS PAINTING – SECTION 09 91 00

PART 3 - Execution

3.1 WORKMANSHIP

3.1.1 Apply by brush. The application of coating by sprayer may be considered at the Consultant’s discretion.

3.1.2 Apply materials under adequate illumination, evenly spread and flowed-on smoothly to avoid runs, sags, holidays, brush marks, air bubbles and excessive roller stipple.

3.1.3 Ensure complete coverage and hide. When colour, stain, dirt or undercoats show through final coat, the surface shall be covered by additional coats until the paint film is uniform in colour, finish and coverage at no additional cost to the Owner.

3.1.4 Catalysts, thinners and other additives shall be used only as recommended by the coating manufacturer.

3.1.5 The use of paint thinners shall be avoided and used only when absolutely necessary. In the event a thinner is necessary, only the paint Manufacturer’s thinner shall be used in the amounts prescribed. Substitutions are prohibited unless approved in writing by the paint manufacturer. 3.1.6 Paint additives are prohibited and may be usedCOPY only with the written approval of the owner or his agent.

3.2 EXAMINATION

3.2.1 Verify site conditions.

3.2.2 Examine surfaces to receive paint finishes and report to the Consultant in writing all defects which cannot be corrected by the procedures specified in paragraph 3.3, before starting work. SUBMIT 3.2.3 Examine work or other trades for defects and discrepancies and report them to the consultant/owner in writing. Do not proceed with work until surfaces are satisfactory.

3.2.4 Do work only when surfaces and conditions are satisfactory for production of quality work. Report to Consultant in writing any surfaces which are found to be unsatisfactory. Commencement of work shall imply acceptance of substrate surfaces.

3.2.5 Ensure temperature of surfaces to be finished is between 10 and 30°C (50 and 90°F) and surfaces are dry and free of dirt, grease or other contaminants that may affect applied finish. 3.2.6 If substrate is steel, doNOT not apply coatings over moisture or when surface temperature is at least 3°C (5°F) above dew point. VIEWING3.2.7 Commencement of work in a specific area shall be construed as acceptance of the surfaces.

3.3 PROTECTION

3.3.1 Provide drop cloths or adequate plastic sheets to protect floors and surfaces in areas DOassigned for storage and mixing of paints.

139 of 228 114 Spadina Road, Toronto, ON Page 6 of 8 Job No.: T146567RS PAINTING – SECTION 09 91 00

3.3.2 Protect adjacent areas at all times by suitable covering or other method during progress of work. Use sufficient drop cloths and protective coverings for full protection of all adjacent components of building which do not require painting. Contractor shall remove all protective materials at the completion of the job. Clean any components that are paint spotted or soiled. The Contractor shall be responsible for adequately protecting all property from damage due to paint overspray.

3.3.3 Keep waste rags in covered metal drums containing water and remove from building at end of each day.

3.3.4 Prohibit traffic from areas where painting is being carried out and until paint is cured. Post a “wet paint” or other warning signage during and on completion of work.

3.3.5 When handling solvent coating materials, wear approved vapour/particulate respirator as protection from vapours. Dust respirators do not provide protection from vapours.

3.4 PREPARATION

3.4.1 Remove or mask electrical plates, hardware, light fixture trim, escutcheons, and fittings prior to preparing surfaces or finishing.

3.4.2 Correct defects and clean surfaces which affect work of this section. Remove existing coatings that exhibit loose surface defects. COPY

3.4.3 Concrete and Unit Masonry Surfaces Scheduled to Receive Paint Finish: Remove dirt, loose mortar, scale, salt or alkali powder, and other foreign matter. Remove oil and grease with a solution of tri sodium phosphate; rinse well and allow to dry. Remove stains caused by weathering of corroding metals with a solution of sodium metasilicate after thoroughly wetting with water or power washing. Allow to dry.

3.4.4 Uncoated Steel and Iron Surfaces: Remove grease, mill scale, weld splatter, dirt, and rust. Where heavy coatings of scale are evident,SUBMIT remove by wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Spot prime paint after repairs.

3.4.5 Shop Primed Steel Surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. Prime metal items including shop primed items.

3.4.6 Metal Doors Scheduled for Painting: Seal top and bottom edges with primer.

3.5 APPLICATION

3.5.1 Method of applicationNOT to be as approved by Consultant. Apply paint by brush, roller or airless sprayer. Conform to manufacturer's application instructions unless specified VIEWINGotherwise. 3.5.2 Brush and Roller Application:

1. Apply paint in a uniform layer using brush and/or roller of types suitable for application. DO2. Work paint into cracks, crevices and corners.

140 of 228 114 Spadina Road, Toronto, ON Page 7 of 8 Job No.: T146567RS PAINTING – SECTION 09 91 00

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.

3.5.3 Spray Application:

1. Provide and maintain equipment that is suitable for intended purpose, capable of properly atomizing paint to be applied, and equipped with suitable pressure regulators and gauges.

2. Keep paint ingredients properly mixed in containers during paint application either by continuous mechanical agitation or by intermittent agitation as frequently as necessary.

3. Apply paint in a uniform layer, with overlapping at edges of spray pattern. 4. Brush out immediately runs and sags.COPY 5. Use brushes to work paint into cracks, crevices and places which are not adequately painted by spray.

3.5.4 Use dipping, sheepskins or daubers only when no other method is practical in places of difficult access and only when specifically authorized by Consultant.

3.5.5 Apply coats of paint as a continuous film of uniform thickness. Repaint thin spots or bare areas before next coat of paint is applied. 3.5.6 Allow surfaces to dry and properly cure after cleaningSUBMIT and between subsequent coats for minimum time period as recommended by manufacturer.

3.5.7 Sand and dust between coats to remove visible defects.

3.5.8 Finish surfaces both above and below sight lines as specified for surrounding surfaces, including such surfaces as projecting ledges.

3.6 PAINT APPLICATION – METAL SURFACES

3.6.1 Clean and remove all corroded metal, deteriorated paint, and unsightly materials from exposed sections of structural steel, making use of suitable wire wheels and grinders. Care must be taken NOT to ensure that damage to adjacent sound materials and surfaces does not occur. VIEWING3.6.2 Repair steel sections as directed by the Consultant. 3.6.3 Paint all steel surfaces following completion of the cleaning of the structural steel.

3.6.4 Prepare all surfaces to receive paint, in accordance with the paint manufacturer's written DOinstructions. 3.6.5 Brush and/or roll on one (1) coat of primer to bare steel, including all welds.

141 of 228 114 Spadina Road, Toronto, ON Page 8 of 8 Job No.: T146567RS PAINTING – SECTION 09 91 00

3.6.6 Subsequent to sufficient curing of the primer coat, as governed by the manufacturer's recommendations, apply two (2) coats of exterior overcoat by brush and/or roller.

3.6.7 All applications of primer and overcoat materials shall be spread over not more than thirty (30) square metres per four (4) litres of material.

3.6.8 All materials shall be applied only at a temperature of 10oC or greater, and under dry conditions and always in accordance with the manufacturer's instructions.

3.6.9 Take all necessary precautions to prevent paint from dripping or smearing onto adjacent surfaces. Promptly clean droppings or smears from surfaces not requiring paint.

3.7 FIELD QUALITY CONTROL

3.7.1 Field inspection of exterior painting operations to be carried out by Consultant.

3.7.2 Advise Consultant when each surface and applied coating is ready for inspection. Do not proceed with subsequent coats until previous coat has been approved.

3.7.3 Provide access to areas of work for inspection.

3.7.4 Adhesion testing of the sample panels may be performed following the required curing period. COPY 3.8 RESTORATION

3.8.1 Clean and re-install all hardware items removed before undertaken painting operations.

3.8.2 Remove protective coverings and warning signs as soon as practical after operations cease.

3.8.3 Remove paint splashings on exposed surfaces that were not painted. Remove smears and spatter immediately as operations progress, usingSUBMIT compatible solvent. 3.8.4 Protect freshly completed surfaces from paint droppings and dust to approval of Consultant. Avoid scuffing newly applied paint.

3.8.5 Restore areas used for storage, cleaning, mixing and handling of paint to clean condition as approved by Consultant.

3.9 CLEANING

3.9.1 Collect waste material which may constitute a fire hazard, place in closed metal containers and removeNOT daily from site.

END OF SECTION VIEWING DO

142 of 228

July 14, 2011

City of Toronto, Facilities Management Email: [email protected] Metro Hall 55 John Street, 2nd Floor Toronto Ontario M5V 3C6

Attention: Meaghan Aldcroft Environmental Coordinator

Re: 52 Division Roof Replacement, PNC-11-005 75 Eglinton Avenue West, Toronto, Ontario Pinchin File Number 68547 COPY Pinchin Environmental Ltd. was retained by the City of Toronto (Client) to conduct a limited hazardous materials assessment of roofing materials located at 75 Eglinton Avenue West in Toronto, Ontario. This assessment was performed as a pre-requisite for the roof replacement project. The assessment was performed by Thong Nguyen of Pinchin onSUBMIT June 15, 2011. Findings

Asbestos

Roofing

The roof system consists of a sub-roof substrate, rubberized waterproofing membrane, insulation, and a stone ballast. This type of roNOTof system does not contain asbestos. Caulking

Non-asbestosVIEWING caulking is present on roof details and the skylight (Samples 2011-06-0001A-C and 2011-06-0002A-C) Lead DO Lead was detected in paints on block walls in concentration of 0.041% (Sample L001).

2470 MILLTOWER COURT, MISSISSAUGA, ONTARIO L5N 7W5 PHONE: (905) 363-0678 FAX: (905) 363-0681 ENVIRONMENTAL HEALTH & SAFETY MANAGEMENT SERVICES FROM OFFICES ACROSS CANADA www.pinchin.com  1-888-767-3330 143 of 228 53 Division Roof Replacement, PNC-11-005 75 Eglinton Avenue West, Toronto, Ontario July 14, 2011 City of Toronto, Facilities Management Pinchin File: 68547

Silica

Free crystalline silica (common construction sand) will be is present in concrete, mortar, brick, masonry, ceramics, granite, slate, stone, asphalt, etc., where present in the building.

Polychlorinated Biphenyls (PCBs)

PCBs detected in exterior caulking in concentrations of <0.5 mg/kg (Samples PCB01 and PCB02). Caulking contains less then 50 PPM of PCBs and does not constitute a PCBs material.

Recommendations

Asbestos

No asbestos remedial work is required Lead COPY Sample results show regular demolition and or renovation work with hand tools will not create a lead hazard.

Silica

Construction disturbance of silica-containing products may result in excessive exposures to airborne silica, especially if performed indoors and dry. Cutting,SUBMIT grinding, drilling or demolition of materials containing silica should be completed only with proper respiratory protection and other worker safety precautions as outlined in the Ministry of Labour Guideline – Silica on Construction Projects, 2004.

Polychlorinated Biphenyls (PCBs) No PCBs remedial work is requiredNOT Limitations ThisVIEWING report details the hazardous building materials found within or forming part of the building . The assessment only included inspections of the structure and finishes, including mechanical equipment. The assessment did not include inspection of current or past owner or occupant articles within the building (i.e. process materials or equipment, portable equipment, curriculum items,DO etc.) and does not report on possible contaminants in the soil and groundwater

© Pinchin Environmental Ltd. Page 2 144 of 228 53 Division Roof Replacement, PNC-11-005 75 Eglinton Avenue West, Toronto, Ontario July 14, 2011 City of Toronto, Facilities Management Pinchin File: 68547

of the site, underground storage tanks, buried piping, inside drums, vessels, production equipment, or in areas not accessed by the surveyor.

The work performed by Pinchin was conducted in accordance with generally accepted engineering or scientific practices current in this geographical area at the time the work was performed. The Client acknowledges that subsurface and concealed conditions may vary from those encountered or inspected. Pinchin can only comment on the environmental conditions observed on the date(s) the assessment is performed. The work is limited to those materials or areas of concern identified by the Client or outlined in our proposal. Other areas of concern may exist but were not investigated within the scope of this assignment.

Pinchin makes no other representations whatsoever, including those concerning the legal significance of its findings, or as to other legal matters touched on in this report, including, but not limited to, ownership of any property, or the application of any law to the facts set forth herein. With respect to regulatory compliance issues, regulatory statutes are subject to interpretations and these interpretations may change COPYover time and we undertake no, and expressly disclaim, obligation to advise the Client of such change. Pinchin accepts no responsibility for consequential financial effects on transactions or property values, or requirements for follow-up actions and costs.

No warranty is either expressed or implied, or intended by this agreement or by furnishing oral or written reports or findings. The liability of Pinchin or our officers, directors, shareholders or staff will be limited to the lesser of the fees paid or actual SUBMITdamages incurred by the Client. Pinchin will not be responsible for any consequential or indirect damages. Pinchin will only be liable for damages resulting from negligence of Pinchin. Pinchin will not be liable for any losses or damage if client has failed, within a period of (2) years following the date upon which the claim is discovered within the meaning of the Limitations Act, 2002 (Ontario), to commence legal proceedings against Consultant to recover such losses or damage.

Information provided by Pinchin is intended for Client use only. Pinchin will not provide results or information to any party otherNOT than the Client, unless the Client, in writing, requests information to be provided to a third party or unless disclosure by Pinchin is required by law. UnlessVIEWING consented to by Pinchin, which consent may be reasonably and/or arbitrarily withheld, any use by a third party, of reports or documents authored by Pinchin, or any reliance by a third party on or decisions made by a third party based on the findings described in said documents, is the sole responsibility of such third parties. Pinchin accepts no responsibility for damages suffered by anyDO third party as a result of decisions made or actions conducted by any party.

© Pinchin Environmental Ltd. Page 3 145 of 228 53 Division Roof Replacement, PNC-11-005 75 Eglinton Avenue West, Toronto, Ontario July 14, 2011 City of Toronto, Facilities Management Pinchin File: 68547

Should you have any questions, please contact Thong Nguyen at (905) 363-1424.

Yours Truly,

Pinchin Environmental Ltd.

Prepared by: Reviewed by:

Original signed by... Original signed by...

per: Thong Nguyen per: Mark Stroombergen, A.Sc.T., EP Senior Project Technologist Operations Manager Hazardous Materials Group Hazardous Materials Group [email protected] [email protected] COPY Encl.: Bulk Sample Results

J:\68000s\68547\Reports\68547 Letter - 52 Division Roof Replacement, 75 Eglinton Avenue West, Toronto.docx

SUBMIT

NOT VIEWING DO

© Pinchin Environmental Ltd. Page 4 146 of 228 Bulk Asbestos Analysis By Polarized Light Microscopy EPA Method: 600/R-93/116 and 600/M4-82-020

Customer: Pinchin Environmental Ltd Attn: Thong Nguyen Lab Order ID: 1108602 2470 Milltower Court Jeff Lainsbury Analysis ID: 1108602PLM Mississauga, ONT L5N 7W5 Date Received: 6/20/2011

Project: City of Toronto 53 Division Date Reported: 6/22/2011

Sample ID Description Asbestos Fibrous Non-Fibrous Attributes Lab Sample ID Lab Notes Components Components Treatment

Caulking-roof top details 100% Other Brown 2011-06- Non Fibrous 0001-A None Detected Heterogeneous

1108602PLM_1 Dissolved

Caulking-roof top details 100% Other Brown 2011-06- Non Fibrous 0001-B None Detected Heterogeneous 1108602PLM_2 COPYDissolved Caulking-roof top details 100% Other Brown 2011-06- Non Fibrous 0001-C None Detected Heterogeneous

1108602PLM_3 Dissolved

Caulking-skylight 100% Other Brown 2011-06- Non Fibrous 0002-A None Detected Heterogeneous 1108602PLM_4 SUBMITAshed Caulking-skylight 100% Other Brown 2011-06- Non Fibrous 0002-B None Detected Heterogeneous

1108602PLM_5 Ashed

Caulking-skylight 100% Other Brown 2011-06- Non Fibrous 0002-C None Detected Heterogeneous 1108602PLM_6 NOT Ashed VIEWING

Disclaimer: Due to the nature of the EPA 600 method, asbestos may not be detected in samples containing low levels of asbestos. We strongly recommended that analysis of floor tiles, vermiculite, and/or heterogeneous soil samples be conductedDO by TEM for confirmation of “None Detected” by PLM. This report relates only to the samples tested and may not be reproduced, except in full, without the written approval of SAI. This report may not be used by the client to claim product endorsement by NVLAP or any other agency of the U.S. government. Estimated MDL is 0.1%. Byron Stroble (6)

Analyst Nathaniel Durham, MS or Approved Signatory Scientific Analytical Institute, Inc. 302-L Pomona Dr. Greensboro, NC 27407 (336) 292-3888 Page 1 of 1 147 of 228 COPY SUBMIT

NOT VIEWING DO

148 of 228 Analysis for Lead Concentration in Paint Chips by Flame Atomic Absorption Spectroscopy EPA SW-846 3rd Ed. Method No. 3050B/Method No. 7420

Customer: Pinchin Environmental Ltd Attn: Thong Nguyen Lab Order ID: 1108603 2470 Milltower Court Analysis ID: 1108603_PBP Mississauga ONT L5N 7W5 Date Received: 6/20/2011 Date Reported: 6/23/2011 Project: 68547

Sample ID Description Mass Analytical Sensitivity Concentration Lab Sample ID Lab Notes (g) (% by weight) (% by weight)

L001 Brown metal 0.0108 0.005% 0.041% 1108603PBP_1 COPY SUBMIT

NOT VIEWING DO Scientific Analytical Institute successfully participates in the AIHA ELPAT for Lead program. ELPAT Laboratory ID: 173190 (R.L. = 0.01 wt.%) The quality control samples run with the samples in this report have passed all AIHA required specifications unless otherwise noted. Robert Duke (1)

Analyst Approved Signatory pbRpt_3.3.3/pbCalc_3.3.07 149 of 228 Scientific Analytical Institute, Inc. 302-L Pomona Dr. Greensboro, NC 27407 (336) 292-3888 Page 1 of 1 COPY SUBMIT

NOT VIEWING DO

150 of 228 75 Wanless Court, Ayr, ON N0B1E0 Canada Certificate of Analysis Thong Nguyen Pinchin Environmental Ltd. (Mississauga) 2470 Milltower Court, Mississauga, ON L5N 7W5 Printed: Jun 23, 2011

Special Notes: Project: 68547 - (53 Division Roof Replacement) 2 caulking samples were submitted for the following analysis from 75 Eglington Avenue West, Toronto.

Date Sampled: Unknown Date Tested: Jun 22, 2011 Sampled by: Thong Nguyen Report Number: 11-0561

No. Analytes Result Units MDL Comment Technique

1 Sample ID: PCB01 roof caulking PCBs in Solid 0.5 mg/kg 0.1 GC-ECD Extraction 2 Sample ID: PCB02 skylight caulking PCBs in Solid 0.5 mg/kg 0.1 GC-ECD Extraction

Results relate only to the sample(s) analyzed COPY Approved By:

Son C.H. Le, B. Eng. Lab Manager Phone (519) 740-1333 Ext: 30 Fax (519) 740-2320 Email - [email protected] SUBMIT The Analytical Chemistry Laboratory of Aevitas Inc. is accredited in accordance with the recognised International Standard ISO/IEC 17025:2005 by the Canadian Association for Laboratory Accreditation (CALA) Inc. for specific tests listed in the scope of accreditation approved by CALA.

All Analytical data is subject to uncertainty, and can vary with sample matrices, techniques and instrumental parameters. As a general guideline, uncertainty may be expressed as +/- 50 % of the result at or near the detection limit (MDL) and approximately +/-10% of the result at greater than 10 times the MDL. Method Detection Limits are defined as approximately 3 times the standard deviation (99% confidence level) of a low level standard as per Ontario MOE protocol (1999). They are determined based on undiluted samples with relatively clean matrices. Where dilutions are required, the reported MDL's will be adjusted accordingly. NOT VIEWING DO

151 of 228 Page 1 of 1 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract Tender Call No. 217-2016 Contract No. N/A

The CCDC 2-2008 Stipulated Price Contract constitutes the General Conditions of Contract. The terms and conditions of the CCDC 2-2008 Stipulated Price Contract are modified by the City of Toronto's Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract "Supplementary Conditions"), attached here as Section 5.

CCDC 2-2008 is published by the Canadian Construction Documents Committee ("CCDC") and is available for purchase at: http://www.ccdc.org/WhereToBuy/WhereToBuy.html

The Successful Bidder shall acquire the necessary copyright seal from CCDC and affix the seal on the cover page of CCDC 2 at the time it executes the CCDC 2 form of agreement.

CITY OF TORONTO

SUPPLEMENTARY CONDITIONS TO CCDC 2-2008

STIPULATED PRICE CONTRACT

June 2014 COPY

SUBMIT

NOT VIEWING DO

PMMD V 5.13 – 2015.12.08 152 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

AMENDMENTS TO THE STIPULATED PRICE CONTRACT, CCDC2-2008

The Standard Construction Document for Stipulated Price Contract, English version, consisting of the Agreement Between Owner and Contractor, Definitions, and General Conditions of the Stipulated Price Contract, Parts 1 to 12 inclusive, governing same is hereby made part of these Contract Documents, with the following amendments, additions and modifications: 1. AGREEMENT BETWEEN OWNER AND CONTRACTOR

1.1 ARTICLE A-3-CONTRACT DOCUMENTS

1.1.1 Amend paragraph 3.1 by adding the following after the words, "The General Conditions of the Stipulated Price Contract":

- "These Supplementary Conditions

-The Specific Conditions, if any

-Drawings

-Specifications" 1.2 ARTICLE A-5 – PAYMENT COPY 1.2.1 Delete paragraph 5.3 – Interest, in its entirety.

1.3 ARTICLE A-6 – RECEIPT AND ADDRESSES FOR NOTICES IN WRITING

1.3.1 Amend paragraph 6.1, by deleting the words, "or by facsimile" in the second sentence, the words, "facsimile or other form of" in the fourth sentence, and the words, "facsimile number" wherever they appear. 2. DEFINITIONS SUBMIT 2.1.1 Delete Definition 4, "Consultant", and replace it with the following:

"The 'Consultant', shall be the person or entity designated as the Consultant by the Owner, from time to time.

2.1.2 Add a new Definition, "Act", as follows:

"'Act" means the Construction Lien Act (Ontario), as amended." 2.1.3 Add a new Definition, "OHSA", asNOT follows: "'OHSA' means the Occupational Health and Safety Act (Ontario)."

2.1.4VIEWINGAdd a new Definition, "Submittals", as follows:

"Submittals

Submittals are documents or items required by the Contract Documents to be provided by the Contractor in accordanceDO with the Contract Documents such as:

Supplementary Conditions, June 2014 Page 5-2. 1 153 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

- Shop Drawings, samples, models, mock-ups to indicate details or characteristics, before the portion of the Work that they represent can be incorporated into the Work; and

- As-built drawings and manuals to provide instructions to the operation and maintenance of the Work.

2.1.5 Add a new Definition, "WSIB", as follows:

"'WSIB' means the Workplace Safety & Insurance Board."

2.1.6 Add a new Definition "Daily Work Records", as follows:

"'Daily Work Records' mean daily records detailing the number and categories of workers and hours worked or on standby, types and quantities of Construction Equipment, and descriptions and quantities of Product utilized."

3. GENERAL CONDITIONS OF THE STIPULATED PRICE CONTRACT

Where a General Condition or paragraph of the General Conditions of the Stipulated Price Contract is deleted by these Supplementary Conditions, the numbering of the remaining General Conditions or paragraphs shall remain unchanged, and the numbering of the deleted item will be retained, unused.

3.1 GC 1.1 - CONTRACT DOCUMENTS COPY 3.1.1 Delete paragraph 1.1.7.1 in its entirety and replace it with new paragraph 1.1.7.1:

"1.1.7.1 If there is a conflict within the Contract Documents, the order of priority of documents, from highest to lowest, shall be:

any amendment to the Agreement between the Owner and the Contractor,

the Agreement between the Owner and the Contractor, as amended by these Supplementary Conditions SUBMIT

the Definitions,

Specific Conditions

Supplementary Conditions,

the General Conditions, the Drawings, NOT Division 1 of the Specifications, VIEWINGTechnical Specifications, material and finishing schedules."

3.1.2 Delete paragraph 1.1.8 in its entirety and replace it with new paragraph 1.1.8: "1.1.8 TheDO Owner shall provide the Contractor, without charge, up to ten copies of the Contract Documents. If requested by the Contractor, the City shall provide additional copies at the cost of printing handling and shipping."

Supplementary Conditions, June 2014 Page 5-2. 2 154 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

3.1.3 Amend paragraph 1.1.9 by deleting the period at the end and replacing it with ", which shall not unreasonably be withheld."

3.2 GC 1.3 – RIGHTS AND REMEDIES

3.2.1 Amend paragraph 1.3.2 by deleting the word, "Consultant" and replacing it with "his representative".

3.3 GC 1.4 - ASSIGNMENT

3.3.1 Delete paragraph 1.4.1 in its entirety and replace it with the following:

"1.4.1 The Contractor shall not assign the Contract, either in whole or in part, without the written consent of the Owner."

3.4 GC 2.1 – AUTHORITY OF THE CONSULTANT

3.4.1 Delete paragraph 2.1 in its entirety and replace it with new paragraph 2.1:

"2.1.1 The Consultant will be the Owner's representative during construction and until the issuance by the Consultant of a certificate at completion of the Work ("Completion Certificate") or the issuance by the Consultant of a certificate of final acceptance ("Final Acceptance Certificate") whichever is later. All instructions to the Contractor including instructions from the Owner will be issued by the Consultant. The Consultant will have the authority to act on behalf of the OwnerCOPY only to the extent provided in the Contract Documents.

2.1.2 The Consultant will inspect the Work for its conformity with the plans and Specifications, and record the necessary data to establish payment quantities under the schedule of tender quantities and unit prices or to make an assessment of the value of the Work completed in the case of a lump sum price contract.

2.1.3 The Consultant will investigate all claims of a change in the Work made by the Contractor and issue appropriate instructions.

2.1.4 In the case of non-compliance with the provisions of the ContractSUBMIT by the Contractor, the Consultant, after consultation with the Owner, will have the authority to suspend the Work for such reasonable time as may be necessary to remedy such non-compliance. The Contractor shall not be entitled to any compensation for suspension of the Work in these circumstances.

3.5 GC 2.2 - ROLE OF THE CONSULTANT

3.5.1 Amend paragraph 2.2.3 by deleting the second sentence thereof.

3.5.2 Amend paragraph 2.2.7 by deleting the words "except with respect to GC 5.1 – FINANCING INFORMATION REQUIRED OFNOT THE OWNER." 3.5.3 Delete paragraph 2.2.16 and replace it with the following: VIEWING2.2.16 The Consultant and the Contractor will jointly conduct reviews of the Work to determine the date of Substantial Performance of the Work and completion of the Work as provided in GC 5.4 SUBSTNATIAL PERFORMANCE OF THE WORK and GC 5.7 – FINAL PAYMENT, respectively.

3.6 GC 2.4 - DEFECTIVE WORK

3.6.1 Amend DOparagraph 2.4.1 by adding the following at the end, "at no additional cost to the Owner"

3.6.2 Add new subparagraphs 2.4.1.1 and 2.4.1.2:

Supplementary Conditions, June 2014 Page 5-2. 3 155 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

"2.4.1.1 The Contractor shall rectify, in a manner acceptable to the Owner and the Consultant, all defective Work and deficiencies throughout the Work, whether or not they are specifically identified by the Consultant.

2.4.1.2 The Contractor shall prioritize the correction of any defective Work which, in the sole discretion of the Owner, adversely affects the day to day operation of the Owner."

3.7 GC 3.2 - CONSTRUCTION BY OWNER OR OTHER CONTRACTORS

3.7.1 Delete subparagraphs 3.2.2.4 and 3.2.2.5 in their entirety.

3.8 GC 3.4 - DOCUMENT REVIEW

3.8.1 Delete paragraph 3.4.1 in its entirety and replace it with new paragraph 3.4.1:

"3.4.1 The Contractor shall review the Contract Documents and shall report promptly to the Consultant any error, inconsistency or omission the Contractor may discover. Such review by the Contractor shall comply with the standard of care described in GC 3.14 STANDARD OF CARE. Except for its obligation to make such review and report the result, the Contractor does not assume any responsibility to the Owner or to the Consultant for the accuracy of the Contract Documents. The Contractor shall not be liable for damage or costs resulting from such errors, inconsistencies, or omissions in the Contract Documents, which the Contractor could not reasonably have discovered. If the Contractor does discover any error, inconsistency or omission in the Contract Documents, the Contractor shall not proceed with the Work affected until the Contractor has received corrected or missingCOPY information from the Consultant."

3.8.2 Add new paragraph 3.4.2:

"3.4.2 If the Contractor finds discrepancies in and/or omissions from the Contract Documents or has any doubt as to the meaning or intent of any part thereof, the Contractor shall immediately notify the Consultant, who will provide written instructions or explanations. Neither the Owner nor the Consultant will be responsible for oral instructions." 3.9 GC 3.5 - CONSTRUCTION SCHEDULE SUBMIT

3.9.1 Add the following sections 3.5.1.1.1 to 3.5.1.1.5

"3.5.1.1.1 The schedule shall take into account the sequence of construction and the completion dates contained in the information for bidders and the tender submission package;

3.5.1.1.2 Only computerised type schedules will be accepted;

3.5.1.1.3 The schedule must show the Project critical path and the critical path must be identified in a contrasting colour (red) from theNOT other activities; 3.5.1.1.4 The schedule must clearly show, in weekly intervals, the logic and timing of major activities, VIEWINGproposed start dates and estimated duration for activities; 3.5.1.1.5 The schedule must have a level of detail sufficient to identify the Contractor and each specific Subcontractor and their respective parts of the Work and the specific location thereof." DO

Supplementary Conditions, June 2014 Page 5-2. 4 156 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

3.10 GC 3.6 – SUPERVISION

3.10.1 Amend paragraph 3.6.1 by adding the following after the words, "competent representative", "who shall be a Competent Person, as that term is defined in the Occupational Health and Safety Act,", and by deleting the last sentence, and replacing it with the following, "The Contractor shall not be entitled to change the Competent Person without the prior written authorization of the Owner, which shall not be unreasonably withheld."

3.10.2 Add paragraphs 3.6.3 to 3.6.7 as follows:

"3.6.3 The Contractor shall furnish competent and adequate staff, who shall be in attendance at the Place of the Work at all times, as necessary, for the proper administration, co-ordination, supervision and superintendence of the Work; organize the procurement of all Product and Construction Equipment so that they will be available at the time they are needed for the Work; and keep an adequate force of skilled workers on the job to complete the Work in accordance with all requirements of the Contract Documents.

3.6.4 Prior to commencement of the Work, the Contractor shall select a competent and experienced full time Project manager (the “Project Manager”) who shall be in attendance at the Place of the Work or on the road and engaged in the Work at all times, and a competent and experienced full time site supervisor (the “Site Supervisor”) who shall be in attendance at the Place of the Work at all times. The Project Manager shall have full responsibility for the prosecution of the Work, with full authority to act in all matters as may be necessary for the proper co-ordination, supervision, direction and technical administration of the Work, who shall attend site meetings in order to render reports on the progress of the Work and who shall have authority to bind the Contractor in all matters related to thisCOPY Contract. The Project Manager and the Site Supervisor shall be satisfactory to the Owner and shall not be changed except for good reason and with the prior written approval of the Owner, which shall not unreasonably be withheld. The Project Manager may be the same person as the competent representative set out in section 3.6.1.

3.6.5 The Project Manager and Site Supervisor shall represent the Contractor at the Place of the Work and notices and instructions given to the Project Manager and/or the Site Supervisor shall be held to have been received by the Contractor. 3.6.6 The Owner acting reasonably, shall have the right to order theSUBMIT Contractor to remove from the Project any representative or employee of the Contractor, Subcontractors or Suppliers who, in the opinion of the Owner, are a detriment to the Project.

3.6.7. The Contractor shall provide the Owner and the Consultant with the names, work addresses and telephone numbers of the Project Manager, the Site Supervisor and other responsible field persons who may be contacted for emergency and other reasons during non-working hours.”

3.11 GC 3.7 - SUBCONTRACTORS AND SUPPLIERS

3.11.1 Add a new paragraph 3.7.1.4, as follows:

"3.7.1.4 at all times ensure full NOTcompliance with all of the Owner 's policies including the Owner's Fair VIEWINGWage Policy, and its collective agreements." 3.11.2 Delete paragraphs 3.7.3, 3.7.4, and 3.7.5 in their entirety, and replace them with sections 3.7.3, 3.7.4, 3.7.5, 3.7.6, 3.7.7, and 3.7.8 as follows:

"3.7.3 The Contractor may subcontract any part of the Work, subject to these General Conditions and any limitationsDO specified in the Contract Documents.

Supplementary Conditions, June 2014 Page 5-2. 5 157 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

3.7.4 The Contractor shall notify the Consultant, in writing, of its intention to subcontract. Such notification shall identify the part of the Work and the Subcontractor with whom it is intended to subcontract.

3.7.5 The Contractor shall not, without the written consent of the Owner, and whose consent shall not be unreasonably withheld, change a Subcontractor who has been engaged in accordance with this General Condition.

3.7.6 The Contractor shall preserve and protect the rights of the Owner with respect to that part of the Work to be performed under subcontract and shall enter into agreements with the intended Subcontractors to require them to perform their Work in accordance with the Contract Documents and shall be as fully responsible to the Owner for acts and omissions of the Contractor's Subcontractors and of persons directly and indirectly employed by them as for acts and omissions of persons employed directly by the Contractor.

3.7.7 The Owner's consent to subcontracting by the Contractor shall not be construed as relieving the Contractor from any obligation under the Contract and shall not impose any liability on the Owner. Nothing contained in the Contract Documents shall create a contractual relationship between a Subcontractor and the Owner.

3.7.8 The Contractor and all associated Subcontractors shall be subject to the Owner's policies, including any Fair Wage Policy, if any, as may be adopted by the Owner from time to time, and any of the Owner's or legislated labour trades requirements. Failure to comply with these policies or requirements may lead to termination of the Contract, or rejection of a Subcontractor,COPY as the case may be." 3.12 GC 3.8 - LABOUR AND PRODUCTS

3.12.1 Paragraph 3.8.2 is amended by adding the following sentence to the end:

"The Contractor shall not change the source of supply of any Product without the written authorization of the Consultant." 3.12.2 Amend paragraph 3.8.3 by adding the following at the end thereof:SUBMIT "and shall not employ any persons on the Work whose labour affiliation (or lack thereof) is incompatible with other labour employed in connection with the Work or at the Place of the Work."

3.13 GC 3.11- USE OF THE WORK

3.17.1 Amend section 3.11.2 by adding the words, ", individuals and the area adjacent to the work.", at the end thereof.

3.14 GC 3.12- CUTTING AND REMEDIAL WORK 3.18.1 Amend paragraph 3.12.1 by addingNOT the word, "coring," before the word, "cutting". 3.15VIEWING GC 3.13- CLEANUP 3.15.1 Amend paragraph 3.13.2 by adding the following at the end thereof, "all to the satisfaction of the Consultant and the Owner, acting reasonably."

3.15.2 Add a new paragraph 3.13.4 as follows: "3.13.4 DO The Owner shall have the right to back charge cleaning to the

Supplementary Conditions, June 2014 Page 5-2. 6 158 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Contractor if the cleaning is not completed within 24 hours of written notice to clean and the Owner shall have the right to back charge the cost of damage to the Place of the Work caused by the Contractor’s, Subcontractor’s or Supplier's transportation in and out of the Place of the Work if not repaired within 5 Working Days of written notice to repair or before final payment, whichever is earlier.”

3.16 GC 3.14 – STANDARD OF CARE

3.16.1 Add new General Condition 3.14 as follows:

"3.14.1 In performing its services and obligations under the Contract, the Contractor shall exercise a standard of care, skill and diligence that would normally be provided by an experienced and prudent Contractor supplying similar services for similar projects. The Contractor acknowledges and agrees that throughout the Contract, the Contractor's obligations, duties and responsibilities shall be interpreted in accordance with this standard. The Contractor shall exercise the same standard of due care and diligence in respect of any Products, personnel, or procedures which it may recommend to the Owner.

3.14.2 The Contractor further represents covenants and warrants to the Owner that there are no pending, threatened or anticipated claims that would have a material effect on the financial ability of the Contractor to perform its Work under the Contract."

3.17 GC 5.1 - FINANCING INFORMATION REQUIRED OF THE OWNER 3.17.1 Delete GC 5.1.1 and 5.1.2 in their entirety and replace themCOPY with "Intentionally left blank." 3.18 GC 5.2 - APPLICATIONS FOR PROGRESS PAYMENT

3.18.1 Amend paragraph 5.2.4 by deleting the words "calendar days" and replacing them with "Working Days".

3.18.2 Amend paragraph 5.2.7 by adding the following at the end thereof:

"Any Products delivered to the Place of the Work but not yet incorporated into the Work shall remain at the risk of the Contractor notwithstanding that title has passed to the Owner pursuant to GC 13.1 OWNERSHIP OF MATERIALS." SUBMIT

3.18.3 Add new paragraphs 5.2.8, 5.2.9 , 5.2.10, 5.2.11, 5.2.12, and 5.2.13 as follows:

"5.2.8 The Contractor shall submit a WSIB clearance certificate and a Statutory Declaration of Progress Payment Distribution by Contractor in a form acceptable to the Owner with each application for progress payment.

5.2.9 The Contractor shall, within 21 days of the signing of the Contract, and prior to the first claim for monthly payment, submit to the Owner a detailed breakdown of the lump sum tender price for the purpose of establishing monthly payments. The Owner, acting reasonably, reserves the right to modify costs allocated to the various breakdownNOT items to prevent unbalancing. 5.2.10 Payment for mobilizing and setting up plant, temporary buildings and services, premiums and VIEWINGother disbursements, shall be prorated based on the value of the Work performed during a billable period.. 5.2.11 Payment for bonds and insurance will be paid 100 per cent on the first progress payment, provided that respective invoices are submitted as proof of payment.

5.2.12 An “as-built” item shall be identified on the cost breakdown with a corresponding fair and reasonableDO value for the purpose of ensuring that the as-built information drawings are given due diligence. A detailed description of as-built information/drawings performed for that month shall accompany the invoice.

Supplementary Conditions, June 2014 Page 5-2. 7 159 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

5.2.13 Prior to applying for any payment from the City, the Contractor shall submit a monthly projected/estimated payment schedule based on the detailed construction schedule and the Contract Price for the duration of the Contract."

3.19 GC 5.3 - PROGRESS PAYMENT

3.19.1 Amend subparagraph 5.3.1.2 by adding the following sentence at the end thereof:

"For clarity, the ten calendar day period referenced in this paragraph shall not commence until such time as the Consultant has determined that he has received from the Contractor all required documents supporting the invoice and evidencing the Work being invoiced, all to the Consultant's reasonable satisfaction."

3.19.2 Amend paragraph 5.3.1.3 by deleting the number "20" and replacing it with the number, "30", and by deleting everything after the word "after" and replacing it with the following:

"the Consultant and the Contractor have reached mutual agreement on the amount of the invoice evidencing the Work being invoiced with required supporting documents."

3.20 GC 5.4 – SUBSTANTIAL PERFORMANCE OF THE WORK

3.20.1 Delete paragraph 5.4.3 in its entirety and replace it with the following: "Immediately prior to the issuance of the certificate ofCOPY Substantial Performance of the Work , the Contractor, in consultation with the Consultant, shall establish a schedule for completion of the Work and correcting deficient Work, and the construction schedule shall be deemed to be amended to include this completion schedule."

3.20.2 Add new paragraphs 5.4.4 and 5.4.5:

"5.4.4 Prior to submitting its written application for Substantial Performance of the Work, the Contractor shall submit to the Consultant all:

.1 guarantees; SUBMIT

.2 warranties, completed as per paragraph 12.3.6;

.3 certificates;

.4 testing and balancing reports;

.5 distribution system diagrams; .6 spare parts; NOT .7 maintenance/operation manuals; VIEWING.8 training manuals; .9 samples;

.10 reports and correspondence from authorities having jurisdiction in the Place of the Work; .11 ShopDO Drawings, and marked up Drawings;

Supplementary Conditions, June 2014 Page 5-2. 8 160 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

.12 completed as-built drawings in the latest edition of a Computer Assisted Design Drawing software program;

.13 inspection certificates;

and other materials or documentation required to be submitted under the Contract, together with written proof acceptable to the Owner and the Consultant that the Work has been substantially performed in conformance with the requirements of municipal, governmental and utility authorities having jurisdiction in the Place of the Work.

5.4.5 Where the Contractor is unable to deliver the documents and materials described in paragraph

5.4.4, then, provided that none of the missing documents and materials interferes with the use and occupancy of the Project in a material way, and except as described herein, the failure to deliver shall not be grounds for the Consultant to refuse to certify Substantial Performance of the Work. However, certification of Substantial Performance of the Work may be withheld if the Contractor fails to deliver maintenance manuals, as required in paragraph 5.4.4.7, o r completed as-built drawings, as required in subparagraph 5.4.5.12. Any documents or materials not delivered in accordance with paragraph 5.4.5 shall be delivered as provided in paragraph 5.7.1.2 of GC 5.7."

3.21 GC 5.5 - PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK 3.21.1 Amend paragraph 5.5.1.2 by adding the following at the endCOPY thereof: "The Substantial Performance Statutory Holdback Release Payment Certificate will be a payment certificate releasing to the Contractor the statutory holdback due in respect of Work performed up to the date of Substantial Performance of the Work. Payment of such statutory holdback shall be due 46 days after the date of publication of the Certificate of Substantial Performance but subject to the provisions of the Construction Lien Act and the submission by the Contractor of the following documents: a satisfactory certificate of clearance from the WSIB; a Release and Waiver in a form acceptable to the City; and proof of publication of the Certificate of Substantial Performance."

3.21.2 Amend paragraph 5.5.2 by deleting from line 1, the words, "theSUBMIT statement" and replacing them with the words, "the documents".

3.21.3 Delete paragraph 5.5.3 in its entirety.

3.21.4 Amend paragraph 5.5.4 by deleting the last sentence and replacing it with the following: "In accordance with the Construction Lien Act, the Owner may retain out of the holdback amount any sums required by law to satisfy any liens against the Work and, the Owner acting reasonably, may retain any amounts in respect of claims of third parties made to the Owner in respect of the Contract or the Work, and in respect of any claims the Owner may have against the Contractor." 3.22 GC 5.6 - PROGRESSIVE RELEASENOT OF HOLDBACK 3.22.1 Amend paragraph 5.6.1 by deleting the period at the end of the first sentence and substituting ",subject to, VIEWINGand in accordance with, the terms of this GC 5.6." and by deleting the last sentence thereof and by adding the following as paragraphs 5.6.1.1, and 5.6.1.2:

"5.6.1.1 The holdback in respect of a subcontract shall be released 46 days after the date the subcontract is certified complete , provided the Contractor submits the following to the Consultant: (a) a documentDO satisfactory to the Consultant that will release the Owner from all further claims relating to the subcontract, qualified by stated exceptions such as holdback monies;

Supplementary Conditions, June 2014 Page 5-2. 9 161 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

(b) evidence satisfactory to the Consultant that the Subcontractor has discharged all liabilities incurred in carrying out the subcontract;

(c) a satisfactory clearance certificate or letter from the Workplace Safety and Insurance Board relating to the subcontract; and

(d) a copy of the contract between the Contractor and the Subcontractor and a satisfactory statement showing the total amount due to the Subcontractor from the Contractor."

5.6.1.2 The Owner may retain out of the holdback amount any sums required by law to satisfy any liens against the Work and any amounts in respect of claims of third parties made to the City in respect of the Contract or the Work. "

3.23 GC 5.7 - FINAL PAYMENT

3.23.1 Amend paragraph 5.7.1 by renumbering it as 5.7.1.1 and adding the following subparagraph as 5.7.1.2,.

"5.7.1.2 The Contractor’s application for final payment shall be accompanied by any documents or materials not yet delivered pursuant to paragraph 5.4.4. The Work shall be deemed not to be performed until all of the aforementioned documents have been delivered, and the Owner may withhold payment in respect of the delivery of any documents in an amount determined by the Consultant in accordance with the provisions of GC 5.8 WITHHOLDINGCOPY OF PAYMENT." 3.23.2 Amend paragraph 5.7.4 by deleting the number, "5" and replacing it with "45".

3.24 GC 6.2 - CHANGE ORDER

3.24.1 Add new paragraphs 6.2.3 and 6.2.4 as follows:

"6.2.3 Work on a Lump Sum Basis

6.2.3.1 Any agreement reached by the Owner and Contractor on an adjustment of the Contract Price on either a lump-sum or unit price basis shall be subject to the conditionsSUBMIT contained in this paragraph 6.2.3.

6.2.3.2 Where a change in the Work, is performed by the Contractor’s own forces, the negotiated lump sum price for change in the Work, or negotiated unit price(s) for each unit priced item shall be all-inclusive, except HST and mark-up as provided hereafter, and shall include, without limitation, all costs, charges, expenses and fees whatsoever required or related to perform such change, or such unit priced item. The Contractor shall be allowed a mark-up to a maximum amount of 15% of the lump sum price, or aggregate of unit items and applicable unit price(s), for such change, net of taxes on the first $100,000 and 10% thereafter. The Contractor shall provide a written quotation identifying each amount to be charged for transportation, labour, Product, Construction Equipment and services and all other costs for the performance of the Work. The HST, as applicable, shall be identified separately in a manner satisfactory to the Owner. NOT 6.2.3.3 Where a change in the Work is performed by a Subcontractor’s forces, the Subcontractor’s lump VIEWINGsum price for change in the Work, or unit price (s) for each unit priced item shall be all-inclusive, except HST and mark-up as provided hereafter, and shall include all of its costs, charges, expenses and fees whatsoever required or related to perform such change, or such unit priced item. The Contractor shall provide a written quotation with back-up documentation from the Subcontractor identifying each amount to be charged for transportation, labour, Product, Construction Equipment and services and all other costs for the performance of the Work and the total price charged by the Subcontractor. The Subcontractor shall be allowedDO a mark-up to a maximum amount of 15% of the lump sum price, or aggregate of unit items and applicable unit price(s), for such change, net of taxes on the first $100,000 and 10% thereafter. The Contractor is allowed a maximum mark-up of 10% on the total price charged by the Subcontractor to the

Supplementary Conditions, June 2014 Page 5-2.10 162 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Contractor for such change, net of taxes and Subcontractor mark-up. The HST, as applicable, shall be identified separately in a manner satisfactory to the Owner.

6.2.3.4 In the event any of the change in the Work, contains items or parts that, in the opinion of the Consultant, are the same or equivalent to items for which the Contractor submitted unit prices in the tender submitted by the Contractor, then the prices in the tender shall be the prices paid by the Owner for that work or parts of the work in respect of any such change in the Work.

6.2.3.5 Where a change in the Work is performed either by the Contractor or a Subcontractor, and requires Construction Equipment, reasonable rental charges for Construction Equipment, such as tractors, bulldozers, ditching machines, air compressors, compactors, concrete mixers and graders, for the actual time required in operation for the performance of the Work must be agreed upon before commencing the Work.

6.2.3.6 The mark-ups provided for in paragraph 6.2.3.2 and 6.2.3.3 shall constitute the only compensation the Contractor shall be entitled to for any and all overhead, profit, incidental and administrative costs whatsoever related to the change, including but not limited to, costs relating to superintendence and supervision, shop drawing production, estimating, site office and home office expenses, workers tools, temporary facilities and controls, and coordination of any and all Work-related activities.

6.2.3.7 No claim whatsoever for a change in the Contract Time, delay, prolongation charges, remobilization or otherwise shall be permitted with respect to a change, unless first authorized by the Consultant and approved by the Consultant and set out in the Change OrderCOPY or Change Directive, as the case may be, by the Owner.

6.2.3.8 No compensation for any change in the Work shall be allowed unless such change is first ordered in writing by the Consultant and authorized by the Owner.

6.2.4 Work on a Time and Material Basis

6.2.4.1 Where agreement is not reached on a lump-sum or unit price basis for a change in the Contract Price arising out of a change in the Work, the Owner may choose to issueSUBMIT a Change Order for Work on a Time and Material Basis, in which case the following provisions in this section 6.2.4 shall apply:

6.2.4.2 For the purposes of this paragraph 6.2.4, the following definitions apply:

Cost of Labour: means the amount of wages, salary, travel, travel time, food, lodging or similar items and Payroll Burden paid or incurred directly by the Contractor to or in respect of labour and supervision actively and necessarily engaged on the Work based on the recorded time and hourly rates of pay for such labour and supervision, but shall not include any payment or costs incurred for general supervision, administration or management time spent on the entire Work or any wages, salary or Payroll Burden for which the Contractor is compensated by any payment made by the Owner for Construction Equipment.

Cost of Product: means the costNOT of Product purchased, or supplied from stock, and valued at current market prices, for the purpose of carrying out extra Work, by the Contractor, or by others when such VIEWINGarrangements have been made by the Contractor for completing the Work, as shown by itemized invoices. Operated Rented Construction Equipment: means rented Construction Equipment for which an operator is provided by the supplier of the Construction Equipment and for which the rent or lease includes the cost of the operator. PayrollDO Burden: means the payments in respect of workplace insurance, vacation pay, employment insurance, sickness and accident insurance, pension fund and such other welfare and benefit payments forming part of the Contractor's normal labour costs.

Supplementary Conditions, June 2014 Page 5-2.11 163 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

Rented Equipment: means Construction Equipment that is rented or leased for the special purpose of Work on a Time and Material Basis from a person, firm or corporation that is not an associate of the lessee as defined by the Securities Act, R.S.O. 1990, Chapter c.S.5, as amended, and is approved by the Consultant.

Road Work: means the preparation, construction, finishing and construction maintenance of roads, streets, highways and parking lots and includes all work incidental thereto other than work on structures.

Sewer and Watermain Work: means the preparation, construction, finishing and construction maintenance of sewer systems and watermain systems, and includes all work incidental thereto other than work on structures.

Standby Time: means any period of time which is not considered Working Time and which together with the Working Time does not exceed 10 hours in any one Working Day and during which time a unit of Construction Equipment cannot practically be used on other work but must remain on the site in order to continue with its assigned task and during which time the unit is in fully operable condition.

Structure Work: means the construction, reconstruction, repair, alteration, remodelling, renovation or demolition of any bridge, building, tunnel or retaining wall and includes the preparation for and the laying of the foundation of any bridge, building, tunnel or retaining wall and the installation of equipment and appurtenances incidental thereto.

The 127 Rate: means the rate for a unit of Construction Equipment as listed in OPSS 127, Schedule of Rental Rates for Construction Equipment Including Model COPYand Specification Reference, which is current at the time the Work is carried out or for Construction Equipment which is not so listed, the rate which has been calculated by the Owner, using the same principles as used in determining The 127 Rates.

Work on a Time and Material Basis: means changes in the Work approved by the Consultant for payment on a time and material basis. The Work on a Time and Material Basis shall be subject to all the terms, conditions, Specifications and provisions of the Contract.

Working Time: means each period of time during which a unit of Construction Equipment is actively and of necessity engaged on a specific operation and the first 2 hoursSUBMIT of each immediately following period during which the unit is not so engaged but during which the operation is otherwise proceeding and during which time the unit cannot practically be transferred to other work but must remain on the site in order to continue with its assigned tasks and during which time the unit is in a fully operable condition.

6.2.4.3 Daily Work Records prepared as the case may be by either the Contractor's representative or the Consultant and reporting the labour and Construction Equipment employed and the Product used for Work on a Time and Material Basis, shall be reconciled and signed each day by both the Contractor's representative and the Consultant.

6.2.4.4 Payment as herein provided shall be full compensation for all labour, Construction Equipment and Product to do the Work on a Time and Material Basis except where there is agreement to the contrary prior to the commencement of theNOT Work on a Time and Material Basis. The payment adjustments on a time VIEWINGand material basis shall apply to each individual Change Order authorized by the Consultant. 6.2.4.5 The Owner will pay the Contractor for labour employed on each time and material project at 135% of the Cost of Labour up to $3000, then at 120% of any portion of the Cost of Labour in excess of $3000.

6.2.4.6 The Owner will make payment in respect of Payroll Burden for Work on a Time and Material Basis at the ContractorDO’s actual cost of Payroll Burden.

Supplementary Conditions, June 2014 Page 5-2.12 164 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

6.2.4.7 At the Owner’s discretion, an audit may be conducted in which case the actual Payroll Burden so determined shall be applied to all Work on a Time and Material Basis.

6.2.4.8 The Owner will pay the Contractor for Product used on each time and material project at 120% of the Cost of Product up to $3,000, then at 115% of any portion of the Cost of Product in excess of $3,000.

6.2.4.9 The Owner will pay the Contractor for the Working Time of all Construction Equipment other than rented Construction Equipment and Operated Rented Construction Equipment used on the Work on a Time and Material Basis at the 127 Rates with a cost adjustment as follows:

(a) Cost $10,000 or less - no adjustment;

(b) Cost greater than $10,000 but not exceeding $20,000 - payment $10,000 plus 90% of the portion in excess of $10,000; and

(c) Cost greater than $20,000 - $19,000 plus 80% of the portion in excess of $20,000.

6.2.4.10 The Owner will pay the Contractor for the Working Time of Rented Equipment used on the Work on a Time and Material Basis at 110% of the invoice price approved by the Consultant up to a maximum of 110% of the 127 Rate. This constraint will be waived when the Consultant approves the invoice price prior to the use of the Rented Equipment. 6.2.4.11 The Owner will pay the Contractor for the WorkingCOPY Time of Operated Rented Construction Equipment used on the Work on a Time and Material Basis at 110% of the Operated Rented Construction Equipment invoice price approved by the Consultant prior to the use of the Construction Equipment on the Work on a Time and Material Basis.

6.2.4.12 The Owner will pay the Contractor for Standby Time of Construction Equipment at 35% of the 127 Rate or 35% of the invoice price whichever is appropriate. The Owner will pay reasonable costs for Rented Equipment where this is necessarily retained in the Place of the Work for extended periods agreed to by the Consultant. This will include Rented Equipment intended for use on other work, but has been idled due to the circumstances giving rise to the Work on a Time and MaterialSUBMIT Basis. 6.2.4.13 In addition, the Owner will include the Cost of Labour of operators or associated labourers who cannot be otherwise employed during the standby period or during the period of idleness caused by the circumstances giving rise to the Work on a Time and Material Basis.

6.2.4.14 Rented Equipment idled by the circumstances giving rise to the Work on Time and Material Basis to be returned to the lessor until the work requiring the Rented Equipment can be resumed. The Owner will pay such costs as result directly from such return.

6.2.4.15 When Construction Equipment is transported, solely for the purpose of the Work on a Time and Material Basis, to or from the Place of the Work, payment will be made by the Owner only in respect of the transporting units. When Construction Equipment is moved under its own power it shall be deemed to be working. Construction EquipmentNOT rates shall be subject to the approval of the Consultant. VIEWING6.2.4.16 Notwithstanding any other provision of this Section, no payment shall be made to the Contractor for or in respect of hand tools or equipment that are tools of the trade.

6.2.4.17 For changes in the Work, where the Work is performed by a Subcontractor the Owner shall pay the Contractor a mark up in the amount of 10 % of the first $10,000 plus 5 % of the amount in excess of $10,000.DO

Supplementary Conditions, June 2014 Page 5-2.13 165 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

6.2.4.18 No further markup will be applied regardless of the extent to which the Work is assigned or sublet to others. If Work is assigned or sublet to an associate, as defined by the Securities Act no markup whatsoever will be applied.

6.2.4.19 At the start of the Work on a Time and Material Basis, the Contractor shall provide the applicable labour and Construction Equipment rates not already submitted to the Consultant during the course of such work.

6.2.4.20 Separate summaries shall be completed by the Contractor according to the standard form “Summary for Payment of Accounts on a Time and Material Basis”. Each summary shall include the order number and covering dates of the Work and shall itemize separately labour, Product and Construction Equipment. Invoices for Product, Rented Construction Equipment and other charges incurred by the Contractor on the Work on a Time and Material Basis shall be included with each summary.

6.2.4.21 Each month the Consultant will include with the monthly progress payment certificate, the costs of the Work on a Time and Material Basis incurred during the preceding month all in accordance with the Contract administrative procedures and the Contractor's invoice of the Work on a Time and Material Basis.

6.2.4.22 The final "Summary for Payment of Accounts on a Time and Material Basis" shall be submitted by the Contractor within 60 days after the completion of the Work on a Time and Material Basis."

3.25 GC 6.3 - CHANGE DIRECTIVE

3.25.1 Delete paragraph 6.3.7.1 in its entirety and replace it with theCOPY following:

".1 salaries, wages and benefits paid to personnel in the direct employ of the Contractor, applying the labour rates set out in the wage schedule in the Contract Documents or as otherwise agreed between the Owner and Contractor for personnel,

(1) carrying out the Work, including necessary supervisory services;

(2) engaged in expediting the production or transportation of material or equipment, at shops or on the road; SUBMIT (3) engaged in the preparation of Shop Drawings, fabrication drawings, coordination drawings and Contract as-built drawings, or,

(4) including clerical staff engaged in processing changes in the Work."

3.25.2 Amend paragraph 6.3.8 by adding the words "except for paragraph 6.3.14" after the word "Contract" in the first line. 3.25.3 Add new paragraph 6.3.14 as follows:NOT "6.3.14 For greater certainty, and without limitation, the cost of performing the Work attributable to the VIEWINGChange Directive does not include, and no payment shall be made for: .1 head office salaries and benefits and all other overhead or general expenses, except only for the salaries, wages and benefits of personnel described in paragraph 6.3.7.1 and the contributions, assessments or taxes referred to in paragraphs 6.3.7.2; .2 capitalDO expenses and interest on capital; .3 general clean-up, except where the performance of the Work in the Change Directive causes specific additional clean-up requirements;

Supplementary Conditions, June 2014 Page 5-2.14 166 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

.4 wages paid for project managers, superintendents, assistants, watch persons and administrative personnel, provided the Change Directive does not result in an extension of Contract Time;

.5 wages, salaries, rentals, or other expenses that exceed the rates that are standard in the locality of the Place of the Work that are otherwise deemed unreasonable by the Consultant;

.6 any costs or expenses attributable to the negligence, improper Work, deficiencies, or breaches of Contract by the Contractor or Subcontractor;

.7 any cost of quality assurance, such as inspection and testing services, charges levied by authorities, and any legal fees unless any such costs or fees are pre-approved in writing by the Owner."

3.26 GC 6.5 - DELAYS

3.26.1 Amend paragraphs 6.5.1, and 6.5.2 by deleting the period at the end of each paragraph, and substituting the following words, ", but excluding any consequential, indirect or special damages, loss of profit, loss of opportunity or loss of productivity resulting from such delay."

3.26.2 Add new subparagraphs 6.5.6, 6.5.7, 6.5.8 and 6.5.9 as follows:

"6.5.6 If the Contractor is delayed in the performance of the Work by an act or omission of the Contractor or anyone employed or engaged by the Contractor directly or indirectly, or by any cause within the Contractor's control, then the Contract Time shall COPYbe extended for such reasonable time as the Consultant may decide in consultation with the Contractor. The Owner shall be reimbursed by the Contractor for all reasonable costs incurred by the Owner as the result of such delay, including all services required by the Owner from the Consultant as a result of such delay by the Contractor and, in particular, the cost of the Consultant's services during the period between the date of Substantial Performance of the Work stated in Article A-1 herein as the same may be extended through the provisions of these General Conditions and any later, actual date of Substantial Performance of the Work achieved by the Contractor.

6.5.7 The Contractor shall be responsible for the care, maintenance and protection of the Work in the event of any suspension of construction as a result of the delay described in paragraphs 6.5.1, 6.5.2 or 6.5.3. In the event of such suspension, the Contractor shall be reimbursedSUBMIT by the Owner for the reasonable costs incurred by the Contractor for such care, maintenance and protection, but excluding the costs of the Contractor's head office personnel. The Contractor's entitlement to costs pursuant to this paragraph 6.5.7, if any, shall be in addition to amounts, if any, to which the Contractor is entitled pursuant to paragraphs 6.5.1, 6.5.2 or 6.5.3.

6.5.8 Without limiting the obligations of the Contractor described in GC 3.2 – CONSTRUCTION BY OWNER OR OTHER CONTRACTORS and GC 9.4 – CONSTRUCTION SAFETY, the Owner may, by Notice in Writing, direct the Contractor to stop the Work where the Owner determines that there is an imminent risk to the safety of persons or property at the Place of the Work. In the event that the Contractor receives such notice, it shall immediately stop the Work and secure the Project site. The Contractor shall not be entitled to an extension of the Contract Time or to an increase in the Contract Price unless the resulting delay, if any, would NOTentitle the Contractor to an extension of the Contract Time or the VIEWINGreimbursement of the Contractor's costs as provided in paragraphs 6.5.1, 6.5.2 or 6.5.3. 6.5.9 The Contractor recognizes and agrees that the Owner will suffer financial loss if the Work is not completed within the time specified in the Contract. The Contractor also recognizes the delays, expenses and difficulties involved in proving the actual loss suffered by the Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Contractor agrees that as liquidated damages for delay (but not as penalty) the Contractor shall pay to the Owner, as liquidated damages, an amount per day, as DOdesignated in the Specific Conditions of Contract for each and every day’s delay from the specified time for completion of the Work until actual completion of the Work, and it is further expressly acknowledged and agreed by the Contractor that:

Supplementary Conditions, June 2014 Page 5-2.15 167 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

(a) this amount is a reasonable estimate of the actual damage that will be incurred by the Owner due to any failure to complete the Work within the time required by this Contract;

(b) the Owner may deduct the amount due under this section from any monies that may be due or payable to the Contractor, whether under this Contract or any other agreement;

(c) the liquidated damages provided for in this section shall be without prejudice to any other remedy to which the Owner is entitled at law or in equity."

3.27 GC 6.6 CLAIMS FOR CHANGE IN CONTRACT PRICE

3.27.1 GC 6.6.1 - 6.6.6 are deleted in their entirety and replaced with the following:

"6.6.1 Claims for a change in the Contract Price shall be determined in accordance with GC 8, as amended."

3.28 GC 7.1 - OWNER'S RIGHT TO PERFORM THE WORK, STOP THE WORK, OR TERMINATE THE CONTRACT

3.28.1 Amend paragraph 7.1.2 by adding the following sentence to the end:

"Failure by the Owner to provide such notice shortly after the default has occurred shall not constitute condonation of the default." COPY 3.28.2 Add a new paragraph 7.1.5.5 as follows:

".5 charge the Contractor for any damages the Owner may have sustained as a result of the default."

3.29 GC 7.2 - CONTRACTOR'S RIGHT TO SUSPEND THE WORK OR TERMINATE THE CONTRACT 3.29.1 Delete paragraphs 7.2.1, and 7.2.3.1 in their entirety. SUBMIT 3.29.2 In paragraph 7.2.2, insert the words "other than the City of Toronto" after the words "public authority" in the second line.

3.29.3 Delete subparagraph 7.2.3.4 and replace it with the following:

".4 the Owner violates the requirements of the Contract to a substantial degree"

3.29.4 Delete paragraph 7.2.5 and replace it with the following:

"7.2.5 If the default cannot be corrected within the 5 Working Days specified in paragraph 7.2.4, the Owner shall be deemed to have curedNOT the default if it VIEWING.1 commences the correction of the default within the specified time; and .2 provides the Contractor with an acceptable schedule for such correction; and

.3 completes the correction in accordance with such schedule." 3.29.5 Add newDO paragraph 7.2.6: "7.2.6 If the Contractor terminates the Contract under the conditions described in this GC 7.2, the Contractor shall be entitled to be paid for all Work performed to the date of termination. The Contractor

Supplementary Conditions, June 2014 Page 5-2.16 168 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

shall also be entitled to recover the direct costs associated with termination, including the costs of demobilization, losses sustained on Products and Construction Equipment. The Contractor shall not be entitled to any recovery for special, indirect or consequential losses, or loss of use."

3.30 GC 8.0 – DISPUTE RESOLUTION

3.30.1 Delete Part 8 in its entirety and replace it with the following:

"8.0 DISPUTE RESOLUTION

8.1.1 Continuance of the Work

Unless the Contract has been terminated or completed, the Contractor shall in every case, after serving or receiving any notification of a claim or dispute, verbal or written, continue to proceed with the Work with due diligence and expedition. It is understood by the parties that such action shall not jeopardize any claim it may have.

8.1.2 Record Keeping

Immediately upon commencing Work that may result in a claim, the Contractor shall keep Daily Work Records during the course of the Work, sufficient to substantiate the Contractor's claim, and the Consultant shall keep Daily Work Records to be used in assessing the Contractor's claim, all records to be in accordance with the requirements ofCOPY the Contract. 8.1.3 The Contractor and the Consultant shall attempt to reconcile their respective Daily Work Records on a daily basis, to simplify review of the claim, when submitted. If the Contractor and the Consultant fail to reconcile their respective Daily Work Records, then the Contractor shall submit its Daily Work Records as part of its claim, whereby the resolution of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the claim.

8.1.4 The keeping of Daily Work Records by the Consultant or the reconciling of such Daily Work Records with those of the Contractor shall not be construedSUBMIT to be acceptance of the claim. 8.2 Claims Procedure

8.2.1 The Contractor shall give verbal notice to the Consultant of any situation which may lead to a claim for additional payment immediately upon becoming aware of the situation and shall provide written notice to the Consultant of such situation or of any express intent to claim such payment, within seven days of the commencement of any part of the Work which may be affected by the situation or shall form part of the claim.

8.2.2 The Contractor shall submit detailed claims as soon as reasonably possible and in any event no later than 30 days after completionNOT of the Work affected by the situation. The detailed claim shall: a) identify the item or items in respect of which the claim arises; VIEWINGb) state the grounds, contractual or otherwise, upon which the claim is made; and c) include the records maintained by the Contractor supporting such claim.

In exceptional cases the 30 days may be increased to a maximum of 90 days with approval in DOwriting from the Consultant . 8.2.3 Within 30 days of the receipt of the Contractor’s detailed claim, the Consultant may request the Contractor to submit any further and other particulars as the Consultant considers necessary to

Supplementary Conditions, June 2014 Page 5-2.17 169 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

assess the claim. The Contractor shall submit the requested information within 30 days of receipt of such request.

8.2.4 Within 90 days of receipt of the detailed claim, the Owner, or if authorized by the Owner, the Consultant, shall advise the Contractor, in writing, of the Owner’s opinion with regard to the validity of the claim.

8.3 Negotiations

8.3.1 The parties shall make all reasonable efforts to resolve their dispute by amicable negotiations and agree to provide, without prejudice, open and timely disclosure of relevant facts, information, and documents to facilitate these negotiations.

8.3.2 Should the Contractor disagree with the opinion given in paragraph 8.2.4, with respect to any part of the claim, the Consultant shall enter into negotiations with the Contractor to resolve the matters in dispute. Negotiation shall occur on three levels; first, with the Consultant, second, with the Owner’s Manager level, and third, with the Owner’s Director, General Manager or Executive Director level. Corresponding level shall be involved in the discussions on behalf of the Contractor. Any agreement reached with the Consultant shall be subject to the Owner’s approval. Prior to commencement of construction the Owner and the Contractor shall meet to determine the names of the representatives at the three levels of discussion. These names shall be put in writing, to be used in the event of a dispute in issue.

8.3.3 Discussions with the Consultant shall be completedCOPY as soon as possible and shall be limited to a period of no more than 30 days following receipt of the opinion given in paragraph 8.2.4. Manager level discussion shall be completed as soon as possible following failed discussions with the Consultant, and shall be limited to a period of no more than a further 30 days. The Director, General Manager or Executive Director level discussion shall be completed as soon as possible following failed manager level discussions, and shall be limited to a period of no more than a further 30 days.

8.3.4 Each party shall be responsible for elevating an issue to the next level of negotiation, if the issue has not been resolved at the current level. The ContractorSUBMIT or Consultant shall notify the other properly in writing if he or she wishes to pursue an issue to the next level of negotiation.

8.3.5 Where a negotiated settlement cannot be reached, or it is agreed that payment cannot be made in accordance with paragraph 6.2.3 or paragraph 6.2.4, the parties may, upon mutual agreement, proceed in accordance with clause paragraph 8.4, Mediation.

8.4 Mediation

8.4.1 If a claim is not resolved satisfactorily through the negotiation process in paragraph 8.3, and the Contractor wishes to pursue the issue further, the parties may, upon mutual agreement, utilize the services of an independentNOT third party mediator. 8.4.2VIEWING The mediator shall be mutually agreed upon by the Owner and Contractor. 8.4.3 The mediator shall be knowledgeable regarding the area of the disputed issue. The mediator shall meet with the parties together or separately, as necessary, to review all aspects of the issue. The mediator may provide the parties with his or her non-binding without prejudice settlement recommendation, on the day of the mediation. 8.4.4 DO Each party is responsible for its own costs related to the use of the third party mediator process. The costs of the third party mediator shall be equally shared by the Owner and Contractor.

Supplementary Conditions, June 2014 Page 5-2.18 170 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

8.5 Payment

8.5.1 Payment of the claim shall be made no later than 30 days after the date of resolution of the claim or dispute. Such payment shall be made according to the terms of Part 5, Payment.

8.6 Rights of Both Parties

8.6.1 Unless the parties agree otherwise, no action taken under paragraphs 8.1 to 8.6, by either party shall be construed as a renunciation or waiver of any of the rights or recourse available to the parties.

8.7 Arbitration

8.7.1 If a claim is not resolved satisfactorily through the negotiation process, or mediation if utilized, either party may request an arbitration of the dispute and the parties, by mutual agreement, may submit such dispute to arbitration and the provisions of the Ontario Arbitration Act, 1991, as amended, shall apply to such arbitration, including the provisions for appeal therein except as otherwise provided in this section 8.7. Notwithstanding this, in the case of claims for amounts less than $150,000, exclusive of H.S.T., the provisions of subsection GC 8.7 to 8.11, Arbitration, shall be mandatory if requested by either party, and the matter shall proceed to arbitration if not resolved through the said negotiation or mediation processes.

8.7.2 If the Parties engage in arbitration to resolve the issue, notification to that effect shall be communicated in writing to the Consultant within 30COPY days of completing the negotiations referred in paragraph 8.3, or, if the parties proceed to mediation under paragraph 8.4, within 30 days of completing that mediation.

8.7.3 The parties shall be bound by the decision of the arbitrator.

8.7.4 The rules and procedures of the Arbitration Act, 1991, S.O. 1991, c.17, as amended, shall apply to any arbitration conducted hereunder except to the extent that they are modified by the express provisions of paragraphs 8.7 to 8.11. SUBMIT 8.8 Arbitration Procedure

8.8.1 The following provisions are to be included in the agreement to arbitrate:

.1 All existing actions in respect of the matters under arbitration shall be stayed pending arbitration;

.2 All then unresolved claims and matters to be settled are to be set out in a schedule to the agreement. Only such claims and matters as are in the schedule shall be arbitrated; and .3 Before proceedingNOT with the arbitration, the Contractor shall confirm that all matters in dispute are set out in the schedule. 8.9 VIEWINGAppointment of Arbitrator 8.9.1 The arbitrator shall be mutually agreed upon by the Owner and Contractor to adjudicate the dispute.

8.9.2 Where the Owner and Contractor cannot agree on a sole arbitrator within 30 days of the DOnotification of arbitration noted in paragraph GC 8.7.2, the Owner and the Contractor shall each chose an appointee with 37 days of the notice of arbitration.

Supplementary Conditions, June 2014 Page 5-2.19 171 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

8.9.3 The appointees shall mutually agree upon an arbitrator to adjudicate the dispute within 15 days after the last appointee was chosen or they shall refer the matter to the Arbitration and Mediation Institute of Ontario Inc. which shall select an arbitrator to adjudicate the dispute within 7 days of being requested to do so.

8.9.4 The arbitrator shall not be interested financially in the Contract nor in either party’s business and shall not be employed by either party.

8.9.5 The arbitrator is not bound by the rules of evidence which govern the trial of cases in court but may hear and consider any evidence which the arbitrator considers relevant.

8.9.6 The hearing shall commence within 90 days of the appointment of the arbitrator.

8.10 Costs

8.10.1 The arbitrator’s fee shall be equally shared by the Owner and the Contractor.

8.10.2 The fees of any independent experts and any other persons appointed to assist the arbitrator shall be shared equally by the Owner and the Contractor.

8.10.3 The arbitration hearing shall be held in a place mutually agreed upon by both parties or in the event the parties do not agree, a site shall be chosen by the arbitrator. The cost of obtaining appropriate facilities shall be shared equally by the OwnerCOPY and the Contractor. 8.10.4 The arbitrator may, in his or her discretion, award reasonable costs, related to the arbitration.

8.11 The Decision

8.11 The reasoned decision shall be made in writing within 90 days of the conclusion of the hearing. An extension of time to make a decision may be granted with consent of both parties. Payment shall be made in accordance with Part 5, Payment."

SUBMIT

3.31 GC 9.1 - PROTECTION OF WORK AND PROPERTY

3.31.1 Delete subparagraph 9.1.1.1 in its entirety and replace it with new subparagraph 9.1.1.1:

"9.1.1.1 errors in the Contract Documents which the Contractor could not have discovered applying the standard of care described in GC 3.14 STANDARD OF CARE."

3.31.2 Amend paragraph 9.1.1.2 by adding the word, "negligent" at the beginning thereof. 3.31.3 Add new paragraphs 9.1.5 and 9.1.6NOT as follows: "9.1.5 Without in any way limiting the Contractor's obligations under this GC 9.1, should the Contractor VIEWINGor any Subcontractor or Supplier cause loss or damage to trees or other plantings, whether owned by the Owner or third parties, the Contractor shall be liable for the replacement cost of the trees or other plantings damaged, including the cost of any arborist or other Consultant, and such costs may be deducted by the Owner from amounts otherwise owing to the Contractor.

9.1.6 The Contractor shall neither undertake to repair and/or replace any damage whatsoever to the Work of otherDO Contractors, or to adjoining property, nor acknowledge the same was caused or occasioned by the Contractor, without first consulting the Owner and receiving written instructions as to the course of action

Supplementary Conditions, June 2014 Page 5-2.20 172 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

to be followed from either the Owner or the Consultant. However, where there is danger to life or public safety, the Contractor shall take such emergency action as it deems necessary to remove the danger."

3.32 GC 9.4 - CONSTRUCTION SAFETY

3.32.1 Delete paragraph 9.4.1 in its entirety and substitute new paragraph 9.4.1:

"9.4.1 The Contractor shall be solely responsible for construction safety at the Place of the Work and for compliance with the rules, regulations and practices required by the applicable construction health and safety legislation and shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Work."

3.32.2 Add new paragraphs 9.4.2, 9.4.3 and 9.4.4:

"9.4.2 Prior to the commencement of the Work, the Contractor shall submit to the Owner:

.1 a current WSIB clearance certificate;

.2 documentation of the Contractor’s in-house safety-related programs;

.3 a copy of the Notice of Project filed with the Ministry of Labour naming itself as “constructor” under OHSA COPY 9.4.3 The Contractor shall indemnify and save harmless the Owner, its agents, officers, directors, employees, consultants, successors and assigns from and against the consequences of any and all safety infractions committed by the Contractor under OHSA, including the payment of legal fees and disbursements on a solicitor and client basis. Such indemnity shall apply to the extent to which the Owner is not covered by insurance, provided that the indemnity contained in this paragraph shall be limited to costs and damages resulting directly from such infractions and shall not extend to any consequential, indirect or special damages.

9.4.4 The Owner undertakes to include in its contracts with other contractors and/or in its instructions to its own forces the requirement that the other contractor or own forces,SUBMIT as the case may be, will comply with directions and instructions from the Contractor with respect to occupational health and safety and related matters."

3.33 GC 10.1 - TAXES AND DUTIES

3.33.1 Add the following to the end of paragraph 10.1.1:

"Any Value Added Taxes (including Harmonized Sales Tax), where applicable, shall be listed as line items separate from the total Contract Price." 3.33.2 Delete paragraph 10.1.2 and replaceNOT it with the following: "Any increase or decrease in costs to the Contractor due to changes in such included taxes and duties at the VIEWINGtime of the bid closing shall increase or decrease the Contract Price accordingly. For greater certainty, the Contractor shall not be entitled to any mark-up for overhead or profit on any increase in such taxes and duties."

3.33.3 Add new paragraphs 10.1.3, 10.1.4, 10.1.5, and 10.1.6, as follows: "10.1.3 DOWhere the Owner is entitled to an exemption or a recovery of sales taxes, customs duties, excise taxes or Value Added Taxes applicable to the Contract, the Contractor shall, at the request of the Owner or the Owner's representative, assist with the application for any exemption, recovery or refund of all such

Supplementary Conditions, June 2014 Page 5-2.21 173 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

taxes and duties and all amounts recovered or exemptions obtained shall be for the sole benefit of the Owner. The Contractor agrees to endorse over to the Owner any cheques received from the Federal or provincial governments, or any other taxing authority, as may be required to give effect to this paragraph.

10.1.4 The Contractor shall maintain accurate records of Construction Equipment, Product and component costs reflecting the taxes, customs duties, excise taxes and Value Added Taxes paid.

10.1.5 Any refund of taxes, including, without limitation, any government sales tax, customs duty, excise tax or Value Added Tax, whether or not paid, which is found to be inapplicable or for which exemption may be obtained, is the sole and exclusive property of the Owner. The Contractor agrees to cooperate with the Owner and to obtain from all Subcontractors and Suppliers cooperation with the Owner in the application for any refund of any taxes, which cooperation shall include but not be limited to, making or concurring in the making of an application for any such refund or exemption, and providing to the Owner copies, or where required, originals of records, invoices, purchase orders and other documentation necessary to support such applications or exemptions or refunds. All such refunds shall either be paid to the Owner, or shall be a credit to the Owner against the Contract Price, in the Owner's discretion. The Contractor agrees to enable, assist with and submit to any reasonable audit requested by the Owner with respect the potential refunds under this paragraph.

10.1.6 Customs duties penalties, or any other penalty, fine or assessment levied against the Contractor, shall not be treated as a tax or customs duty for the purpose of this GC 10.1" 3.34 GC 10.2 LAWS, NOTICES, PERMITS, AND FEES COPY 3.34.1 Add to the end of paragraph 10.2.4, the following:

"The Contractor shall notify the Chief Building Official or the registered code agency where applicable, of the readiness, substantial completion, and completion of the stages of construction set out in the Ontario Building Code. The Contractor shall be present at each site inspection by an inspector or registered code agency as applicable under the Ontario Building Code." 3.34.2 Delete paragraph 10.2.6 and replace it with the following: SUBMIT "10.2.6 If the Contractor fails to notify the Owner and the Consultant in writing, fails to obtain direction as required in paragraph 10.2.5, and/or performs work that it knows or ought to have known that contravenes any laws, ordinances, guidelines, standards, permits, statutes, by-laws, rules, regulations, or codes, the Contractor shall be responsible for and shall correct the violations thereof, and shall bear the costs, expenses, and damages attributable to the failure to comply with the provisions of such laws, ordinances, guidelines, standards, permits, statutes, by-laws, rules, regulations, or codes, and, notwithstanding any limitations described in paragraph 12.1.1, shall indemnify and hold harmless the Owner and the Consultant from and against any claims, demands, losses, costs, damages, actions, suits or proceedings resulting from such failure or breach of law." 3.34.3 Add a new paragraph 10.2.8 as follows:NOT "10.2.8 Without limiting the generality of any other provision in the Contract Documents, the Contractor VIEWINGshall cause all certificates to be furnished that are required or given by the appropriate governmental or quasi-governmental authorities as evidence that the Work as installed conforms with the laws and regulations of any authorities having jurisdiction over the Place of the Work, including, without limitation, certificates of compliance for the Owner’s occupancy or partial occupancy. The certificates are to be final certificates giving complete clearance of the Work, in the event that such governmental or quasi- governmentalDO authorities furnish such certificates."

Supplementary Conditions, June 2014 Page 5-2.22 174 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

3.35 GC 10.3 PATENT FEES

3.35.1 Amend paragraph 10.3.1 by adding the words, "indemnify and" before the words, "hold the", in the second line.

3.35.2 In paragraph 10.3.2, add the words, "by the Owner", after the words, "supplied to the Contractor"

3.36 11.1 INSURANCE

3.36.1 Delete paragraph 11.1 in its entirely and replace it with the following:

"11.1 INSURANCE

11.1.1 Without restricting the generality of paragraph 12, Indemnification, the Contractor shall provide, maintain and pay for the insurance coverages listed in this General Condition under paragraphs 11.1.2, 11.1.3,11.1.4, and 11.1.5. Insurance coverage in paragraphs 11.1.6, and 11.1.7 will only apply when so specified in the Contract Documents.

11.1.2 Commercial General Liability Insurance

.1 Commercial General Liability Insurance shall provide that the policy: a) is in the amount of Five Million Dollars ($5,000,0COPY00), per occurrence; b) includes the Owner (City of Toronto), its Boards, Agencies and Commissions and subsidiary operations, as applicable, and the Consultant as additional insureds with respect to liability arising out of the operation of the insured for which a contract is issued by the Owner; and,

c) has provision for a cross liability and/or severability of interest, contractual liability, Owner's and Contractor's protective liability, broad form property damage, contingent/and or employer's liability, products and completed operations, non owned automobile liability and, if applicable to the insured operations as detailed in the Contract Documents, coverage for blasting, pile driving and collapse. SUBMIT

.2 The Contractor shall maintain in force such policies of insurance specified by the Contract Documents at all times from the commencement of the Work until the end of any Warranty Period set out in these General Conditions of Contract or as otherwise required by the Contract Documents.

.3 The Contractor shall maintain completed operations coverage for a period of six (6) years from Substantial Performance of the Contract, unless otherwise indicated in the Contract Documents. On an annual basis the contractor shall submit to the City a renewal Certificate or a replacement policy prior to the expiration date of the existing policy without notice or demand by the City. If the Contractor fails to do so, any limitation period for claiming indemnity described in the Contract Documents will not be bindingNOT on the Owner. VIEWING.4 "Claims Made" insurance policies will not be permitted. 11.1.3 All Risk Property Insurance (Builders' Risk or Installation Floater)

.1 The Contractor shall provide, maintain and pay for a policy of all risk property insurance. The policy shall be maintained from the commencement of Work until 10 days after Substantial Performance of the Work and shall be written on a replacement cost basis on all Products, supplies and equipment and/or systems,DO including boiler and machinery, if applicable, that forms part of the Work. The policy may be in the form of a Builder's Risk or Installation Floater, as appropriate to the Project. The Owner shall be included as an additional insured and a joint loss payee on the Builder's Risk Insurance Policy.

Supplementary Conditions, June 2014 Page 5-2.23 175 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

11.1.4 Automobile Liability Insurance

.1 The Contractor shall provide, maintain and pay for a policy of automobile liability insurance in respect of all licensed owned/leased vehicles that will be utilized in the performance of the Work, unless otherwise required by the Contract Documents. This policy of automobile liability insurance shall have limits of not less than Two Million Dollars ($2,000,000).

11.1.5 Contractor's Equipment Insurance

.1 The Contractor shall provide, maintain and pay for a policy of all risks Contractor’s equipment insurance covering construction machinery and equipment used and owned by the Contractor for the performance of the Work, including boiler insurance on temporary boilers and pressure vessels. This policy shall be in a form acceptable to the Owner and shall not allow subrogation claims by the insurer against the Owner. Upon agreement of the Owner, approval may be provided to the Contractor to waive the equipment insurance requirement for the purpose of this Contract.

11.1.6 Contractor's Pollution Liability Insurance

.1 Where specified in the Contract Documents, the Contractor shall provide, maintain and pay for a policy of pollution liability insurance. The policy shall have a limit of not less than Two Million Dollars ($2,000,000) per claim limit. The policy shall cover third-party injury and property damage claims, including clean-up costs, as a result of pollution conditions arising from the Contractor’s operations and completed operations (i.e. Work performed). The policy shall be kept in force for 24 months from the date of Substantial Performance of the Work. The Owner shallCOPY be included as an additional insured on this policy.

11.1.7 Use and Occupancy of the Work Prior to Completion

.1 Should the Owner wish to use or occupy part or all of the Work prior to Substantial Performance of the Work, the Owner will give 30 days’ written notice to the Contractor of the intended purpose and extent of such use or occupancy. Prior to such use or occupancy the Contractor shall notify the Owner in writing of the additional premium cost, if any, to maintain property and boiler insurance, which shall be at the Owner's expense. If because of such use or occupancy the ContractorSUBMIT is unable to provide coverage, the Owner upon written notice from the Contractor and prior to such use or occupancy shall provide, maintain and pay for property and boiler insurance insuring the full value of the Work, including coverage for such use or occupancy, and shall provide the Contractor with proof of such insurance. The Contractor shall refund to the Owner the unearned premiums applicable to the Contractor's policies upon termination of coverage.

.2 The policies shall provide that, in the event of a loss or damage, payment shall be made to the Owner and the Contractor as their respective interests may appear. The Contractor shall act on behalf of both the Owner and the Contractor for the purpose of adjusting the amount of such loss or damage payment with the insurers. When the extent of the loss or damage is determined the Contractor shall proceed to restore the Work. Loss or damage shall not affect the rights and obligations of either party under the Contract except that the Contractor shall be entitledNOT to such reasonable extension of Contract Time relative to the extent of VIEWINGthe loss or damage as the Consultant may decide in consultation with the Contractor. 11.1.8 Payment for Loss or Damage

.1 The Contractor shall be entitled to receive from the Owner, in addition to the amount due under the Contract, the amount at which the Owner's interest in restoration of the Work has been appraised, such amount to be paid as the restoration of the Work proceeds and in accordance with the requirements of Part 5.0. InDO addition the Contractor shall be entitled to receive from the payments made by the insurers the amount of the Contractor's interest in the restoration of the Work.

Supplementary Conditions, June 2014 Page 5-2.24 176 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

.2 The Contractor shall be responsible for deductible amounts under the policies.

11.1.9 Insurance Requirements and Duration

.1 Unless specified otherwise, the duration of each insurance policy shall be from the date of commencement of the Work until 10 days after the date of final acceptance of the Work, as set out in the Final Acceptance Certificate.

.2 Prior to commencement of the Work and upon placement and at renewal, amendment or extension of all or any part of the insurance, the Contractor shall promptly provide the Owner with confirmation of coverage on the Owner’s certificate of insurance form or on a form acceptable to the Owner, without notice or demand by the Owner. The insurance documents shall be signed by the insurer or an authorized representative of the insurer.

.3 If the Owner receives notice of cancellation for nonpayment of the insurance premium, the Owner may, but is not obliged to, pay the premium of any policy of insurance required to be maintained herein and make a formal demand for reimbursement of such costs from the Contractor. If the Contractor fails to pay the cost of the insurance placed by the Owner within 15 days of the date on which the Owner made a formal demand for reimbursement of such costs, the Owner may deduct the costs thereof from monies which are due or may become due to the Contractor.

.4 The Contractor shall, on request, promptly provide the Owner with a certified true copy of each insurance policy exclusive of information pertaining to premium or premium bases used by the insurer to determine the cost of the insurance. The certified true copyCOPY shall include a signature of the insurer or the underwriter or the broker.

.5 All insurance policies taken out by the Contractor shall be placed with insurers licensed to write business in the Province of Ontario.

.6 The insurance policies required pursuant to this clause shall be primary and shall not call into contribution any insurance available to the Owner. .7 The amount of the deductible for the purpose of this Contract shallSUBMIT not be more than $25,000.00. .8 The Contractor shall maintain such forms of insurance as the Owner, acting reasonably, may require from time to time, in amounts and for risks against which a prudent Contractor would insure."

.9 Each policy (except for the policy of automobile insurance required under section 11.1.4) shall contain an endorsement requiring the insurer(s) to notify the City of Toronto in writing, by registered mail, at least thirty (30) days, (fifteen (15) days if cancellation is due to non-payment of premium), prior to any cancellation of the Contractor’s insurance."

3.37 GC 11.2 – CONTRACT SECURITY

3.37.1 Add new paragraph 11.2.3 as follows:NOT

VIEWING“11.2.3 The premiums for the bonds required by the Contract Documents are included in the Contract Price."

3.38 GC 12.1 - INDEMNIFICATION 3.38.1 Delete paDOragraphs 12.1.1 through 12.1.6 and replace them with the following: "12.1.1 The Contractor shall indemnify and hold harmless the Owner and each of the Owner's elected officials, officers, employees and agents (hereinafter referred to collectively as the “Indemnitees”) from and

Supplementary Conditions, June 2014 Page 5-2.25 177 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

against all claims, demands, actions, suits or proceedings which may be brought against or made by third parties, hereinafter called "claims", directly or indirectly arising or alleged to arise out of the performance of or the failure to perform any of its obligations under the Contract Documents.

12.1.2 The Contractor shall indemnify and hold harmless the Owner and the Indemnitees from all and every claim for damages, royalties or fees for the infringement of any patented invention or copyright occasioned by the Contractor in connection with the Work performed or Product furnished by the Contractor under the Contract.

12.1.3.1 The Owner shall indemnify and hold harmless the Contractor from and against all claims, demands, actions, suits or proceedings ("claims") in respect to claims against the Contractor by third parties that arise out of the Contractor's direct involvement in this Contract provided such claims are directly caused by the negligent act or omission of the Owner, and then only to the extent the loss or damage was caused by the Owner.

12.1.3.2 The Owner shall indemnify and hold harmless the Contractor, its agents, officers and employees from and against all claims, demands, losses, expenses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of its obligations under the Contract Documents which are attributable to a lack of or defect in title or an alleged lack of or defect in title to the Place of the Work. The Contractor expressly waives the right to indemnity for claims other than those stated above.

12.1.4 The Contractor shall pay to the Indemnitees, or any of them, on demand any loss, costs, damages and expenses which may be sustained, incurred or paid by the Indemnitees, or any of them, in consequence of any such action, suit, claim, lien, execution or demandCOPY and any moneys paid or payable by the Indemnitees in settlement or in discharge or on account thereof. If the Contractor fails to make such payment, all such mentioned loss, costs, damages and expenses and all such moneys so paid or payable may be deducted from any moneys of the Contractor then remaining in the possession of the Owner on account of the Work or from moneys payable by the Owner to the Contractor on any account whatever or may be recovered from the Contractor or its Surety, as the case may be, in any court of competent jurisdiction as moneys paid at their request. The Contractor hereby authorizes and empowers the Owner or the Consultant as the case may be, or their Solicitor, for the time being, to defend, settle or compromise any of such actions, suits, claims, liens, executions or demands as the Owner or the Consultant, as the case may be, or their said Solicitor may deem expedient. The Contractor shallSUBMIT ratify and confirm all the acts of the Owner or the Consultant or their Solicitor in that behalf, and shall pay to such Solicitor on demand his or her reasonable costs of any such defense, settlement and/or compromise, and that in default of such payment the same may be deducted from any moneys payable by the Owner to the Contractor on any account whatever."

3.39 GC 12.2 - WAIVER OF CLAIMS

3.39.1 Amend paragraphs 12.2.1 through 12.2.10 as follows:

"GC 12.2 WAIVER OF CLAIMS

12.2.1 In the fourth line, add NOTthe words “claims for delay pursuant to GC 6.5 DELAYS, claims for an increase in the Contract Price, pursuant to GC 6.6 CLAIMS FOR A CHANGE IN THE CONTRACT PRICE” after the word “limitation”. Add the words “(collectively “Claims”)” after “Substantial VIEWINGPerformance of the Work” in the sixth line.

12.2.1.1 Change the word “claims” to “Claims” and change the word “claim” to “Claim”. 12.2.1.2DO Change the word “claims” to “Claims”. 12.2.1.3 Delete paragraph 12.2.1.3 in its entirety.

Supplementary Conditions, June 2014 Page 5-2.26 178 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

12.2.1.4 Change the word “claims” to “Claims”.

12.2.2 Change the words “in paragraphs 12.2.1.2 and 12.2.1.3” to “in paragraph 12.2.1.2”. Change the word “claims” to “Claims” in both instances and change the word “claim” to “Claim”.

12.2.5 Delete the number "395" and substitute the number "760".

12.2.6 Change the word “claim” to “Claim” in all instances in the paragraph.

12.2.7 Change “The party” to “The Contractor". Change the word “claim” to “Claim” in all instances in the paragraph.

12.2.8 Change the word “claim” to “Claim” in all instances in the paragraph.

12.2.9 Delete paragraph 12.2.9 in its entirety.

12.2.10 Delete paragraph 12.2.10 in its entirety.

3.40 GC 12.3 – WARRANTY

3.40.1 Amend paragraph 12.3.1 by deleting the words, "one year", and replacing them with the words, "two years", and by adding the following at the end of the paragraph, "With respect to equipment installed at the request of the Owner, and successfully operating at its intendedCOPY design capacity before completion of the work, the warranty period shall be two years from the date the equipment commenced its successful operations.

3.40.2 Amend paragraphs 12.3.3, 12.3.4, and 12.3.6 by deleting the words, "one year", and replacing them with the words, "two years".

3.40.3 Add the following clauses as 12.3.7, 12.3.8, and 12.3.9"

“12.3.7 Any Product or equipment requiring excessive servicing during the warranty period (or free maintenance period, if applicable) shall be considered defectiveSUBMIT and the warranty (or free maintenance period) shall be deemed to take effect from the time that the defect has been corrected so as to cause excessive servicing to terminate.

12.3.8 Following Substantial Performance of the Work, and without limiting the Contractor’s warranty under this GC 12.3, the Contractor shall assign to the Owner, to the extent assignable, the benefit of all warranties and guarantees relating to the Work. The assignment shall expressly reserve the right of the Contractor to make any claims under such warranties and guarantees and such assignment shall in no way prejudice any rights of or benefits accruing to the Contractor pursuant to such warranties and guarantees.

12.3.9 The provisions of the GC 12.3 – WARRANTY shall not deprive the Owner of any action, right or remedy otherwise available toNOT the Owner for the Contractor ’s failure to fulfill its obligations or responsibilities under the Contract and shall not be construed as a waiver of claims in favour of the Contractor or as a limitation on the time in which the Owner may pursue such other action, right or VIEWINGremedy. The warranties set out in the Contract are not supplemental to and do not limit or preclude the application of any other conditions and warranties, express or implied, by law or trade usage.”

PART 13 - OTHER PROVISIONS 3.41 Add NewDO PART 13 As Follows: "GC 13.1 - OWNERSHIP OF MATERIALS

Supplementary Conditions, June 2014 Page 5-2.27 179 of 228 Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract

13.1.1 Unless otherwise specified, all materials existing at the Place of the Work at the time of execution of the Contract shall remain the property of the Owner. All Work and Products delivered to the Place of the Work by the Contractor shall be the property of the Owner. The Contractor shall remove all surplus or rejected materials as its property when notified in writing to do so by the Consultant.

GC 13.2 - CONSTRUCTION LIENS

13.2.1 In the event that a written notice of lien is delivered to the Owner in respect of the Project by or through a Subcontractor or Supplier, and provided the Owner has paid all amounts properly owing under the Contract, the Contractor, at its own expense and within ten (10) days, shall ensure that such written notice of lien is withdrawn in writing.

13.2.2 In the event that the Contractor fails to conform with the requirements of 13.2.1, the Owner may set off and deduct from any amount owing to the Contractor, all costs and associated expenses, including legal fees and disbursements reasonably incurred to secure a written withdrawal of the notice of lien. If there is no amount owing by the Owner to the Contractor, then the Contractor shall reimburse the Owner for all of the said costs and associated expenses.

GC 13.3 - CONTRACTOR DISCHARGE OF LIABILITIES

13.3.1 In addition to the obligations assumed by the Contractor pursuant to GC 3.7, the Contractor agrees to discharge all liabilities incurred by it for labour, materials, services, Subcontractors and Products, used or reasonably required for use in the performance of the Work, except for amounts withheld by reason of legitimate dispute and which have been identified to theCOPY party or parties, from whom payment has been withheld.

GC 13.4 – DAILY REPORTS/DAILY LOGS

13.4.1 The Contractor shall cause its supervisor or such competent person as it may delegate, to prepare a daily log or diary reporting on weather conditions, work force of the Contractor, Subcontractors, Suppliers and any other forces on site and also record the general nature of Project activities. Such log or diary shall also include any extraordinary or emergency events which may occur and also the identities of any persons who visit the site who are not part of the day-to-day workSUBMIT force. 13.4.2 The Contractor shall also maintain records, either at its head office or at the job site, recording manpower and material resourcing on the Project, including records which document the activities of the Contractor in connection with GC 3.5, and comparing that resourcing to the resourcing anticipated when the most recent version of the schedule was prepared pursuant to GC 3.5. The Contractor shall make these records available to the Owner and/or the Consultant for inspection, upon reasonable notice.

GC 13.5 - PUBLIC STATEMENTS

13.5.1 The Contractor shall not publish, issue or make any statements or news release, electronic or otherwise, concerning the Contract, the Work, or the Project, without the express written consent of the Owner." NOT VIEWINGGC 13.6 OWNER'S SET-OFF 13.6.1 In addition to and without limiting any other rights the Owner may have under this Contract and at law, the Owner may retain from monies owing to the Contractor under this Contract an amount sufficient to cover any outstanding or disputed liabilities including the cost to remedy deficiencies, the reduction in value of substandard portions of the Work, claims for damages by third parties, undetermined claims by the Owner, DOand any assessment due the Workplace Safety and Insurance Board. END OF SUPPLEMENTARY CONDITIONS

Supplementary Conditions, June 2014 Page 5-2.28 180 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

Table of Contents Page No. 5A –

1. Specification Reference Numbers ...... 2 2. Emergency During Construction ...... 2 3. Workplace Safety And Insurance Act ...... 2 4. Occupational Health And Safety Act ...... 2 5. Organization Of Work And Work Restrictions ...... 7 6. Other Contractors ...... 7 7. Contractor's Liability ...... 8 8. Property Survey ...... 8 9. Disposal Of Surplus Excavated Material And Removals...... 8 10. Smog Alert Response Plans ...... 8 11. Security ...... 10 12. Material And Truck Weighing ...... 10 13. Noise Regulations ...... COPY .. 11 14. Fair Wage And Labour Trades Policy ...... 11 15. Liquidated Damages ...... 11 16. Spills Reporting ...... 12 17. Taxes ...... 12 18. Insurance ...... 12 19. Service Standards for Contractors in Responding to ThirdSUBMIT Party Claims ...... 12 20. Contract Documents ...... 14 21. Order of Precedence ...... 14

NOT VIEWING DO

PMMD V 5.13 – 2015.12.08 Page 5A-1 181 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

1. Specification Reference Numbers

All index and reference numbers in the Tender Submission Package, Plans and/or Specifications, or Index are given for the convenience of the Contractor and as such must be taken only as a general guide to the items referred to. It must not be assumed that such numbering is the only reference to each item, but the Contract as a whole must be fully read in detail for each item.

2. Emergency During Construction

The Contractor is requested to furnish the phone number and name of a representative who can be contacted on a 24 hour basis in case of emergency during construction, upon request by the Consultant after the award of the Contract. Those nominated shall have a cellular phone and/or pager to ensure that potential contact with them can be sustained over 24 hours, seven days a week throughout the duration of the Contract.

3. Workplace Safety And Insurance Act COPY Before commencing Work the Contractor shall provide the City with a valid clearance certificate from the Workplace Safety & Insurance Board (WSIB), and shall continue to provide valid clearance certificates from the WSIB for the duration of the Contract. Prior to the release of final monies owing by the City of Toronto, the Contractor will be required to produce a certificate issued by the Board to the effect that it has paid in full their assessment based on a true statement of the amount of payrolls. If such a certificate cannot be provided because the Contractor is considered by WSIB to be an independent operator without coverage, a letter to this effect from the WSIB shall be provided by the Contractor. SUBMIT

4. Occupational Health And Safety Act

4.1 Nothing in this section shall be deemed or construed as making the City the "employer" of any workers employed or engaged by the Contractor to perform the Work and/or supply services to the project, including any part thereof, or the "constructor", either instead of or jointly with the Contractor. “Employer” and “constructor” shall have the same meaning as in section 1 of the Occupational Health and Safety Act, R.S.O. 1990, Chapter O.1, as amended from time to time, including any regulationsNOT thereunder and successor legislation (hereinafter collectively referred to as the “OHSA”). VIEWING 4.2 Unless specifically advised otherwise in writing by the Consultant or otherwise directed by the Ministry of Labour, where the Work consists of or includes construction, the Contractor shall for the purposes of the OHSA be deemed, construed and designated as the "constructor" for the project comprising the Work and shall: DO

PMMD V 5.13 – 2015.12.08 Page 5A-2 182 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

(a) assume all of the responsibilities of that constructor as set out in the OHSA and its regulations including, without restricting the generality of the foregoing, (i) registration as a constructor with the Director of the Construction Health and Safety Branch in accordance with the OHSA and, in particular section 5 of Regulation 213/91 or any successor provision; (ii) posting/compliance with any applicable notice-filing and notice- posting/availability requirements of the OHSA and, in particular section 6 of Regulation 213/91 under or any successor provision; (b) provide the City with adequate written proof of the registration referred to in subsection (a) (i) of this section before commencing the Work; and (c) where the notice requirements referred to in subsection (a) (ii) of this section are applicable, provide a copy of such notice to the City concurrently with the filing thereof pursuant to the OHSA.

4.3 In accordance with the OHSA, as amended, a list of designated substances found at the project site is appended to hereto under Section 4 – Scope of Work and forms part of this Contract.

4.4 The Contractor shall ensure that each prospectiveCOPY subcontractor engaged by the Contractor for the project has received a copy of the list of designated substances that are present at the site, provided to the Contractor by the City, before each prospective subcontractor enters into a binding contract for the supply of Work on the project, and the Contractor shall perform all other obligations as the constructor under the Contract and for the project.

4.5 The Contractor shall conform to and enforce strict compliance with the OHSA including, without restricting the generality of the foregoing, the Contractor's duties and obligations as an "employer" underSUBMIT section 25 and 26 thereof, and OHSA regulations with respect to construction, designated substances and asbestos. “Designated substance” and “hazardous material” shall have the same meaning as in the OHSA.

4.6 The Contractor shall:

(a) ensure that no work will commence, and that those engaged by the Contractor are aware of and comply with the requirements of the OHSA and shall not commence work, without first reporting their arrival and intent at the NOTWork site on the first day to the Consultant; (b) establish and maintain at each Work site, in a manner easily available to all workers, other staff and authorized City staff, a copy of all relevant VIEWINGMaterial Data Safety Sheets (“MSDS”); (c) deliver to the Consultant a list of all designated substances and a copy of the MSDS for each hazardous material, both as defined in the OHSA, that will be brought to the Project site and/or used in the performance of the Work, no later than Five (5) working days following execution of the DOContract and at least Ten (10) working days prior to commencement of the Work;

PMMD V 5.13 – 2015.12.08 Page 5A-3 183 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

(d) not bring onto the Work site any designated substance or hazardous material without the prior written authorization of the Consultant; (e) strictly conform to and comply with, all applicable laws, statutes, regulations, orders, directives and rulings from any federal, provincial or municipal governmental authority pertaining to lead and any other designated substance(s) or hazardous material(s), including without limitation, the OHSA and all regulations thereunder, and also cause its subcontractors to do so; (f) submit to the Consultant a copy of the Notice of Project issued to the Ministry of Labour; (g) should the Contractor be issued a notice/directive as either an "order to comply" or a "stop work order", immediate corrective measures shall be taken by the Contractor. A copy of the notice/directive shall be delivered to the Consultant immediately. (h) promptly report to the Consultant all accidents involving personal injury or property damage that occur in connection with the work; and (i) take all steps necessary to prevent the spread of lead-containing dust/particles and any other designated substance(s) or hazardous material(s) from the Work site when performing Work involving, but not limited to, lead-containing paint, and to protect the Contractor, those engaged by the Contractor in performanceCOPY of the Work, City employees and all others, including the general public, likely to be at or near the Work site.

4.7 Where the Work includes removal of asbestos, the Contractor shall:

(a) conform to and enforce strict compliance with all applicable laws, statutes, regulations, orders, directives and rulings from any federal, provincial or municipal governmental authority governing workplace safety or asbestos on construction projectsSUBMIT and in building and repair operations with respect to the removal of asbestos, air testing and removal of barriers, including without limitation, OHSA Reg. 278/05 (Designated Substance --- Asbestos on Construction Projects and in Buildings and Repairs Operations), hereinafter referred to as the “Asbestos Regulation”, as may be amended from time to time; (b) ensure, through appropriate air testing and such other measures as may be appropriate and necessary, that the Work site and adjacent areas not been contaminated with asbestos during the performance of the Work; and (c) prior to dismantlingNOT any barriers erected to contain asbestos and asbestos-containing materials, the Contractor shall provide written confirmation to the Consultant that, after conducting proper air testing and VIEWINGother due diligence measures, the area is safe in accordance with the requirements of the OHSA.

4.8 Asbestos

4.8.1DO If, during the course of the Work, the Contractor or any of the subcontractors or suppliers engaged by the Contractor, disturb material that is believed to be asbestos containing material, separate and apart from asbestos abatement

PMMD V 5.13 – 2015.12.08 Page 5A-4 184 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

work forming part of the Contract, the Contractor shall act in strict compliance with the OHSA, including but not limited to the Asbestos Regulation, and without limiting the generality of the foregoing, shall:

(a) Stop work and evacuate the area where the asbestos containing material is believed to have been disturbed and take all precautions or actions mandated by the OHSA and notify the City immediately; (b) Notify the Consultant via telephone, with written notification to follow as soon as possible; and (c) Refrain from entering the work area for any reason whatsoever until safe to do so, in accordance with the requirements of the OHSA and, prior to re-entry, notify the Consultant for approval to recommence Work.

4.8.2 The Contractor shall ensure that all employees, including the employees of any subcontractors, are trained on the City’s asbestos management program (the “Program”) prior to the commencement of the work. The training will include the specific requirements of the Program and the record containing the City’s inventory report, including,

(a) the location of all asbestos containingCOPY material described in the record for the work location, including drawings, plans and specifications; (b) whether the material is friable or non-friable; (c) a description of the condition of the material.

4.8.3 Prior to the commencement of the Work, the Contractor shall confirm to the City in writing that the training described in section 4.8.2 has been completed.

4.8.4 The Contractor shall ensure that all employees, including the employees of any subcontractors, are trained on the City’sSUBMIT asbestos report prepared in accordance with section 10 of the Asbestos Regulation. The training shall include the specific requirements of the report including,

(a) the location of all asbestos containing material described in the record for the work location, including drawings, plans and specifications; (b) whether the material is friable or non-friable; (c) a description of the condition of the material.

4.8.5 Prior to the commencement of the work, the Contractor shall confirm to the City in writing NOTthat the training described in paragraph 4.8.4 has been completed.

VIEWING4.9 The Contractor shall use all reasonable and due care to avoid spilling or disturbing any designated substance(s) or hazardous material(s) of which the City notifies the Contractor are or may be on the site; and shall not remove or interfere with any designated substance(s) or hazardous material(s) except in full compliance with the OHSA and, after notifying the Consultant, being authorized DOto do so by the Consultant. The Contractor shall, following discovery that any designated substance or hazardous material has been removed or interfered with other than in compliance with this subsection, forthwith report same to the

PMMD V 5.13 – 2015.12.08 Page 5A-5 185 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

Consultant and ensure that no further such non-complying removal or interference occurs.

4.10 Where the Contractor encounters designated substance(s) or hazardous material(s) at the site or has reasonable grounds to believe that designated substance(s) or hazardous material(s) are or may be present at the site, the Contractor shall take all reasonable steps as deemed necessary to comply with the OHSA, including stopping the Work, to ensure that no person suffers injury, sickness, or death and that no property is injured or destroyed as a result of exposure to or the presence of such substance(s) or material(s), and immediately report the circumstances to the Consultant and any other appropriate authority, in writing. Where there is a delay by reason of so doing, the Contractor shall be entitled to its reasonable costs, to the extent directly incurred by reason of that delay and directly related to designated substance(s) or hazardous material(s) which existed at the site prior to the commencement of the Work which were not disclosed by the City.

4.11 Authorized representatives of the City shall, at all times, have access to the Work site to monitor the Contractor’s compliance with the terms of the Contract.

4.12 During the course of the Work, the ContractorCOPY shall furnish forthwith to the City of Toronto Health and Safety Manager, via the Consultant, a copy of all correspondence, reports, compliance orders or charges arising from or issued in respect to the requirements of the OHSA which are received or which come to the notice of the Contractor that apply or are relevant to any of the Work or activities conducted under the terms of the Contract.

4.13 Without limiting any other right, remedy or privilege of the City under this Contract or otherwise provided by law, statute or in equity, where the Contractor has failed to strictly comply with the OHSA or SUBMITany other health and safety duty, obligation or requirement of the Contractor, whether express or implied, the City shall have the right to:

(a) Require the Contractor to remedy such default, by the removal of any workers from the Work that fail to comply with the OHSA (or any other health and safety plan, policy or program requirement of the Contract) or the taking of such other measures as may be necessary to remedy such default; (b) Suspend or Stop the Work; (c) Cancel or TerminateNOT the Contract; and/or (d) Exercise any other right, remedy or privilege available to the City for default or breach of this Contract available under the terms of this VIEWINGContract, or may be available in law, by statute or in equity.

4.14 In the event that the City exercises the right to suspend or stop the Work or an affected part thereof, as a result of the failure by the Contractor to strictly comply with the OHSA or any other health and safety duty, obligation or requirement of DOthe Contractor, such Work or part thereof shall not resume until any such violation has been completely rectified to the satisfaction of the Consultant.

PMMD V 5.13 – 2015.12.08 Page 5A-6 186 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

4.15 The Contractor shall be responsible for any delay in the progress of the Work as a result of any violation of a health and safety requirements of any federal, provincial or municipal governmental authority, it being understood that no such delay shall be deemed or construed as an "Unavoidable Delay" for the purposes of extending the time for performance for the Work or entitling the Contractor to additional compensation whatsoever, and the Contractor shall take all necessary steps to avoid delay in the final completion of the Work without additional cost to the City. The City shall not be responsible for any compensation, expense or liability resulting from any such delay.

4.16 Nothing in this Contract shall be construed as requiring the City to monitor or approve the workplace health and safety practices of the Contractor. The City shall not be liable to any person by reason of a breach by the Contractor or any subcontractor of any applicable health and safety standard or requirement.

5. Organization Of Work And Work Restrictions

Before work commences, the Contractor shall expedite the ordering and delivery of all materials and equipment required, and shall co-ordinate the sequence of the work stages. No claim shall be allowed for delays and/orCOPY additional expense resulting from failure to order and accept the delivery of materials from suppliers in a timely manner and subsequent failure to maintain the contract schedule.

It is the Contractor's responsibility to implement all required measures (e.g. fences, enclosures, etc.) in order to strictly control the pedestrian traffic in the construction area and to prevent any pedestrian approaching into the areas of construction hazard, or any other dangerous area.

The Contractor shall be attentive to the needs of SUBMITpedestrians that are visually or physically impaired, and the Contractor must be prepared at all times to assist in the safe and comfortable passage of these pedestrians.

The Contractor shall note that a number of existing utilities and services are located below the area of reconstruction and others in the near vicinity. The Contractor shall examine the site to identify potential problems associated with the accessibility, transportability and constructability of their proposed methods.

6. Other Contractors NOT The Contractor is advised that existing utility relocation and other work, survey, testing, VIEWINGsampling and quality control estimates may take place within the construction limits prior to and possibly during the work to facilitate the new construction. The Contractor shall co-ordinate its activities with those of any particular utility, testing companies, City crew and other contractor working within the project construction limits at a particular work location in order that all work can take place expeditiously and without conflict.

There DOshall be no consideration for additional payment to the Contractor related to work activity co-ordination as described above.

PMMD V 5.13 – 2015.12.08 Page 5A-7 187 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

7. Contractor's Liability

The Contractor will be held responsible by the City of Toronto for damages caused by the Contractor's work to utilities, properties, structures near to or in the general area of the Work, through the Contractor's or its sub-contractor's intentional or negligent action or omission, or through settlement of ground, vibration or shock etc., resulting from causes relating to the Work performed under the Contract. Additionally, the Contractor will be required to make good all damage at its expense and to the satisfaction of the Consultant.

8. Property Survey

The City shall provide a property survey to identify property boundaries and establish a benchmark necessary for the delineation of Working Area and reference for layout of the Works.

Notwithstanding the above, the City may request the Contractor to perform the property survey. In which case, compensation for the service shall be determined on a time and materials basis in accordance with GC 6.2.4. COPY 9. Disposal Of Surplus Excavated Material And Removals

All surplus excavated materials, removals, grindings and all other debris, including that from sewer flushing and catch basin cleaning, shall be disposed of, off site. No separate payment shall be made for the costs associated with this work.

The City of Toronto will not make arrangements for the disposal of surplus materials or supply bills of lading. SUBMIT

The Contractor shall assume full ownership of the surplus excavated material and shall be solely responsible for its removal and disposal. The Contractor shall indemnify and hold harmless the City and each of its elected officials, officers, employees and agents from and against all claims, demands, actions, suits or proceeding which may arise in connection with the excavated material and the handling and disposal thereof.

The Contractor shall comply with the requirements of all Federal, Provincial and Municipal Laws, Acts, Ordinances, Regulations, Orders-in-Council and By-laws, which could in any way pertain to NOTthe work outlined in the Contract. Stockpiling of excavated material within the City street allowance is not permitted. The Contractor shall dispose of all excavated material off site immediately upon removal. No VIEWINGadditional payment will be made for costs incurred as a result of this requirement.

10. Smog Alert Response Plans

The Contractor, when notified by the Consultant that the City’s Smog Alert Response Plan hasDO been implemented, shall, where applicable:

PMMD V 5.13 – 2015.12.08 Page 5A-8 188 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

 suspend use of oil based products except for roadway line painting required to address safety concerns or to reduce traffic congestion;  suspend all pesticide spraying;  suspend grass cutting operations;  not allow refuelling during daytime hours;  not permit equipment and vehicle idling;  curtail the use of two-stroke engines as much as practical;  suspend normal street sweeping of all roadways during daytime hours except where there is an urgent need for clean-up, i.e. following a special event such as Caribana;  suspend the operation of loop cutting tar pots; and  suspend any non-essential planned traffic control device installation or modification work which will require lane closures or require complete deactivation of the traffic control device. Work that is required to address safety concerns or to reduce traffic congestion may continue.

Asphalt paving operations using SS-1 tack coat (water based) may continue.

A Smog Alert may be preceded by a Smog Watch. A Smog Watch is issued when there is a 50 percent chance that a smog day is comingCOPY within the next three (3) days. The Contractor shall not be entitled to any additional payment or extension of Contract Time due to the implementation of the Smog Alert Response Plans.

Notwithstanding the above, if it is necessary and the Consultant ordered the suspension of paving operations, payment and/or extension of the Contract for the suspension of asphalt paving operations shall only be made if notification by the Executive Director or General Manager to suspend work is made in less than four hours prior to starting of such operations, and if such suspension has detrimentally impacted on the Contractor's work schedule. The Contractor shall provide supportingSUBMIT documentation identifying the impact and associated fair and reasonable costs and any delay in accordance with the General Conditions of Contract Part 6.

Payment for this work, at actual costs incurred, shall be made under the appropriate provisional item(s) identified in the Pricing Form and in accordance with the General Conditions of Contract 6.2.4 Payment on a Time and Material Basis with the exception of any mark ups. NOT VIEWING DO

PMMD V 5.13 – 2015.12.08 Page 5A-9 189 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

11. Security

The Contractor shall be responsible for the security of the work of this Contract from the time the job site is turned over to him until all work has been completed.

The Contractor shall take all necessary precautions to ensure that the construction site does not pose a hazard to the public for the duration of the project. Appropriate safety and warning signs must be posted. All such site security measures shall be removed from the site at the completion of the project.

The Contractor shall supply a Capital Improvement/Project Information Sign that shall be posted in a prominent area. The specifications for the sign can be found at www.toronto.ca/ecs-standards under Construction Information Sign Specifications.

No additional separate payment will be made for such work and provisions.

12. Material And Truck Weighing COPY The City reserves the right to randomly verify the quantity of materials supplied in connection with this Contract. Prior to unloading of materials that are priced on a unit weight basis (“unit weight materials”), the weight tickets must be provided to the Consultant (or in their absence, the City’s inspector). Material weight tickets that are not provided to the Consultant or the City’s inspector prior to unloading will not be accepted later for payment.

When directed by the Consultant or the City’s inspector, trucks carrying unit weight materials shall proceed immediately to a City’s weighingSUBMIT facility as specified by the Contractor Administrator or the inspector. After passing through the City’s weight scale and unloading the materials, the empty truck shall return to the same facility to verify the vehicle tare if so directed by the Consultant or the City’s inspector.

Should the weight verification show that the verified weight of the material is less than what is shown on the Contractor’s weight ticket by more than 1.0%, the payment for the affected load shall be made based on the weight measured by the City’s weighing facility.

City staff will also adjust the method of measurement for all following loads that are not weight-verified but have beenNOT delivered to the site before a new weight verification process can prove the Contractor had rectified the weight inconsistency. The weight of VIEWINGthe following loads will be adjusted based on an adjustment factor determined from the most recently weight-verified load

The City will not compensate contractors for any cost associated with the weight verificationDO process.

PMMD V 5.13 – 2015.12.08 Page 5A-10 190 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

13. Noise Regulations

The Contractor shall comply with all City noise bylaws. In addition, the Contractor shall ensure the following:  Equipment shall be maintained in an operating condition that prevents unnecessary noise, including but not limited to proper muffler systems, properly secured components and the lubrication of all moving parts; and  Idling of equipment shall be restricted to the minimum necessary for the proper performance of the specified work.

14. Fair Wage And Labour Trades Policy

The Contractor and all associated subcontractors, shall be subject to the City's Fair Wage Policy and Labour Trades Obligations, as adopted by the City from time to time, and any of the City's or legislated labour trades requirements. Failure to comply with this policy and/or these requirements, may lead to termination of the Contract, or termination or rejection of a subcontractor, as the case may be, with no recourse by the Contractor in respect of such termination or rejection. COPY

The Fair Wage Schedule that is applicable to this Contract is set out in Section 2 – Information for Bidders – of this Tender Call.

15. Liquidated Damages

The Contractor recognizes and agrees that the City will suffer financial loss if Substantial Performance of the Contract is not attainedSUBMIT within the time specified in this Contract. The Contractor also recognizes the delays, expenses and difficulties involved in proving the actual loss suffered by the City if Substantial Performance of the Contract is not attained on time. Accordingly, instead of requiring any such proof, the Contractor agrees that as liquidated damages for delay (but not as penalty) the Contractor shall pay to the City the sum of $1,000.00 (ONE THOUSAND DOLLARS) per day as liquidated damages for each and every calendar day’s delay from the specified time for the attainment of Substantial Performance of the Contract until Substantial Performance of the Contract is attained, and it is further expressly acknowledged and agreed by the Contractor that: (a) this amount is a reasonableNOT estimate of the actual damage that will be incurred by the City due to any failure to attain Substantial Performance of the Contract within the time required by this Contract;

VIEWING(b) the City may deduct the amount due under this section from any monies that may be due or payable to the Contractor, whether under this Contract or any other agreement; and,

(c) the liquidated damages provided for in this section shall be without prejudice to DOany other remedy to which the City is entitled at law or in equity.

PMMD V 5.13 – 2015.12.08 Page 5A-11 191 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

16. Spills Reporting

Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that cause or are likely to cause adverse effects shall forthwith be reported to the Consultant. Spills or discharges and their adverse effects shall be as defined in the Environmental Protection Act R.S.O. 1990, c. E.19, as may be amended.

All spills or discharges of liquid, other than accumulated rain water, from luminaries, internally illuminated signs, lamps, and liquid type transformers under the control of the Contractor, and all spills or discharges from this equipment that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be assumed to contain PCBs and shall forthwith be reported to the Consultant.

This reporting will not relieve the Contractor of its legislated responsibilities regarding such spills or discharges. 17. Taxes COPY

Harmonized Sale Tax (HST) is to be applied to the prices submitted as specified in the relevant sections of the call document or in the Price Schedule provided in the call.

HST for the supply and delivery of materials/goods is to be shown as additional/separate line items on the Price Schedule and any subsequent invoices. 18. Insurance SUBMIT

This clause is supplementary to 3.36 (paragraph 11.1 Insurance) of the Supplementary Conditions in Section 5.

The limit of Commercial Liability Insurance is $5,000,000 as specified in paragraph 11.1.2

The limit of Automobile Liability Insurance is $2,000,000 as specified in paragraph 11.1.5

Contractor's Pollution InsuranceNOT is $2,000,000 as specified in paragraph 11.1.6. 19. Service Standards for Contractors in Responding to Third Party Claims VIEWING1. Without limiting the obligations of the Contractor under section 2, the Contractor, or the Contractor's insurer, shall:

(a) respond to all third party claimants in a timely manner, (b) ensure that third party claimants are provided with accurate information about DOthe status of their claim, and (c) where appropriate, notify third party claimants of the relevant activity on their claims and provide them with information.

PMMD V 5.13 – 2015.12.08 Page 5A-12 192 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

2. (1) If the Contractor receives notice of a third party claim from a claimant relating to or arising out of the Contract, the Contractor shall immediately forward the notice of claim to the City Clerk's office at [email protected].

(2) Once the Contractor receives notice of a third party claim from the City's adjuster, relating to or arising out of the Contract, the Contractor, or the Contractor's insurer, shall:

(a) within 5 Working Days of receiving notice of the claim, send a letter to the claimant acknowledging receipt of the claim and provide the claimant with the contact information of the Contractor's Superintendent, or another person representing the Contractor, to whom the claimant can refer questions regarding the claim.

(b) conduct an investigation of the claim and make a decision regarding the claim that is based on a proper consideration of the facts.

(c) within 25 Working Days of receiving notice of the claim, provide the claimant with a letter advising of the results of the investigation and clearly explaining the Contractor's COPYdecision regarding the claim or should the contractor require the involvement of their insurance company to resolve the claim, this shall be forwarded to the insurance company and the claimant notified within the allotted time above.

An extension of time for responding to the claimant may be provided in writing by the Consultant, if the Contractor or the Contractor's insurer, in writing, provides the Consultant with a request for an extension as well as the reasons for the extension. In considering whether to provide an extension under this section, the Consultant shall consider the Contractor's, or the Contractor'sSUBMIT insurer's, reasons for the request and all of the surrounding circumstances including good customer service standards. Once the contractor forwards the claim to their respective insurer, the resolution of the claim shall follow the insurance industry standards for claim investigation.

(3) If an extension of time is provided under subsection 2(2), the Contractor, or the Contractor's insurer, shall write to the claimant advising that the investigation is on-going, advise of the date by which the Contractor or its insurer will report the results of the investigation to the claimant, and explain the reasons whyNOT additional time is required to make a decision on the claim. (4) A copy of all letters sent to the claimant by or on behalf of the Contractor, including letters sent by the Contractor's insurer, pursuant to this section shall VIEWINGbe copied to the Consultant, and the City's adjuster.

3. (1) If the Contractor fails to meet any of its obligations under section 1 or 2, the City shall provide the Contractor with notice that these obligations must be fulfilled.

(2)DO If the Contractor does not meet its obligations under section 1 or 2 within 5 Working Days from receipt of the notice provided to the Contractor pursuant to

PMMD V 5.13 – 2015.12.08 Page 5A-13 193 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

subsection 3(1), the City may hold back an amount of $10,000.00 from monies payable to the Contractor under this Agreement.

(3) Subject to its right to exercise any other right of hold back or set-off, including the City's rights under Supplementary GC 13.6.1, the City will release the monies held back pursuant to subsection 3(2) once it has received evidence that the Contractor has sent the claimant a letter(s) in accordance with subsections 2(2)(a) and (c).

4. Where appropriate, the Contractor shall ensure its insurer takes all of the appropriate steps to meet the obligations under sections 1 to 3, failing which the Contractor shall be responsible for undertaking these obligations itself.

5. The Contractor shall provide to the City monthly updates on the status of all third party claims received until claim resolution.

20. Contract Documents Supplementary Condition 1.1.1 is deleted and replaced with: 1.1.1 Amend paragraph 3.1 by adding the following afterCOPY the words, "The General Conditions of the Stipulated Price Contract":

- These Supplementary Conditions

-The Specific Conditions, if any

-Drawings -Specifications SUBMIT -any addenda to the tender call for the Contract

- the tender call for the Contract

21. Order of Precedence Supplementary Condition 3.1.1 is deleted and replaced with:

3.1.1 Delete paragraph 1.1.7.1 in its entirety and replace it with new paragraph 1.1.7.1:

"1.1.7.1 If there is a conflict withinNOT the Contract Documents, the order of priority of documents, from VIEWINGhighest to lowest, shall be: any amendment to the Agreement between the Owner and the Contractor,

the Agreement between the Owner and the Contractor, as amended by these Supplementary Conditions and any Specific Conditions DOthe Definitions, any Addenda to the Tender Call for the Contract,

PMMD V 5.13 – 2015.12.08 Page 5A-14 194 of 228 Section 5A – Specific Conditions of Contract Tender Call No. 217-2016 Contract No. N/A

the Tender Call for the Contract,

Contractor's Bid,

the General Conditions,

Division 1 of the Specifications,

Technical Specifications,

Material and Finishing schedules,

the Drawings."

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.13 – 2015.12.08 Page 5A-15 195 of 228 Section 6 – Contract Execution Package Tender Call No. 217-2016 Contract No. N/A

Note Bidders are not required to complete the following listed documents as part of the Bid Submissions. The Successful Bidder shall complete these documents upon notification by the City.

CCDC 2-2008 STIPULATED PRICE CONTRACT CCDC 221-2002 PERFORMANCE BOND CCDC 222-2002 LABOUR & MATERIAL PAYMENT BOND (Trustee Form) WSIB & TAX STATUTORY DECLARATION INSURANCE CERTIFICATE DECLARATION OF COMPLIANCE WITH ANTI-HARASSMENT/DISCRIMINATION LEGISLATION & CITY POLICY FORM SUPPLEMENTARY STATUTORY DECLARATIONCOPY FOR OHSA

SUBMIT

NOT VIEWING DO

PMMD V 5.13 – 2015.12.08 Page 6-1 196 of 228 Section 6 – Contract Execution Package CCDC 2-2008 STIPULATED PRICE CONTRACT Tender Call No. 217-2016 Contract No. N/A

CCDC 2-2008 STIPULATED PRICE CONTRACT

CCDC 2 is published by the Canadian Construction Document Committee ("CCDC") and is available for purchase at http://www.ccdc.org/WhereToBuy/WhereToBuy.html

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.13 – 2015.12.08 Page 6-2 197 of 228 Section 6 – Contract Execution Package CCDC 221-2002 PERFORMANCE BOND Tender Call No. 217-2016 Contract No. N/A

CCDC 221-2002 PERFORMANCE BOND

CCDC 2 is published by the Canadian Construction Document Committee ("CCDC") and is available for purchase at http://www.ccdc.org/WhereToBuy/WhereToBuy.html

COPY SUBMIT

NOT VIEWING DO

198 of 228 PMMD V 5.13 – 2015.12.08 Page 6-3 Section 6 – Contract Execution Package CCDC 222-2002 LABOUR & MATERIAL PAYMENT BOND (Trustee Form) Tender Call No. 217-2016 Contract No. N/A

CCDC 222-2002 LABOUR & MATERIAL PAYMENT BOND (Trustee Form)

CCDC 2 is published by the Canadian Construction Document Committee ("CCDC") and is available for purchase at http://www.ccdc.org/WhereToBuy/WhereToBuy.html

COPY SUBMIT

NOT VIEWING DO

PMMD V 5.13 – 2015.12.08 Page 6-4 199 of 228 Section 6 – Contract Execution Package WSIB & Tax Statutory Declaration Form Tender Call No. 217-2016 Contract No. N/A

CANADA, ) IN THE MATTER OF the annexed Agreement PROVINCE OF ONTARIO, ) made between JUDICIAL DISTRICT OF YORK ) ) ) ) – and – ) ) THE CITY OF TORONTO ) ) this day of , 20 . ) with respect to )

I, , of the CITY / TOWN / VILLAGE of in the Province of , do solemnly declare as follows:

1. I am of (If an incorporated Company, state" President", COPY (Company Name) “Secretary”, or as the case may be) referred to above (hereinafter called “the Contractor”), and as such have knowledge of the matters hereinafter declared to.

2. The Contractor has paid all assessment or compensation payable to the Workplace Safety and Insurance Board as provided for in the article of the General Conditions entitled “Certification and Payment”, attached to the said Agreement. SUBMIT 3. The Contractor has paid all taxes and/or penalties imposed on it by the Corporation Tax Act, R.S.O. 1990, c. C.40, as may be amended.

AND I MAKE this solemn Declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath.

DECLARED before me at } } the of } NOT } in the City of Toronto } } thisVIEWING day } Signing Officer of Company } of 20 }

A Commissioner,DO etc.

PMMD V 5.13 – 2015.12.08 Page 6-5 200 of 228 Section 6 – Contract Execution Package Insurance Certificate Tender Call No. 217-2016 Contract No. N/A

INSURANCE CERTIFICATE COPY SUBMIT

NOT VIEWING DO

PMMD V 5.13 – 2015.12.08 Page 6-6 201 of 228 COPY SUBMIT

NOT VIEWING DO

202 of 228 COPY SUBMIT

NOT VIEWING DO

203 of 228

Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy

Organizations/individuals in Ontario, including the City of Toronto, have obligations under the Ontario Human Rights Code, the Occupational Health and Safety Act, the Employment Standards Act, the Accessibility for Ontarians with Disabilities Act, the Criminal Code of Canada and the Charter of Rights and Freedoms. In addition, the City of Toronto also has policies that prohibit discrimination on the additional grounds of political affiliation or level of literacy, subject to the requirements of the Charter. Organizations are required to have and post policies, programs, information, instruction, plans and/or other supports, and an appropriate internal process available to their employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints under the applicable legislation and including the additional grounds of discrimination prohibited under City policy. Individuals are obliged to refrain from harassment/hate activity.

The City of Toronto requires all organizations and individuals that contract with the City to sign the following Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy. This Declaration must be signed by your organization and

ATION & CITY POLICY & CITY ATION submitted with the contract or Letter of Understanding. The name of your organization and the fact that you have signed this declaration may be included in a public report to City Council.

Declaration:

: I/we uphold our obligations under the above provincial and federal legislation. In addition, I/we uphold our obligations under City policies which prohibit harassment/discrimination on a number of grounds including political affiliation and level of literacy. COPY

WHERE LEGALLY MANDATED I/we have in place the necessary policies, programs, information, instruction, plans and/or other supports that are consistent with our obligations, and I/we have an internal process available to my/our employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints. I/we agree that I/we shall, upon the request of the City, provide evidence of the policies, programs, information, instruction, plans and other supports and an appropriate internal complaint resolution process required under this Declaration which is sufficient to allow the City to determine compliance. I/We acknowledge that failure to demonstrate compliance with this declaration to the satisfaction of the operating Division, in consultation with the City Solicitor, may result in the termination of the contract. SUBMIT

Name of Vendor or Name of Grant Applicant (Organization or Individual):

Complete Address: Email ______

Tel. No. ______

NOT Postal Code: Fax No. ______

VIEWING Name of Signing Officer or Name of Applicant (Name – please print): Position

For Office Use Only For Office LEGISL T/DISCRIMINATION ANTI-HARASSMEN WITH COMPLIANCE OF DECLARATION

DO Signature: Date: Authorised Signing Officer or Individual

Group/Vendor/Individual Name: Date Name: Group/Vendor/Individual Multilingual Services: 311 and TTY 416-338-0889.Further information: www.toronto.ca/diversity.ca

204 of 228 Page 6-8 Standard Section 6 – Contract Execution Package Supplementary Statutory Declaration Form for Occupational Health and Safety Tender Call No. 217-2016 Contract No. N/A

DOMINION OF CANADA } IN THE MATTER of a proposed Contract for } PROVINCE OF ONTARIO } } JUDICIAL DISTRICT } } OF YORK; } } TO WIT: } Contract No. as hereinbefore described on the first page of the Tender. I/we of the city / town / village of in the province of do solemnly declare as follows:

IF AN INDIVIDUAL 1. I am COPY STRIKE OUT "OF" (If an incorporated Company, state "President", “Secretary”, or as the case may be)

of (State Firm Name)

the Contractor herein.

IF AN INDIVIDUAL I am the Contractor herein contractedSUBMIT to carry out the work under CARRYING ON A Contract no. and I carry on business at BUSINESS UNDER A FIRM NAME, USE THIS PARAGRAPH under the name of and (State Firm Name)

there is no other person associated with me in partnership.

IF A We are the Contractors contracted to carry out the work under PARTNERSHIP, ContractNOT no. and we carry on business at USE THIS PARAGRAPHVIEWING in partnership, under the name of and (State Firm Name)

we are the only members of such partnership. DO

PMMD Construction - V 1.0 – May 20, 2011 205 of 228 Section 6 – Contract Execution Package Supplementary Statutory Declaration Form for Occupational Health and Safety Tender Call No. 217-2016 Contract No. N/A

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

3. With respect to the goods and services contemplated in the above Contract, the Contractor and its proposed Subcontractors a) have conducted training for all personnel to be involved in providing such goods and services as required by the OHSA and all regulations thereunder, including those with respect to the workplace hazardous materials information system, industrial establishments, construction projects and designated substances. b) have put into effect all programmes relating to designated substances as required by the regulations under the OHSA. 4. I am/we are each of the full age of twenty-one years or over. And I/we make this solemn declaration conscientiously believingCOPY it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of “the Canada Evidence Act”. SEVERALLY DECLARED before me at the } } of in } the Province of Ontario } } SUBMIT this day } Signing Officer of Company } of 20 }

A Commissioner, etc.

NOT VIEWING DO

PMMD Construction - V 1.0 – May 20, 2011 206 of 228 Section 7 – City Policies Tender Call No. 217-2016 Contract No. N/A

SECTION 7 – CITY POLICIES COPY SUBMIT

NOT VIEWING DO

207 of 228 Section 7 – City Policies Tender Call No. 217-2016 Contract No. N/A

City of Toronto Accessible Customer Service Training Requirements: Contractors, Consultants and other Service Providers (Accessibility Standard for Customer Service, O. Reg. 429/07, AODA 2005)

The City of Toronto supports the goals of the Accessibility for Ontarians with Disabilities Act (AODA), 2005 and is committed to providing equal treatment and equitable benefits of City services, programs and facilities in a manner that respects the dignity and independence of people with disabilities.

Under section 6 of the Accessibility Standard for Customer Service, O. Reg. 429/07 (Appendix A), established by the AODA, the City of Toronto must ensure that employees, volunteers and all other personnel, including third party contractors, who deal with members of the public or other third parties on behalf of the City or, who participate in developing City policies, practices or procedures on the provision of goods and services receive training on accessible customer service.

All personnel must complete training that meets the requirements of the Accessible Customer Service regulation and includes: . An overview of the AODA COPY . Understanding the requirements of the Regulation . How to interact and communicate with persons with various types of disabilities; . How to interact with persons with disabilities who use an assistive device or require the assistance of a guide dog or other service animal or the assistance of a support; . How to use equipment or devices available on the provider’s premises or otherwise provided by the provider to people with disabilities to access goods or services; and . What to do if a person with a particular type of disability is having difficulty accessing the provider’s goods or services. SUBMIT

Third party contractors and other service providers are to ensure that training records are maintained, including dates when training is provided, the number of personnel who received training and individual training records. Contractors are required to ensure that this information is available, if requested by the City of Toronto.

Access an e-learning course: The training requirements can be fulfilled by completing the e-Learning course “Serve-ability: Transforming Ontario’s Customer Service”, which can be found on the Ministry of Community and Social Services website: NOT http://www.mcss.gov.on.ca/mcss/serve-ability/splash.html VIEWING For more information:

How to comply with the Accessible Customer Service Standard at: www.accessON.ca/compliance DO Requirements of the Accessibility Standards for Customer Service (Ontario Regulation 429/07): www.e-laws.gov.on.ca/html/source/regs/english/2007/elaws_src_regs_r07429_e.htm

208 of 228

City Manager’s Office Fair Wage Office Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline 100 Queen Street West Fax: 416-392-0801 City Hall, 19th Floor, West E-mail: [email protected] Toronto, Ontario M5H 2N2 Web: www.toronto.ca/fairwage

Fair Wage Policy*

A1. Definitions

As used in this Fair Wage Policy, the following terms have the meaning indicated:

APPRENTICE – An Individual who has entered into a registered training agreement under which the individual is to receive workplace-based training in a trade, other occupations or skill set as part of an apprenticeship program approved by the Ontario Ministry of Training, Colleges and Universities.

APPRENTICESHIP PROGRAM – A program recognized by Ontario Ministry of Training, Colleges and Universities which provides for the qualification, recruitment, selection, employment, and training on the job. Apprenticeship and training leads to Ontario Certification of Qualification and Apprenticeship for Journeyperson status, which is recognized by employer and employee representatives of industry.

CONTRACT – A legal, business agreement between the City of Toronto and the contractor to perform work or services or to provide materials and supplies. COPY

CONTRACTORS – Any person or business entity with whom the City enters into a contract with to perform the work or provide services.

FAIR WAGE SCHEDULE – Stipulated rates of pay for different classifications of work produced and obtainable from the Fair Wage and Labour Trades Office.

FIELD WORK – All work in performance of the contract that is not shop work.

FRINGE BENEFITS – Includes such benefits as company pension plans, SUBMITextended health care benefits, dental and prescription plans, etc. It does not include legislated payroll deductions such as C.P.P., E.H.T., W.S.I.B. or E.I.C.

NON-COMPLIANCE – The occurrence of any of the following conditions:

A. Contractor fails to co-operate with the Manager, Fair Wage Office in fulfilling his/her responsibilities under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry. B. Sub-contractor fails to co-operate with the Manager, Fair Wage Office in fulfilling his/her responsibilities under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry. C. Contractor or sub-contractor has been found in violation of the Fair Wage Policy (non-compliance applies to both contractor and sub-contractor. D. Contractor has been found in violationNOT of the Labour Trades Contractual Obligations in the Construction Industry. E. Sub-contractor has been found in violation of the Labour Trades Contractual Obligations in the VIEWINGConstruction Industry.

PROCUREMENT CALL DOCUMENT – Includes a Tender, Request for Quotations and a Request for Proposals as issued by the Purchasing and Materials Management Division, and as defined in Chapter 195 of the Toronto Municipal Code.

DO SHOP WORK – Any work in performance of the contract that is done in or at any factory, foundry, shop or place of manufacture not located at or upon the site of the work, and not operated solely for the purpose of the work.

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67)

FW R (10/07) 209 of 228

City Manager’s Office Fair Wage Office Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline 100 Queen Street West Fax: 416-392-0801 City Hall, 19th Floor, West E-mail: [email protected] Toronto, Ontario M5H 2N2 Web: www.toronto.ca/fairwage

SUB-CONTRACTOR – Any person or business entity not contracting with or employed directly by the City but who supplies services or materials to the improvement under an agreement with the contractor or under the contract with another sub-contractor.

WAGES or RATE OF WAGES – Includes the hourly rate, vacation and holiday pay and any applicable amount for fringe benefits shown in the current Fair Wage Schedule, to be paid to the worker as part of the worker’s wages or for the worker’s benefit provided for in any collective agreement applicable to that worker.

WORKERS – Includes mechanics, workers, labourers, owners and drivers of a truck or other vehicle employed in the execution of the contract by the contractor or by any sub-contractor under them and clerical staff.

A2. City of Toronto Council references

A. City of Toronto Council, by the adoption of Corporate Services Committee Report 13, Clause 1, as amended, at its meeting of October 1 and 2, 1998, directed that the Fair Wage Policy of the former Municipality of Metropolitan Toronto be adopted for all City departments, agencies, boards and commissions and replace all existing fair wage policies of theCOPY former local municipalities. B. City of Toronto Council, by the adoption of Administration Committee Report 7, Clause 1, as amended, at its meeting of June 18, 19 and 20, 2002, directed that certain changes be made to the Fair Wage Policy and Procedures. C. City of Toronto Council, by the adoption of Administration Committee Report 5, Clause 2, at its meeting of June 24, 25 and 26, 2003, directed that certain further changes be made to the Fair Wage Policy and Procedures, and to the Fair Wage Rate Schedule. D. City of Toronto Council, by the adoption of Government Management Committee Item 8.9, at its meeting of October 22 and 23, 2007, directed that certain changes be made to the Fair Wage Policy.

A3. Purpose and history of Fair Wage Policy SUBMIT

A. The Fair Wage Policy has as a central principle the prohibition of the City doing business with contractors, sub-contractors and suppliers who discriminate against their workers. B. Originally implemented in 1893 to ensure that contractors for the City paid their workers the union rates or, for non-union workers, the prevailing wages and benefits in their field, the Fair Wage Policy has expanded over the years to other non-construction classifications such as clerical workers. C. The policy also requires compliance with acceptable number of working hours and conditions of work in order to protect the rights of workers.

A4. Intent of Fair Wage Policy NOT The intent of the Fair Wage Policy can be summarized as follows:

A. VIEWING To produce stable labour relations with minimal disruption; B. To compromise between the wage differentials of organized and unorganized labour; C. To create a level playing field in competitions for City work; D. To protect the public; and E. To enhance the reputation of the City for ethical and fair business dealings.

A5. ApplicationDO

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67)

FW R (10/07) 210 of 228

City Manager’s Office Fair Wage Office Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline 100 Queen Street West Fax: 416-392-0801 City Hall, 19th Floor, West E-mail: [email protected] Toronto, Ontario M5H 2N2 Web: www.toronto.ca/fairwage

A. The provisions of the Fair Wage Policy apply equally to contractors and all sub-contractors engaged in work for the City of Toronto. It is understood that contractors cannot sub-contract work to any sub- contractor at a rate lower that called for in the Fair Wage Policy.

B. The fair wage rates do not apply to small businesses, typically those with owner-operators, or partnerships, or principals of companies as long as they undertake the work themselves. C. It should be noted that under the above City of Toronto Council reference authorities, the conditions of the Fair Wage Policy cannot be waived, unless authorized by Council to do so.

A6. Establishment of rates

A. Establishing fair wage rates and schedules are intended to minimize potential conflicts between organized and unorganized labour in the tendering and awarding of City contracts. B. Certain designated construction-related rates are based on the lowest rate established by collective bargaining, while the wage rates for other classifications are based on market and industrial surveys in accordance with the prevailing wages for non-union workers in the geographic area. C. The City encourages contractors to hire and train apprenticesCOPY under approved apprenticeship programs. Apprentices/trainees will be assessed based on Provincial Qualification Apprenticeship Certification Criteria. D. Fair wage rates, including rates for apprentices, are established through discussion between the Fair Wage Office and with employee and employer groups and associations (having both union and non-union members). This discussion will also include appropriate apprenticeship programs for construction-related trades. E. The proper wage rates to be paid to apprentices/trainees are those specified by a particular industry program in which they are enrolled, expressed as a percentage of the journeyman rate on the wage determination. In the event employees reported as apprentices and trainees have not been properly registered, or are utilized at the jobsite in excess of the ratio of journeymen permitted under the approved program, they must be paid the applicable schedule of wage rate. The Manager, Fair Wage OfficeSUBMIT may assess established employee work history as to determine the appropriate apprentice/trainee level. F. These rates are reviewed by the above-noted groups and are recommended to Council, by the Manager, Fair Wage Office for approval every three years.

A7. Contractor and sub-contractor responsibilities

A. Contractors will be responsible for any violations or non-compliance issues arising from the engagement of any sub-contractor on City work. B. The contractor or sub-contractor shall pay or cause to be paid weekly or biweekly to every worker employed in the execution of the contract wages at the following rates, namely: NOT (1) For workers employed in shop work: (a) The union rate of wages in the particular district or locality in which the work is VIEWINGundertaken for any class or work in respect of which there is such union rate; and (b) For any class of work for which there is no such union rate, the rate of wages shall be the rate of wages, as determined by the Manager, Fair Wage Office prevailing in the particular district or locality in which the work is undertaken.

(2) For workers employed in field work: DO(a) Where the contractor or sub-contractor is in contractual relationship with a union recognized by the Ontario Labour Relations Board as the bargaining agent for the relevant workers, the applicable rate of wages set out in the collective agreement; and

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67)

FW R (10/07) 211 of 228

City Manager’s Office Fair Wage Office Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline 100 Queen Street West Fax: 416-392-0801 City Hall, 19th Floor, West E-mail: [email protected] Toronto, Ontario M5H 2N2 Web: www.toronto.ca/fairwage

(b) Where there is no such contractual relationship, a rate not less than that set out for such work in the Schedule of Wage Rates files by the Manager, Fair Wage Office, with the City Clerk of the Corporation after being first approved by Toronto Council; and (c) For any class of work for which there is no rate, the rate of wages shall be the rate of wages, as determined by the Manager, Fair Wage Office, prevailing in the particular district or locality in which the work is undertaken.

C. The contractor and sub-contractor shall: (1) At all times keep a list of the names and classifications of all workers employed in the work, the hourly rate and hours worked per day and a record of the amounts paid to each. (2) From time to time, if demanded by the Manager, Fair Wage Office, furnish a certified copy of all paysheets, lists, records and books relating to the work and keep the originals thereof open at all times for examination by the Manager. (3) At all times furnish and disclose to the said Manager any other information respecting wages of workers that may be desired by the Manger in connection with the work. (4) Attach to all accounts rendered for payment of money upon the contract, a declaration affirming that the requirements of the Fair Wage Policy haveCOPY been fully complied with. (5) Display legible copies of this Fair Wage Policy in a prominent position in his or her workshop(s), accessible to all employees.

E. The contractor or sub-contractor shall not compel or permit any worker engaged for the work to work more than the number of hours per day and the number of hours per week set out in the Fair Wage Schedule for the particular type of work involved except in case of emergency, and then only with the written permission of the Commissioner or head of the department/division having charge of the work or the person then acting as such.

A8. Responsibilities of Manager, Fair Wage Office SUBMIT

A. To fulfil the duties of the Manager, as set out in Chapter 67 of the Toronto Municipal Code, 67-A3 B. In every procurement call to which the Fair Wage Policy applies, the Manager, Fair Wage Office, will determine the applicable Fair Wage Schedules for the work requested in the procurement call, or whether unionized workers need to be utilized for the work requested in the procurement call as per Chapter 67 Schedule B Labour Trades Contractual Obligations in the Construction Industry. C. Once the applicable Fair Wage Schedule is determined for a specific procurement call, the Manager, Fair Wage Office will provide a copy of the Fair Wage Schedule to Purchasing and Materials Management Division to insert into the procurement document, before the procurement documentation is issued. D. In case of a jurisdictional dispute or dispute as to rate of wages to be paid under the contract or as to the amount to be paid to any workerNOT or apprentice, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties. E. After the procurement call closes, the Manager, Fair Wage Office, at the request of Purchasing and VIEWINGMaterials Management Division, will send a fair wage declaration form to the three lowest bidders, to determine if the bidder will comply with the fair wage policy and fair wage schedule.

A9. Penalty Provisions

A. If the contractor or sub-contractor fails to pay any worker wages at the rate called for in Chapter 67-A7, the City may:DO (1) Charge an administrative fee not in excess of 15 per cent of the balance necessary to make up the amount that should have been paid from the contractor’s progress draw or holdback; and

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67)

FW R (10/07) 212 of 228

City Manager’s Office Fair Wage Office Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline 100 Queen Street West Fax: 416-392-0801 City Hall, 19th Floor, West E-mail: [email protected] Toronto, Ontario M5H 2N2 Web: www.toronto.ca/fairwage

(2) Pay the worker(s) directly for any back-wages owing directly from the contractor’s progress draw or holdback.

B. If a tenderer or bidder is found not to comply with the Fair Wage Policy, the Manager may recommend the next lowest bidder for contract aware to Purchasing & Materials Management Division in the following circumstances: (1) On the declaration form discussed in Chapter 67-A8E, a contractor or sub-contractor does not meet the Fair Wage Schedules. (2) An investigation is underway and the firm does not co-operate in providing timely information within 5 business days after being requested by the Manager, Fair Wage Office in fulfilling his or her responsibilities under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry and, operationally, the provision of goods and/or services cannot be delayed. (3) A contractor or sub-contractor is in violation of the Fair Wage Policy and has not paid restitution to its workers. (4) A contractor or sub-contractor is unable to comply with the City of Toronto Labour Trades Contractual Obligations in the Construction Industry.COPY

A10. Disqualification Provisions A. When a contractor or any sub-contractor is found to be in non-compliance with the provisions of the Fair Wage Policy in two separate instances over a period of three years inclusive, the Manager, Fair Wage Office must report and may recommend to the Government Management Committee that the said contractor or sub-contractor be disqualified from conducting business with the City for a period of two years, inclusive. B. The disqualification period will start from the day of the decision ofSUBMIT Council. C. After the disqualifying period is over, the said contractor or sub-contractor will be placed on probation for the next year. If another non-compliance violation occurs, the Manager, Fair Wage Office must report and may recommend to the Government Management committee that the said contractor or sub-contractor; be disqualified from conducting business with the City for an indefinite period of time. D. All non-compliance activities (including firm names) and disqualification statistics will be reported to Council annually. Disqualified firms will be published on the City’s website.

NOT VIEWING DO

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67)

FW R (10/07) 213 of 228

Corporate Services Fair Wage Office Tel: 416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline 100 Queen Street West Fax: 416-392-0801 City Hall, 18th Floor, West E-mail: [email protected] Toronto, Ontario M5H 2N2 Web: www.toronto.ca/fairwage

Labour Trades Contractual Obligations in the Construction Industry* B1. Legislative Applicability of Labour Trades Obligations. The mandatory Labour Trades provisions for municipalities bound by province-wide collective agreements are separate from Fair Wage Policy established, monitored and enforced by the City. Central to any understanding of municipal obligations to Labour Trades, is that the City has no discretion in setting wage rates or in using union labour for certain trades performing Work for the City. This is by virtue of the Province-wide collective agreements applicable to trades in the Industrial, Commercial and Institutional (ICI) and Residential sectors and other negotiated collective agreements in other sectors of the construction industry. The Province-wide collective agreements are binding on all employers in the sector. The former City of Toronto was first considered an “employer” when the relevant unions obtained bargaining rights beginning in 1978. As a result, subject to the jurisdiction of the collective agreements, union workers must be used for contracted-out Work. The use of union sub-contractors for municipal building projects is also required in most cases. B2. Current Labour Trades Contractual Obligations in the ConstructionCOPY Industry. A. The City of Toronto is bound by the current province-wide collective agreements with respect to the Industrial, Commercial and Institutional sectors of the construction industry between: (1) The Carpenters’ Employer Bargaining Agency and the Ontario Provincial Council, United Brotherhood of Carpenters and Joiners of America. (2) The Mechanical Contractors Association of Ontario and the Ontario Pipe Trades Council of the United Association of Journey-men and Apprentices of the Plumbing and Pipe-Fitting Industry of the United States and Canada. SUBMIT (3) The Electrical Trade Bargaining Agency of the Electrical Contractors Association of Ontario and The International Brotherhood of Electrical Workers and the IBEW Construction Council of Ontario. (4) The International Union of Bricklayers and Allied Craftsmen and the Ontario Provincial Conference of the International Union of Bricklayers and Allied Craftsmen, and The Masonry Industry Employers Council of Ontario.

(5) The International Association of Heat and Frost Insulators and Asbestos Workers and The Master Insulators’ Association of Ontario Inc.

(6) The International Brotherhood of Painters and Allied Trades and The Ontario Painting Contractors Association. NOT

(7) The Ontario Glazier Agreement between The Architectural Glass and Metal Contractors VIEWINGAssociation and The International Brotherhood of Painters and Allied Trades; and

(8) The Environmental Sheet Metal Association Toronto and the Sheet Metal Workers’ International Association and the Ontario Sheet Metal Workers’ Conference.

(9) The Ontario Erectors Association Incorporated, and the International Association of Bridge, DOStructural, Ornamental and Reinforcing Iron Workers and the Ironworkers District Council of Ontario Labour Trades Contractual Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter 67)

FW R (02/06) Page 1 of 2 214 of 228 B. Exhibition Place is bound; (1) By collective agreements in all sectors of the construction industry between: (a) The Carpenters’ Employer Bargaining Agency and The Ontario Provincial Council, United Brotherhood of Carpenters and Joiners of America. (b) The Mechanical Contractors Association of Ontario and The Ontario Pipe Trades Council of the United Association of Journeymen and Apprentices of the Plumbing and Pipe Fitting Industry of the United States and Canada. (c) The Electrical Trade Bargaining Agency of the Electrical Contractors Association of Ontario and The International Brotherhood of Electrical Workers and the IBEW Construction Council of Ontario; and (2) By Letters of Understanding between the Board and, respectively, Local 506 of the Labourers International Union of North America and The International Brotherhood of Painters and Allied Trades. C. Any non-maintenance part(s) of the Work that is the work of Union members for whom the said Council, Brotherhood, Association or Local is the collective representative under the provisions of any one of the said collective agreements or the said Letters shall in each case be performed only by an employer owing contractual obligations to such representative, unless such obligations do not prohibit performance of such part(s) of the Work by others. B3. Guidelines for Prospective Bidders. This summary is an overview of the current status of trades’ certificationsCOPY and the relevant construction sectors for which firms and workers with the appropriate union affiliations must be used when performing the following Work for the City of Toronto and Exhibition Place. City of Toronto Exhibition Place Type of Work * I.C.I. Asbestos/ Insulation X Bricklaying/ Masonry X Carpentry X X Electrical X X SUBMIT Glazing X Iron Workers X Labourers X Mechanical X X Painting X X Sheet Metal X * (Industrial, Commercial, Institutional sector) B4. Decisions, Fair Wage Policy. The Fair Wage Office will make final decisions with respect to: • Work jurisdictions, in consultationNOT with the industry • type of Work involved • whether or not union firms/workers must be used • VIEWING if Labour Trades Contractual Obligations apply

DO

* Labour Trades Contractural Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter 67)

FW R (02/06) Page 2 of 2 215 of 228

Human Resources Fair Wage Office Tel: 416-392-7300 100 Queen Street West Fax: 416-392-0801 City Hall, 18th Floor, West Tower Hotline: 416-392-FAIR Toronto, ON M5H 2N2 E-mail: [email protected] Visit us at www.toronto.ca/fairwage

GUIDE TO PROSPECTIVE BIDDERS APPLICATION OF THE FAIR WAGE SCHEDULES

In accordance with the City of Toronto Fair Wage Policy, Contractors and Sub-contractors are responsible to pay workers employed in “field work”, a rate of wages not less than that set out for such work in the applicable Schedule of Wage Rates for this contract is as follows:

APPLICABLE FAIR WAGE SCHEDULE SUBJECT TO LABOUR TRADE CONTRACTUAL OBLIGATIONS IN THE CONSTRUCTION INDUSTRY

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

On December 18, 2013, City Council enacted By-law No. 1717-2013 that revises the Industrial, Commercial, Institutional (I.C.I.) Work Schedule for 2013-2016. This schedule is applicable to the construction industry as determined by work characteristics that include industrial, commercial, institutional work. SUBMIT

Refer to the Labour Trade Contractual Obligations document for legislated labour requirements with respect to certified trades.

To obtain a copy of the I.C.I. Schedule, call the Fair Wage Office at the telephone number listed below or accesses the following link:

Industrial, Commercial,NOT Institutional (I.C.I.) Schedule 2013.pdf

In caseVIEWING of a jurisdictional dispute or dispute as to the rate of wages to be paid under the contract or to the amount to be paid to any worker, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties.

DO In the event that other Fair Wage Schedules may overlap the work covered by this contract, please contact the Fair Wage Office at (416) 392-7300 to seek clarification.

216 of 228 Purchasing & Materials Management Division

DATE: August 16, 2011

Right to Reject Debtors and Set Off Policy PAGE : 1 of 6

PURPOSE

1.0

To protect the interests of the taxpayers of the City of Toronto by reserving the right to the City to reject an offer to supply goods and/or services through the City’s procurement processes where the City determines that the person making the offer is in any way indebted to the City and in its sole discretion is of the opinion that it is in the City’s best interests that the offer be rejected.

To make it clear to persons responding to a call or request from the City that the Treasurer may choose to exercise any legal or equitable right of setoff against any person who becomes indebted to the City duringCOPY the provision of their services and may re-direct payments to otherwise due to such person towards repayment of outstanding amounts owed to the City.

Note: 1. Adopted by Council at its meeting held on July 20, 21, 22, 2004, Report No. 5, Clause 8, Administration Committee. 2. Revised by City Council at its meeting of June 14, 15 & 16, 2005, Report No. 5, Clause 3. SUBMIT

POLICY

2.0 Application

This policy shall apply to all calls and proposals issued by the City of Toronto’s Purchasing and Materials Management Division (PMMD).

3.0 Definitions NOT

VIEWING“bid” means a formal price response to a call issued by the City;

“bidder” means any person submitting a competitive bid in response to a call by the City;

“call”DO means a solicitation from the City to external suppliers or providers to submit a tender or a quotation;

"controlling interest" means the interest that a person has in a corporation when the person beneficially owns, directly or indirectly, or exercises control or direction 1 217 of 228 over, equity shares of the corporation carrying more than 10 per cent of the voting rights attached to all equity shares of the corporation for the time being outstanding;

“debtors watch list” means a list of persons and or companies who are indebted to the City;

“indebted” includes but is not limited to unpaid taxes, outstanding claims, judgements or executions, arrears of rent and any interest and penalty thereon owing by a person to the City;

“parent" means a person who has demonstrated a settled intention to treat a child as a member of his or her family whether or not that person is the natural parent of the child;

“person” shall include any individual, sole proprietorship, partnership, corporation or other entity with the legal capacity to contract;

“procurement processes” includes any call or request issued by PMMD pursuant to Chapter 195, Purchasing, of the City of Toronto Municipal Code; COPY “related person” means a parent or the spouse or any child of the person or any person or entity having an indirect pecuniary interest as set out in section 4.0;

“request” means a solicitation from the City to external suppliers or providers to submit a proposal;

“senior officer" means the chair or any vice-chair of the board of directors, the president, any vice-president, the secretary, the treasurerSUBMIT or the general manager of a corporation or any other person who performs functions for the corporation similar to those normally performed by a person occupying any such office;

"spouse" means a person to whom the person is married or with whom the person is living in a conjugal relationship outside marriage.

4.0 Indirect pecuniary interest

A person has an indirect pecuniary interest in any matter in which another person is concerned, if: NOT

VIEWING(a) the person or his or her nominee,

(i) is a shareholder in, or a director or senior officer of the other person, being a corporation that does not offer its securities to the public;

(ii)DO has a controlling interest in or is a director or senior officer of the other person, being a corporation that offers its securities to the public, or

(iii) is a member of the other person; or

2 218 of 228

(b) the person is a partner of the other person or is in the employment of the other person.

5.0 Right to Reject

It shall be the policy of the City of Toronto that in any procurement of goods and services by the City, the City reserves the right to reject an offer to supply goods and/or services presented in response to the City’s procurement processes where the City determines that the person making the offer is in any way indebted to the City and in its sole discretion is of the opinion that it is in the City’s best interests that the offer be rejected. For the purpose of this section 5.0, “person making the offer” includes the person actually making the offer, whether as agent or principal, a person on whose behalf the offer is made and any related person.

5.1 Process

All calls or proposals issued by PMMD on behalf of City Divisions shall include a copy of this policy. COPY 5.2 Declaration

PMMD shall be entitled to rely on the contents of the Debtors Watch List in making a determination of disqualification.

6.0 Determination of Disqualification

The City Manager or designate shall have, in consultationSUBMIT with the Treasurer, the City Solicitor and the Division Head on whose behalf PMMD has issued a procurement process, the sole discretion to reject a bid on the basis of this policy in the best interests of the City. The Guidelines in Appendix ‘A’, attached, will be used by the City Manager in exercising his/her discretion under the policy.

NOTE: On July 23, 2007 the City Manager delegated to the Treasurer, the authority to make the determination for rejection as described herein above in Section 6.0 and in Appendix A of this policy

6.1 Notification of RejectionNOT

VIEWINGOnce a decision to reject a bid has been made by the City under sections 5.0 and 6.0 hereof, PMMD shall forthwith notify the affected person of the decision by way of a notice in writing delivered to the address provided by the person in the particular procurement process from which that the bid has been rejected, provided, however, that any such rejection is not conditional upon the delivery or receiptDO of such notice in writing.

3 219 of 228 7.0 Set-Off

The Treasurer, in consultation with the City Solicitor, may choose to exercise any legal or equitable right of set-off against any person who becomes indebted to the City during the provision of their services and may re-direct payments otherwise due to such person towards repayment of outstanding amounts owed to the City.

8.0

Where a disqualified person is otherwise the lowest bidder whose bid meets the specifications and requirements set out in the call or request, such bid will be referred to a standing committee of council in accordance with the provisions of Schedule 195, Purchasing, of the Municipal Code.

Attachments

APPENDIX A – GUIDELINES IN REPSECT OF THE CITY’S RIGHT TO REJECT DEBTORS AND SET OFF POLICY COPY CONTACT

Should you have any questions please contact the Purchasing and Materials Management Division. In the event that further interpretation is required, please contact the Manager, Corporate Purchasing Policy & Quality Assurance at 392- 0387 or Supervisor, Policy, Training & Technology at 392-1305

SUBMIT

NOT

VIEWING

DO

4 220 of 228

Appendix A

Guidelines in Respect of the City’s Right to Reject Debtors and Set Off Policy (The “Policy”)

The following are guidelines for the City Manager to consider when, in consultation with the City Solicitor, the Treasurer and the Division Head, to determines whether to exercise his/her discretion to reject a debtor under the Policy. The City Manager may consider any individual guideline or any combination of guidelines to determine the application of the Policy.

(1) Size of the indebtedness

The policy should only be applied in situations where the amount of the indebtedness is significant in relationship to the contract under consideration.

The suggested size of the indebtedness that would trigger possible application of the policy is 10% of the amount bid. COPY (2) Age of the indebtedness

The policy should be applied in situations where the age of the indebtedness is significant.

The suggested age of the indebtedness that would trigger possible application of the policy is 90 days overdue or more. SUBMIT The policy may also be applied where the debtor has a chronic pattern of late payment.

(3) The nature of the indebtedness

Where the nature of the indebtedness is a legal claim or a claim to rectify previous deficiencies, the policy should be applied in those circumstances where the claim is significant in size (see 1.)

If the contractor in questionNOT has a track record of settling cross claims in a manner acceptable to staff, it would be inappropriate to use the policy. VIEWING It may be quite appropriate to exercise the policy with a debtor that has a chronically poor record with the City with respect to payment of accounts or where the debtor has a chronic history of claims.

(4) OtherDO Avenues Available to Correct the Indebtedness

The denial of City business is one of many avenues that the City has to encourage the payment of outstanding accounts. In a situation where the City

5 221 of 228 has other strong collection tools available such as the disconnection of water or the tax sale of a property, it may be in the best interests of the City to award a contract if the bid is attractive enough and the risk of not collecting on outstanding accounts is low.

(5) The Spread between the Debtors Low Bid and the Next Lowest Bid

In circumstances where the response submitted by the debtor is so attractive as compared to the next ranked response that the benefit of the award significantly outweighs the debt to the City, it may not be appropriate to decline the award. Care must be taken, however, in situations where the indebtedness is in the form of past claims for poor workmanship. In these situations, a low bid may indicate that the pattern of poor workmanship and resulting claims may continue.

COPY SUBMIT

NOT VIEWING DO

6 222 of 228 Purchasing & Materials Management Procedure DATE: January 7, 2016 PAGE : 1 of 2 Restrictions on the Hiring and use of Former City of Toronto Management Employees for City Contracts

PURPOSE

To ensure that former management employees of the City or Toronto or its special purpose bodies ("Former Employees") who took part in a separation program or received a retirement package, are prohibited from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years starting from an employee's separation date.

To monitor for other potential conflicts of interest or unfair advantage involving bidders or proponents who employ former employees who may be included on project work contracted by the City or its special purpose bodies within two years of their departure from employment with the City. COPY POLICY

A standard clause is to be inserted in all competitive procurement calls and requests issued by the City and its special purpose bodies, in order to advise companies, firms and individuals and ensure compliance with this policy. Accordingly, all respondents competing for a City of Toronto contract will be asked to identify, by name, any Former Employees now under their employ if: the employee terminated their employment with the City of Toronto or its special purpose bodies within two years of the date of bidding on the contract. SUBMIT

Former Employees who took part in a Separation Program or Retirement Incentive are prohibited from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years starting from the employee’s separation date.

This would include, but not be limited to, for example, the following roles: • As an independent contractor/consultant; • As a contractor/consultant on City project work for a company/firm (but, the firm may compete); or • As a contractor/consultant on City project work for a company/firm that has been sub- contracted by another company/firm.NOT

In addition, irrespective of whether a Former Employee was part of a separation or retirement benefit,VIEWING there are many potential situations of conflict of interest or unfair advantage that may arise where a Former Employee is to be included on project work contracted by the City within two years following their departure from employment with the City. Those situations may include:

(i) A potentialDO breach of confidential City information/intellectual property;

(ii) The potential use of insider information on City plans or strategies;

223 of 228

(iii) The potential of undue influence in the evaluation of bids/proposals; and

(iv) The creation of an unlevel playing field among bidders/proponents.

A Former Employee or their company/firm employing may also be limited or prevented from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years where the City deems there to be a conflict of interest or unfair advantage.

Notes: (1) Adopted by Council at its meeting of February 4, 5, & 6, 1998, Report No. 2, Clause No. 2 of the Strategic Policies and Priorities Committee, and (2) Revised by City Council at its meeting of November 26, 27, 28, 2002, Report No. 14, Clause No. 6, Administration Committee.

PROCEDURES

(1) The above policy will be included in all applicable competitive procurement calls/requests issued by the Purchasing and MaterialsCOPY Management Division. (2) In addition, all applicable competitive procurement calls/requests issued by the Purchasing and Materials Management Division will include the following statement:

"Former City of Toronto management employees who took part in an separation program or received a retirement incentive are prohibited from participating in contracts directly or indirectly related to the City of Toronto and its special purpose bodies within the last two years. SUBMIT Respondents are to state the name(s) of any former City of Toronto management employee(s) hired/used by your firm, if any, who have left the employ of the City or its special purpose bodies within the last two years.

Specify: ______."

(3) This policy will be considered in the evaluation of all submissions received by the City of Toronto in addition to any other potential conflicts of interest and unfair advantages identified in the applicable competitive procurement call.

NOT VIEWINGCONTACT Should you have any questions, please contact the Purchasing and Materials Management Division. In the event that further interpretation is required, please contact the Manager, Corporate Purchasing Policy & Quality Assurance at 416-392-0387 or Supervisor, Policy, Training & Technology at 416-392-1305. DO

224 of 228 TORONTO LICENSING REQUIREMENTS

Attached is a listing of services and trades which require licensing. Any firm (prime contractor, sub-contractor) performing or subcontracting any or all of the services listed must be licensed and in good standing.

For further detailed information on Licenses please contact the call centre at 416-392-6700.

TRADES / SERVICES REQUIRING TORONTO LICENSES

BUILDING RENOVATORS:

- Bricklaying / Masonry - Shingling - Carpentry - Waterproofing - Flat Roofing - Concrete Work COPY - Plastering - Eavestroughing - Tile Setting - Manufacture & Installation of Cabinets and Vanities - Drywall / Taping - Installation of Aluminum Products - Tuck Pointing - Underpinning

OTHER TRADES: SUBMIT - Insulation Installer - Heating Contractor - Building Cleaner - Exterior - Plumbing and Heating Contractor - Sign Painter - Plumbing Contractor - Chimney Repairperson - Drain Contractor

MISCELLANEOUS: -Auctioneer NOT

VIEWING

Revised August 7, 2009 DO

225 of 228 ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT

Tender No.:______Bidder’s Name:______

The City of Toronto Environmentally Responsible Procurement Policy encourages bidders to also offer products/services which are environmentally preferred. Environmentally preferred products/services offered must be competitive in cost, conform to specifications, performance requirements and, be suitable for the intended application as determined by the using division(s).

Environmentally preferred products/services are those such as durable products, reusable products, energy efficient products, low pollution products/services, products (including those used in services) containing maximum levels of post-consumer waste and/or recyclable content, and products which provide minimal impact to the environment.

An environmentally preferred product is one that is less harmful to the environment than the next best alternative having characteristics including, but limited to the following:

1. Reduce waste and make efficient use of resources: An Environmentally Preferred Product would be a product that is more energy, fuel, or water efficient, or that uses less paper, ink, or other resources. For example, energy-efficient lighting, and photocopiers capable of double- sided photocopying.

2. Are reusable or contain reusable parts: These products such as rechargeable batteries, reusable building partitions, and laser printers with refillable toner cartridges. COPY 3. Are recyclable: A product will be considered to be an Environmentally Preferred Product if local facilities exist capable of recycling the product at the end of its useful life.

4 Contain recycled materials: An Environmentally Preferred Product contains post-consumer recycled content. An example is paper products made from recycled post-consumer fibre.

5. Produce fewer polluting by-products and/or safety hazards during manufacture, use or disposal: An Environmentally Preferred Product would be a non-hazardous product that replaces a hazardous product. SUBMIT

6. Have a long service-life and/or can be economically and effectively repaired or upgraded.

Bidders shall if requested, provide written verification of any environmental claims made in their bid/proposal satisfactory to the City of Toronto within five(5) working days of request at no cost to the City. Verification may include, but not be limited to, certification to recognized environmental program (e.g., Environmental Choice Program [ECP]), independent laboratory tests or manufacturer’s certified tests. Only proven environmentally preferred products/services shall be offered. Experimental or prototype products/services will not be considered. NOT For a copy of the City of Toronto Environmentally Responsible Procurement Policy, contact the Purchasing and Materials Management Division at (416) 392-7303 or (416) 392-0387. VIEWING State if environmentally preferred products/service is being offered: YES______NO______

State briefly the environmental benefit of the product/service offered:

______DO ______

226 of 228 Final Contractor Performance Evaluation Interim # 1 version 1.2 - Feb 25-15 DATE: CONTRACTOR: PROJECT NAME: DESCRIPTION: Ranking

CONTRACT No.: START DATE: For definitions refer to Backup sheets CONTRACT VALUE: COMPLETION DATE: U I ME EE EX N/A A. SAFETY & COMPLIANCE - Laws & Standards sub-score 3.00 Weight 25% 1. Did the contractor comply with OHSA requirements?  2. Did the contractor adhere to environmental, (non-OHSA) safety requirements, and other laws & policies?  3. Did the contractor take adequate precautions with any hazardous materials and designated substances?  B. QUALITY - Compliance with Contract Standards & Specifications sub-score 3.00 Weight 25% 1. Did the contractor comply with standards and specifications in the contract?  2. Was the quality and workmanship in compliance with the contract documents?  3. Did the contractor promptly & effectively correct defective work as the project progressed?  C. ORGANIZATION - Work Plan and Management sub-score 3.00 Weight 12.5% 1. Did the contractor submit a satisfactory baseline schedule in compliance with the contract?  2. Did the contractor commence the work on time?  3. Did the contractor submit schedule updates in accordance with the contract?  4. Did the contractor adequately staff and resource the project in compliance with the contract?  5. Did the contractor provide adequate & competent site supervision?  6. Did the contractor effectively coordinate and manage the work of its subcontractors?  7. Did a person with decision-making authority represent the contractor at pay/progress meetings?  8. Did the contractor submit timely, relevant requests for information (RFIs) as needed?  9. Were shop drawings submitted according to shop drawing schedule and in complianceCOPY with the contract?  D. EXECUTION - Work Performance sub-score 3.00 Weight 25% 1. Did the contractor complete the project on time?  2. Did the contractor follow the approved schedule and meet milestones?  3. Did the contractor provide effective quality control?  4. Did the contractor keep the site clean and free of trash and debris in compliance with the contract?  5. Did the contractor promptly comply with change orders, change directives, site instructions, and RFQs?  6. Did the contractor seek authorization to perform extra or additional work?  7. Did the contractor adequately address disputes, damages and claims with third parties to City PM's knowledge?  8. Was the quality and submission timelines of the following items acceptable? SUBMIT 8.1 Look ahead schedules or work plans  8.2 Accurate and complete record documents (as-builts)  8.3 Complete operations and maintenance manuals and closeout documents  8.4 Secure and/or closed applicable municipal permits  8.5 Startup testing and commissioning reports  8.6 Training plan and manuals  E. ADMINISTRATION - Contractor Performance and Diligence sub-score 3.00 Weight 12.5% 1. Did the contractor communicate, cooperate, collaborate with the contract administrator, project team & stakeholders?  2. Did the contractor participate in resolving project problems and display initiative to implement solutions?  3. Did the contractor demonstrate accountability for problemsNOT for which they where responsible?  4. Did the contractor submit accurate, complete invoices in a timely manner?  5. Did the contractor provide competitive change order pricing?  6. Did the contractor VIEWING accept responsibility for the full scope and extent of the contract?  7. Did the contractor coordinate to minimize disruption to the public and City operations?  3.00 Total Score (weighted)

Name (Print or Type) Signature Date Project Manager: DO Manager: Director: (required for Final only) NOTE: If the contractor disagrees with this evaluation, it is to submit its objections in writing with supporting evidence within five (5) business days to the Division Manager (for Interim Reports) or to the Division Director (for Final Reports) 227 of 228 Page 1 of 1

NOTICE OF “NO BID”

TENDER #: 217-2016 CLOSING DATE: June 7, 2016

IMPORTANT - PLEASE READ THIS It is important to the City of Toronto to receive a reply from all invited Bidders. There is no obligation to submit a Bid; however, should you choose not to submit, completion of this form will assist the City in determining the type of services you are interested in submitting a Bid in the future.

INSTRUCTIONS: If you are unable, or do not wish to submit a Bid on this Request for Tender, please complete the following portions of this form. State your reason for not submitting a Tender by checking applicable (es) or by explaining briefly in the space provided. It is not necessary to return any other Request for Tender documents.

1. We do not offer this service. Other reasons or additional comments.

2. We do not offer services to these requirements. COPY 3. Unable to offer services competitively.

4. Cannot handle due to present commitments.

5. Quantity/project too large.

6. Cannot meet delivery/completion requirements.

7. Tender restrictions. SUBMIT Do you wish to participate in Request for Tenders for services in the future? YES ____ NO ____

For City’s use only - Do not write in this space. Company Name:

Address:

NOT Signature of Company Representative: VIEWING Position:

Date: Tel. No.:

DO Fax No.: Please return completed form by facsimile to 416-397-7779 or by e-mail to [email protected]

228 of 228