PROJECT MANUAL PT 17-05

Size: px
Start display at page:

Download "PROJECT MANUAL PT 17-05"

Transcription

1 PROJECT MANUAL PT LOCATION: 176 Wilson Street Kingston, ON WORK: Kitchen Renovation (53) MANDATORY PRE-TENDER CLOSING SITE MEETING: Monday May 29, 2017 at 10:30 a.m. 176 Wilson Street Kingston, ON CLOSING DATE: June 8, :00:00 a.m. Local Time

2 Closing Date June 8, 2017 PUBLIC TENDER Time 11:00:00 a.m. Local DO NOT OPEN Description of Work Kitchen Renovation (53) Address of Work 176 Wilson Street, Kingston, ON Tender No. PT Kingston & Frontenac Housing Corporation 119 Van Order Drive KINGSTON, ON K7M 1B9 Please print this page and attach to your Bid Submission Envelope

3 2017 KITCHEN RENOVATION 176 WILSON STREET KINGSTON, ON TENDER DOCUMENTS AND TECHNICAL SPECIFICATIONS PREPARED FOR: KINGSTON AND FRONTENAC HOUSING CORPORATION 119 Van Order Drive Kingston ON K7M 1B9 PREPARED BY: READ JONES CHRISTOFFERSEN LTD. 780 Midpark Drive, Suite 103 Kingston ON K7M 7P6 RJC No.: Date: Issued for Tender May 2017

4 Section TABLE OF CONTENTS MAY 2017 Page 1 TABLE OF CONTENTS DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS List of Drawings Instruction to Bidders Bid Form Contract Form Supplementary Conditions DIVISION 01 GENERAL REQUIREMENTS Summary of Work Use of Site Allowances Alternatives Coordination Project Meetings Submittals Temporary Facilities Protection of Work and Property Material and Equipment Waste Removal and Cleaning Contract Close-Out Maintenance and Renewal Manuals Warranties and Bonds Project Record Drawings... 2 DIVISION 02 EXISTING CONDITIONS Selective Demolition Hazardous Materials... 2 DIVISION 06 WOOD AND PLASTICS Finish Carpentry Architectural Woodwork... 6 DIVISION 09 FINISHES Gypsum Board Interior Painting and Finishing Read Jones Christoffersen Ltd

5 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section LIST OF DRAWINGS MAY 2017 Page GENERAL The drawings listed below will be included in the General Contractor/ Owner agreement and will become part of the contract. 176 Wilson Street Drawing Package Drawing No. Drawing Title Date Cover Page MAY 2017 R1.1 Ground Floor Plans MAY 2017 R1.2 Second Floor Plans MAY 2017 R2.1 Typical Kitchen A Layout and Details MAY 2017 R3.1 Typical Kitchen B Layout and Details MAY 2017 R4.1 Typical Kitchen C Layout and Details MAY 2017 R5.1 Caretaker Unit (#105) Kitchen Layout and Details MAY 2017 END OF SECTION

6 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section INSTRUCTIONS TO BIDDERS MAY 2017 Page GENERAL 1.2 INSTRUCTIONS.1 Before submitting a bid, Bidders shall:.1 Examine and read the Bid Documents thoroughly..2 Examine the site and ascertain the extent and nature of all conditions, limitations, or building regulations affecting the performance of the Work. The site is open and available for review by the Bidders during normal office hours. All dimensions are to be confirmed by on-site measurement by the Contractor..3 Confirm all utility services in the vicinity of the Work that will require protection and maintenance during the course of the Work..4 Consider the effect of regulatory requirements applicable to the Work..5 Study and correlate Bidder s observations with the Bid Documents..6 Immediately notify Consultant of all perceived omissions and discovered conflicts, errors and discrepancies in the Bid Documents..7 Be satisfied that Bidder understands the Bid Documents and is competent to undertake and complete the Work..2 Bid shall include cost of all permits required (excluding the building permit), royalties, freight, government duties and taxes where applicable. The Owner will obtain the building permit..3 Architectural and/or Structural drawings of the original project are available for viewing at the office of the Consultant for reference only..4 The Owner reserves the right to add or delete any item/items to be performed under this Contract before and/or after the contract is awarded without any penalty. Any revisions to the submitted contract price as a result of these deletions are to be solely based on the unit prices (or lump sum prices) quoted by the Contractor for those items.

7 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section INSTRUCTIONS TO BIDDERS Page 2 MAY The bidder shall not engage in collusion of any sort and, in particular shall ensure that no person or other legal entity, other than the bidder has an interest in the bidder s tender and prepare the tender without any knowledge of, comparison of figures with, or arrangement with any other person or firm preparing a Tender for the same work..6 It is the Contractor s responsibility to provide all labour, material, equipment and supervision to complete the repairs outlined in this specification taking into account all site conditions, schedule and noise restrictions, work area restrictions, protection requirements, accessibility restrictions, etc. No extras will be entertained for inconveniences after award of this Contract..1 Contractor shall read the Contract Documents in their entirety prior to bidding in order to be aware of all Contractual requirements..7 If the Bidder is a joint venture, each party to the venture must execute the tender under seal in the manner appropriate to such party. 1.3 CONTRACT FORM 1.4 SITE.1 The form of Contract between the accepted bidder and Owner will be the Standard Construction Document, CCDC2-2008, Stipulated Price Contract, as amended by Section Supplementary Conditions..1 The Work is to be performed at the apartment building located at 176 Wilson Street, Kingston, ON. 1.5 OWNER AND OWNER S REPRESENTATIVE.1 The Owner is: KINGSTON AND FRONTENAC HOUSING CORPORATION 119 VAN ORDER DRIVE, KINGSTON K7M 1B9.2 The Owner s Representative is: SCOTT VANDERSCHOOR svanderschoor@kfhc.ca Telephone Fax

8 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section INSTRUCTIONS TO BIDDERS MAY 2017 Page CONSULTANT Midpark Drive, Suite 103 Kingston, ON K7M 7P6 Any questions during the bid period shall be directed to the office of the Consultant, Telephone: , Attention: MICHAEL PARK. 1.7 PRE-TENDER CLOSING SITE MEETING.1 A mandatory pre-tender closing site inspection and meeting will be held on site at 10:30am, on MAY 29, 2017 for the benefit of all bidders. Bidders should meet at 176 Wilson St. front entrance. 1.8 EXAMINATION OF SITE 1. The onus shall be on the bidder to investigate the project site and inform themselves before tendering of all physical and labour conditions and administrative practices prevailing at the project site. 2. The bidder shall not claim at any time after the submission of this tender any misunderstanding of the terms and conditions of the Contract relating to the site conditions. 3. The Contractor shall make allowances as required for the installation of temporary exhaust, heating and ventilators into and out of the work area. No extra for this item will be entertained after bids have closed. 1.9 TENDER SUBMISSION 1. Completed Bid Forms together with the required Bid Security, Consents of Surety and all Supplementary Bid Submission Materials shall be delivered to the office of the Consultant in a sealed envelope no later than June 8, 2017 at 11:00:00 am and addressed as follows: Confidential: Tender For: Attention: Tender Submission Kingston Frontenac Housing Corporation 119 Van Order Drive, Kingston K7M 1B9 Scott VanderSchoor, CCCA

9 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section INSTRUCTIONS TO BIDDERS Page 4 MAY Bidder s name shall be typed on the reverse side of the envelope. 3. Bids will be opened publicly immediately after the time stipulated at the office of the Owner 4. Using the bid form provided, the Bid shall be filled out in ink, or typed, signed in longhand by a duly authorized company official, and sealed with the bidder s corporate seal. 5. The bid form will not be altered and all spaces for information will be completed. 6. Telephone or facsimile tender proposals, or modifications will not be considered. 7. Include in Bid Submissions a preliminary schedule indicating how the work will be performed and phased in the required time frame. The Owner reserves the right to reject bids which do not contain a preliminary schedule. 8. The Consultant may, after bid closing time and before contract award, require any Bidder to submit, in a form prescribed by or acceptable to the Consultant, supplementary information about any aspect of the bidder s bid which, in the Consultant s opinion, is necessary for bid evaluation purposes 1.10 BONDING REQUIREMENTS BID BOND.1 A Bid Deposit in the form of a certified cheque or bid bond made payable to the Owner in the amount of $18,000, shall accompany all bids..2 The Contractor shall provide the Owner with a Performance Bond equal to 100% of the Total Contract Price as per Section Warranties and Bonds. A Consent of Surety to provide these Bonds shall accompany the Bid..3 All bonds shall name the Owner as oblige..4 Cost of Bonds to be included in Bid as lump sum prices. PERFORMANCE SECURITY.1 Provide performance security in favour of the Owner in order to secure the due and faithful performance of the contract. Such performance security will be as follows:

10 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section INSTRUCTIONS TO BIDDERS MAY 2017 Page 5.1 A Performance Bond issued by a Surety Company acceptable to the Owner in an amount equal to 100% of the Contract Price including tax..2 If the Contract Price including tax is less than $1,000,000, the following alternate forms of security are acceptable:.1 an irrevocable letter of credit, bank draft, or certified cheque; or.2 bearer or negotiable bonds of Dominion of Canada, Province of Ontario, or the Ontario Hydro Electric Power Commission (bonds to be assessed at market not face value); or.3 such other collateral, excluding a letter of guarantee, as may be acceptable to the Owner; in each case, the bond alternative forms of security must be equivalent to 20% of the Contract Price..3 For contracts under $100,000 in value, the alternate forms of security are reduced to 10% of the contract amount..2 If the Contractor fails to meet these requirements within the time stipulated by the award letter, the Owner retains the right to terminate the contract and use the bid security towards damages..3 Where security is in the form of a Performance Bond, the document will be retained by the Owner for a period of two (2) years from the date of substantial completion, after which it will be returned to the Contractor..4 Where alternate security is provided, it will be returned to the Contractor (90) days after completion of the work and correction of all deficiencies SUFFICIENCY OF BID.1 The submission of a bid shall constitute an incontrovertible representation by the Bidder that:.1 The Bidder has complied with all bidding requirements..2 The Bidder is qualified and experienced to perform the Work in accordance with the Bid Documents.

11 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section INSTRUCTIONS TO BIDDERS MAY 2017 Page 6.3 The bid is based upon performing the Work in accordance with the Bid Documents, without exception..4 The price or prices stated in the bid cover all the Bidder s obligations under the Contract and all matters and things necessary for the performance of the Work in accordance with the Bid Documents BID IRREGULARITIES.1 At the discretion of the Owner, bids that are unsigned, improperly signed or sealed, conditional, illegible, obscure, contain arithmetical errors, erasures, alterations or irregularities of any kind may be accepted or declared informal..2 At the discretion of The Owner, bids that fail to include or to comply with bid security, bonding or insurance requirements may be accepted or declared informal..3 Informal bids may or may not be considered at the sole discretion of the Owner..4 The Owner may accept or waive a minor and inconsequential irregularity, or where practicable to do so, the Owner may, as a condition of bid acceptance, request a Bidder to correct a minor and inconsequential irregularity with no change in bid price..5 The determination of what is, or is not, a minor and inconsequential irregularity, the determination of whether to accept, waive, or require correction of an irregularity, and the final determination of the validity of a bid, shall be at the Owner s sole discretion..6 Discrepancies between words and figures will be resolved in favour of words BID WITHDRAWAL AND ACCEPTANCE.1 The Owner reserves the right to reject any or all bids as the interests of the Owner may require, without stating reasons therefore, and the lowest or any tender will not necessarily be accepted..2 A bidder who has already submitted a tender may submit a further tender at any time up to the official closing time. The last tender received shall supersede and invalidate all tenders previously submitted by that bidder for this contract..3 A bid may be withdrawn at any time before the bid closing time, provided the request is in the form of a letter received at the office of the Consultant before the bid closing time.

12 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section INSTRUCTIONS TO BIDDERS Page 7 MAY Withdrawn bids may be resubmitted in accordance with these bidding requirements providing the resubmitted bid is received at the office of the Consultant before the bid closing time..5 A bid may not be withdrawn at or after bid closing time and shall be open to acceptance by the Owner until whichever of the following occurs first:.1 Another Bidder has entered into a contract with the Owner for performance of the Work..2 Sixty (60) days after the bid closing time..6 The sixty (60) day acceptance period shall commence at midnight at the date of bid closing and shall terminate at midnight of the sixtieth (60th) day thereafter. If the sixtieth (60th) day falls on a statutory holiday, such day(s) shall be omitted from the computation..7 The sixty (60) day acceptance period may be extended at the Consultant s request and subject to the Bidder s written agreement to the extension..8 In the case of an error in addition, the correct sum of the amounts shown for each tendered item shall be deemed to be the total tender price regardless of the total amount submitted by the Bidder..9 Evaluation of Bid In evaluating the Bids, the Owner may consider any criteria, with such consideration to be exercised by the Owner in its sole discretion, including the following:.1 The Total Estimated Contract Price as determined from the Base Bid or from the Alternate Bid..2 The Owner s authorized budget for the Work..3 The Contract Time..4 The Bidder s ability to effectively manage and perform the Work and work with other subcontractors..5 The Bidder s understanding of the Work..6 The Bidder s Unit Prices, Allowances, and Separate Prices, if applicable.

13 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section INSTRUCTIONS TO BIDDERS MAY 2017 Page 8.7 The Bidder s ability to present cost saving opportunities, which may be appropriate and acceptable to the Consultant and the Owner..8 The Bidder s experience, competence and past performance in undertaking work similar to the Work, as well as that of its subcontractors..9 The Bidder s financial strength and capability..10 The experience, qualifications and abilities of the Bidder s supervisory personnel..11 Aesthetic changes resulting from the Bidder s proposed approach to the Work, and selection of materials and suppliers..12 Other criteria which the Owner, in its sole discretion, may consider appropriate to its evaluation..10 Acceptance of Offer 1. The lowest or any bid offer need not be accepted by the Owner. The Owner reserves the right to accept or reject any or all offers in its sole discretion on any basis at any time without further explanation or to accept any offers considered advantageous to the Owner. 2. Prior to and after contract award, the Owner may negotiate changes to the scope of the Work, the materials, the specifications or any conditions with the low bidder or any one or more of the bidders without having any duty to advise any other bidder and may allow them to vary their prices as a result of the changes. The Owner shall have no liability to any other bidder, including but not limited to the low bidder, as a result of such negotiations or modifications. 3. The Bidder acknowledges and agrees that the Owner will not be responsible for any costs, expenses, losses, damages or liabilities incurred by the Bidder as a result of or arising out of submitting a bid for the proposed contract, or due to the Owner s acceptance or non-acceptance of their bid. 4. The Owner may also elect not to proceed with the Project.

14 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section INSTRUCTIONS TO BIDDERS Page 9 MAY NOTIFICATION OF INTENT NOT TO SUBMIT A BID.1 Prospective Bidders who have received Bid Documents but do not intend to submit a bid, shall notify the Consultant at least 24 hours prior to Bid Closing. Prospective Bidders who do not intend to submit a bid shall return the Bid Documents promptly, before the bid closing time RETURN OF BID DOCUMENTS.1 The successful Bidder may retain the Bid Documents. All other Bidders shall return the Bid Documents to the office of the Consultant, complete and in good order, no later than 14 days after contract award ADDENDA.1 Direct all questions in writing to the Consultant..2 Answers to queries are only binding when confirmed by written Addenda..3 Clarifications requested by bidders must be submitted in writing to the Consultant no less than seven days before the date set for receipt of the bids. Any reply will be in the form of an Addendum, a copy of which will be forwarded to known bidders no less than five days before the date set for receipt of the bids..4 Addenda may be issued by the Consultant during the bidding period. Any Addenda will be delivered by the Consultant via fax, or courier to all parties recorded by the Consultant as having received the Bid Documents..5 All Addenda become part of the Bid and Contract Documents and costs arising from any Addenda are to be included in the Bid Price..6 Each Bidder shall ascertain before Bid submission that it has received all Addenda issued by the Consultant and shall indicate in the Bid Form the Addendum Number(s) of all Addenda received CONSTRUCTION SCHEDULE.1 Refer to schedule requirements outlined in Section Summary of Work.

15 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section INSTRUCTIONS TO BIDDERS MAY 2017 Page ALTERNATIVE MATERIALS OR EQUIPMENT.1 Base Bid to include only approved and/or specified products and methods of construction..2 If a bidder wants to submit substitutes to material, equipment, or workmanship specified or indicated, they may include the substitute as an unsolicited alternative and this shall be stated as such on the Tender Form..3 Alternative materials or equipment will be considered provided requests for approval have been submitted to the Consultant, as per Section , Alternatives ALTERNATE BIDS.1 A Bidder may, at the Bidder s discretion, in addition to a bid that complies with the specifications and drawings (a Base Bid ) submit an alternate bid ( Alternate Bid ) which varies in some manner from the specifications, drawings or other requirements of the Contract Documents..2 Products or systems identified in an Alternate Bid that vary from the products or systems described in the specifications and drawings do not require pre-approval by the Consultant or Owner. An Alternate Bid should contain sufficient description and identification of any such varying products or systems to permit evaluation and review by the Consultant and the Owner..3 Alternate Bids may only be submitted in addition to, and not in substitution of, a Base Bid that complies with the requirements of the specifications or drawings QUALIFICATIONS.1 Persons of firms submitting Bids for this project shall be actively engaged and experienced in the type of work required by these Tender Documents and the Bidder shall provide, on request, a statement of similar work performed by those persons..2 Submit with the bid a resume of the proposed project manager and project superintendent IDENTIFIED PRICES.1 Identified prices determine the amount in the Contract Price for a specified portion of the Work.

16 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section INSTRUCTIONS TO BIDDERS Page 11 MAY DAMAGES DUE TO DELAY IN WORK SCHEDULE.1 If the area of the work outlined in these specifications is not available to the Owner after the specified deadline, the Contractor will be responsible for all damages resulting from the delay in the work schedule (i.e. the Owner s cost and reduced revenues associated with extended work schedule) THIRD PARTY LIABILITY CLAIM.1 Upon the award of the Contract, the Owner may withhold total or partial payments to cover third party liability claims for damages. These funds are to be used by the Owner to cover third party liability claims on patron vehicles in the case of a dispute between the Owner and the Contractor regarding responsibility for the claim. Payments to the patron are to be released immediately, any unresolved disputes with respect to the responsibility of the claim shall be settled prior to total completion of the project. The main purpose of these funds is to ensure that patrons receive compensation as soon as possible. The receipts of payments made shall be returned to the Contractor upon total completion of the project. END OF SECTION

17 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS MAY 2017 Section BID FORM Page 1 PROJECT: PT WILSON STREET, KINGSTON, ON 2017 KITCHEN RENOVATION DATE: SUBMITTED BY: (Name of Contractor) (address) (telephone) To: Kingston Frontenac Housing Corporation 119 Van Order Drive Kingston, Ontario K7M 1B9 1.0 CONTRACT PRICE Having examined the project site, and having carefully examined the General Conditions of the General Contract, CCDC No. 2, 2008 Stipulated Price Contract as amended by Section Supplementary Conditions, the Specifications, Drawings and schedules including Addenda to issued as supplements thereto, and having examined and complied with Section Instruction to Bidders, we hereby offer to perform the Work set forth in the aforesaid documents for the Contract Price of:.1 Contract Price $.2 H.S.T. $.3 Contract Price plus H.S.T. $

18 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS MAY 2017 Section BID FORM Page IDENTIFIED PRICE BREAKDOWN The Owner reserves the right to add or delete any item/ items to be performed under this Contract before and/ or after the Contract is awarded without penalty. Any revisions to the submitted Contract Price as a result of these deletions are to be solely based on the unit prices (or lump sum prices) quoted by the Contractor for those items. The following identified prices are included in the Stipulated Contract Price. The Contract Price shall include the total of all the separate Bid Form Items and shall include all work as described in these Documents..1 Contract Lump Sum Price Items Where the items are indicated as Lump Sums (L.S.), and a quantity is indicated, this quantity is for guidance of the Contractor only. The Owners and Consultant assume no responsibility for the accuracy of this quantity. The Contractor shall confirm the actual quantities by site measurement prior to bidding. No quantity measurement will be made and no adjustment to the Lump Sum price will be made as a result of any quantity variation. The Lump Sum (L.S.) amount for Mobilization, Miscellaneous Overheads and Special Costs is to include the following: - Cost of mobilization and demobilization - Cost of traffic control barriers, hoarding and signs as required - Cost of protection of existing utilities as required - Cost of any protection of the public not specifically described under any other pay item - Cost of all permits (NOT including building permit) royalties, freight and government duties. The cost of all general site overheads not named above are to be distributed to the various pay items in a balanced manner..2 Contract Unit Price Items Contract prices on the Bid Form indicated with an asterisk (*) will be calculated based on actual field measurement of the work performed and the unit cost of the item listed in the Bid Form. Quantities will be determined by the Consultant during the course of the work.

19 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS MAY 2017 Section BID FORM Page 3 In the case of an item marked with an asterisk (*) where the quantity of work performed and/ or material supplied by the Contractor is less than 80 % of the tender quantity, the Contractor may make a written request to the Owner for consideration for an allowance to compensate for the Contractor s losses in fixed costs. If the Owner considers that compensation is justified, it will be paid for at a rate equal to 10 % of the unit price on the amount of the underrun which is less than 80 % of the tender quantity..3 Work Items Not Specified On Bid Form The identified items listed on the Bid Form include all costs associated with that item. In the event that particular items are deleted from the Contract, the price for those items noted on the Bid Form represents the credit to the Contract. If there is an item or portion of the work that a bidder feels is not adequately covered in the separate bid items listed on the Bid Form, the bidder shall identify that item and its associated cost separately as part of the Bid Form Item Spec No. Description Contract Price Bonding L.S. $ 2.2 Div. 1 General Requirements, Mobilization, Demobilization, Special Costs etc Cleaning Cleaning of the structure, fixtures, etc., and the disposal of all waste products and/or debris generated by the construction activity as well as any material present in the work area prior to the commencement of the work. The areas requiring cleaning shall consist of all kitchens and interior spaces affected by the work. L.S. $ L.S. $

20 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS MAY 2017 Section BID FORM Page Selective Demolition Provide all labour and material to complete the removal and disposal of all 53 kitchens as described in the scope of work. L.S. $ Architectural Woodwork/ New Kitchens Supply and install all material and labour required to complete the renovation of all 53 kitchens as described in the scope of work including all carpentry, painting etc. L.S. $ 2.6 Any additional item/ items not specified in BID FORM which are specified in the Contract which the Contractor would like to specifically designate in BID FORM. (Indicate: - Description of Work Item - Quantity (if applicable) - Unit Cost with * - Lump Sum Cost with L.S..1 $.2 $.3 $.4 $ 2.7 CONTINGENCY ALLOWANCE (see clause 2.11) $10, CONTRACT PRICE $ 2.9 H.S.T. (13%) $ 2.10 CONTRACT PRICE PLUS H.S.T. $

21 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS MAY 2017 Section BID FORM Page The Contingency Allowance shown in item 2.7 of this Bid Form is to be used for changes to the Contract due to unforeseen site conditions. The use of this allowance is only to proceed with the approval of the Owner. 3.1 ALTERNATE PRICES.1 The following alternate prices apply to work which is not included in the tender amount but which may be substituted by Owner for Work, which is included. Alternate prices listed take into consideration and allow for changes and adjustments in other Work as required to form a complete and finished job. Alternate prices represent the amount to be added to or deducted from the Contract Price, should Owner accept the alternative price. No price listed shall mean that there is no change in price. Owner reserves the right to accept or reject any or all alternative prices listed. Any submissions for alternatives shall comply with Section Alternatives. ADD DEDUCT 1. $ $ 2. $ $ 3. $ $ 4. $ $ 5. $ $ 6. $ $ 4.0 SUBCONTRACTORS.1 We submit a complete list of subcontractors we propose to use on this Contract and the Sections of the Work to be done by them..2 We reserve the right to substitute another subcontractor for the same work in the event that a subcontractor should withdraw his bid, or become bankrupt. All subcontractor substitutions are subject to the Owner s approval..3 Any such substitution, in order to be considered for approval by the Owners and/or Consultant, is contingent on the submission of conclusive evidence of withdrawal, bankruptcy or unsatisfactory performance.

22 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS MAY 2017 Section BID FORM Page 6.4 The Contractor is responsible for all costs incurred as a result of substituting one subcontractor for another..5 Tenders may not be considered unless the names of all subcontractors are listed in space provided. SECTION TITLE NAME OF SUBCONTRACTOR New Cabinet/Kitchen Supplier

23 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS MAY 2017 Section BID FORM Page The following is a list of the sections of The Work which we propose to execute with our own forces: SECTION TITLE 5.0 BID DEPOSIT AND AGREEMENT TO BOND 5.1 Attached is our Bid Security in the amount of $18, and an agreement to provide all bonds requested in Bid Documents. 5.2 We agree to furnish Bonds in accordance with Section Bonding Requirements and the General Conditions of this Contract within 7 days of Notification of Intent to Award.

24 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS MAY 2017 Section BID FORM Page ACCEPTANCE 6.1 This Bid is irrevocably open to acceptance for a period of sixty (60) days from the date of bid closing and is promised in consideration of the amount of 10% of the bid (we attach a Bid Security). Failure to enter into a contract after Owner s acceptance of this bid shall result in forfeiture of the Bid Security. 6.2 We agree to enter into a contract with the Owners formed on the Canadian Standard Construction Document CCDC # as amended by the Bid Document, within 5 days of written notification of acceptance of this Bid. 6.3 We understand and agree that this bid may be adjusted in accordance with any or all of the separate or additional prices submitted herewith. 6.4 We understand that the submission of this bid implies acceptance of the existing conditions at the site. 6.5 We understand that the lowest or any tender will not be necessarily be accepted and that selected items may be deleted from the Project as represented in the Bid Form. 6.6 We understand that the owner reserves the right to waive minor defects or irregularities in the bid submission. 6.7 We understand that the Owner may withhold total and partial payment to cover third party liability claims as outlined in Tender Documents. 6.8 We agree to staff on-site activity on July 31, 2017 or within five (5) days of Award of Contract. We agree to complete The Work by September 11, 2017 as outlined in these specifications. 6.9 We understand that Contract time is of the essence and that any improvements to the schedule submitted with our bid will be considered prior to the award of the Contract. We therefore submit the following improvement to the completion date indicated in the tender package for consideration in evaluating our Bid.

25 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS MAY 2017 Section BID FORM Page BIDDER S SIGNATURE AND COMPANY SEAL Bidder: Signature: (authorized officer) (seal) Signature: (authorized officer) (seal) Date: END OF SECTION

26 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section CONTRACT FORM MAY 2017 Page CONTRACT FORM The form of the contract between the accepted Bidder and the Owner will be the Standard Construction Document CCDC No. 2, 2008 Stipulated Price Contract revised to include amendments as set out in Section Supplementary Conditions. END OF SECTION

27 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section SUPPLEMENTARY CONDITIONS MAY 2017 Page AGREEMENT SUPPLEMENT The Agreement for the Standard Construction Document - CCDC , Stipulated Price Contract is hereby amended as follows: 1.2 ARTICLE A.5 PAYMENT.1 Insert to Paragraph 5.1: Ten percent (10%) Insert to Paragraph 5.3.1: The Bank of Nova Scotia 1.3 SUPPLEMENTARY DEFINITIONS.1 Definitions used in the Standard Construction Document - CCDC2-2008, Stipulated Price Contract are hereby amended as follows, and wherever the Definitions are referred in the Contract Documents, it shall be understood that such reference means as amended by these Supplementary Definitions..1 Definition 20. Substantial Performance of the Work Line 4, change certified to verified..2 Paragraph 27: Add new paragraph: 27. Dictionary. In case of dispute, The Concise Oxford Dictionary of Current English (current edition), shall prevail except for those definitions given in CCDC and in various other places in the Contract Documents." 2.1 SUPPLEMENTARY CONDITIONS.1 The General Conditions of Standard Construction Document - CCDC2-2008, Stipulated Price Contract are hereby amended as follows and wherever the General Conditions are referred to in the Contract Documents, it shall be understood that such reference means as amended by the Supplementary Conditions. 2.2 GC 1.1 CONTRACT DOCUMENTS.1 Paragraph 1.1.8: Delete entirely and replace with the following: "The Owner shall provide the Contractor, without charge, two (2) copies of the contract documents to perform the Work. Additional copies of the Contract Documents or parts thereof required by the Contractor shall be provided at the Contractor's expense.

28 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section SUPPLEMENTARY CONDITIONS Page 2 MAY GC 2.2 ROLE OF THE CONSULTANT.1 Paragraph 2.2.1: Delete entirely and replace with the following: "The Consultant will provide administration of the Contract as described in the Contract Documents during the construction until issuance of Final Certificate for Payment, and subject to GC Authority of the Consultant.".2 Delete Paragraph Delete Paragraph GC 2.3 REVIEW AND INSPECTION OF THE WORK.1 Paragraph 2.3.8: Add new paragraph: "Where standards of performance are specified and the Work does not comply with the performance specified, such deficiency shall be corrected as directed by the Consultant. Any subsequent testing (including retesting by the Owner) to verify performance shall be done at the Contractor's expense." 2.5 GC 2.4 DEFECTIVE WORK.1 Paragraph 2.4.3: Delete the words: "the difference in value between the Work as performed and that called for by the Contract Documents", and replace with the words, "the value of such work as is necessary to correct any non-compliance with the Contract Documents". 2.6 GC 3.5 CONSTRUCTION SCHEDULE.1 Paragraph : Delete the words: "Prior to the first application for payment", and replace with the words "within seven (7) days of award of Contract".

29 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section SUPPLEMENTARY CONDITIONS MAY 2017 Page GC 3.7 SUBCONTRACTORS AND SUPPLIERS.1 Paragraph 3.7.7: Add new paragraph: "The specifications are arranged in divisions and sections for convenience. They shall be read as a whole. This arrangement places no responsibility upon the Owner or Consultant to settle disputes between Subcontractors and Suppliers or between the Contractor and Subcontractors and Suppliers." 2.8 GC 3.8 LABOUR AND PRODUCTS.1 Paragraph 3.8.4: Add new paragraph: Carpenters and journeyman utilized on site must either be certified provincial or interprovincial tradespersons or currently entered into a recognized apprenticeship program. 2.9 GC 3.10 SHOP DRAWINGS.1 Paragraph : Delete the words: "in accordance with the schedule agreed upon, or in the absence of such schedule, with reasonable promptness so as to cause no delay in the performance of the work", and replace with the words, "to Contractor within ten (10) working days of receipt GC 5.1 FINANCING INFORMATION REQUIRED OF THE OWNER.1 Paragraphs and 5.1.2: Delete paragraphs GC 5.2 APPLICATION FOR PROGRESS PAYMENT.1 Paragraph delete the words "and Products delivered to the Place of the Work", and insert the following sentence to the end of the paragraph: "Payment will not be made for Products delivered to the Place of the Work but not yet incorporated into the Work.".2 Delete Paragraph

30 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section SUPPLEMENTARY CONDITIONS Page 4 MAY Paragraph 5.2.7: Add new paragraph: "5.2.7 Accompanying each application for payment, excepting the first, the Contractor shall submit a Statutory Declaration. The Consultant's issuance of a Certificate for Payment shall be conditional upon the Contractor's submission of the Statutory Declaration. The Statutory Declaration shall include the following information:.1 The names of the contracting parties..2 The name of the Project..3 A declaration attesting that all accounts affiliated with the Contract have been paid..4 A declaration attesting that all assessments and deductions required by all applicable acts have been deducted and/or paid..5 The date of the declaration.".4 Paragraph Add new paragraph: Upon establishing that the Work, or a portion of the Work, has been Completed (as per the governing Builder s Lien Legislation), the Contractor s applications for payment for those portions of the Work deemed Complete, shall reflect the balance of the Contract price less:.1 the aggregate amount, if any, determined in accordance with GC multiplied by two, and.2 the amount, if any, determined in accordance with GC Withholding of Payment. Until all of the deficient and incomplete work for which amounts are withheld pursuant to subparagraphs.1 and.2 of this Paragraph are rectified and completed to the satisfaction of the Consultant, the Owner may withhold the full amounts set out in Subparagraphs.1 and.2 of this Paragraph respectively.

31 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section SUPPLEMENTARY CONDITIONS MAY 2017 Page 5.5 Paragraph Add new paragraph: The Contractor shall complete the deficient and incomplete work in a timely manner, and at the discretion and convenience of the Owner. Acceptance of the Work or occupancy of the Project or any portion thereof shall not relieve the Contractor from the obligation of correcting deficiencies which are not identified at the time of establishing the list of deficient and incomplete items of work..6 Add new paragraph : Unless all independent material testing results of products supplied to the site have been received, the maximum percent of work completed that can be claimed by the Contractor and certified by the Consultant for any item of work is 90% GC 5.3 PROGRESS PAYMENTS.1 Paragraph 5.3.1, Sentence.1: Delete Sentence.2 Paragraph 5.3.1, Sentence.2: Add the following sentences on to the end of the paragraph: "Certificates for Payment may provide for retention of amounts as determined by the Consultant to ensure correction of deficient work done or unacceptable product provided, and may also provide for retainers in addition to the statutory holdback provided for in the Contract sufficient to protect the Owner against all liens of which he has notice. Each application for payment, except the first, shall be accompanied by a Statutory Declaration and such other supporting data and documentation as the Consultant may require indicating that all indebtedness incurred by the Contractor in the performance of the Work for the previous month has been fully paid.".3 Paragraph 5.3.1, Sentence.3: Delete in it s entirety and replace with the following:.3 The Owner shall make payment to the Contractor on account as provided in Article A-5 of the Agreement no later than 30 calendar days after the date of a certificate of payment issued by the Consultant.

32 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section SUPPLEMENTARY CONDITIONS Page 6 MAY GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK.1 Paragraph 5.4.2: Delete the words: and shall promptly, and in any event and replace with the following words: in accordance with the applicable Lien legislation, or in the absence of such legislation, 2.14 GC 5.6 PROGRESSIVE RELEASE OF HOLDBACK.1 Paragraph 5.6.1: Delete entirely and substitute the following: No holdback on subcontracts shall be released prior to the expiration of the statutory limitation period of the contract stipulated in the lien legislation applicable to the Place of the Work GC 5.7 FINAL PAYMENT.1 Paragraph 5.7.2: Add the following sentence: "The Consultant will not consider the application valid until materials installed are tested and conform to the requirements specified.".2 Paragraph 5.7.4: Delete the words: Five (5) days" and replace with the words thirty (30) calendar days GC 5.8 WITHHOLDING OF PAYMENT 1. Add the following new Paragraph: Upon the award of the contract the Owner may withhold total or partial payments to cover third party liability claims as a result of the work in the case of a dispute between the Owner and the Contractor regarding responsibility for the claim. Payments to the third parties are to be released immediately; any unresolved disputes with respect to the responsibility of the claim shall be settled prior to total completion of the project. The main purpose of the funds is to ensure that third parties receive compensation as soon as possible. The receipts of payments made shall be returned to the Contractor upon total completion of the project.

33 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section SUPPLEMENTARY CONDITIONS MAY 2017 Page GC 6.1 OWNER S RIGHT TO MAKE CHANGES.1 Paragraph 6.1.2: Add to the paragraph: "The valuation for the change shall include the following maximum adjustments for overhead and profit based on the actual costs: for Subcontractors - 10% for overhead and 5% for profit on the cost of their work. for Contractor - 2.5% for overhead and 2.5% for profit on the cost the Subcontractors work. for Contractor - 10% for overhead and 5% for profit on the cost of his work. Profit to be based on the value of work including overhead GC 6.2 CHANGE ORDERS.1 Add Paragraph GC 6.5 DELAYS The Contractor shall obtain written confirmation from their Surety Company the extent of changes that necessitate notification to the Surety Company of said changes so as to not jeopardize bonding of the Work. The Contractor shall be responsible for notifying the Surety, on this basis, of any approved changes, providing copies of notifications to the Consultant. The work outlined in a Change Order will not be considered complete until copies of the written notifications are received by the Consultant..1 Paragraph 6.5.3: Revise as follows: 1. In Sentence.4, replace one with ones. 2. In Sentence.4, insert the phrase, except lack of funds or breakdown of Construction Equipment, and, after the word control..2 Add the following new paragraph; If the area of the work outlined in these specifications is not available to the Owner after the project completion date deadline, the Contractor will be responsible for all damages resulting from the delay in the work schedule (i.e. the Owner s cost and reduced revenues associated with extended work schedule).

34 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section SUPPLEMENTARY CONDITIONS Page 8 MAY GC 7.2 CONTRACTOR'S RIGHT TO SUSPEND THE WORK OR TERMINATE THE CONTRACT.1 Delete Paragraph entirely..2 Paragraph 7.2.4: Delete the words: Five (5), and insert the words, Ten (10)..3 Paragraph 7.2.6: Add the following paragraph: "7.2.6 This condition, GC 7.2, shall not apply to the withholding of certificates and/or payments because of the Contractor's failure to pay all just claims promptly nor because of the registration or notice of liens against the Owner's property, until such claims and liens are discharged." 2.21 GC 10.2 LAWS, NOTICES, PERMITS, AND FEES.1 Paragraph : Delete the words: building permit" from the first sentence..2 Paragraph : Insert the following words following the word permit in the first line: (including building permit) 2.22 GC 10.4 WORKERS COMPENSATION.1 Paragraph : Add the following paragraph: " The Contractor shall indemnify and hold harmless the Owner from and against all claims, demands, actions, suits or proceedings by any of the employees of the Contractor or Subcontractors with respect to worker's compensation insurance. This indemnity shall survive the completion of the Work or the termination for any reason of the Contract."

35 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section SUPPLEMENTARY CONDITIONS MAY 2017 Page GC 12.1 INDEMNIFICATION.1 Paragraph : Delete entirely and substitute the following: Without restricting the parties obligation to indemnify as described in paragraphs and :.1 Contractor will indemnify and save harmless the Owner from all claims relating to labour and materials furnished or supplied in executing the Contract and from and against all claims, demands, losses, costs, damages, actions, suits or proceedings by whomsoever made, brought or prosecuted in any manner based upon, arising out of, related to, occasioned by or attributable to the activities of the Contractor in performing the Contract, or to an infringement or an alleged infringement by the Contractor of a patent of invention..2 The Contractor shall indemnify and hold harmless the Consultant and their respective agents and employees from and against all claims, demands, losses, costs or damages of third parties arising or alleged to arise directly, indirectly or incidentally by reason of the operations of the Contractor, his Subcontractors and their respective agents or employees, in the carrying out of the contract. This indemnification shall survive the completion or termination for any reason of this Contract..2 Paragraph : Delete the value $2,000,000 and insert the value, $5,000, GC 12.3 WARRANTY.1 Paragraph : Delete entirely and replace with: The warranty periods with regard to the Contract is stipulated in specification Section and shall start from the date of Substantial Performance as verified by the Consultant or those periods specified in the Contract Documents for all portions of the Work or Products.".2 Paragraph : Delete the words: through the Consultant. Paragraph : Delete entirely.

36 DIVISION 0 PROCUREMENT AND CONTRACTING REQUIREMENTS Section SUPPLEMENTARY CONDITIONS MAY 2017 Page 10 Add THE RESIDENTIAL TENANCY ACT.1 In accordance with the Residential Tenancy Act, access to premises of residents may only be gained by permission of the resident, or as necessary, upon the landlord giving notice to the resident specifying the time of entry not less than twenty-four (24) hours prior to the time of entry..2 Contractor must schedule his work accordingly and shall advise Kingston & Frontenac Housing Corporation not less than seventy-two (72) hours in advance of requested access to any residents premises. END OF SECTION

37 DIVISION 1 - GENERAL REQUIREMENTS Section SUMMARY OF WORK MAY 2017 Page GENERAL Work under this Contract includes the renovation of existing kitchens at 176 Wilson Street in Kingston, ON. 1.2 DESCRIPTION OF EXISTING STRUCTURE 176 Wilson Street is a wood framed, 2 story walk up apartment building built in It is one building with 53 apartments. The apartments consist of 52 one bedroom units, and 1, two bedroom unit. 1.3 DESCRIPTION OF WORK 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. In particular the work includes, but is not necessarily limited to the following: 1. The installation and maintenance of hoarding, dust protection and construction signage around each phase of the work as described in Section Protection of Work and Property. 2. Project includes removal of 53 existing kitchen counters and cupboards, replacement with new custom thermofoil counters, upper and lower cabinets, adjustable shelving bases, sinks and trim as noted. 3. Existing Kingston Frontenac Housing Corporation owned stoves and refrigerators to be retained, and temporarily relocated and reinstalled after completion of the work. 4. Drawings indicate existing and proposed layout. Contractor to confirm certain layouts to be mirrored. 5. All dimensions indicated are approximated and to be site confirmed by contractor for each individual kitchen. 6. Submit shop drawings noting variance in size of cabinetry for each unit as required. Provide samples of plastic laminate for countertops and backsplash. 7. Supply and install Wassan drop in single bowl, stainless steel sink or owner approved equal model JR603D73, unless otherwise specified.

38 DIVISION 1 - GENERAL REQUIREMENTS Section SUMMARY OF WORK Page 2 MAY Supply and install new valves for the water supply and P-Trap below the new sink. 9. Supply and install the following hardware:.1 Pulls Amrock basic ceramic knob white or owner approved equal. Model 14224WHT..2 Cabinet Hinges Richelieu screw-on 107 self-close or owner approved equal..3 Drawer Slides Richelieu series 430 full extension standard series or owner approved equal..4 Faucets Schedule Moen Two Handle Chrome Kitchen Faucet 10. Contractor to keep on site one clean copy of the project drawings and specifications for reference purposes. 11. Contractor may use designated areas for on-site storage, designate storage areas shall be kept in a clean, neat orderly fashion. Owner will specify storage areas at pre-construction meeting. 12. Contractor will be responsible for the cost of damaged services, including but not limited to the cost to repair, lost products, cost of engineering, displacement of tenants or other individuals. 13. Contractor shall make good, prime and paint all walls and the exterior pantry doors. 14. A two day target of completion is desirable. Kitchen must be functional within four days of commencing the work. 15. Repair all areas damaged by construction activity; specifically, the Contractor shall repair all damage resulting from the Construction to the satisfaction of the Consultant including repainting of surfaces in accordance with these Specifications which have been damaged. 16. Final cleaning of kitchens and any interior space affected by the work, and the disposal all waste products and/ or debris generated by the construction activity as well as any material present in the work area prior to the commencement of the Work. The areas requiring cleaning shall consist of all areas affected by the Work.

39 DIVISION 1 - GENERAL REQUIREMENTS MAY 2017 Section SUMMARY OF WORK Page WORK SEQUENCE 1. The work areas will be available as of 8:00am July 31, Contractor to confirm start date. All work outlined in these specifications are to be complete by 5:00pm on September 11, 2017 providing for a construction schedule of 6 weeks. All renovation work to be completed within 4 days of start for each individual unit. 1.5 CONSTRUCTION SCHEDULE 1. In conjunction with and in a form acceptable to the Consultant and the Owner s Representative, provide within (10) working days after award of contract a detailed schedule indicating the following parameters..1 Start date and completion date for each area of the work..2 Daily and weekly schedule for manpower and equipment, hours of operation and crew sizes. 2. The construction schedule shall reflect completion of all work under the Contract within the specified time and in accordance with these Specifications. 3. 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. 4. The Contractor must ensure kitchen is operational by the end of the second day. 2.0 PRODUCTS Not applicable 3.0 EXECUTION Not applicable END OF SECTION

40 DIVISION 1 - GENERAL REQUIREMENTS MAY 2017 Section USE OF SITE Page GENERAL 1.2 CONTRACTORS USE OF SITE 1. The Contractor shall have complete use and access to the designated work areas, 8:00am to 5:00pm, Monday through Friday (not including holidays) unless otherwise stipulated by the Owner during the course of the Work.. 2. The Contractor shall co-ordinate his work schedule with the Owner so as to minimize disruptions of the site. No work shall be performed until approved by Owner. 3. The Contractor will be in and out of each unit a minimum amout of times and will complete all work within 4 days of the start of each kitchen renovation. 4. Provide signage of professional quality, barriers and hoarding necessary to protect the public from the Contractor s operations and route traffic through the work areas. Signage must be provided at each entrance indicating repairs are being performed on the building and we are sorry for the inconvenience. Refer to specification Section Protection of Work and Property for location and list of non-standard construction signage that must be supplied by the Contractor. These signage requirements are in addition to any standard signs required to complete exterior or interior work on a residence. 5. Hoarding and dust protection to be provided around each area of work. See specification Section Protection of Work and Property. Each phase of the work is to be sealed to prevent the release of construction dust into other areas of the building. 6. The use of all power plant, and percussive equipment is to be in accordance with all local by-laws and ordinances. 7. Do not unreasonably encumber site with materials or equipment. 8. Do not close or obstruct or store materials in roadways, sidewalks or passageways without prior approval from the Owner/Property Manager. Do not interfere with safe passage to and from the building and adjacent public sidewalks and roads. 9. Move stored products or equipment which interferes with operations of the building, Owner, or Tenants.

41 DIVISION 1 - GENERAL REQUIREMENTS Section USE OF SITE Page 2 MAY General Contractor to obtain and pay for all necessary approvals to locate equipment or materials on city property (not including building permit). 11. Protect all existing light standards, walls, plants, finishes, windows, doors, etc. 12. Protect all utilities, gas mains, electrical conduit, etc. that must remain in service throughout the construction period. The sink may be inoperable for a maximum of one night. 13. During transportation of materials or equipment through occupied areas, ensure vehicles are protected from damage. All damage to parking lot users vehicles will be repaired at Contractor s expense. 14. The Contractor shall make allowance in their price to cover all costs of temporary removal and replacement and/or relocation of existing electrical wiring and mechanical hardware required for completion of the work. 15. The Contractor is required to use the front drivelane for delivery and removal of material for duration of the project. Disposal bins, supply trucks, etc. are to be located on the property, as directed by the owner. Contractor is responsible for all required permits and repairs to any damage to the site, as a result of the work. 16. Maintain free access routes for ambulance, fire emergency vehicles, garbage trucks, etc HOURS OF WORK 1. Use of all equipment to be restricted in accordance with local and municipal noise by-laws and regulations. 2. All noise generating Work shall be limited to the hours of 8:00am-5:00pm MONDAY through FRIDAY. 1.4 EFFECT ON SITE 1. The Contractor shall schedule his operation to minimize the interruption of the normal use of the site and building and to comply with laws, by-laws, ordinances, rules and regulations relating to the Work. 2. The Contractor shall be responsible for arranging for the location of all existing utilities prior to construction and protection of the same during constriction.

42 DIVISION 1 - GENERAL REQUIREMENTS Section USE OF SITE MAY 2017 Page PRODUCTS Not applicable 3.0 EXECUTION Not applicable END OF SECTION

43 DIVISION 1 GENERAL REQUIREMENTS Section ALLOWANCES MAY 2017 Page GENERAL 1.2 SECTION INCLUDES.1 Cash Allowances.2 Contingency Allowances.3 Determination of Actual Costs.4 Adjustment of Contract Price 1.3 ALLOWANCES.1 Allowances include for the following:.1 Supply Products.2 Supply and Install Product.3 Installation by Contractor of Owner Supplied Products.4 Inspection and Testing.2 Unless otherwise specified, amounts for each allowance includes:.1 Actual product cost.2 Applicable taxes and tariffs.3 Freight, handling, unloading, and storage.4 Contractor services.5 Labour for installation and finishing.6 Construction machinery and equipment.7 Authorized expenditures.3 Value Added Taxes do not form a part of the allowances.

44 DIVISION 1 GENERAL REQUIREMENTS Section ALLOWANCES Page 2 MAY Contractors overhead and profit to be included as follows:.1 Overhead and profit for each cash allowance will be included in Contract Price..2 Overhead and profit for contingency allowance, as noted in Section , under Article Contractor will provide the Owner with at least three (3) competitive prices for work of each allowance. The Owner shall determine actual costs as specified in Paragraph 8..6 Additional expenditures not identified as part of the allowances will be submitted for review by the Owner and where deemed applicable authorized in writing by the Owner..7 Notification in writing by the Owner, is required prior to the Contractor executing work outlined under each allowance..8 The Owner will provide the Contractor with applicable documentation, equipment, and products within the time specified, or where such time is not specified, in sufficient time to permit the construction schedule to be maintained. 1.4 CONTINGENCY ALLOWANCE.1 Include in Stipulated Sum, a contingency allowance of $10, for project incidentals. Includes unforeseen work related to the Project. 1.5 DETERMINATION OF ACTUAL COSTS.1 Invoices, bills of sale, and notes payable for actual cost of items and services covered in an allowance amount shall be submitted by the Contractor for verification by the Owner..2 Trade discounts and refunds shall be credited to Owner..3 Where applicable the valuation for a change shall be in accordance to Section Supplementary Conditions. 1.6 ADJUSTMENT OF CONTRACT PRICE 1. When actual costs are determined for each allowance the Contract Price will be valued accordingly by a Change Order.

45 DIVISION 1 GENERAL REQUIREMENTS MAY 2017 Section ALLOWANCES Page PRODUCTS Not applicable. 3.0 EXECUTION Not applicable. END OF SECTION

46 DIVISION 1 GENERAL REQUIREMENTS MAY 2017 Section ALTERNATIVES Page GENERAL 1.2 SUBSTITUTION OF MATERIALS PRIOR TO BID CLOSING.1 Where products or systems have been specified by trade name, no substitution will be allowed except where alternatives have been approved prior to bid closing..2 Where a specified product or system is not available at the time of bid, the bidder must inform the Consultant in writing so that he may advise all bidders of proposed changes. In the event that the Bidder fails to do so, the Consultant will choose a substitute product suitable for the application at the time of construction. 1.3 REQUEST FOR APPROVAL OF ALTERNATIVES.1 Contractors and suppliers of products or systems, which have not been specified, may apply for approval of their product/system as "alternative"..2 Requests for approval must reach the Consultant at least seven (7) working days prior to the bid closing. The Consultant shall advise applicants of the status of their request three (3) working days prior to bid closing..3 Request for approval shall include sufficient information for the Consultant to satisfactorily evaluate the alternative. This may include the following:.1 Project name and number..2 Specification sections to which the product/system applied..3 Description of proposed substitution including manufacturer's material specifications, manufacturer's preparation and application requirements and manufacturer's warranties..4 Sample of product indicating surface finish and material thickness to be applied under this Contract..5 Installation history of proposed alternative including:.1 Projects and locations.2 Approximate value of contract.3 Approximate size of projects.4 Number of years in use.5 Type of usage

47 DIVISION 1 GENERAL REQUIREMENTS Section ALTERNATIVES Page 2 MAY Name of owner and consultant involved..4 When submitting alternatives to materials or equipment specified, Bidders shall include in their Bid any changes in the Work required to accommodate such alternatives. A later claim for addition to the Contract Price because of changes in the Work necessitated by the use of alternatives will not be considered. 1.4 APPROVAL OF ALTERNATIVES.1 An addendum will be issued prior to bid closing if an alternative is approved. No alternative materials or equipment will be considered after bid closing..2 Products/systems that have been approved as alternatives may be substituted for specified products/systems..3 Should any proposed alternative be accepted either in part or in whole, the Contractor shall assume full responsibility and bear the costs when substitution affects other work of the Project and pay for any drawing changes required as a result of the substitution..4 All cost savings arising from approved substitutions will be credited to the Contract in such amounts as may be determined by the Consultant and Contract Price will be adjusted accordingly..5 The Consultant reserves the right to reject any or all requests for approval..6 No substitutions will be permitted without the prior written approval of the Consultant. 2.0 PRODUCTS Not applicable. 3.0 EXECUTION Not applicable. END OF SECTION

48 DIVISION 1 - GENERAL REQUIREMENTS Section CO-ORDINATION MAY 2017 Page GENERAL 1.2 PROJECT CO-ORDINATION.1 The Contractor is responsible for co-ordination of Trades. Lines of demarcation between Contractors and Trades or trade and trade are solely the responsibility of the Contractor. The Consultant assumes no responsibility for the division of the work or for any jurisdictional involvements as a result of such division..2 Contractor is responsible for co-ordination with the Owner of all on-site activity as it affects the operation of the building. 1.3 NOTIFICATION FOR INSPECTION.1 The Contractor is to notify the Consultant at least 24 hours in advance for inspections. No work shall be covered or concealed until reviewed by the Consultant unless Contractor is informed that an inspection will not be performed. Such review does not absolve the Contractor from his responsibility to perform his work in accordance with the Contract Documents..2 The Consultant shall notify the designated inspection company for material sampling and testing..3 The Contractor shall promptly provide the Consultant with safe access to any part of the Work requiring inspection..4 The Owner may be present during inspections carried out by the Consultant at the Owner s discretion. 1.4 SUPERINTENDENCE.1 The Contractor is to provide a full time Superintendent who is to be on-site on a continuous basis during the execution of the work and shall not be changed without Consultant s consent. Superintendent shall have as a minimum, a mobile phone at all times during Working hours to allow for communication with Consultant, or Owner..2 The Superintendent shall be satisfactory to the Owner and the Consultant.

49 DIVISION 1 - GENERAL REQUIREMENTS Section CO-ORDINATION Page 2 MAY Superintendence shall be deemed not satisfactory and changes or additions to the superintendence may be demanded when control, organization or co-ordination of the Work is not satisfactory, or, the quality of the Work does not meet the requirements of the Contract Documents, or directions given in accordance with the Contract Documents are not followed, or, progress is behind schedule. 2.0 PRODUCTS Not applicable 3.0 EXECUTION Not applicable END OF SECTION

50 DIVISION 1 - GENERAL REQUIREMENTS Section PROJECT MEETINGS MAY 2017 Page GENERAL 1.2 DOCUMENTS.1 This section, along with the drawings, forms part of the contract documents and is to be read, interpreted and co-ordinated with all other parts. 1.3 WORK INCLUDED.1 Administration of Project Meetings..2 Pre-Construction Meetings..3 Progress Meetings. 1.4 ADMINISTRATION OF PROJECT MEETINGS.1 The Consultant shall preside at meetings..1 A representative of the Consultant shall record the minutes, include significant proceedings and decisions, and identify "action by" parties..2 The Consultant shall reproduce and distribute copies of minutes to meeting participants, to affected parties not in attendance, to the Owner and Consultant..2 The Consultant shall:.1 Schedule and administer project meetings unless otherwise noted..2 Prepare agenda for meetings..3 Distribute written notice of each unscheduled meeting three (3) days in advance of meeting date to Contractor, Owner and relevant Subcontractors..3 The Contractor shall provide physical space and arrange for meetings on site..4 Representatives of Contractor, Subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the party each represents.

51 DIVISION 1 - GENERAL REQUIREMENTS Section PROJECT MEETINGS Page 2 MAY PRE-CONSTRUCTION MEETING.1 After award of Contract, a meeting of all parties in the Contract shall be held to discuss and resolve administrative procedures and responsibilities..2 Representatives of the Owner, Consultant, Contractor, major Subcontractors, and construction review personnel will attend..3 The Consultant shall establish a time and location of meeting and notify parties concerned five (5) days before meeting..4 The Consultant shall incorporate mutually agreed variations to Contract Documents into Agreement, prior to sending the Agreement to the parties for signing..5 Agenda to include the following:.1 Appointment of official representatives of participants of the Work..2 Schedule of Work, progress scheduling (Section )..3 Shop drawings (if required) and schedule of shop drawing submissions..4 Requirements of temporary facilities, site signage, hoarding, dust protection, offices, storage sheds, utilities, fences..5 Delivery schedule of critical equipment..6 Site security..7 Contemplated change orders, procedures, approvals required..8 Take over procedures, acceptance, warranties..9 Monthly progress claims, administrative procedures, holdbacks (GC)..10 Appointment of inspection and testing agencies or firms..11 Insurance, transcript of policies (GC).

52 DIVISION 1 - GENERAL REQUIREMENTS Section PROJECT MEETINGS MAY 2017 Page PROGRESS MEETINGS.1 During the course of Work, the Consultant or the Contractor shall schedule progress meetings every two weeks. Further progress meetings may be scheduled by the Consultant, Contractor, or Owner as required to expedite the Work..2 The Consultant, Contractor, major Subcontractors involved in the Work, Owner when required, are to attend..3 Agenda to include the following:.1 Review, approval of minutes of previous meeting..2 Review of Work progress since previous meeting..3 Field observations, problems which impede construction schedule, conflicts..4 Progress, schedule during succeeding work period..5 Corrective measures and procedures to regain projected schedule..6 Revisions to construction schedule..7 Review of off-site fabrication delivery schedules..8 Review submittal schedules; expedite as required..9 Maintenance of quality standards..10 Pending changes and substitutions, Notices of Proposed Change, Change Orders..11 Review proposed changes effect on construction schedule and on completion date..12 Other business.

53 DIVISION 1 - GENERAL REQUIREMENTS Section PROJECT MEETINGS Page 4 MAY PRODUCTS Not applicable. 3.0 EXECUTION Not applicable. END OF SECTION

54 DIVISION 1 GENERAL REQUIREMENTS Section SUBMITTALS MAY 2017 Page GENERAL.1 This section specifies general requirements and procedures for Contractor s submissions of shop drawings, product data, samples and mock-ups to Consultant for review. Additional specific requirements for submissions are specified in the project specifications..2 Do not proceed with work until relevant submissions are reviewed by Consultant..3 Present shop drawings, product data, samples and mock-ups in SI metric units..4 Where items or information is not produced in SI units converted values are acceptable..5 Contractor s responsibility for errors and omissions in submission is not relieved by Consultant s review of submissions..6 Notify Consultant, in writing at time of submission, identifying deviations from requirements of Contract Documents stating reasons for deviations..7 Contractor s responsibility for deviation in submission from requirements of Contract Documents is not relieved by Consultant s review of submission, unless Consultant gives his written acceptance of specified deviations..8 Make any changes in submissions which Consultant may require consistent with Contract Documents and resubmit as directed by Consultant..9 Notify Consultant in writing when resubmitting of any revision other than those requested by the Consultant. 1.2 SUBMISSION REQUIREMENTS.1 Coordinate each submission with requirements of work and Contract Documents. Individual submissions will not be reviewed until all related information is available..2 Submit 4 copies of product data, manufacture s catalogue sheets, brochures, literature, performance charts and diagrams..3 Comply with the following requirements in regard to submission of product data:.1 Delete information not applicable to project..2 Supplement standard information to provide details applicable to project.

55 DIVISION 1 GENERAL REQUIREMENTS Section SUBMITTALS Page 2 MAY Provide certification of compliance to applicable codes..4 Provide manufacture s certification as to current production..4 Allow 5 working days for Consultant s review of each submission..5 Accompany submissions with transmittal letter in duplicate, containing:.1 Date..2 Project title and number..3 Contractor s name and address..4 Identification and quantity of each shop drawing, product data and sample..5 Other pertinent data..6 Submission shall include:.1 Date and revision dates..2 Project title and number..3 Name and address of:.1 Subcontractor..2 Supplier..3 Manufacturer..4 Contractor s stamp, signed by Contractor s authorized representative certifying approval of submissions, verification of field measurements and compliance with Contract Documents..5 Details of appropriate portions of Work as applicable:.1 Fabrication..2 Layout, showing dimensions, including identified field dimensions and clearances..3 Setting or erection details..4 Capacities..5 Performance characteristics..6 Standards.

56 DIVISION 1 GENERAL REQUIREMENTS Section SUBMITTALS MAY 2017 Page PRODUCT DATA.7 Operating weight..8 Wiring diagrams..9 Single line and schematic diagrams..10 Relationship to adjacent work..6 After Consultant s review, distribute copies..1 Product data: manufactures catalogue sheets, brochures, literature, performance charts and diagrams, used to illustrate standard manufactured products..2 Submit two copies of product data..3 Sheet size: 215x280 mm..4 Delete information not applicable to project..5 Supplement standard information to provide details applicable to project..6 Cross-reference product data information to applicable portions of Contract Documents. 1.4 SAMPLES.1 Samples: examples of materials, equipment, quality, finishes, workmanship..2 Where colour, pattern or texture is criterion, submit full range of samples..3 Reviewed and accepted samples will become standard of workmanship and material against which installed work will be verified. 1.5 MOCK-UPS.1 Mock-ups: field-erected examples of work complete with specified materials and workmanship may be part of the Work..2 Erect Kitchen mock-up at location acceptable to Consultant..3 Reviewed and accepted mock-ups will become standards of workmanship and material against which installed work will be verified. No other work may proceed until the mock-up is reviewed and approved by the Consultant and Owner.

57 DIVISION 1 GENERAL REQUIREMENTS Section SUBMITTALS Page 4 MAY PRODUCTS Not applicable. 3.0 EXECUTION Not applicable. END OF SECTION

58 DIVISION 1 - GENERAL REQUIREMENTS Section TEMPORARY FACILITIES MAY 2017 Page GENERAL 1.2 TEMPORARY UTILITIES.1 Provide and pay for where specified, locate where directed, and maintain temporary facilities for the Work and for all trades, and remove them upon completion of the Work..2 Where specified to provide utilities, make all arrangements with the public utilities, obtain all necessary permits, provide or pay for connections and pay all respective fees..3 ELECTRICAL POWER 1. Discuss available power with the Owner s Representative prior to bidding. 2. The Contractor shall pay for any alternations to the electrical system which may be needed to accommodate the Contractor s equipment. Co-ordinate any required alterations with the Owner s Representative. Reinstate the system to its original condition upon completion. 3. The Owner shall pay for electrical consumption..4 WATER SUPPLY 1. Contractor shall pay for the cost of any temporary water connections or alterations which are required to perform the Work. 2. The Owner shall pay for water consumed. 1.3 TEMPORARY LIGHTING.1 Provide and maintain temporary lighting for safe demolition and working condition conforming to Ontario Occupation Health and Safety Standards..2 Illumination must be provided and maintained on all floors and stairs affected by the Work.

59 DIVISION 1 - GENERAL REQUIREMENTS Section TEMPORARY FACILITIES Page 2 MAY Contractor is to have available an emergency generator and lighting system to be used in a situation where the existing lighting system becomes inoperative due to the Work and cannot be repaired within a two (2) hour period. Once the repair is complete, the temporary lighting system may be removed. 1. If the damaged lighting cannot be repaired within the specified time, the Contractor must promptly notify the Owner. 2. If the Contractor does not repair the damaged lighting within the specified time and does not promptly notify the Owner, the Owner reserves the right to repair the damage and deduct the cost from the Contract..4 Temporary lighting requirements discussed herein shall also apply to all subcontractors. 1.4 TEMPORARY FIRE PROTECTION.1 Provide and maintain temporary fire protection equipment during performance of the Work as required by governing codes, regulations and by-laws. 1.5 TEMPORARY FIRST AID FACILITIES.1 Provide well stocked and maintained first aid kit adequate to handle requirements of hazards during the Work in the Site office..2 Contractor is to have one of the safety data sheet for all material being used on the project on site and readily available to the Consultant, Owner and Contractor s forces. 1.6 TEMPORARY SANITARY FACILITIES.1 Provide temporary toilet, odourless flushing chemical type, properly enclosed, weatherproof, and serviced periodically as required by the authorities..2 The building toilets and facilities shall not be used by the Contractor s forces.

60 DIVISION 1 - GENERAL REQUIREMENTS Section TEMPORARY FACILITIES MAY 2017 Page TEMPORARY FIELD OFFICES AND SHEDS.1 Provide or construct work sheds for storage of tools, equipment and materials, which may be damaged by weather..2 Provide and maintain field office for Contractor s personnel, equipped with lights, telephone and tables for drawing examinations..3 Maintain sheds in clean, orderly condition..4 Provide suitable hardware and locks on doors to sheds, and keep locked when unsupervised..5 Field sheds shall be weather tight and have floors elevated above grade..6 Relocate sheds as required by the progress of the Work. Remove sheds from the Site when no longer required or when directed. 1.8 TEMPORARY BARRIERS AND ENCLOSURES.1 Provide hoarding, fencing, barriers, barricades and plant protection as required by the authorities and specified herein to protect persons and property, public and private. Refer to Section Protection Work and Property for signage and hoarding requirements..2 Maintain barriers in sound, clean and, where required, painted, condition throughout the Work..3 Keep Site clear of unauthorized signs..4 Provide barriers with required warning lights and signs..5 Hoarding, fencing, barriers and barricades are to be constructed and supported in such a manner that no sharp projections that can cause personnel injury are created..6 Remove hazards requiring barriers as soon as possible..7 Remove barriers at time of turn-over of the Work to the Owner..8 Exterior enclosures shall be constructed to protect the work area from environmental conditions (i.e. weather tight) that may affect schedule.

61 DIVISION 1 - GENERAL REQUIREMENTS Section TEMPORARY FACILITIES Page 4 MAY SECURITY.1 Take all necessary precautions to guard site, premises, materials and the public at all times other than when supervised work is in progress PROTECTION OF THE WORK DURING CLOSE-DOWN.1 Should the project be closed down for any cause, assume all responsibility for its proper protection during such period. 2.0 PRODUCTS Not applicable 3.0 EXECUTION Not applicable END OF SECTION

62 DIVISION 1 - GENERAL REQUIREMENTS Section PROTECTION OF WORK AND PROPERTY MAY 2017 Page GENERAL 1.2 WORK INCLUDED.1 Protection of the Work, Work in Progress, Property and Persons by all Sections. 1.3 WALK-THROUGH INSPECTION OF SITE.1 Prior to start of Work, Contractor, Consultant and Owner will perform walk-through inspection of site to determine existing conditions..2 The Contractor is to perform a thorough inspection of the site prior to the start of work and provide a written notice to the Consultant detailing all damaged property as well as all items that appear to be of poor working order or appearance (i.e. sign, fixtures, dirt, etc.)..3 Upon receiving this notice, the Consultant and the Owner will verify the validity of the items listed..4 If written notice is not given within five (5) days of commencement of Work, it will be assumed that the Contractor has reviewed the site and has accepted the condition of the property as being free of damage..5 Any damages not listed as part of the written notice of clause above found after the completion of the work will be the sole responsibility of the Contractor to rectify. These rectifications shall be completed in a timely and satisfactory manner..6 The project will not be considered substantially performed if the cost to correct these outstanding deficiencies is greater than the limits outlined in the Construction Lien Act. 1.4 THE WORK, WORK IN PROGRESS, PROPERTY AND PERSONS.1 Protect the Work during construction from damage by weather..2 Provide protection as required to protect work in progress and other property from damage and to provide suitable conditions for the progress of finishing work..3 Provide means for protecting occupied areas below the Work from water leakage between the removal and reinstallation of the plumbing fixtures.

63 DIVISION 1 - GENERAL REQUIREMENTS Section PROTECTION OF WORK AND PROPERTY Page 2 MAY Take reasonable and required measures, including those required by authorities having jurisdiction, to protect the public and those employed on the Work from bodily harm..5 Comply with requirements of The Occupational Health and Safety and Regulations for Construction Projects..6 The Contractor shall be prepared to provide respirators, dust protection, ear protection for those employed by the Consultant and Owner at the Site..7 Direct all Subcontractors to protect their own work, existing property, adjacent public and private property and work of other Sections from damage while working. 1.5 CONSTRUCTION SIGNAGE.1 Contractor shall provide all required signage necessary to protect the public from the construction and to inform patrons that construction activity is in process..2 Additional signs may be required at the discretion of Owner or Consultant as construction progresses. No extras will be entertained for signage requirements after tenders close..3 Typical signage that may be required are as follows:.1 Construction Work Underway.4 Signage is required at all stairwell entrances to the work area..5 Typical additional non-standard signage that will be required is as follows:.1 Building Temporarily Under Construction - Sorry for the Inconvenience.6 All non-standard signage is to be of adequate size (discuss with Consultant prior to ordering) with orange background and large black letters and decals. Plywood backing is sufficient. All signs are to be of professional quality..7 All signage is to be securely fastened directly to hoarding. Signs and posts are to be installed in such a manner that projections that may cause public injury are not created.

64 DIVISION 1 - GENERAL REQUIREMENTS Section PROTECTION OF WORK AND PROPERTY MAY 2017 Page CONSTRUCTION BARRIERS AND ENCLOSURES.1 All work areas are to be completely enclosed by hoarding and dust protection and only accessible to the Contractor, the Owner and the Consultant..2 Contractor shall supply and construct hoarding, barriers and enclosures as indicated in these specifications, drawings and as directed by the Consultant or Owner as the construction progresses..3 No extras shall be entertained for hoarding, barriers and enclosures after tenders close unless the scope of work is significantly changed..4 The interior work areas are to completely enclosed to keep the dust generated by the construction activity from escaping into the other areas of the building.5 The Contractor is responsible for any damage to mechanical equipment, motors, etc. resulting from dust contamination..6 The following types of enclosures/ hoarding systems will be required for this construction project:.1 Type 1 Full Height Fast Fence around all exterior work to ensure the public is not under or around the construction activity. 1.7 EXISTING BUILDINGS, CURBS, ROADS AND LANES.1 Protect existing buildings, structures, curbs, roads and lanes. If, during work, any existing items are damaged, repair or replace them..2 Provide pavement, curb and sidewalk protection for public thoroughfares and the Work in progress as required by the authorities and to protect public property and the Work. 1.8 CONTROL OF CONSTRUCTION GENERATED DUST, DEBRIS, FUMES, ETC..1 Dust, dirt, construction debris, water and fumes from the work areas must not be permitted to enter areas of the building or rooms in or adjacent to work areas.

65 DIVISION 1 - GENERAL REQUIREMENTS Section PROTECTION OF WORK AND PROPERTY Page 4 MAY PROTECTION OF EXISTING EXPOSED FACILITIES.1 Existing lighting system is to be protected from damage or removed and re-installed upon completion of repairs..2 If Contractor wishes to use existing lighting system as an alternate to installing temporary light, Contractor shall assume all responsibility for damages incurred..3 All exposed conduit, fixtures, attached devices, sprinkler fire system plumbing, mechanical system components, louvres and ducts are to be protected against the accumulation of dust, debris and damage. The Contractor will be responsible to correct any damages to these systems at his own expense. Contractor to promptly report any damage to the Owner and the Consultant..4 Inspect materials, equipment and components to be re-used or turned over to the Owner. Note their condition and advise Consultant in writing, of any defects or conditions which would affect their removal and re-use, prior to removal..5 Prior to commencing Work, contract the Owner to locate all protective or alarm systems and sensors. All services shall be protected against damage or interruption. All claims resulting from damage shall be the responsibility of the Contractor..6 Contractor must notify Owner s Representative, or Property Manager of any fault or alarm to the main fire alarm panel immediately. When Contractor s activities result in charges to Service the fire alarm panel or alarm system, the Contractor shall bear all costs..7 Any damage to the paint finish of the walls or columns caused by the construction shall be repaired by the Contractor at no cost to the Owner FIRE PROTECTION.1 Take necessary precautions to eliminate fire hazards and to prevent damage to the Work, building materials, equipment and other property both public and private having to do with the Work. Inspect the Work at least once a week for this purpose..2 Store and locate products and equipment packed in cardboard cartons, wood crates and other combustible containers in orderly and accessible manner. Place approved types of firefighting equipment in vicinity of products packed in this type of crate or carton until permanent fire protection and equipment are available.

66 DIVISION 1 - GENERAL REQUIREMENTS Section PROTECTION OF WORK AND PROPERTY MAY 2017 Page 5.3 Store no flammable products such as paint or fuel on site without the Owner s permission..4 Tarpaulins to be fire-resistant..5 Open fires or burning of rubbish or debris are not permitted on the Site. 2.0 PRODUCTS Not applicable. 3.0 EXECUTION Not applicable. END OF SECTION

67 DIVISION 1 - GENERAL REQUIREMENTS MAY 2017 Section MATERIAL AND EQUIPMENT Page GENERAL 1.2 MANUFACTURERS' INSTRUCTIONS.1 Unless otherwise specified, comply with Manufacturer's latest printed instructions for materials and installation methods. Supply copy of these instructions to the Consultant prior to commencing work..2 Notify Consultant in writing of any conflict between the Contract Documents and Manufacturer's instructions. 1.3 DELIVERY, STORAGE AND HANDLING.1 Deliver, store and maintain packaged materials with Manufacturer's seals and labels intact..2 Immediately remove rejected materials from The Place of Work..3 Storage and handling of materials shall conform to British Columbia Workers Compensation Board Regulations and Manufacturer's instructions..4 Toxic or hazardous materials shall be secured in a locked storage area..5 All containers to be labeled in accordance with WHMIS regulations..6 All containers to be labeled with material expiration dates. Materials older than the expiry date shall not be used on the Work and shall be removed immediately from the job site..7 Provide Owner and Consultant with Material Safety Data Sheets (MSDS) if requested. 2.1 PRODUCTS 2.2 MATERIALS.1 Use new products unless otherwise specified..2 Provide three (1) copy of maintenance instructions and material literature for finished surfaces prior to Substantial Performance. 3.0 EXECUTION Not applicable. END OF SECTION

68 DIVISION 1 - GENERAL REQUIREMENTS Section WASTE REMOVAL AND CLEANING MAY 2017 Page GENERAL 1.2 DESCRIPTION OF WORK INCLUDED.1 Provide all labour, material, equipment and services necessary to clean the structure, fixtures, piping etc. and dispose of all waste products and debris in the work area as indicated on the Contract Documents..2 Provide all labour, material, equipment and services necessary to clean the structure outside the work area if debris generated by construction has affected these areas. 1.3 GENERAL REQUIREMENTS.1 Conduct cleaning and disposal operations to comply with the local and municipal ordinances and anti-pollution laws and the building management..2 Store volatile wastes in covered metal containers and remove from premises daily..3 Prevent accumulation of wastes which create hazardous conditions..4 Provide adequate ventilation during use of volatile or noxious substances..5 Co-ordinate requirements for ventilation and waste disposal operation with the Owner/Property Manager. 1.4 REFERENCES.1 Waste Control Regulation - Environmental Protection and Enhancement Act. (Occupational Health and Safety). 2.1 PRODUCTS 2.2 MATERIALS AND EQUIPMENT.1 Use only cleaning materials and equipment approved by the Manufacturer of the surface to be cleaned, and only as recommended by the cleaning material Manufacturer.

69 DIVISION 1 - GENERAL REQUIREMENTS Section WASTE REMOVAL AND CLEANING Page 2 MAY EXECUTION 3.2 PRIOR TO CONSTRUCTION.1 Prior to the submission of a Bid for this project, the Contractor shall examine the site to determine its condition with respect to debris and dust..2 At the time when cleaning is to be performed, it will be the Contractor s responsibility to clean the site of all debris generated by the construction as well as any existing debris, unless otherwise indicated in the contract document..3 No extras will be entertained for site cleaning after the contract is awarded. 3.3 WASTE REMOVAL AND CLEANING DURING CONSTRUCTION.1 The Contractor to perform all required cleaning during construction..2 Maintain the Place of the Work and adjacent public properties free from accumulations of waste materials and rubbish..3 Provide on-site containers for collection of waste materials and rubbish..4 Store volatile wastes in covered metal containers. All wastes, which create hazardous conditions, must be removed from the premises daily..5 Disposal of all waste products to be performed in strict accordance with the product Manufacturer's Material Safety Data Sheet, and in accordance with the provincial Waste Control Regulations..6 Seal off all work areas to prevent dust and debris being generated from affecting other areas, including construction access requirements. Any dust and debris which escapes from the work area, is to be cleaned up in a timely fashion. If deemed by the Consultant, this cleaning operation has not been performed in a timely fashion, the Owner may contract an independent cleaner to rectify the situation. The cost of which will be back charged to the Contractor..7 Contractor to test and confirm that drains affected by the Work are free running prior to construction. Contractor to perform all subsequent cleaning and protection..8 Cover drains as required to prevent debris or any other material from entering the drains. Ensure that drains continue to operate as required during construction.

70 DIVISION 1 - GENERAL REQUIREMENTS Section WASTE REMOVAL AND CLEANING MAY 2017 Page 3.9 Drainage system nor sump pits shall not be used to dispose of Project wastes and materials. 3.4 FINAL CLEANING.1 Contractor is responsible to clean all areas affected by the Work to an as new condition. Remove all debris generated by construction..2 Remove all grease, dust, dirt, stains, labels, fingerprints, over-spray and other foreign materials immediately prior to the Owner's final inspection. Clean to "as new" condition..3 Prior to the work being considered Substantially Performed, the Contractor shall remove his surplus products, tools, construction machinery and equipment not required for the performance of the remaining work. Contractor shall also remove waste products and debris other than that caused by other Contractors or their employees not involved with the Work and leave the Site clean and suitable for occupancy by the Owners unless otherwise specified..4 Prior to the Work being considered Totally Performed, the Contractor shall remove his remaining products, tools, construction machinery and equipment..5 All vertical and horizontal surfaces, systems, fixtures and equipment, etc. shall be cleaned of all dust, grease or spray accumulations. Ensure all moisture sensitive equipment (i.e. fire detection sensors and pull stations, CO detectors, exposed electrical, etc.) are removed or protected against moisture infiltration during washing..6 Contractor to return all adjacent storerooms, mechanical rooms, mechanical equipment, lobbies, stairwells, duct work, etc. to the Owner in a dust-free condition. END OF SECTION

71 DIVISION 1 - GENERAL REQUIREMENTS MAY 2017 Section CONTRACT CLOSE-OUT Page GENERAL 1.2 TAKE OVER PROCEDURE.1 Contractor s Review.1 The Contractor and his Subcontractors shall conduct a review of the work and correct all deficiencies..2 The Contractor shall notify the Consultant, in writing, of satisfactory completion of the Contractor s Review and request Consultant s Review..2 Consultant s Review.1 The review team shall consist of the Consultant and the Contractor; the Owner, or his representative shall attend at their option..2 During the Consultant s Review a list of all deficiencies shall be drawn up and signed by the Consultant..3 The Contractor shall correct all deficiencies in a timely and satisfactory manner..3 Final Review.1 When the Contractor is satisfied that all deficiencies have been corrected, the Contractor shall request, in writing, a Final Review..2 The Final Review shall be conducted by the Consultant and the Contractor; the Owner, or his representative shall attend at their discretion..4 Certificate of Substantial Performance.1 The Contractor must submit a request in writing to the Consultant for a Certificate of Substantial Performance..2 Once the Contractor has received a copy of the Certificate of Substantial Performance, he shall comply with the following:.1 The requirements of the Construction Lien Act.

72 DIVISION 1 - GENERAL REQUIREMENTS Section CONTRACT CLOSE-OUT Page 2 MAY Total Performance.2 The requirements of the Workers Compensation Act..3 Supply all guaranties, and review certificates in accordance with the requirements of the Contract Documents..4 All other contractual requirements.1 Immediately following the issuance of the Certificate of Substantial Performance of the work, the Consultant, in consultation with the Contractor, will establish a reasonable date for the Total Performance of the Work..6 Release of Holdback 2.0 PRODUCTS Not applicable 3.0 EXECUTION Not applicable.1 If at the time holdback is to be released and all deficiencies noted in subsequent site reports have not been completed to the satisfaction of the Consultant, the holdback value associated with these deficiencies as determined by the Consultant will be retained from the holdback to be released. The remainder of the holdback amount will be released provided there are no outstanding claims pursuant to the Construction Lien Act. The portion of the holdback retained for the deficiencies will be held until such time the deficiencies have been rectified to the satisfaction of the Consultant and Owner. END OF SECTION

73 DIVISION 1 GENERAL REQUIREMENTS Section MAINTENANCE AND RENEWAL MANUAL MAY 2017 Page MANUAL.1 An organized compilation of maintenance and renewal data including detailed technical information, documents and records describing maintenance of individual products or systems as specified in individual sections of Divisions 2 to 16. Also including identification of, and contact information for, specific individual trades and suppliers for work as specified in individual sections of Divisions 2 to GENERAL.1 Assemble, coordinate, bind and index required maintenance and renewal data into Maintenance and Renewal Manual..2 Submit a review copy of the completed Maintenance and Renewal Manual to the Consultant two (2) weeks prior to application for Certificate of Substantial Performance. Attach draft or example copies of specific warranties/guaranties if required..1 A Deficiency Holdback of $5,000 (prior to factoring) may be enforced for non-delivery of the completed maintenance manual as noted above..3 Submit electronic and two (2) hard copies in English..4 Organize data into same numerical order as Contract specifications..5 Material: Label each section with tabs protected with celluloid covers fastened to dividing sheets..6 Type lists and notes. Handwritten summaries will not be accepted..7 Drawings, diagrams and manufacturers literature must be legible. Provide direct print offs, in colour where applicable, from manufacturers websites. Copies of refaxes shall not be accepted..8 Refer also to specific Third Party Warranty Provider s requirements. 3.1 BINDERS.1 Binders: vinyl, hard covered, 3 "D" ring, loose leaf, sized for 215 x 280 mm paper, with spine pocket..2 Identify contents of each binder on spine.

74 DIVISION 1 GENERAL REQUIREMENTS Section MAINTENANCE AND RENEWAL MANUAL Page 2 MAY CONTENTS.1 Cover sheet containing:.1 Date submitted..2 Project title, location and project number..2 Maintenance and Renewal Manual, including but not limited to the following:.1 General Introduction explain the nature of operations and maintenance items, as well as items that constitute renewals..2 Contacts Include a summary sheet of contact names, telephone, fax, e- mail and mailing addresses for all applicable parties. Include such parties as:.1 General Contractor.2 Specific trades.3 Specific manufacturers.4 Related consultants.5 Etc..3 Maintenance Plan include, in tabular form, a maintenance plan identifying specific components, recommended actions and time frames. Include such items as:.1 Sealants.2 Exhaust vents.3 Range hoods.4 Etc..4 Renewals Plan include, in tabular form, a summary outlining the timing, cost, and nature of component replacement. Include such items as:.1 Sealants.2 Cabinets.3 Range Hoods.4 Etc. Read Jones Christoffersen Ltd

75 DIVISION 1 GENERAL REQUIREMENTS Section MAINTENANCE AND RENEWAL MANUAL MAY 2017 Page 3.5 Materials and Components Summary- include, in tabular form, a summary outlining the specific materials involved in the envelopes construction. Include the product, the product manufacturer, the trade involved in its application or installation, the warranty and technical data sheet supplied by the manufacturer. Include such items as:.1 Cabinets.2 Countertop.3 Range Hood.4 Flooring.5 Etc..6 Inspection Form include a sample inspection form. In tabular form, identify the purpose of the inspection and how, when and where the inspections should take place. Provide space for recording of weather conditions, general observations and remarks..7 Shop Drawings attach record copies of all final applicable shop drawings. END OF SECTION

76 DIVISION 1 - GENERAL REQUIREMENTS Section WARRANTIES AND BONDS MAY 2017 Page GENERAL 1.2 BONDS 1. Within fourteen (14) days after award of the Contract, the contractor shall provide the following surety bonds. 2. Performance Bonds 1. The Contractor shall provide the Owner with: 1. a Performance Bond to secure the due and proper performance by the Contractor of his/her obligations under the Contract; in favour of the Owner in an amount equal to 100% of the Contract Price for the Performance Bond, and in a form satisfactory to the Owner, and in each of which the obligors are the Contractor and a Guarantee Surety Company authorized by law to carry on business in the Province of Ontario, having an office in the Metropolitan Area, unobjectionable to the Owner and not insolvent, bankrupt, in receivership or winding-up proceedings. 2. All Bonds shall name the Owner as Obligee. 3. All Bonds shall be issued by a properly licensed surety company registered and duly authorized to transact the business of suretyship in the Province of Ontario 4. The expense of getting the bonds executed, if any, shall be borne by the Contractor. 5. The performance bonding period shall commence on the date of contract execution and end two (2) years from date of Substantial Performance. 1.3 WARRANTY/GUARANTY PERIOD.1 All of the Work of the Contract: Three (3) year guaranty, secured by Performance Bond for the first 2 years as noted above, commencing on the date of substantial performance..2 Any required maintenance or repair of any of the work is to be performed by the contractor for the duration of the Warranty Period, at no extra cost.

77 DIVISION 1 - GENERAL REQUIREMENTS Section WARRANTIES AND BONDS Page 2 MAY PRODUCTS Not applicable. 3.1 EXECUTION 3.2 REMEDIAL WORK UNDER GUARANTY/WARRANTY.1 The Owner shall provide written notice to the Contractor, within thirty (30) days of the discovery of any defect in the system under normal usage. The Contractor shall immediately take necessary steps to protect the area against further damage and shall take corrective action to make good any damage incurred. The Contractor shall schedule all repair work with the Owner and shall make every attempt to make good the defects within 3 weeks of notification..2 Remedy is to include, at no cost to the Owner, labor, materials, equipment, services required to make good defective areas of the Work, and to make good damages incurred in obtaining access to defective areas. The Contractor will reimburse the Owner for any resulting investigation costs to define the extent of defective areas and to retest to confirm acceptability of repairs. In addition, the Contractor will be responsible for all associated costs resulting from stall closure, including the cost of alternative parking..3 Warranty periods for areas requiring repair are to be extended by the amount of time between notification that the remedial work is necessary and the completion of the remedial work, thereafter the warranty/guaranty period will re-commence upon completion of the remedial work..4 Warranties are not to be deemed to restrict any liability of the Contractor arising out of any applicable law. END OF SECTION

78 DIVISION 1 GENERAL REQUIREMENTS Section PROJECT RECORD DRAWINGS MAY 2017 Page GENERAL 1.2 RECORD DRAWINGS.1 Consultant will provide Contractor two sets of white prints for record drawing purposes..2 The Contractor to maintain project record drawings and record accurately deviations from Contract documents..3 Record changes in red and mark on one set of prints..4 At completion of contract and prior to final inspection, neatly transfer "as-built" records to second set of white prints using a fine red marker. Neatly print lettering and numbers in size to match original. Lines may be drawn free-hand, but shall be neat and accurate. Add at each drawing title block note: "AS-BUILT RECORD". Circle on List of Drawings each title and number of drawings marked with "as-built" records..5 Submit both sets of "as-built drawings" record drawings to Consultant on completion of contract and before the final payment..6 Record following information:.1 Field changes of dimension and detail..2 Changes made by Change Order and/or Field Order..3 Deviation from electrical and mechanical installation shown on drawings..4 Other significant deviations that are concealed in construction and cannot be identified by visual inspection..5 Type and location of structural repairs, delaminations, etc..6 Location of internal utilities and appurtenances concealed in construction referenced to visible and accessible features of structure..7 Make project record drawing available at all times for reference purposes and for inspection by the Consultant. Provide reproducible prints to Consultant at regular intervals but not less than once each month.

79 DIVISION 1 GENERAL REQUIREMENTS Section PROJECT RECORD DRAWINGS Page 2 MAY If project is completed without significant deviations from contract drawings, declare this in writing and submit to Consultant in lieu of project record documents. 1.3 OPERATION AND MAINTENANCE MANUALS.1 Submit three (3) copies of Manufacturers printed operation and maintenance manuals for requirements requested within those specification Sections..2 Provide original Manufacturers parts list, illustrations, assembly drawings and diagrams required for maintenance as requested within the related specification sections. 2.0 PRODUCTS Not applicable. 3.0 EXECUTION Not applicable. END OF SECTION

80 DIVISION 2 EXISTING CONDITIONS Section SELECTIVE DEMOLITION MAY 2017 Page GENERAL 1.2 WORK INCLUDED.1 Installation of hoarding/dust protection and shoring around the Work as indicated on phasing drawings as per section Protection of Work and Property..2 Provide all labour, material, equipment and supervision required to remove and dispose of all material and debris resulting from the removal of existing kitchen cabinets, countertops, sink, fixtures, flooring, range hood, as directed in the contract documents. 2.0 PRODUCTS Not applicable. 3.1 EXECUTION 3.2 INSPECTION.1 Visit and examine the site and note all characteristics and features affecting the Work of this Section..2 Ensure all services, whether buried; built-in or exposed are properly identified as to position, type of service, size, direction of flow. 3.3 PREPARATION.1 Cut and/or cap existing services within the work area, if any, prior to start of Work as required, but do not affect the services of areas not under construction or essential to the ongoing operation of the building..2 In all cases, exercise all reasonable care during removal operations to avoid damaging items that are not part of the Scope of Work..3 Tape and/ or seal and provide protection to all mechanical and electrical services and all fire alarm and security devices still functioning adjacent to the work areas to prevent damage resulting from dust, water, or impact..4 Remove or protect in place all surface mounted or permanent fixtures not to be demolished from damage during demolition procedure.

81 DIVISION 2 - EXISTING CONDITIONS Section SELECTIVE DEMOLITION Page 2 MAY Provide proposed demolition sequence to the Consultant for review prior to commencing work. 3.4 DEMOLITION.1 Remove and dispose of material and debris resulting from the removal of the interior kitchen finishes, counter tops, cabinets, faucets, fixtures, flooring, hardware etc. as indicated in the Contract Documents..2 Demolition procedures and equipment shall meet all applicable noise-control bylaws and regulations of the location of the work..3 Provide shoring to support the slab when removals reduce its load-carrying capacity, as directed by the Consultant. No payment will be made for such shoring as it is to be included in the cost of repair as outlined in these documents..4 The Contractor is to take care not to damage surfaces which are to remain through his removal operation. Where any such damage is done to sound material, it is to be repaired by the Contractor at his own expense to the approval of the Consultant..5 All required re-painting due to damage, overspray, etc. is the Contractor s responsibility..6 At end of each day s work, leave work in safe condition so that no part is in danger of causing injury or damage. 3.5 WASTE DISPOSAL.1 Disposal of waste products and material is to be in strict accordance with the product manufacturer s material safety data sheets and in accordance with the governing waste control regulations..2 The existing drainage system is not to be used to dispose of project wastes and / or materials.3 Store volatile wastes or material in covered metal containers. All wastes which create hazardous conditions must be removed from the premises daily. END OF SECTION

82 DIVISION 2 EXISTING CONDITIONS Section HAZARDOUS MATERIALS MAY 2017 Page GENERAL 1.2 SCOPE.1 Some of the floor tiles within the construction area may contain asbestos. Contractor to take care not to damage or remove tiles to remain. Any removal shall be undertaken by persons qualified in Type 1 remediation in accordance with Ontario Regulation 278/ REFERENCE STANDARDS.1 All disturbance of asbestos materials during construction or maintenance is governed by Ontario Regulation 278/05, Designated Substance Asbestos on Construction Projects and in Buildings and Repair Operations..2 Do work in strict accordance with the Ontario Ministry of Environment, Construction Safety Act of Ontario, the Occupational Health and Safety Act and Regulations for Construction Projects and municipal by-laws. 1.4 PROTECTION.1 Contractor must ensure that all adjacent private and public properties are protected from air borne particulates resulting from this work..2 Install protective fences, barricades & signs as required..3 Keep noise, dust, and inconvenience to occupants to minimum..4 Protect building systems, services and equipment..5 Provide temporary dust screens, covers, railings, supports and other protection as required. 1.5 DISPOSAL.1 Arrange to remove all debris from the job site at the end of each working day..2 Do not stockpile nor use the waste facilities of the Housing Corporation..3 Asbestos-containing waste must be packaged, labelled, transported and disposed of in accordance with the requirements of the Ontario Ministry of Environment.

83 DIVISION 2 EXISTING CONDITIONS Section HAZARDOUS MATERIALS Page 2 MAY PRODUCTS Not Applicable 3.1 EXECUTION 3.2 INSPECTION.1 Arrange for an inspection by Contract Supervisor of sub-surfaces after demolition but before new work begins..2 Do not proceed with other work until approval is given by the Contract Supervisor. 3.3 CLEAN-UP.1 Leave the site in a clean and safe condition at the end of each working day. END OF SECTION

84 DIVISION 6 WOOD AND PLASTICS Section FINISH CARPENTRY MAY 2017 Page GENERAL 1.2 SECTION INCLUDES.1 Trim. 1.3 REFERENCES.1 Architectural Woodwork Manufacturers Association of Canada (AWMAC).1 AWMAC Quality Standards for Architectural Woodwork Canadian General Standards Board (CGSB).1 CAN/CGSB-11.3-M87, Hardboard..3 Canadian Standards Association (CSA).1 CSA B111-74(R1998), Wire Nails, Spikes and Staples..2 CAN/CSA-G164-M92(R1998), Hot Dip Galvanizing Shaped Articles. of Irregularly.3 CSA O121-M78(R1998), Douglas Fir Plywood..4 CAN/CSA O141-91(R1999), Softwood Lumber..4 National Lumber Grades Authority (NLGA).1 Standard Grading Rules for Canadian Lumber SAMPLES.1 Submit samples to Engineer for approval prior to use. 1.5 DELIVERY, STORAGE, AND HANDLING.1 Deliver, handle, store and protect against dampness during and after delivery..2 Store materials in ventilated areas, protected from extreme changes temperature or humidity. of

85 DIVISION 6 WOOD AND PLASTICS Section FINISH CARPENTRY Page 2 MAY PRODUCTS 2.2 LUMBER MATERIAL.1 Softwood lumber: unless specified otherwise, S4S, moisture content 19% or less in accordance with following standards:.1 CAN/CSA-O NLGA Standard Grading Rules for Canadian Lumber..2 Machine stress-rated lumber is acceptable. 3.1 EXECUTION 3.2 INSTALLATION.1 Do finish carpentry to Quality Standards of the Architectural Woodwork Manufacturers Association of Canada (AWMAC), except where specified otherwise..2 Scribe and cut as required, fit to abutting walls, and surfaces, fit properly into recesses and to accommodate piping, columns, fixtures, outlets, or other projecting, intersecting or penetrating objects..3 Form joints to conceal shrinkage. 3.3 CONSTRUCTION.1 Fastening..1 Position items of finished carpentry work accurately, level, plumb, true and fasten or anchor securely..2 Design and select fasteners to suit size and nature of components being joined. Use proprietary devices as recommended by manufacturer..3 Set finishing nails to receive filler. Where screws are used to secure members, countersink screw in round cleanly cut hole and plug with wood plug to match material being secured..4 Replace items of finish carpentry with damage to wood surfaces including hammer and other bruises.

86 DIVISION 6 WOOD AND PLASTICS MAY 2017 Section FINISH CARPENTRY Page 3.2 Trim..1 Butt and cope internal joints of trim to make snug, tight, joint. Cut right angle joints of casing and base with mitred joints..2 Fit backs of trim and casing snugly to wall and window surfaces to eliminate cracks at junction of base and casing with walls..3 Make joints, where necessary using a 45 scarf type joint..4 Install door and window trim in single lengths without splicing..3 Interior and exterior frames. 3.4 SCHEDULES.1 Trim..1 Set frames with plumb sides, level heads and sills and secure..1 Interior:.1 Grade: Clear.2 Solid stock: white pine species. END SECTION

87 DIVISION 6 WOOD AND PLASTICS Section ARCHETECTURAL WOODWORK MAY 2017 Page GENERAL 1.2 RELATED DOCUMENTS.1 Drawings and general provisions of the contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.3 SUMMARY.1 This section includes the following: 1.4 REFERENCES.1 Thermofoil -faced custom cabinets.2 Plastic laminate countertops..1 American National Standards Institute (ANSI)..2 Architectural Woodwork Institute (AWI), "Architectural Woodwork Quality Standards, Guide Specifications and Quality Certification Program," 2003 Edition, herein referred to as AWI Standards..3 Builders Hardware Manufacturers Association (BHMA)..4 Hardwood Plywood & Veneer Association (HPVA)..5 Kitchen Cabinet Manufacturers Association (KCMA)..6 Laminating Materials Association (LMA). 1.5 DEFINITIONS.1 Exposed Surfaces of Cabinets: Surfaces visible when doors and drawers are closed, including visible surfaces in open cabinets or behind glass doors..2 Semiexposed Surfaces of Cabinets:.1 Surfaces visible when opaque doors and drawer fronts are open, including interior faces of doors and interiors and sides of drawers..2 Bottoms of wall cabinets.

88 DIVISION 6 WOOD AND PLASTICS Section ARCHETECTURAL WOODWORK Page 2 MAY Concealed Surfaces of Cabinets:.1 Surfaces not usually visible after installation, including sleepers, web frames, dust panels, bottoms of drawers, and ends of cabinets installed directly against and completely concealed by walls or other cabinets..2 Tops of wall cabinets and utility cabinets. 1.6 DESIGN REQUIREMENTS:.1 Comply with AWI Standards for Economy Grade..2 Moisture content: 5-10%. 1.7 SUBMITTALS.1 Product Data: For the following:.1 Cabinets..2 Laminate countertops..3 Cabinet hardware..4 Fixtures..2 Shop Drawings: For cabinets and countertops, include plans, elevations, details, and attachments to other work. Show materials, finishes, filler panels, hardware, edge and backsplash profiles, cut-outs for plumbing fixtures, and methods of joining countertops..3 Material Samples for Initial Selection: Manufacturer s color charts showing the full range of colors, textures, and patterns available for each type of material exposed to view..4 Material Samples for Verification: For the following materials; in sets showing full range of color, texture, and pattern variations expected:.5 Product Samples for Verification:.1 One full-size, finished base cabinet complete with hardware, doors, and drawers, but without countertop..2 One full sized, finished wall cabinet complete with hardware, doors, and adjustable shelves.

89 DIVISION 6 WOOD AND PLASTICS Section ARCHETECTURAL WOODWORK MAY 2017 Page 3.3 Plastic laminate for countertops, 8 by 10 inches (200 by 250mm).6 Product Certificates: Signed by manufacturers of cabinets certifying that products furnished comply with specified requirements. 1.8 QUALITY ASSURANCE.1 Source Limitations for Cabinets: Obtain cabinets through one source from a single manufacturer..2 Product Designations: Drawings indicate size, configurations, and finish material of cabinets by referencing designated manufacturer s catalog numbers. Other manufacturer s cabinets of similar sizes, similar door and drawer configurations, similar finish materials, and complying with the Specifications may be considered. Refer to Division 1 Section Substitutions..3 Quality Standards: Unless otherwise indicated, comply with the following standards:.1 Work shall comply with the following:.1 CKCA Construction and material Testing Standard for Kitchen Cabinets and Vanities.4 Pre-installation meeting:.1 Prior to beginning work, conduct a pre-installation meeting to review work to be accomplished..2 Contractor, fabricator/installer and Consultant and Owner shall be present..3 Review Contractor's submittals..4 Review substrates and conditions under which woodwork shall be installed..5 Contractor shall notify all parties at least seven days prior to time of meeting. 1.9 PROJECT CONDITIONS.1 Environmental Limitations: Do not deliver or install cabinets until building is enclosed, wet-work is complete, and HVAC system is operating and will maintain temperature and relative humidity at occupancy levels during the remainder of the construction period.

90 DIVISION 6 WOOD AND PLASTICS Section ARCHETECTURAL WOODWORK Page 4 MAY Established Dimensions: Where cabinets are indicated to fit to other construction, establish dimensions for areas where cabinets are to fit. Coordinate construction to ensure that the actual dimensions correspond to established dimensions. Provide fillers and scribes to allow for trimming and fitting..3 Field Measurements: 1.10 COORDINATION.1 For cabinets: Where cabinets are indicated to fit existing construction, verify dimensions of existing construction by field measurements before fabrication and indicate measurements on Shop Drawings. Provide filler and scribe if necessary..2 For Countertops: Verify dimensions of countertops by field measurements after base cabinets are installed but before countertop fabrication is complete. Coordinate fabrication schedule with construction progress to avoid delaying the Work..1 Coordinate layout installation of blocking and reinforcement in partitions for support of cabinets. 2.1 PRODUCTS 2.2 COLORS, TEXTURES, AND PATTERNS RETAIN ONE OF THE FOLLOWING OPTIONS..1 Colors, Textures, and Patterns: As selected by Owner from manufacturer s full range for these characteristics. 2.3 CABINET MATERIALS.1 Exposed Materials: Comply with the following:.1 Thermoset Decorative Overlay: Medium-density particleboard complying with ANSI A208-1, Grade M-2; with surface of thermally fused, melamine-impregnated decorative paper complying with LMA SAT-1.

91 DIVISION 6 WOOD AND PLASTICS Section ARCHETECTURAL WOODWORK MAY 2017 Page 5.2 Semi-exposed Materials: Unless otherwise noted, provide the following:.1 Thermofoil -Faced Particleboard: Medium density particleboard complying with ANSI A208.1, Grade M-2 with an embossed, wood grainpatterned vinyl film adhesively bonded to particleboard..1 Provide vinyl film on both sides of shelves, dividers, and other components with two semi-exposed surfaces and semi-exposed edges..3 Concealed Materials: Comply with the following:.1 Plywood: Any hardwood or softwood species, with no defects affecting strength or utility. 2.4 COUNTERTOP MATERIALS.1 Particleboard: ANSI A208.1, Grade M-2..1 Plastic Laminate: High-pressure decorative laminate complying with NEMA LD.1 Grade: HGS 10.2 Provide through-color plastic laminate.3 Grade for Backer Sheet: BKL.2 Particleboard: ANSI A208.1, Grade M-2.3 Plywood: Exterior softwood plywood complying with PS 1, Grade C-C plugged, touch sanded. 2.5 CABINET HARDWARE.1 General: Manufacturer s standard units complying with BHMA A156.9, type, material, size, and finish as selected from manufacturer s standard choices..2 Hinges: Concealed European-style, 6-way adjustable hinges..3 Drawer Guides: Undermount, self-closing drawer guides, designed to prevent rebound when drawers are closed; with nylon-tired, ball bearing rollers; and complying with BHMA A156.9, type B Standard extension runners with easy-release mechanism.

92 DIVISION 6 WOOD AND PLASTICS Section ARCHETECTURAL WOODWORK Page 6 MAY Factory Finishing: To the greatest extent possible, finish cabinets at the factory. Defer only final touch up until after installation. 2.6 PLASTIC - LAMINATE COUNTERTOPS.1 Configuration: Provide Countertops with the following front, cove (intersection of top with backsplash), backsplash, and end-splash style: 3.1 EXECUTION 3.2 INSTALLATION.1 Front: No drip (raised marine edge with rolled front)..2 Backsplash: Square edge without scribe..3 End Splash: None.1 Install cabinets with no variations in flushness of adjoining surfaces; using concealed shims. Where cabinets abut other finished work, scribe and cut for accurate fit. Provide filler strips, scribe strips, and moldings in finish to match cabinet face..2 Install cabinets without distortion so doors and drawers fit openings and are aligned. Complete installation of hardware and accessories as indicated..3 Install cabinets and countertops level and plumb to a tolerance of 1/8-inch in 8 feet (3mm in 2.4m)..4 Fasten cabinets to adjacent units and to backing. 1. Fasten wall cabinets through back, near top and bottom, at ends and not less than 24 inches o. c. 3.3 CLEANING AND PROTECTION:.1 Protect finished and prefinished surfaces from work of other trades..2 Prior to Date of Substantial Completion, examine work for damages. Repair or replace such damaged work to original condition..3 Clean wood, metal and accessory items using a neutral cleaner..4 Check and correct operating mechanism for proper operation. Adjust and lubricate hinges, catches and other operating hardware. END OF SECTION

93 DIVISION 9 FINISHES Section GYPSUM BOARD MAY 2017 Page GENERAL 1.2 REFERENCES.1 American Society for Testing and Materials International, (ASTM).1 ASTM C1396/C1396M, Specification for Gypsum Wallboard..2 ASTM C475-01, Specification for Joint Compound and Joint Tape for Finishing Gypsum Board..3 ASTM C840 01, Specification for Application and Finishing of Gypsum Board..4 ASTM C954-00, Specification for Steel Drill Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Steel Studs From in. (0.84 mm) to in. (2.84 mm) in Thickness..5 ASTM C , Specification for Steel Self-Piercing Tapping Screws for the Application of Gypsum Panel Products or Metal Plaster Bases to Wood Studs or Steel Studs..6 ASTM C , Specification for Accessories for Gypsum Wallboard and Gypsum Veneer Base..7 ASTM C , Specification for Application of Gypsum Sheathing Board..2 Association of the Wall and Ceilings Industries International (AWEI).3 Canadian General Standards Board (CGSB).1 CAN/CGSB M86(R1988), Vapour Barrier, Polyethylene Sheet for Use in Building Construction..4 Underwriters' Laboratories of Canada (ULC).1 CAN/ULC-S (R2000), Surface Burning Characteristics of Building Materials and Assemblies. 1.3 DELIVERY, STORAGE AND HANDLING.1 Deliver materials in original packages, containers or bundles bearing manufacturers brand name and identification.

94 DIVISION 9 FINISHES Section GYPSUM BOARD Page 2 MAY Store materials inside, level, under cover. Keep dry. Protect from weather, other elements and damage from construction operations and other causes..3 Handle gypsum boards to prevent damage to edges, ends or surfaces. Protect metal accessories and trim from being bent or damaged. 1.4 SITE ENVIRONMENTAL REQUIREMENTS.1 Maintain temperature minimum 10 degrees C, maximum 21 degrees C for 48 hours prior to and during application of gypsum boards and joint treatment, and for at least 48 hours after completion of joint treatment..2 Apply board and joint treatment to dry, frost free surfaces..3 Ventilation: Ventilate building spaces as required to remove excess moisture that would prevent drying of joint treatment material immediately after its application. 1.5 SAMPLES.1 Submit samples Owner prior to installation for approvals WASTE MANAGEMENT AND DISPOSAL.1 Remove from site and dispose of packaging materials, waste drywall and damaged drywall at appropriate facilities..2 Do not dispose of unused paint and caulking materials into sewer systems, into lakes, streams, onto ground or in other locations where it will pose health or environmental hazard. 2.1 PRODUCTS 2.2 MATERIALS.1 Standard board: to ASTM C1396/C1396M Type X, thickness to match existing, 1200 mm wide x maximum practical length, ends square cut..2 Resilient clips 0.5 mm base steel thickness galvanized steel for resilient attachment of gypsum board..3 Nails: to ASTM C Steel drill screws: to ASTM C Laminating compound: as recommended by manufacturer, asbestos-free.

95 DIVISION 9 FINISHES Section GYPSUM BOARD MAY 2017 Page 3.6 Casing beads, corner beads, control joints and edge trim: to ASTM C1047, zinccoated, 0.5 mm base thickness, perforated flanges, one piece length per location..7 Polyethylene: to CAN/CGSB-51.34, Type 2..8 Insulating strip: rubberized, moisture resistant, 3 mm thick closed cell neoprene strip, 12 mm wide, with self sticking permanent adhesive on one face, lengths as required..9 Joint compound: to ASTM C475, asbestos-free. 2.3 FINISHES.1 Primer-sealer, recommended by gypsum board manufacturer. 3.1 EXECUTION 3.2 ERECTION.1 Do application and finishing of gypsum board in accordance with ASTM C840 except where specified otherwise..2 Where window installation has damaged drywall, cut existing drywall square and/or along intermediate supports..3 Install work level to tolerance of 1: Install metal wall furring, where necessary, for gypsum board wall finishes in accordance with ASTM C840, except where specified otherwise. 3.3 APPLICATION.1 Do not apply gypsum board until window installation work is approved..2 Apply layers of gypsum board to match existing using screw fasteners. Maximum spacing of screws 300mm on centre..3 Apply 12 mm diameter bead of acoustic sealant continuously around periphery of each face of partitioning to seal gypsum board/structure junction where partitions abut fixed building components..4 Install gypsum board with face side out..5 Do not install damaged or damp boards.

96 DIVISION 9 FINISHES Section GYPSUM BOARD Page 4 MAY Locate edge or end joints over supports. Stagger vertical joints over different studs on opposite sides of wall. 3.4 INSTALLATION.1 Erect accessories straight, plumb or level, rigid and at proper plane. Use full length pieces where practical. Make joints tight, accurately aligned and rigidly secured. Mitre and fit corners accurately, free from rough edges. Secure at 150 mm on centre..2 Install casing beads where gypsum board butts against surfaces having no trim concealing junction and where indicated. Seal joints with sealant..3 Splice corners and intersections together and secure to each member with 3 screws..4 Finish face panel joints and internal angles with joint system consisting of joint compound, joint tape and taping compound installed according to manufacturer's directions and feathered out onto panel faces..5 Gypsum Board Finish: finish gypsum board walls and ceilings to following levels in accordance with Association of the Wall and Ceiling Industries (AWCI) International Recommended Specification on Levels of Gypsum Board Finish:.1 Levels of finish:.1 Embed tape for joints and interior angles in joint compound and apply two separate coats of joint compound over joints, angles, fastener heads and accessories; surfaces smooth and free of tool marks and ridges..6 Finish corner beads, control joints and trim as required with two coats of joint compound and one coat of taping compound, feathered out onto panel faces..7 Fill screw head depressions with joint and taping compounds to bring flush with adjacent surface of gypsum board so as to be invisible after surface finish is completed..8 Sand lightly to remove burred edges and other imperfections. Avoid sanding adjacent surface of board..9 Completed installation to be smooth, level or plumb, free from waves and other defects and ready for surface finish..10 Mix joint compound slightly thinner than for joint taping.

97 DIVISION 9 FINISHES MAY 2017 Section GYPSUM BOARD Page 5.11 Apply thin coat to entire surface using trowel or drywall broad knife to fill surface texture differences, variations or tool marks..12 Allow skim coat to dry completely..13 Remove ridges by light sanding or wiping with damp cloth..14 Provide protection that ensures gypsum drywall work will remain without damage or deterioration at time of substantial completion..15 Apply one coat of white primer sealer over surface to be textured. END OF SECTION

98 DIVISION 9 FINISHES Section INTERIOR PAINTING AND FINISHING MAY 2017 Page GENERAL 1.2 WORK INCLUDED.1 Furnish all labour, materials and equipment necessary for the complete supply, surface preparation and application of paint, required to restore original finishes to a paint ready surface..2 The work of this section shall include, but shall not necessarily be limited to the following:.1 Prime painting and finishing of all interior exposed items and surfaces noted on the drawings and indicated in the specifications. Interior finish repairs and first coat (primer) of sills, jambs and heads around doors, etc. shall be included in the lump sum costs..2 All coating systems materials, including primers, and other applied materials used as prime, intermediate or finish coats. 1.3 REFERENCE STANDARDS (Most recent version unless noted otherwise).1 Canadian General Standards Board (CGSB).1 CAN/CGSB-1.119, Primer-Sealer, Wall, Interior Latex Type..2 CAN/CGSB-1.165, Cold Curing Epoxy Primer..3 CAN/CGSB-1.195, Interior Semigloss Latex Paint..4 CGSB 85-GP-33M, Painting Interior Plaster and Wallboard..5 CAN/CGSB , Painting..2 Canadian Standards Association (CSA).1 CSA Z760, Life Cycle Assessment..3 Master Painters Institute (MPI).1 MPI Architectural Painting Specification Manual, for new not previously painted or finished substrates..2 Maintenance Repainting Manual, for previously painted or finished substrates.

99 DIVISION 9 FINISHES Section INTERIOR PAINTING AND FINISHING Page 2 MAY SUBMITTALS.1 All submittals shall be in accordance with Section Submittal Procedures..2 Submit full records of all products used. List each product in relation to finish formula and include the following:.1 Finish formula designation..2 Product type and use..3 MPI number..4 Manufacturer's product number..5 Colour numbers..6 Manufacturer's Material Safety Data Sheets (MSDS)..7 Maximum VOC classification..3 Submit manufacturer's application instructions for each product specified..4 Samples:.1 Submit duplicate 300 x 200 mm sample panels of each paint formula type colour and texture specified..2 Use 3 mm plate steel for finishes over metal surfaces. Use 10 mm hardboard for finishes over wood surfaces. Use 12.5 mm gypsum board for finishes over smooth surfaces..5 Maintenance Data.1 Provide in accordance with Section Maintenance and Renewal Manual, following maintenance data for incorporation into specified maintenance manual:.1 Data for cleaning and maintenance of materials and finishes..2 At project completion submit one 4-litre can of each type and colour of [primer] [finish coating] from same production run (batch mix) used in unopened cans, properly labelled and identified for Owner s later use in maintenance. Store where directed. Remnants of used materials are not acceptable.

100 DIVISION 9 FINISHES Section INTERIOR PAINTING AND FINISHING MAY 2017 Page DELIVERY, STORAGE AND HANDLING.1 Deliver all painting materials in sealed, original labelled containers bearing manufacturer s name, brand name, type of paint or coating and color designation, standard compliance, materials content as well as mixing and/or reducing and application requirements..2 Store all paint materials in original labeled containers in a secure, dry, heated and well ventilated single designated area at a minimum ambient temperature of 7 C (45 F). Store materials and supplies away from heat generating devices. Only material used on this project to be stored on site..3 All paint manufacturers and products shall be listed under the Approved Porducts section of the applicable MPI Manual..4 Remove damaged, opened and rejected materials from site..5 Provide minimum one fire extinguisher adjacent to storage area..6 Take all necessary precautionary and safety measures to prevent fire hazards and spontaneous combustion and to protect the environment from hazard spills. Materials that constitute a fire hazard (paints, solvents, drop clothes, etc.) shall be stored in suitable closed and rated containers and removed from the site on a daily basis. 1.6 MOCK-UP.1 Assemble a mock-up on the project site, in area designated by the Consultant. Finish, with all required coats, a three square meter minimum sized surface of each major substrate and colour scheme, to show selected colours, finish textures, gloss levels, and workmanship. Where surface is less than three square meters, finish the entire surface..2 Allow for review of mock-up by the Consultant and Owner before proceeding with the work..3 Mock-up may be part of finished work.

101 DIVISION 9 FINISHES Section INTERIOR PAINTING AND FINISHING Page 4 MAY QUALITY ASSURANCE.1 Qualifications of Applicators: The Contractor shall have a minimum of five (5) years proven satisfactory experience. The Contractor shall maintain a qualified crew of painters throughout duration of the work who shall be qualified to fully satisfy the requirements of this specification. Only qualified journeymen shall be engaged in painting and decorating work and have a provincial tradesmen qualification certificate of proficiency..2 Conform to the standards contained in the MPI Architectural Painting Specification Manual (for new surfaces), latest edition and MPI Maintenance Repainting Manual (for existing surfaces), latest edition..3 All paint manufacturers and products used shall be listed in the Master Painters Institute Approved Products List, latest edition. 1.8 ENVIRONMENTAL REQUIREMENTS.1 Safety: comply with requirements of Workplace Hazardous Materials Information System (WHMIS) regarding use, handling storage, and disposal of hazardous materials..2 Ventilation: all areas where painting work is proceeding require adequate continuous ventilation during and after application of paint. Run ventilation system 24 hours per day during installation; provide continuous ventilation for 7 days after completion of application of paint..3 Maintain minimum substrate and ambient air temperature of 10 C (50 F) for 24 hours before, during and after paint application. No painting to be completed when relative humidity exceeds 85% or when the dew point is less than 3 C (5 F) variance between the air/surface temperature. Maintain supplemental heating and ventilation until paint has cured sufficiently..4 Apply paint only in areas where dust is no longer being generated by related construction operations such that airborne particles will not affect the quality of the finished surface..5 Apply paint only when surface to be painted is dry, clean, properly cured and adequately prepared.

102 DIVISION 9 FINISHES Section INTERIOR PAINTING AND FINISHING MAY 2017 Page 5.6 Perform no interior painting and finishing work when the maximum moisture content of the substrate exceeds: 12% for masonry and concrete. 15% for wood. 12% for plaster and gypsum board..7 Conduct all moisture tests using a properly calibrated electronic Moisture Meter..8 Test concrete and masonry surfaces for alkalinity as required..9 Provide minimum 323 lx (30 foot candles) on surfaces to be painted. 1.9 SCHEDULING.1 Submit work schedule for various stages of painting to Consultant for approval. Submit schedule minimum of 48 hours in advance of proposed operations..2 Schedule painting operations to prevent disruption of occupants and other trades in and about the building..3 Schedule operations such that painted surfaces will have dried and cured sufficiently before occupants are affected WARRANTY/GUARANTEE.1 Provide a two (2) year Painting Association Guarantee in accordance with MPI requirements..2 All interior painting and finishing work shall be in accordance with MPI requirements and shall be inspected by the Painting Association. The cost for such Painting Association inspections as well as the Painting Association Guarantee shall be included in the Base Bid Price.

103 DIVISION 9 FINISHES Section INTERIOR PAINTING AND FINISHING Page 6 MAY PRODUCTS 2.2 MATERIALS.1 All materials (primers, paints, coatings, varnishes, stains, lacquers, fillers, thinners, solvents, etc.) shall be in accordance with the MPI Approved Product listing and shall be from a single manufacturer for each system used..2 All materials and paints shall be lead and mercury free and shall have low VOC content where possible..3 Water-borne surface coatings must meet or exceed all applicable governmental and/or industrial safety and performance standards..4 Water-borne surface coatings and recycled water-borne surface coatings must contain information describing proper disposal methods within their packaging..5 Paint materials shall have good flowing and brushing properties and shall dry or cure free of blemishes or sags. 2.3 EQUIPMENT.1 Painting equipment shall meet best trade standards for type of product and application..2 Spray-painting equipment shall be of ample capacity, suited to the type and consistency of paint or coating being applied and kept clean and in good working order at all times. 2.4 MIXING AND TINTING.1 Except as otherwise specified, paint shall be ready-mixed and pre-tinted. Re-mix all 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 Strain materials thoroughly prior to application..3 Materials in paste or powder form, or to be field-catalyzed, shall be field mixed in accordance with manufacturer s directions..4 Thinning of materials to extent permitted by paint manufacturer will be permitted only where specified herein or upon Consultant s approval. Do not use solvent for thinning..5 Thin paint for spraying in strict accordance with paint manufacturer s instructions.

104 DIVISION 9 FINISHES Section INTERIOR PAINTING AND FINISHING MAY 2017 Page COLOURS.1 Colours shall be selected by the Owner from manufacturer s full range of colours. 2.6 PAINT FINISHES.1 New Substrates Painting and Finishing Schedule.1 Unless otherwise indicated, titles and code numbers in the below listed schedule refer to MPI Architectural Painting Specification Manual, Chapter 3, for type surfaces, coating, grade and named products and their manufacturers. Use products from only one manufacturer for each system. Drywall repairs and first coat (primer) of sills, jambs and heads around doors, etc. shall be included in the lump sum costs as indicated on the drawings..2 Schedule:.1 Dressed Lumber: for doors, door and window frames, casings, moldings apply: INT 6.3B Alkyd, gloss/ sheen as specified by Consultant..2 Plaster and Gypsum Board: for walls and ceilings: INT 9.2A Latex sheen/gloss as specified by Consultant.2 Existing Substrates Repainting and Finishing Schedule.1 Unless otherwise indicated, titles and code numbers in the below listed schedule refer to MPI Maintenance Repainting Manual, Chapter 3, for type surfaces, coating, grade and named products and their manufacturers. Use products from only one manufacturer for each system. Drywall repairs and first coat (primer) of sills, jambs and heads around doors, windows, etc. shall be included in the lump sum costs as indicated on the drawings..2 Schedule:.1 Spray Textured Surfaces: for gypsum board and/ or plaster ceilings apply: RIN 9.1A Latex DSD 2, flat finish.

105 DIVISION 9 FINISHES Section INTERIOR PAINTING AND FINISHING Page 8 MAY Plaster and Gypsum Board: for walls and ceilings: RIN 9.2A Latex DSD 3, gloss/sheen as specified by Consultant..3 Dressed Lumber: for doors, door and window frames, casings, moldings apply: RIN 6.3B Alkyd DSD 2, sheen/gloss as specified by Consultant 3.1 EXECUTION 3.2 GENERAL.1 Perform all painting operations in accordance with MPI Painting Specifications Manual except where specified otherwise..2 Apply all paint materials in accordance with paint manufactuer s written application instructions..3 Ensure all dust generating activities have been terminated and dust removed..4 Prior to commencement of painting and finishing work, thoroughly examine and test substrates scheduled to receive coatings and report to Consultant any unsatisfactory conditions..5 No painting work shall commence until all such adverse conditions and defects have been corrected and surfaces and conditions are acceptable to the [Painting Inspection Agency] [Consultant]. 3.3 PREPARATION.1 Remove electrical cover plates, light fixtures, surface hardware on doors, door stops, bath accessories and all other surface mounted fittings and fastenings prior to undertaking any painting operations. Store for re-installation after painting is completed..2 Move and cover furniture and portable equipment as necessary to carry out painting operations. Replace as painting operations progress..3 As painting operations progress, place "WET PAINT" signs in occupied areas to approval of Owner.

106 DIVISION 9 FINISHES Section INTERIOR PAINTING AND FINISHING MAY 2017 Page PROTECTION.1 Protect existing building surfaces not to be painted from paint spatters, markings and other damage. Make good any damage caused by failure to provide suitable protection..2 Furnish sufficient drop cloths, shields and protective equipment to prevent spray or droppings from fouling surfaces not being painted, including surfaces within the storage and preparation area..3 Mask all surfaces not being painted to obtain uniform termination..4 Protect items that are permanently attached such as Fire Labels on doors and frames..5 Protect factory finished products and equipment..6 Protect all signs and fixtures attached to the walls. Uncover and clean when painting has been completed..7 Protect building occupants and the general public in and about the building. 3.5 CONDITION OF SUBSTRATES.1 Substrates shall be sound, non-dusting, and free of grease, oil, dirt and other matter detrimental to adhesion and appearance of coatings..2 Subtrates shall meet all environmental requirements as specified..3 Investigate substrates for problems related to proper and complete preparation of surfaces to be painted. Report all damage, elevated temperatures, elevated moisture contents, defects, unsatisfactory or unfavourable conditions to Consultant before proceeding with work. 3.6 SURFACE PREPARATION OF NEW/UNFINISHED SUBSTRATES.1 Prepare surfaces in accordance with the MPI Architectural Painting Specification Manual for new surfaces, latest edition..2 Program cleaning and painting so that contaminants from cleaning process will not fall onto wet, newly-painted surfaces..3 All substrates shall be thoroughly broomed, vacuumed and wiped clean as required to produce acceptable surface. Sand lightly and dust prior to application of each coat. Use recommended type and grade of sandpaper to avoid scratching or gouging of surfaces.

107 DIVISION 9 FINISHES Section INTERIOR PAINTING AND FINISHING Page 10 MAY Minimum surface preparation shall be as follows:.1 Wood Generally: clean soiled surfaces, sand smooth and dust. Fill nail holes, splits, scratches, small joints and other minor imperfections with patching compound after paint prime coat or first varnish coat has been applied and dried. Apply putty with putty knife, press firmly in place, and finish flush with surface..2 Wood for Paint Finish: clean knots, pitch streaks, and sappy sections of residue and seal such areas with shellac or knot sealer before applying prime coat..3 Gypsum Board and Plaster: fill minor cracks, holes, and imperfections with tinted patching compound after prime coat has been applied and dried. Allow patching compound to dry, sand smooth and remove dust. Use minimum #150 grit sandpaper. 3.7 SURFACE PREPARATION OF PREVIOUSLY COATED SUBSTRATES.1 Prepare existing surfaces in accordance with the MPI Maintenance Repainting Manual, Chapter 2 and 3, Section 3 Surface Preparation, latest edition. Refer to the Repainting and Refinishing Schedule in [2.4.2], for specified surface preparation based on Degree of Surface Deterioration (DSD)..2 Program cleaning and painting so that contaminants from cleaning process will not fall onto wet, newly-painted surfaces. 3.8 APPLICATION.1 Perfom painting in accordance with the MPI Architectural Painting Specification Manual for new surfaces and/ or MPI Maintenance Repainting Manual for existing surfaces, latest edition..2 Method of paint application shall be either by spray-on or roll-on, sufficient to fill all voids in existing surfaces and provide uniform appearance..3 Apply primer of approved paint to exposed surfaces..4 Apply each coat of paint as a continuous film of uniform thickness. Repaint thin spots or bare areas..5 Allow surfaces to dry and properly cure after cleaning and between subsequent coats for mimimum time period as recommended by manufacturer.

108 DIVISION 9 FINISHES Section INTERIOR PAINTING AND FINISHING MAY 2017 Page 11.6 Sand and dust between each coat to provide an anchor for next coat and to remove visible defects..7 Flammable rubbish, cotton waste, cloths and material, which may constitute a fire hazard, shall be placed in closed metal containers and removed daily from the site..8 Use aggregate coating or a slip resistant additive in paint for stair handrails, treads and landings in accordance with the requirements of authourities having juristiction and where scheduled to paint. 3.9 BACK-PRIMING OF INTERIOR WOOD.1 Back prime concealed surface of the following components, prior to their installation:.1 Surfaces in contact with any floors or floor finishes..2 Cut-outs for sinks, drains and other mechanical services..3 Underside of front edges of countertops and toe-spaces..4 Other surfaces that may be subjected to moisture during normal use or cleaning operations..5 Backboards for mechanical and electrical equipment..2 Use white alkyd primer for components scheduled to receive a paint finish FIELD QUALITY CONTROL.1 All surfaces, preparation and paint applications shall be inspected by Consultant or Owner..2 Repainted exterior surfaces shall be considered to lack uniformity and soundness if any of the following defects occurs:.1 Runs, sags, hiding or shadowing by inefficient application methods..2 Evidence of poor coverage at rivet heads, plate edges, lap joints, crevices, pockets, corners and re-entrant angles..3 Damage due to touch before paint is sufficiently dry or other contributory cause.

109 DIVISION 9 FINISHES Section INTERIOR PAINTING AND FINISHING Page 12 MAY Damage due to application on moist surfaces or caused by inadequate protection from the weather..5 Damage and/or contamination of paint due to wind blown contaminants (dust, sand blast materials, salt spray, etc.).3 Painted surfaces rejected by the Consultant or Owner shall be made good at the expense of the Contractor. Small affected areas may be touched up; large affected areas or areas without sufficient dry film thickness of paint shall be repainted. Runs, sags of damaged paint shall be removed by scraper or by sanding prior to application of paint PROTECTION.1 Protect all newly painted interior surfaces from condensation, contamination, dust and freezing temperatures until paint coatings are completely dry. Curing periods shall exceed the manufacturer s recommended minimum time requirements..2 Erect barriers or screens and post signs to warn, limit or defect traffic away or around work area as required TOUCH-UP AND CLEANING.1 Clean and re-install all items that were removed before undertaking painting operations..2 Remove protective coverings and warning signs as soon as practical after operations cease..3 Remove paint splashings on exposed surfaces that were not painted. Remove smears and spatter immediately as operations progress, using compatible solvent..4 Repair, touch-up and refinish damaged work caused by painting operations. Refinish entire wall or area where deemed necessary by Consultant..5 Place cotton waste, cloths and other material that may constitute a fire hazard in metal containers and remove from site daily..6 Restore areas used for storage, cleaning, mixing and handling of paint to preconstruction condition. END OF SECTION

110 RJC has emerged as the largest independent and Canadian-owned consulting engineering firm in the industry, specializing in structural engineering, restoration, building science and parking planning services. Offices across Canada serve clients locally and globally in both renovation and new construction markets. As part of an integrated design team, our engineers design for sustainability by introducing innovative structural and building science designs that are durable, adaptable and improve the energy efficiency of buildings, while minimizing material use and environmental impact. Throughout RJC s 69 years, our culture and staff development programs have fostered the retention and growth of our people. We have been recognized as one of Canada s Top Employers for Young People and as a regional finalist in Canada s Top 50 Managed Companies program. Creative Thinking Practical Results 780 Midpark Drive, Suite 103 Kingston ON K7M 7P6 tel fax kingston@rjc.ca web rjc.ca

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition

Document B Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition Document B132 2009 Standard Form of Agreement Between Owner and Architect, Construction Manager as Adviser Edition AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year Two Thousand and BETWEEN the Architect s client identified as the Owner: Capitol

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB

Interior Construction Specification. Dr. Kalinowski. 2nd Floor, United Health Centre Street, Edmonton, AB Interior Construction Specification Dr. Kalinowski 2nd Floor, United Health Centre 7609 109 Street, Edmonton, AB Issued for Tender: May 18, 2017 Mandatory Site Visit: May 23, 2017 @ 2:00 PM Closing Date:

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017

Northwest Business Park, Building 5, Bay 3. Issued for Tender: August 24, Substantial Date: November 17, 2017 Exterior Alterations and New Office/ Warehouse for All Weather Shelters Northwest Business Park, Building 5, Bay 3 13459-149 Street Edmonton, AB Issued for Tender: Site Visit: Available upon request. Closing

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction

STANDARD SPECIFICATION SECTIONS. November 2016 Physical Resources Design, Engineering and Construction STANDARD SPECIFICATION SECTIONS Design, Engineering and Construction SPECIFICATIONS for Replacement of Heating System Building 045 Project Number XXXXXX June 25, 2004 Consultant Name and Address, etc.

More information

Professional Practice 544

Professional Practice 544 February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com

More information

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT SPECIFICATIONS FOR THE CONSTRUCTION OF HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. 139 OCTOBER 2017 LACSD PO

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

ATTACHMENT D SCOPE OF SERVICES

ATTACHMENT D SCOPE OF SERVICES ATTACHMENT D SCOPE OF SERVICES OBJECTIVE Owner s Capital Improvement Program (major capital, minor construction, repair, and rehabilitation projects) includes numerous construction and renovation projects.

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/ NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/2016-2017 TENDER FOR SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION AND COMMISIONING OF A STRUCTURED CABLING LOCAL AREA NETWORK, FIBER EXTENSION

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING

THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING THE UNIVERSITY OF NEWCASTLE TERMS AND CONDITIONS FOR CONSTRUCTION TENDERING Instructions for the Tenderer: It is mandatory for the Tenderer to provide and/or perform the following in relation to the compilation

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru TABLE OF CONTENTS PAGE INVITATION TO BID...00050-1 thru 00050-2 INSTRUCTIONS TO BIDDERS...00200-1 thru 00200-9 BID FORM...00400-1 thru 00400-8 Attachments: Bid Bond (EJCDC Form C-430)...00400.A-1 thru

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

PROJECT MANUAL. Town of Newmarket Magna Centre Southlake Renovation Newmarket, Canada. Issued for Tender: January 4, 2018

PROJECT MANUAL. Town of Newmarket Magna Centre Southlake Renovation Newmarket, Canada. Issued for Tender: January 4, 2018 PROJECT MANUAL : January 4, 2018 Town of Newmarket Newmarket, Canada Architect Perkins+Will Canada 15 Foundry St. Dundas, Ontario L9H 2V6 Tel: 1 (905) 628-7301 Fax: 1 (905) 628-7302 Town of Newmarket Section

More information

CONSIGNMENT AGREEMENT

CONSIGNMENT AGREEMENT CONSIGNMENT AGREEMENT This Consignment Agreement, hereinafter referred to as this Agreement, states the terms of the parties agreement with respect to personal property, hereinafter referred to as Consigned

More information

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN

REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN THE CORPORATION OF THE REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN Proposals will be received prior to 2:00pm on Friday May 29, 2015. All inquiries related to this Request

More information

Construction Contract Basics

Construction Contract Basics PDHonline Course P120 (2 PDH) Construction Contract Basics Instructor: Kevin D. Waddell, P.E. 2012 PDH Online PDH Center 5272 Meadow Estates Drive Fairfax, VA 22030-6658 Phone & Fax: 703-988-0088 www.pdhonline.org

More information

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement

The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison. NAFTA Chapter 10: Government Procurement The North-Atlantic Free Trade Agreement and the Trans-Pacific Partnership: Side-by-Side Comparison NAFTA Chapter 10: Government Procurement Chapter Ten: Government Procurement Chapter Fifteen: Government

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

More information

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND Procurement Services Office of the Comptroller Revised: June 2009 This publication summarizes the steps involved in Goods

More information

Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809

Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE. Building 300 Administration Fire Protection Bronson Blvd. Fennimore, WI 53809 Project Manual For: SOUTHWEST WISCONSIN TECHNICAL COLLEGE Building 00 Administration Fire Protection 00 Bronson Blvd. Fennimore, WI 0 PRA Project No. 00-0 SWTC Project No. -0 July 0 00-0 TITLE PAGE 00

More information

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL)

UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNITED NATIONS COMMISSION ON INTERNATIONAL TRADE LAW (UNCITRAL) UNCITRAL Model Law on Procurement of Goods, Construction and Services with Guide to Enactment CONTENTS PREAMBLE CHAPTER I. GENERAL PROVISIONS

More information

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID Solicitation #: ITB 151-2017 Title: Description: SEMINOLE TRIBE OF FLORIDA INVITATION TO BID General Home Repairs (Big Cypress Reservation) The Housing Department of the Seminole Tribe of Florida is requesting

More information

November 26, 2009 File: TP#3A TO ALL POTENTIAL BIDDERS. Bid Package No. 3A Glazing, Curtain Wall and Windows

November 26, 2009 File: TP#3A TO ALL POTENTIAL BIDDERS. Bid Package No. 3A Glazing, Curtain Wall and Windows LEDCOR CONSTRUCTION LIMITED Suite 370, 4243 Glanford Avenue Victoria, British Columbia Canada V8Z 4B9 Telephone: 250-477-1831 Facsimile: 250-477-1846 November 26, 2009 File: 1213025 09.3.3 TP#3A TO ALL

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

Central Regional Integrated Health Authority (CRIHA) 21 Carmelite Road Grand Falls-Windsor, NL A2A 1Y4. 57 Pippy Place St. John s, NL A1B 4H8

Central Regional Integrated Health Authority (CRIHA) 21 Carmelite Road Grand Falls-Windsor, NL A2A 1Y4. 57 Pippy Place St. John s, NL A1B 4H8 TENDER DOCUMENTS FOR Badger Quay New-Wes-Valley, NL Sprinkler Upgrades Bonnews Lodge OWNER: Central Regional Integrated Health Authority (CRIHA) 21 Carmelite Road Grand Falls-Windsor, NL A2A 1Y4 PRIME

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

SPECIFICATIONS For Brisbin Family Chiropractic Office Renovation 150 Chippewa Road Sherwood Park AB

SPECIFICATIONS For Brisbin Family Chiropractic Office Renovation 150 Chippewa Road Sherwood Park AB SPECIFICATIONS For Brisbin Family Chiropractic 150 Chippewa Road Sherwood Park AB AS PREPARED BY May 15, 2017 TABLE OF CONTENTS Invitation to Provide Pricing Instruction to Bidders Bid Form List of Subcontractors

More information

PUBLIC TENDER: KDSB-17-PT-02 Follansbee Apartments Roof Re-Shingle 2 Goldshore Road, Red Lake, ON

PUBLIC TENDER: KDSB-17-PT-02 Follansbee Apartments Roof Re-Shingle 2 Goldshore Road, Red Lake, ON February 28 th, 2017 PUBLIC TENDER: Follansbee Apartments Roof Re-Shingle 2 Goldshore Road, Red Lake, ON Kenora District Services Board invites sealed tenders for roof re-shingling and related work. All

More information

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications

More information

CITY OF HAMILTON REQUEST FOR QUOTATIONS CONSTRUCTION. Supply and Installation Sun Shelter at Inch Park. Contract Number: Q131-18

CITY OF HAMILTON REQUEST FOR QUOTATIONS CONSTRUCTION. Supply and Installation Sun Shelter at Inch Park. Contract Number: Q131-18 CITY OF HAMILTON REQUEST FOR QUOTATIONS CONSTRUCTION Supply and Installation Sun Shelter at Inch Park Contract Number: Q131-18 Closes: Thursday May 17, 2018 Environmental Services Parks & Cemeteries -

More information

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/PM/OT/016/2016-2017 TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) CLOSING DATE AND TIME: 17th October, 2016 at 2.00Pm Geothermal Development

More information

Appendix C Having used FIDIC 99 as the basis for identifying the modifications made within the analyzed contracts, it was necessary to understand the

Appendix C Having used FIDIC 99 as the basis for identifying the modifications made within the analyzed contracts, it was necessary to understand the Appendix C Having used FIDIC 99 as the basis for identifying the modifications made within the analyzed contracts, it was necessary to understand the differences between FIDIC 87 and FIDIC 99. The below

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

Casework Technical Support (Social Welfare - Project Management)

Casework Technical Support (Social Welfare - Project Management) Casework Technical Support (Social Welfare - Project Management) Request for Tenders for Services to MABS NATIONAL DEVELOPMENT The latest date for receipt of tenders is 09 June 2017 Commercial House Westend

More information

General Terms of Purchase

General Terms of Purchase General Terms of Purchase 1. Scope Unless otherwise agreed upon with Valeo's Purchasing Department (the "Purchasing Department"), these General Terms of Purchase shall apply to all purchases made by Valeo

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

Project Manual April 20, 2015

Project Manual April 20, 2015 Project Manual April 20, 2015 Bozeman School District No. 7 Bozeman, Montana 2015 Roof Replacement Project for: Set Number PROJECT MANUAL BOZEMAN SCHOOL DISTRICT No.7 ROOF REPLACEMENT 2015 Comprised of

More information

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk REQUEST FOR PROPOSAL Construction Management Services Not at Risk The St. Charles County Ambulance District proposes to retain a qualified firm/team for the Construction Management Services Not at Risk

More information

BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL PRACTICE

BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL PRACTICE 200-4010 Regent Street Burnaby BC V5C 6N2 Canada Telephone: (604) 430-8035 Toll Free Canada-wide: 1-888-430-8035 Facsimile: (604) 430-8085 BULLETIN 34: BUILDING ENVELOPE SERVICES APPROPRIATE PROFESSIONAL

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO.

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO. BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 2232 Fax 31060/30192 TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) TENDER DOCUMENT FOR CONSTRUCTION OF BIOSAFETY LEVEL II LABORATORY (BSL II) (PUBLIC HEALTH LABORATORY) AT MOI TEACHING REFERRAL

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO. REPUBLIC OF KENYA MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF LAND PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO.

More information

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID

TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS I. INVITATION TO BID II. NOTICE TO BIDDERS III. FORM OF PROPOSAL IV. INSTRUCTIONS

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES

AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES AGREEMENT FOR CONSTRUCTION MANAGEMENT SERVICES This Agreement, approved on January 20 th, 2009 by and between the Monroe County Community School Corporation, 315 North Drive, Bloomington, Indiana (hereinafter

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

More information

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ARCHITECT

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ARCHITECT DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ARCHITECT This Agreement is made as of, 20 (the Effective Date ) MD ANDERSON AGREEMENT No. By and between The Owner: The University of Texas M. D. Anderson Cancer

More information

Request for Proposal (RFP) N AFG/ELECT/5515/08

Request for Proposal (RFP) N AFG/ELECT/5515/08 RFP AFG/ ELECT/ 5515 / 08 Construction of Building Data Centre at IEC Compound Request for Proposal (RFP) N AFG/ELECT/5515/08 Date: Sept 3 rd 2008 Dear Sir/Madam, Subject: RFP AFG/ELECT/5515/08 Construction

More information

PURCHASING/TENDERING POLICY #1907

PURCHASING/TENDERING POLICY #1907 FUNCTION: COUNTY OF WETASKIWIN NO. 10 1000 GENERAL GOVERNMENT SERVICES Municipal Policy & Procedures Manual SECTION: 1900 PURCHASING POLICY STATEMENT PURCHASING/TENDERING POLICY #1907 The County of Wetaskiwin

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

1. Section Temporary Facilities and Controls for limitations and procedures governing temporary use of Owner's facilities. SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,

More information

JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO March 16, 2018

JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO March 16, 2018 JAMES HALL FAÇADE & LEAK REPAIRS PROJECT MANUAL PROJECT NO. 77030 March 16, 2018 Engineer: Joseph B. Callaghan, Inc. 1655 Suburban Station Building 1617 John F. Kennedy Blvd. Philadelphia, PA 19103 jbciengineers.com

More information

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE TENDER NO: KRA/HQS/NCB/011/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022

More information

Mott Community College. Independent Contractor Policy and Procedures

Mott Community College. Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Mott Community College Independent Contractor Policy and Procedures Introduction Many Mott Community College departments regularly employ

More information

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BID IDENTIFICATION NO:-AEGCL/MD/TECH-652/ /200,

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS ADVERTISEMENT FOR BIDS 1. INVITATION Sealed proposals for the following work will be received by the University of Kentucky, Construction Procurement Section, Peterson Service Building, 411 South Limestone,

More information

SIMON FRASER UNIVERSITY Facilities Management Project Stipulated Price Contract ARTS CENTRAL EXPANSION ACADEMIC QUADRANGLE SFU PROJECT # P302588

SIMON FRASER UNIVERSITY Facilities Management Project Stipulated Price Contract ARTS CENTRAL EXPANSION ACADEMIC QUADRANGLE SFU PROJECT # P302588 SIMON FRASER UNIVERSITY Facilities Management Project Stipulated Price Contract SFU PROJECT # P302588 SPECIFICATIONS OWNER: FACILITIES MANAGEMENT SIMON FRASER UNIVERSITY PRIME CONSULTANT: B. GORDON HLYNSKY

More information

Invitation to Tender. External Audit Services. July 2015

Invitation to Tender. External Audit Services. July 2015 External Audit Services July Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 4 1.5. Copyright...

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

Request for Quotation

Request for Quotation City of Richmond Finance & Corporate Services Division Request for Quotation Supply and Delivery of TIRES AND TIRE REPAIR SERVICES Bidders are requested to respond to this Quotation call as instructed

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION:

CONTRACT DOCUMENTS AND BID FORM. FPL Remediation and Redevelopment PROJECT IDENTIFICATION: CONTRACT DOCUMENTS AND BID FORM PROJECT IDENTIFICATION: THIS BID IS SUBMITTED TO: MANDATORY PRE-BID CONFERENCE: FPL Remediation and Redevelopment City of Biddeford c/o Brian Phinney Environmental Codes

More information

LEVEL I PREQUALIFICATION DOCUMENTS

LEVEL I PREQUALIFICATION DOCUMENTS Project No. LEVEL I PREQUALIFICATION DOCUMENTS for MUIR BIOLOGY BUILDING 3RD FLOOR RENOVATION University of California, San Diego FACILITIES DESIGN & CONSTRUCTION 10280 North Torrey Pines Road La Jolla,

More information

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER

DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER DRAFT AGREEMENT BETWEEN OWNER AND PROJECT ENGINEER This Agreement is made as of, 20 (the Effective Date ) MD ANDERSON AGREEMENT No. By and between The Owner: The University of Texas M. D. Anderson Cancer

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

Facilities / Immeubles INFO SHEET

Facilities / Immeubles INFO SHEET / Immeubles INFO SHEET Réfection de la terrasse au 2e étage - UCU University of Ottawa Project #: 145-004-008 Bidders Briefing: Scheduled for Wednesday, May 27 th, 2015 @ 9:00am. Participants are asked

More information

TECHNOLOGY SPECIFICATIONS

TECHNOLOGY SPECIFICATIONS TECHNOLOGY SPECIFICATIONS 2012 ST. CROIX RIVER EDUCATION DISTRICT VOICE-OVER-INTERNET-PROTOCOL (VOIP) SYSTEM FOR ST. CROIX RIVER EDUCATION DISTRICT (SCRED) RUSH CITY, MINNESOTA February 15, 2012 Project

More information

THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000

THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 THE TAMIL NADU TRANSPARENCY IN TENDERS RULES, 2000 CHAPTER RULES CONTENT I. PRELIMINARY 1. Short tile, extent and commencement 2. Definitions II. GENERAL

More information

THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1361 VILLAGE OF ST-PIERRE-JOLYS WASTEWATER TREATMENT LAGOON EXPANSION

THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1361 VILLAGE OF ST-PIERRE-JOLYS WASTEWATER TREATMENT LAGOON EXPANSION THE MANITOBA WATER SERVICES BOARD TENDER PROJECT NO.: 1361 VILLAGE OF ST-PIERRE-JOLYS WASTEWATER TREATMENT LAGOON EXPANSION Page 1 of 4 Table of Contents TENDER DOCUMENTS NO. OF PAGES MWSB PART 1 Instructions

More information

PLANNING AND EVALUATION PRELIMINARY DESIGN

PLANNING AND EVALUATION PRELIMINARY DESIGN PLANNING AND EVALUATION Project Initiation Discuss and refine client requirements Project brief, Schedule, Budget Confirm client's space needs and program Establish scope of work Obtain client-supplied

More information

ETHICS AND ANTI-CORRUPTION COMMISSION

ETHICS AND ANTI-CORRUPTION COMMISSION ETHICS AND ANTI-CORRUPTION COMMISSION TENDER DOCUMENT FOR PROPOSED OFFICE PARTITIONING AND REFURBISHMENT TO ETHICS AND ANTI- CORRUPTION COMMISSION OFFICES ON 1ST FLOOR, CENTRAL SQUARE BUILDING, KISUMU

More information

FOGARTY MEMORIAL SCHOOL Plumbing Renovations

FOGARTY MEMORIAL SCHOOL Plumbing Renovations PROJECT MANUAL Issued For Construction June, 2017 FOGARTY MEMORIAL SCHOOL Plumbing Renovations 736 Snake Hill Road North Scituate, Rhode Island 02857 AHARONIAN & ASSOCIATES, INC. - ARCHITECTS 310 George

More information

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016 General Information The City of Olivette (City) is seeking a qualified firm to provide procurement, installation, and warranty service related to furnishings and furniture at the City s new Municipal Center.

More information

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund State Historic Preservation Office Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund April 2014 Table of Contents Conflict of Interest... 3 Floodplains... 3 Hazardous

More information

Construction Family of Documents

Construction Family of Documents Construction Family of Documents The EJCDC Construction Family Documents (C-Series) is intended for engineered construction projects. The current edition (2013) is endorsed by both the Construction Specifications

More information

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents

6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3

More information

EJCDC Contract Documents for America s Infrastructure Buy online at

EJCDC Contract Documents for America s Infrastructure Buy online at EJCDC Contract Documents for America s Infrastructure Buy online at www.booksforengineers.com N-122 Uniform Location of Subject Matter (2012) Published jointly with AIA and CSI. FREE DOWNLOAD Construction

More information

Sfera Architectural Associates Inc. Architects SPECIFICATIONS ADDITION TO TECUMSEH ARENA. For. The Corporation of the.

Sfera Architectural Associates Inc. Architects SPECIFICATIONS ADDITION TO TECUMSEH ARENA. For. The Corporation of the. Architects SPECIFICATIONS ADDITION TO TECUMSEH ARENA For The Corporation of the Town of Tecumseh Dated: May 29, 2013 Bids & Construction: May 29, 2013 S P E C I F I C A T I O N OF LABOUR AND MATERIALS

More information

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

Invitation to Tender. Development Legal Services. August 2015

Invitation to Tender. Development Legal Services. August 2015 Development Legal Services August Contents 1. Important notices... 3 1.1. Confidentiality... 3 1.2. Accuracy of information and liability of SLH... 3 1.3. Canvassing... 4 1.4. Non-collusion... 5 1.5. Copyright...

More information

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following: SECTION 01700 - CONTRACT CLOSEOUT PART 1 - GENERAL 1.01 RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification

More information