Table of Contents - City of Toronto [PDF]

Dec 8, 2015 - 1.1.10. Revisions to shop drawings will not be allowed after they are reviewed unless further review and s

6 downloads 15 Views 10MB Size

Recommend Stories


Table of contents
You're not going to master the rest of your life in one day. Just relax. Master the day. Than just keep

Table OF COnTenTs
Pretending to not be afraid is as good as actually not being afraid. David Letterman

Table of Contents
When you talk, you are only repeating what you already know. But if you listen, you may learn something

Tooling TABLE OF CONTENTS
Life isn't about getting and having, it's about giving and being. Kevin Kruse

2009 Table of Contents
Don’t grieve. Anything you lose comes round in another form. Rumi

Table Of Contents - Innova.com
We can't help everyone, but everyone can help someone. Ronald Reagan

i TABLE OF CONTENTS
Your big opportunity may be right where you are now. Napoleon Hill

TABLE of CONTENTS
The happiest people don't have the best of everything, they just make the best of everything. Anony

Untitled - City of Toronto
The beauty of a living thing is not the atoms that go into it, but the way those atoms are put together.

Camping Table of Contents
The only limits you see are the ones you impose on yourself. Dr. Wayne Dyer

Idea Transcript


Table of Contents Tender Call No. 200-2016 Contract No. N/A

No. of Pages Section 1 – Tender Process Terms and Conditions

Page #

11 1-1 1-2 1-2 1-3 1-3 1-3 1-4 1-4 1-4 1-4 1-4 1-5 1-5 1-5 1-6 1-6 1-7 1-8 1-8 1-9 1-9 1-9 1-9 1-10 1-10 1-10 1-10 1-10

VI E D W O I N NG O T C SU O P BM Y IT

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

10

Section 2 – Information for Bidders

1. General Information 2. Mandatory Site Meetings Optional Site Meetings 3. Deadline for Questions 4. Fair Wage Schedule Information 5. City of Toronto - Invoice/Billing Requirements 6. Instructions for Section 3 Tender Submission Package 6.1 Mandatory Bid Submission Requirements A. Tender Call Cover Page B. Bid Bond C. City Policies Submission Form D. Pricing Form 6.2 Mandatory Submission Requirements Prior to Award

PMMD V 5.13 – 2015.12.08

4 of 346

2-1 2-2 2-2 2-2 2-2 2-3 2-6 2-6 2-6 2-7 2-7 2-7 2-7

Table of Contents Tender Call No. 200-2016 Contract No. N/A

No. of Pages Experience and Qualifications Form Statutory Declaration List of Subcontractor Form Corporate Profile Report Itemized Prices

2-7 2-9 2-9 2-10 2-10

VI E D W O I N NG O T C SU O P BM Y IT

A. B. C. D. E.

Page #

Section 3 – Tender Submission Package

1. Bid Bond 2. Statutory Declaration Form for Occupational Health and Safety 3. City Policies Submission Form 4. Pricing Form 5. Experience and Qualifications Form

2

3-1

6

3-3

1 3 3

3-6 3-7 3-10

225

4-1

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

29

5-1

Section 5A – Specific Conditions of Contract

15

5A-1

1 1 1 1 2

6-2 6-3 6-4 6-5 6-6

1

6-8

6

6-9

Section 4 – Scope of Work

Section 6 – Contract Execution Package 1. 2. 3. 4. 5. 6.

CCDC 2-2008 Stipulated Price Contract CCDC 221-2002 Performance Bond CCDC 222-2002 Labour & Material Payment Bond WSIB & Tax Statutory Declaration Form Insurance Certificate Declaration of Compliance with AntiHarassment/Discrimination Legislation & City Policy Form 7. Supplementary Statutory Declaration Form for Occupational Health and Safety

7-1

Section 7 – City Policies

1. City of Toronto Accessible Customer Service Training Requirements 2. Chapter 67 Schedule A – Fair Wage Policy 3. Chapter 67 Schedule B – Labour Trades Contractual Obligations in the Construction Industry 4. Applicable Chapter 67 Schedule C – Fair Wage 5. Right to Reject Debtors and Set-off Policy 6. Policy on the Restrictions on the Hiring and Use of Former City of Toronto Management Employees for City Contracts 7. Toronto Licensing Requirements 8. Environmentally Responsible Procurement Statement 9. Contractor Performance Evaluation 10. Notice of "No Bid" Form

PMMD V 5.13 – 2015.12.08

5 of 346

1

5

2

1 6

2

1 1 1 1

Section 1 – Tender Process Terms and Conditions Tender Call No. 200-2016 Contract No. N/A

1.

Definitions Throughout this Tender Call, unless inconsistent with the subject matter or context, “Addenda” or “Addendum” means a document containing additional information and/or changes to the Tender Call issued by the City prior to the Closing Date;

VI E D W O I N NG O T C SU O P BM Y IT

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

“Bid” means an offer submitted by a Bidder in response to a Tender Call, which includes all of the documentation necessary to satisfy the submission requirements of the Tender Call and “Bids” shall have a corresponding meaning; “Bidder” means a legal entity, being a person, partnership or firm that submits a Bid in response to a formal Tender Call and “Bidders” shall have a corresponding meaning;

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

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

“Closing Date” means the specified deadline for Bids to be submitted to the City as indicated on the Tender Call Cover Page and any subsequent Addenda; “Conflict of Interest” includes, but is not limited to, any situation or circumstance where: a)

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

b)

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

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

PMMD V 5.13 – 2015.12.08

6 of 346

Page 1-1

Section 1 – Tender Process Terms and Conditions Tender Call No. 200-2016 Contract No. N/A

“Contract Administrator” means the main contact person at the City for all matters relating to the project. The reference to “Project Manager” means the same; “Contractor” means the Successful Bidder of the Tender Call with whom the City enters into a Contract with to perform the Work;

VI E D W O I N NG O T C SU O P BM Y IT

“Council” means City Council; “MFIPPA” means the Municipal Freedom of Information and Protection of Privacy Act R.S.O. 1990, Chapter M.56, as amended, or any successor or replacement legislation; “Subcontractor” means a person, partnership or corporation undertaking the execution of a part of the Work by virtue of an agreement with the Contractor; “Successful Bidder” means the Bidder that has been selected to perform the Work;

“Tender Call” means this Tender Call package in its entirety, inclusive of all appendices and Addenda/Addendum that may be issued by the City; “Work” means all services and deliverables to be provided by a Contractor as described in this Tender Call.

2.

Bidder’s Responsibility

It shall be the responsibility of each Bidder:

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

b) to examine all the components of this Tender Call, including all reference documents, appendices, forms and addenda; c) to become familiar and comply with all of the terms and conditions contained in this Tender Call and the City’s Policies and Legislation set out on the City of Toronto website at: http://www.toronto.ca/purchasing/policies

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

3.

Tender Submission Package

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

PMMD V 5.13 – 2015.12.08

7 of 346

Page 1-2

Section 1 – Tender Process Terms and Conditions Tender Call No. 200-2016 Contract No. N/A

Section 3, the Pricing Form total shall govern. For Unit Price Tenders, where any discrepancy exists between the total price and the unit price, the unit price shall prevail and the total price shall be adjusted accordingly. 4.

Bid Bond

VI E D W O I N NG O T C SU O P BM Y IT

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

5.

Site Meetings

Mandatory Site Meetings

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

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

6.

Fair Wage Policy

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

As per the Fair Wage Policy, in the case of a jurisdictional dispute or disputes as to rate of wages to be paid under the Contract or to the amount to be paid to any worker, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties. Failure to comply with the Fair Wage Policy, or being in violation of the Fair Wage Policy without paying restitution as set out in the Fair Wage Policy (Chapter 67 – Fair Wage – Schedule A Fair Wage Policy § 67-A8D) may result in the Bid being declared noncompliant.

PMMD V 5.13 – 2015.12.08

8 of 346

Page 1-3

Section 1 – Tender Process Terms and Conditions Tender Call No. 200-2016 Contract No. N/A

7.

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

VI E D W O I N NG O T C SU O P BM Y IT

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

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

8.

Addenda

The City reserves the right to revise this Tender Call up to the Closing Date, including extension of the Closing Date. Any such revisions will be made by way of Addenda. Addenda will be faxed or emailed to the Tender Call pick up log. All Bidders must comply with and acknowledge all Addenda in their Bid. Failure to acknowledge receipt of Addenda on the Tender Call Cover Page SHALL result in the rejection of the Bid.

9.

Omissions, Discrepancies and Interpretations

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

10.

Incurred Costs

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

11.

Post-Submission Adjustments

No unilateral adjustments by Bidders to submitted Bids will be permitted.

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

PMMD V 5.13 – 2015.12.08

9 of 346

Page 1-4

Section 1 – Tender Process Terms and Conditions Tender Call No. 200-2016 Contract No. N/A

12.

Withdrawal of Bids A) Prior to Submission Deadline

VI E D W O I N NG O T C SU O P BM Y IT

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

13.

Irrevocability

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

14.

No Collusion or Unethical Conduct

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

By submitting a Bid in response to this Tender Call, the Bidder certifies that: a) the prices in the Bid have been arrived at independently of those of any other Bidder; b) the prices in the Bid have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to the award, directly or indirectly, to any other Bidder or competitor; and c) no attempt has been made, or will be made, to induce any other person to submit or not to submit a Bid, for the purpose of restricting competition. Bidders must not have common ownership, directors, or management, or any other affiliation, connection, association or attachment with each other that may be deemed to compromise the principle of competition. Bidders must disclose any arrangements with other Bidders (including but not limited to subcontracting) that may reasonably be deemed to compromise the principle of competition, at or prior to the Closing Deadline.

PMMD V 5.13 – 2015.12.08

10 of 346

Page 1-5

Section 1 – Tender Process Terms and Conditions Tender Call No. 200-2016 Contract No. N/A

15.

Prohibition against Gratuities

VI E D W O I N NG O T C SU O P BM Y IT

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

16.

Acceptance of Bids A.

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

B.

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

C.

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

D.

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

E.

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

F.

The City reserves the right to verify the validity of information submitted in the Bid and may reject any Bid where, in the City’s sole estimation, the contents appear to be incorrect, inaccurate or inappropriate.

G.

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

H.

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

A bid is materially unbalanced when: (1)

(2)

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

PMMD V 5.13 – 2015.12.08

11 of 346

Page 1-6

Section 1 – Tender Process Terms and Conditions Tender Call No. 200-2016 Contract No. N/A

(3) 17.

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

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

VI E D W O I N NG O T C SU O P BM Y IT

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

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

Late Response

Unsealed Envelopes Insufficient Financial Security (No deposit or Bid Bond or insufficient deposit or Bid Bond). Response not completed in non-erasable medium and signed in ink Incomplete Response

Qualified Response (qualified or restricted by an attached statement unless allowed for).

Response received on documents other than those provided by the City

Execution of Bid Bonds (Financial Security)  Corporate seal or signature of the bidder missing.  Both corporate seal and signature of the bidder missing. 

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

PMMD V 5.13 – 2015.12.08

12 of 346

ACTION Automatic rejection and not read publicly. Automatic rejection Automatic rejection Automatic rejection

Automatic rejection unless, in the opinion of the Chief Purchasing Official, the incomplete nature is trivial or insignificant. Automatic rejection unless, in the opinion of the Chief Purchasing Official the qualification or restriction is trivial or not significant Automatic rejection unless, in the opinion of the Chief Purchasing Official the matter is trivial or insignificant Two (2) business days to correct Automatic rejection. Automatic rejection.

Page 1-7

Section 1 – Tender Process Terms and Conditions Tender Call No. 200-2016 Contract No. N/A

ACTION Automatic rejection. Two (2) business days to correct. Automatic rejection

VI E D W O I N NG O T C SU O P BM Y IT

IRREGULARITY  Other Bid Security - Uncertified Cheques Documents – Execution:  Corporate seal or signature missing.  Corporate seal and signature missing Erasures, Overwriting or Strike-Outs which are not Initialed:  Uninitialed changes to responses which are minor (example: the respondent’s address is amended by over-writing but not initialed)  Unit prices have been changed but not initialed and the contract totals are consistent with the price as amended.  Unit prices have been changed but not initialed and the contract totals are not consistent with the price as amended. Minor Irregularities

18.

Two (2) business days to initial.

Two (2) business days to initial

Automatic Rejection

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

Execute Contract

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

execute three or four (as requested by the City) original copies of the CCDC-2 form of agreement and obtain and affix (at the Successful Bidder's sole cost) a CCDC copyright seal to the front page of each of the originally executed copies ; obtain and furnish three or four (as requested by the City) original copies of a CCDC 221-2002 Performance Bond and a CCDC 222-2002 Labour and Material Payment Bond all signed and sealed by itself and its surety; arrange for 2 original copies of the City's form of insurance certificate to be completed and signed (including stamp of insurance broker) as required; complete and sign the City's WSIB & Tax Statutory Declaration Form; and complete and sign the Supplementary Statutory Declaration if required.

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

19.

Failure or Default of Bidder

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

PMMD V 5.13 – 2015.12.08

13 of 346

Page 1-8

Section 1 – Tender Process Terms and Conditions Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

b) require the Bidder to pay the City the difference between its Bid and any other Bid which the City accepts, if the latter is for a greater amount and, in addition, to pay the City any cost which the City may incur by reason of the Bidder’s failure or default. The Bidder shall be ineligible to submit a new Bid for any Call that the City is required to reissue as a result of the Bidder's failure or default or where the City deems that the Bidder has abandoned the Agreement.

20.

Currency

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

21.

Tied Bids

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

22.

Mathematical Errors

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

23.

Conflicts of Interest/Unfair Advantage

In its Bid, the Bidder must disclose to the City any potential conflict of interest that might compromise the performance of the work or which might reasonably compromise or provide the Bidder an unfair advantage in the bidding process. If such a conflict of interest does exist, the City may, at its discretion, refuse to consider the Bid. The Bidder must also disclose whether it is aware of any City employee, Council member or member of a City agency, board or commission or employee thereof having a financial interest in the Bidder and the nature of that interest. If such an interest exists or arises prior to the award on any contract, the City may, at its discretion, refuse to consider the Bid or withhold the awarding of any contract to the Bidder until the matter is resolved to the City’s sole satisfaction.

Bidders are cautioned that the acceptance of their Bid may preclude them from participating as a Bidder in subsequent projects where a conflict of interest may arise. The Bidder for this project may participate in subsequent/other City projects provided the Bidder has satisfied pre-qualification requirements of the City, if any, and in the opinion of the City, no conflict of interest would adversely affect the performance and successful completion of an agreement by the Bidder.

PMMD V 5.13 – 2015.12.08

14 of 346

Page 1-9

Section 1 – Tender Process Terms and Conditions Tender Call No. 200-2016 Contract No. N/A

24.

Ownership and Confidentiality of City-Provided Data All correspondence, documentation and information provided by City staff to any Bidder or prospective Bidder in connection with, or arising out of this Tender Call, the Work or the acceptance of any Bid: a) is and shall remain the property of the City;

VI E D W O I N NG O T C SU O P BM Y IT

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

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

25.

Ownership and Disclosure of Bid Documentation

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

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

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

Each Bidder’s name and total bid price shall be made public. Bids will be made available to members of Council on a confidential basis and may be released to members of the public pursuant to MFIPPA.

26.

Intellectual Property Rights

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

27.

Governing Law

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

28.

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

PMMD V 5.13 – 2015.12.08

15 of 346

Page 1-10

Section 1 – Tender Process Terms and Conditions Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

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

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

PMMD V 5.13 – 2015.12.08

16 of 346

Page 1-11

Section 2 – Information for Bidders Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

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

Section 3 – Tender Submission Package contains the forms that must be filled out and returned to form a complete Bid. Please see below for instructions. Section 4 – Scope of Work contains the scope of work for the Tender Call, the specifications that must be abided by for the Tender Call and any related drawings to understanding the work required. Bidders should review this section in detail to fully understand what the Bidder is bidding on. Section 5 – General Conditions of Contract contains the CCDC-2 – 2008, Stipulated Price Contract and the City of Toronto’s Supplementary General Conditions to the CCDC-2 -2008, Stipulated Price Contract. The Bidder should review these terms, along with any Specific Conditions of Contract that may be included as Section 5A, to understand the Contract being entered into with the City.

Section 5A – Specific Conditions of Contract, if included, contains additional terms for the Contract that supersedes or adds to the General Conditions of Contract. The Bidder should review these terms to understand the Contract being entered into with the City. Section 6 – Contract Execution Package will contain:

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

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

PMMD V 5.13 – 2015.12.08

17 of 346

Page 2-1

Section 2 – Information for Bidders Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

If you have any questions about this process, please do not hesitate to forward your questions via email to [email protected] 2. Mandatory Site Meeting

Bidders are required to attend the following Mandatory Site Meeting to ascertain the amount of work involved. A Mandatory Site Meeting will take place at 1:30 p.m. local time on May 31, 2016 on site. Meet with the City representative at 4330 Dufferin St., Toronto at the Main Entrance. Site meetings will not be available at any other times. Bidders must sign in with the City’s Representative at the Mandatory Site Meeting during the designated date and time for their Bid to be considered.

Bids submitted by Bidders that do not attend the mandatory site meeting SHALL be declared non-compliant.

3. Deadline for Questions

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

4. Fair Wage Schedule Information

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

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

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

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

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

PMMD V 5.13 – 2015.12.08

18 of 346

Page 2-2

Section 2 – Information for Bidders Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

It is the vendor's responsibility to submit accurate invoices for goods /services delivered to the City of Toronto divisions. If an inaccurate invoice (ie: but not limited to, pricing, quantity or services provided) is submitted, the vendor will be requested to issue a credit note and submit a new invoice. If the invoice in question offered an early payment discount, the re-issue date of the new invoice will be used to calculate the early payment discount terms. 5.1 Standard Invoices:

1) Original hardcopy vendor invoices must be addressed and sent DIRECTLY to: City of Toronto Accounting Services Division Corporate Accounts Payable 55 John Street 14th Floor, Metro Hall Toronto, ON M5V 3C6; or

2). Electronic Invoices

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

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

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

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

A purchasing document number must be provided by City Staff at time of order for goods or services.

PMMD V 5.13 – 2015.12.08

19 of 346

Page 2-3

Section 2 – Information for Bidders Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

5) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the ordering Division for goods/services delivered. 6) Vendors are to provide backup documentation directly to the ordering Division, not Corporate Accounts Payable.

5.2 Construction Contracts & Consultant Assignments related to Capital Projects – With a Holdback only

Invoices related to an approved capital project with a holdback and managed by a Contract Administrator (CA) must be forwarded to the CA for review and approval. Billing requirement direction will be provided by the contract custodian or city divisional designate prior to the start of the contract. 1) All invoices must be addressed and sent DIRECTLY to: Contract Administrator City of Toronto Address Contact Info: Phone #, E-mail address

Note: Contact Information of respective CA will be provided in writing, prior to the start of the contract. 2) Invoice/s submitted to the City of Toronto Contract Administrator must have complete information including: I. II. III. IV. V.

VI. VII. VIII. IX. X. XI. XII.

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

PMMD V 5.13 – 2015.12.08

20 of 346

Page 2-4

Section 2 – Information for Bidders Tender Call No. 200-2016 Contract No. N/A

5.3 Billing Requirements 1) Original vendor invoices must be addressed and sent DIRECTLY to:

VI E D W O I N NG O T C SU O P BM Y IT

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

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

XIII. Name of City Division, XIV. The City Division’s contact name and phone number (the person ordering or picking up the goods and/or services), XV. Delivery location of goods and/or services (excluding pick-up order), XVI. Purchasing document information on the invoice (blanket contract number, contract release order number (CRO) purchase order (PO) or Divisional Purchase Order (DPO), or Schedule "A" must be clearly indicated on the invoice. (*This purchasing number should be provided by City staff at the time of order*)

Invoices that do not contain the required billing information may be returned without payment to the vendor for correction. 3) City purchases with the use of a credit card/PCard, are NOT to be sent to Corporate Accounts Payable. These invoices are considered paid. 4) Vendors are encouraged to provide packing slips and/or goods receipt confirmations directly to the ordering Division for goods/services delivered. 5) Vendors are to provide backup documentation directly to the ordering Division, not Corporate Accounts Payable. 5.4 Contract Release Order for Contract Purchases

A request for delivery in the form of a Contract Release Order (CRO) will be issued for each purchase against a contract. All invoices submitted for payment of contract goods/services must contain: I. Blanket Contract Number II. Contract Release Order Number (CRO)

Under no circumstances are Contract Release Orders to be filled for commodities or services that are not included on a Contract. The total value estimated on a Contract including all charges, excluding any applicable taxes, is not to be exceeded without authorization.

PMMD V 5.13 – 2015.12.08

21 of 346

Page 2-5

Section 2 – Information for Bidders Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

The City, in its sole discretion, has the right to terminate a contract prior to the expiration of the term without cause or penalty, provided the Total Value Estimated as specified on the Contract Order has been reached. 5.5 Payment Terms

Unless otherwise specified on the invoice, the City will assign payment terms of Net 30 days. Payment terms "Due Upon Receipt" are considered Net 30 days. 5.6 Discount Terms

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

Early Payment terms should be clearly indicated on the invoice.

Note: Discount terms for early payment cannot be earlier than 15 days from the receipt date of the invoice by the City of Toronto, Corporate Accounts Payable unit. 5.7 Direct Deposit

City of Toronto offers secure electronic deposit payments directly to your bank account through our “Direct Deposit” program. For more information and/or to enrol for this payment option, please email us at [email protected] or contact AP Customer Service at 416397-5235 and follow the prompts. Effective January 1, 2014, all new contracts for existing or new vendors must be enrolled in the Direct Deposit program.

6. Instructions for Section 3 - Tender Submission Package 6.1 Mandatory Bid Submission Requirements

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

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

PMMD V 5.13 – 2015.12.08

22 of 346

Page 2-6

Section 2 – Information for Bidders Tender Call No. 200-2016 Contract No. N/A

B. Bid Bond

VI E D W O I N NG O T C SU O P BM Y IT

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

The bonds shall be in accordance with the City's standard form attached to this document.

Failure of a Bidder to submit a fully completed Bid Bond, in the form enclosed in the Tender Submission Package SHALL result in the Bid being rejected as noncompliant. Should the Bidder fail or refuse to execute the Agreement within ten (10) working days after being requested by the City, it will be considered that the Bidder has abandoned all rights and interests in the award and the City will call on the Bid Bond.

C. City Policies Submission Form

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

D. Pricing Form

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

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

6.2 Mandatory Submission Requirements Prior to Award

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

The Bidder must have the following experience in order to be considered for award:

PMMD V 5.13 – 2015.12.08

23 of 346

Page 2-7

Section 2 – Information for Bidders Tender Call No. 200-2016 Contract No. N/A

The contractor for this project must: 1. Be a Mechanical Contracting firm which has a minimum of seven (7) years of experience in installation of HVAC systems and has been in business for a minimum of seven (7) years under their current business name.

VI E D W O I N NG O T C SU O P BM Y IT

2. The Bidder must have completed a minimum of three (3) projects in the last five (5) years (from January 2011 to present), each with a minimum value of $500,000.00 Canadian dollars each (excluding taxes). The Bidder must have been the Contractor as defined in the Construction Lien Act for each of these projects. The projects must also meet the following requirements: a. At least one (1) of the projects must have included the upgrades and/or installations of Air Handling Unit Replacement; and b. Each project must have been completely in occupied and fully operational facilities.

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

Project description, i.e. location, scope of work, project value and contract number; Approval authority contact along with telephone or e-mail information; Owner contact information; Consultant contact information (if applicable) and; List of Sub-Contractors for each project.

In providing this information, the Bidder gives the City and the Consultant consent to contact these individuals to confirm the information. Failure to provide the required information listed on the Experience and Qualifications Form shall render the Bid noncompliant. If required, the City will make its own arrangements in contacting the references. If, at the City’s sole discretion, the references do not confirm the Bidder’s ability to undertake the Work associated with the requirements stated in this Tender Call, the Bid will be declared non-compliant and will not be considered for award. The City reserves the right to verify whether Bidders are relying upon past experience of an affiliated/related legal entity including the nature of the corporate relationship and its relevance to this project. If, at the City's sole discretion, it is determined that a Bidder is relying on an affiliated/related legal entity's past experience and a transfer of the affiliated/related legal entity's experience cannot be demonstrated as relevant to this project then the Bid will be declared non-compliant and not be considered for award. The City reserves the right to verify past performance of the Bidder or its affiliated entities on relevant past City projects (including the City's Agencies, Boards, Commissions and Corporations).

B. Statutory Declaration for the Occupational Health and Safety Act

It is the Bidder’s responsibility as "Constructor" under the provisions of the Occupational Health and Safety Act of Ontario, R.S.O. 1990, c. O.1, as may be amended (hereinafter

PMMD V 5.13 – 2015.12.08

24 of 346

Page 2-8

Section 2 – Information for Bidders Tender Call No. 200-2016 Contract No. N/A

“OHSA”), to co-ordinate the activities of all employees and workers under the Bidder’s control operating within the Contract limits to ensure that the requirements of the OHSA are satisfied.

VI E D W O I N NG O T C SU O P BM Y IT

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

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

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

C. List of Subcontractors Form

Upon request, the Bidder will be required to provide a list of Subcontractors and associated work types to the City for its review and approval prior to award. Bidders must not include companies under suspension by the City on their list of Subcontractors.

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

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

PMMD V 5.13 – 2015.12.08

25 of 346

Page 2-9

Section 2 – Information for Bidders Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

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

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

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

PMMD V 5.13 – 2015.12.08

26 of 346

Page 2-10

Section 3 – Tender Submission Package Bid Bond Tender Call No. 200-2016 Contract No. N/A

BOND NO: KNOW ALL MEN BY THESE PRESENTS that we

VI E D W O I N NG O T C SU O P BM Y IT

herein called the "Principal" - and -

herein called the "Surety"

are jointly and severally held and firmly bound unto the City of Toronto, hereinafter called the "City", each, in the penal sum of 10% of the Bid Price

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

SEALED with our several and respective seals. DATED this

day of

20

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

TENDER CALL NO. 200-2016 CONTRACT NO. N/A

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

PMMD V 5.13 – 2015.12.08

27 of 346

Page 3-1

Section 3 – Tender Submission Package Bid Bond Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

(ii) payment for certain labour and materials,

both in the forms required by the City then this obligation shall be void; otherwise the Principal and Surety will pay unto the City the difference in money between the total amount of the Tender of the said Principal and the sums of the amount for which the City legally contracts with another party to perform the work and for which the City of Toronto may expend or for which it may become liable by reason of such default or failure, including the cost of any advertisement for new Tenders if the latter sums of the amount be in excess of the former; but in no event shall the Surety's liability exceed the penal sum hereof. AND IT IS HEREBY DECLARED AND AGREED that the Surety shall be liable as Principal and that nothing of any kind or matter whatsoever that will not discharge the Principal shall operate as a discharge or release of liability of the Surety, any law or usage relating to the liability of Sureties to the contrary notwithstanding.

SEALED AND DELIVERED

)

in the presence of

)

)

)

Principal

) ) )

)

PMMD V 5.13 – 2015.12.08

Surety

28 of 346

Page 3-2

Working Near Asbestos Section 3 – Tender Submission Package Statutory Declaration with Asbestos Awareness Training Tender Call No. 200-2016 Contract No. N/A

DOMINION OF CANADA

} } } } } } } } }

PROVINCE OF ONTARIO JUDICIAL DISTRICT

VI E D W O I N NG O T C SU O P BM Y IT

OF YORK;

IN THE MATTER of a proposed Contract for

TO WIT:

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

I/we

of the city / town / village of in the province of

IF AN INDIVIDUAL STRIKE OUT "OF"

do solemnly declare as follows:

1. I am

(If an incorporated Company, state "President", “Secretary”, or as the case may be)

of

(State Firm Name)

the Bidder herein.

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

I am the Bidder herein and I carry on business at

under the name of

(State Firm Name)

and

there is no other person associated with me in partnership.

IF A PARTNERSHIP, USE THE FOLLOWING PARAGRAPH

We are the Bidders herein and we carry on business at in partnership,

under the name of

(State Firm Name)

and

we are the only members of such partnership.

PMMD Construction - V 1.0 – May 20, 2011

29 of 346

Page 3-3

Section 3 – Tender Submission Package Statutory Declaration with Asbestos Awareness Training Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

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

b) HAVE/HAVE NOT YET **, without limiting the generality of the foregoing, provided its personnel (including but not limited to employees and workers as well as the employees and workers of all sub-contractors) with Asbestos Awareness Training which meets the requirements of Ontario Regulation 278/05 (Designated Substance – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “A”. c) HAVE/HAVE NOT YET ** put into effect all programs and plans related to confined spaces as required by the regulations under the OHSA.

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

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

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

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

PMMD Construction - V 1.0 – May 20, 2011

30 of 346

Page 3-4

Section 3 – Tender Submission Package Statutory Declaration with Asbestos Awareness Training Tender Call No. 200-2016 Contract No. N/A

VI E D W O I N NG O T C SU O P BM Y IT

4.(a) The Bidder designates ***____________________________, a representative of the Bidder who shall be assigned to a supervisory role over the work of the Contract and who has received training in the provisions of the OHSA which qualifies him/her to act as a "competent person" as defined in the OHSA, in order to have him/her act in an informed and responsible manner in complying with the OHSA and the Contractor's role as employer under the terms of this Contract and the OHSA. 4.(b) Without limiting the generality of the foregoing, the bidder’s supervisors HAVE/HAVE NOT YET ** received, in addition to Asbestos Awareness Training set out in 3(b), a program of Asbestos Management Training which meets the requirements of Ontario Regulation 278/05 (Designated Substances – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “B”.

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

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

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

SEVERALLY DECLARED before me at the the Province of Ontario

of

in

this of

day

20

} } } } } } Signing Officer of Company } }

A Commissioner, etc.

PMMD Construction - V 1.0 – May 20, 2011

31 of 346

Page 3-5

Section 3 – Tender Submission Package Statutory Declaration with Asbestos Awareness Training Tender Call No. 200-2016 Contract No. N/A

APPENDIX “A” “ASBESTOS AWARENESS TRAINING” history of asbestos and asbestos-containing materials

VI E D W O I N NG O T C SU O P BM Y IT

 

how to identify asbestos



the hazards of asbestos exposure



methods of controlling asbestos hazards



the use, care and disposal of protective equipment and clothing to be used and worn when doing the work



use and maintenance of respiratory protective equipment (RPE)



personal hygiene to be observed when doing the work



Ontario legislation regarding asbestos



the measures and procedures prescribed by the Occupational Health and Safety Act and Ontario Regulation 278/05 regarding asbestos



overview of Type 1, Type 2 and Type 3 abatement methods and procedures

Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request.

PMMD Construction - V 1.0 – May 20, 2011

32 of 346

Page 3-6

Section 3 – Tender Submission Package Statutory Declaration with Asbestos Awareness Training Tender Call No. 200-2016 Contract No. N/A

APPENDIX “B” “ASBESTOS MANAGEMENT TRAINING” Occupational Health and Safety Act and Regulations and Ontario Regulation 278/05 regarding Asbestos

VI E D W O I N NG O T C SU O P BM Y IT

 

Identification of health hazards



Legislated employer duties



Responsibilities of Workers



Legislated constructor duties



Legislated Asbestos Management Plans



Ongoing Asbestos Management in Buildings, O Reg 278/05



Asbestos Records



Asbestos Management Program



Building Surveys



Control considerations including management plan, encapsulation / encasement, enclosure, removal



Asbestos Waste Disposal



Environmental Protection Act Ontario Regulation 347



Packaging Waste



Transporting Asbestos



Legislation Requirements



General Respirator Limitations



Types of Respirators



Parts of a Respirator



Visual Inspection

PMMD Construction - V 1.0 – May 20, 2011

33 of 346

Page 3-7

Section 3 – Tender Submission Package Statutory Declaration with Asbestos Awareness Training Tender Call No. 200-2016 Contract No. N/A

Fit Checks



Particulate Filters



General Guidelines for Abatement Activities



Classifying Activities



Work Procedures – Type 1, Type 2 and Type 3 abatement methods and procedures

VI E D W O I N NG O T C SU O P BM Y IT



Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request.

PMMD Construction - V 1.0 – May 20, 2011

34 of 346

Page 3-8

Section 3 – Tender Submission Package City Policies Submission Form Tender Call No. 200-2016 Contract No. N/A

Policy to Exclude Bids from External Parties Involved in the Preparation or Development of a Specific Call/Request To ensure fair and equal treatment in its competitive procurements, the City of Toronto will undertake to: disallow bidders/proponent from submitting a Bid to any Tender, Quotation, or Proposal call in which the bidders/proponent has participated in the preparation of the call document; and a bidders/proponent who fails to comply will result in disqualification of their response to the call/request.

VI E D W O I N NG O T C SU O P BM Y IT

 

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

No

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

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

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

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

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

PMMD V 5.13 – 2015.12.08

35 of 346

No

Page 3-6

Section 3 – Tender Submission Package Pricing Form Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

All spaces for the aforementioned information must be completed in ink ensuring the printing is clear and legible. Where included, the Alternative Prices, and Supplementary List of Prices Required for Extra Work Forms must also be completed. The lowest Bidder will be determined solely from the Total Base Bid, subject to the City's reserved rights not to award to any Bidder.

Item No

Description

Estimated Quantity /Unit

Cost for Item

1.0

Demolition of existing equipment

Lump Sum

$______________

2.0

Price of new RTU-2 & RTU-3

Lump Sum

$______________

3.0

Installation of RTU-2 & RTU-3

Lump Sum

$______________

4.0

Humidification work for RTU-1, as specified by M&E Engineering Drawings M-1 & M-2

Lump Sum

$______________

5.0

Replacement of under floor diffusers

Lump Sum

$______________

6.0

Miscellaneous work, including filling of existing duct openings, cutting, patching, making good

Lump Sum

$______________

A.) (Sum of items 1.0 to 6.0)…………………...…………………..….

PMMD V 5.13 – 2015.12.08

36 of 346

$______________

Page 3-7

Section 3 – Tender Submission Package Pricing Form Tender Call No. 200-2016 Contract No. N/A

CASH ALLOWANCES (RELOCATION OF ANTENNA) (Exclusive of HST)

VI E D W O I N NG O T C SU O P BM Y IT

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

B.)

C.)

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

$5,000.00

$45,000.00

$______________

D.)

Total Base Bid Price (Sum of A, B and C) ………………….….

E.)

HST Calculation (13% of above item D.) ………………….….

$______________

F.)

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

*$______________

NOTE:

The City of Toronto will deduct from the Vendor's fee $10,000.00 through Change Order No.1 PMMD V 5.13 – 2015.12.08

37 of 346

Page 3-8

Section 3 – Tender Submission Package Pricing Form Tender Call No. 200-2016 Contract No. N/A

VI E D W O I N NG O T C SU O P BM Y IT

for As-Built drawings, Operation and Maintenance Manuals and all Testing and Commissioning Reports. When the Vendor provides the City of Toronto with the above mentioned documents, the City of Toronto will release the $10,000.00 to the Vendor.

PMMD V 5.13 – 2015.12.08

38 of 346

Page 3-9

Section 3 – Tender Submission Package Experience and Qualifications Form Tender Call No. 200-2016 Contract No. N/A

1. Project Experience / Comparable Projects

VI E D W O I N NG O T C SU O P BM Y IT

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

Firm name of contractor or sub trade that the contractor will be using for this project:

_____________________________________________________ _ _____________________________________________________ _

_____________________________________________________ _

Firm Address:

_____________________________________________________ _ _____________________________________________________ _

Year Established:

_____________________________________________________ _

Project 1

Project Title

Project commencement and completion date:

Year commenced: ____________

Year completed: ____________

Scope of Work

Original project value at time of commencement:

$_____________________

Final cost of project at time of completion

$_____________________

Owner Contact

PMMD V 5.13 – 2015.12.08

39 of 346

Page 3-10

Section 3 – Tender Submission Package Experience and Qualifications Form Tender Call No. 200-2016 Contract No. N/A Consultant Contact Was Work Performed by the same Legal Entity as the Bidder (Yes/No).

VI E D W O I N NG O T C SU O P BM Y IT

If no State name of the affiliated/related Entity that performed the work If Work Performed by Legal Entity other than the Bidder state relationship to the Entity Listed

Project 2

Project Title

Project commencement and completion date:

Year commenced: ____________

Year completed: ____________

Scope of Work

Original project value at time of commencement:

$_____________________

Final cost of project at time of completion

$_____________________

Owner Contact

Consultant Contact

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

PMMD V 5.13 – 2015.12.08

40 of 346

Page 3-11

Section 3 – Tender Submission Package Experience and Qualifications Form Tender Call No. 200-2016 Contract No. N/A

Project 3 Project Title

Project commencement and completion date:

Year commenced: ____________

Year completed: ____________

VI E D W O I N NG O T C SU O P BM Y IT

Scope of Work

Original project value at time of commencement:

$_____________________

Final cost of project at time of completion

$_____________________

Owner Contact

Consultant Contact

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

PMMD V 5.13 – 2015.12.08

41 of 346

Page 3-12

Section 4 – Scope Of Work

Tender Call No. 200-2016 Contract No. N/A

SCOPE OF WORK The terms & conditions of the Bidders Document (front end) including General Conditions of the Contract & Supplementary General Conditions, prepared by the City of Toronto shall over-ride any conflicting terms of the Specifications of Divisions 15 and 16.

VI E D W O I N NG O T C SU O P BM Y IT

1

2

The term ‘Consultant’ used on this project shall denote Adee Consultants Ltd.

3

All removed equipment and materials shall be disposed of from the City of Toronto property.

4

Provide all work shown on the mechanical drawings and specified in various sections of the specifications.

5

Remove and dispose of all sections of the existing roof mounted air conditioning units (RTU-2 & RTU-3), complete with related supply, return & exhaust ductwork above roof, gas piping, electric power supply, wiring & conduits to panels, related automatic controls. For additional information refer to the drawings and specifications.

6

Provide all sections of the new roof mounted air conditioning units (RTU-2 & RTU-3), complete with related supply, return & exhaust ductwork above roof, gas fired steam humidifiers built-in the RTUs, gas piping, electric power supply, wiring & conduits to panels, related automatic controls. For additional information refer to the drawings and specifications. New units shall be installed on the existing structural steel platform.

7

A new gas fired humidifier shall be built-inside each RTU. Provide water piping, condensate drains, gas piping, venting, power supply and controls.

8

Surfaces of the existing structural steel supports for RTU-2 & RTU-3 shall be scrapped and painted with two coats of Acrylic Latex based outdoor paint for steel of the color to match existing color. Painting shall be done after removing existing RTU and before installing new RTU. Adequate time shall be allowed for the paint to dry.

9

Provide roof openings & pitch pockets for the new roof penetrations, c/w Aluminum or galvanized steel sleeves, roof curbs, caulking, sealing, etc. to protect the roof. Contact number for the base building roofing contractor is: Alpplewood Roofing: (416) 745-2599.

10

All water and drain piping above roof shall be insulated by Division 15 and heat traced by Division 16.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 42 of 346

Section 4 – Scope Of Work

Tender Call No. 200-2016 Contract No. N/A

Upgrade existing automatic controls and Building Automation System (BAS) as specified.

12

All equipment shall be installed in accordance with the manufacturer’s recommendations. Equipment manufacturer’s representative shall inspect the installation and shall provide a certificate of proper installation.

VI E D W O I N NG O T C SU O P BM Y IT

11

13

Provide Testing, Adjusting and Balancing (TAB) as specified, by one the four companies named in Section 15951. Three copies of the final report are to be submitted to the Consultant. Name of the TAB contractor shall be submitted to the Consultant within two weeks after the award of the Contract.

14

All existing surfaces and finishes (including roofing) damaged during construction shall be repaired / replaced and made good to match existing conditions and finishes, at no extra cost to the Owner.

15

Installation of the RTU's shall be performed in two (2) phases. One RTU shall be removed and replaced at a time, while the second RTU shall be operating at all this time. Contractor shall ensure that there shall be no interruption to the operation of the second unit, while the first unit is being replaced. The unit to be replaced first shall be selected with the Owner’s approval.

16

Contractor shall submit a detailed construction schedule within two weeks after the award of the contract.

17

Contractor shall notify the City PM's/client and the Consultant prior to start all testing and commissioning

18

Provide full 2 year warranty (part and labor) from the date of substantial completion

19

Provide one soft copy of all turnover documents on USB is in addition to the standard hard copies of turnover documents and the CDs of the asbuilt drawings.

20 20.1

Under Floor Diffusers Replace existing fifty (50) floor diffusers on the third floor with new diffusers (whole assembly), including diffuser box, damper & controls. Connect new diffusers to existing thermostats and controls. New diffuser shall match the size of existing diffusers. Color of the new diffusers shall match the existing. Provide all cutting, patching and make-good to match existing condition & finish.

20.2

Contractor shall submit a unit price for adding or deleting a floor diffuser to & from the Contract, at the sole discretion of the Owner.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 43 of 346

Section 4 – Scope Of Work

Tender Call No. 200-2016 Contract No. N/A

M&E Engineering (Drawings M-1 & M-2) Drawings M-1 & M-2 & specifications on the drawings prepared by M&E Engineering and dated Aug, 31, 2015 shall be part of this tender package. All work shall be performed as shown on these drawings. The following notes were issued as Addendum and shall be part of this tender package.

VI E D W O I N NG O T C SU O P BM Y IT

21 21.1

21.1.1

Contact number for the base building roofing contractor is: Alpplewood Roofing: (416) 745-2599.

21.1.2

Crimped connections shall be used for all new DCW and condensate drain copper piping located inside the building. Brazed connections shall be used for all new steam and condensate drain copper piping located outside the building on the roof.

21.2

Contractor shall ensure that steam distributors are installed in the ductwork and not in the existing silencers.

22

Communication antenna on the north side shall be relocated (under cash allowance) to avoid interference with the new RTU-3. Contact Top Rig Communications (Dave Topp @ (416) 587-0639).

End of Section

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 44 of 346

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

VI E D W O I N NG O T C SU O P BM Y IT

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

Each session takes less than one hour to complete and can be accessed 24 hours a day, seven days a week from any computer connected to the Internet. No downloads required. There is no limit to the number of people that can register.

To register, please fill out the enclosed application and e-mail to [email protected]. N.B. Once enrolled for one course you are automatically enrolled for all courses.

The Contractor can sign up directly by sending an e-mail to [email protected] with the name, company name and e-mail address of the person (s) requiring authorization. The contractor must enter “City of Toronto” and the location of the City facility into the sign up window so that FM Global can track that they are a Contractor. Please note that 24 hours is required to allow for confirmation of Contractor authorization.

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

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

45 of 346

SPECIFICATIONS

VI E D W O I N NG O T C SU O P BM Y IT

For

REPLACEMENT OF ROOF MOUNTED RTU-1 & RTU-2 AT EMS HEADQUARTERS 4330 DUFFERIN STREET TORONTO for

The City of Toronto Corporate Services Facilities Management Metro Hall – 2nd Floor 55 John Street, Toronto

Dated: April 22, 2016 Prepared by: Adee Consultants Ltd.

46 of 346

TABLE OF CONTENTS Adee Consultants Ltd. SPECIFICATIONS Title

Section No.

Section 00010 Page 1

No. of Pages

DIVISION 1 - GENERAL REQUIREMENTS

Scope of Work ...................................................................................................3

01001 01340 01600 01710 01800

General Instructions ......................................................................................................7 Submittals .....................................................................................................................3 Products & Workmanship .............................................................................................2 Cleaning ........................................................................................................................3 Make Good....................................................................................................................2

15010 15060 15081 15083 15760 15762 15765 15810 15910 15951 Std 001 Std 008 Std 010 Std 014

DIVISION 15 - MECHANICAL General Mechanical Requirements ....................................................................9 Pipe Hanger and Supports ..................................................................................6 Piping Insulation ................................................................................................4 Ductwork Insulation ...........................................................................................4 Roof Top Units ..................................................................................................9 HVAC Equipment ..............................................................................................2 Steam Humidifiers .............................................................................................6 Ductwork............................................................................................................4 Automatic Controls ..........................................................................................12 Equipment Testing, Adjusting and Balancing ...................................................6 Sanitary Drains & Piping ...................................................................................2 Potable Hot and Cold Water Piping ...................................................................5 Natural Gas Piping .............................................................................................3 Refrigerant Piping ..............................................................................................3

16010

DIVISION 16 - ELECTRICAL General Electrical Requirements .......................................................................8

VI E D W O I N NG O T C SU O P BM Y IT

00015

APPENDIX 1-RTU-2 & RTU-3 Data Sheets.......................................................................13 2- Steam Humidifier Data Sheets ......................................................................4 3- Piping Diagram for Humidifiers ....................................................................1 4- Under Floor Diffusers ....................................................................................2 5- Pipe & Duct Insulation Covering Specifications ...........................................2 DRAWINGS BY ADEE CONSULTANTANTS LTD. M-1A & M-2A Mechanical Work E-1 & E-2 Electrical Work DRAWINGS BY M&E ENGINEERING LTD. M-1 & M-2 Mechanical Work

End of Table of Contents. Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 47 of 346

SCOPE OF WORK Adee Consultants Ltd.

Section 00015 Page 1

SCOPE OF WORK The terms & conditions of the Bidders Document (front end) including General Conditions of the Contract & Supplementary General Conditions, prepared by the City of Toronto shall over-ride any conflicting terms of the Specifications of Divisions 15 and 16.

VI E D W O I N NG O T C SU O P BM Y IT

1

2

The term ‘Consultant’ used on this project shall denote Adee Consultants Ltd.

3

All removed equipment and materials shall be disposed of from the City of Toronto property.

4

Provide all work shown on the mechanical drawings and specified in various sections of the specifications.

5

Remove and dispose of all sections of the existing roof mounted air conditioning units (RTU-2 & RTU-3), complete with related supply, return & exhaust ductwork above roof, gas piping, electric power supply, wiring & conduits to panels, related automatic controls. For additional information refer to the drawings and specifications.

6

Provide all sections of the new roof mounted air conditioning units (RTU-2 & RTU-3), complete with related supply, return & exhaust ductwork above roof, gas fired steam humidifiers built-in the RTUs, gas piping, electric power supply, wiring & conduits to panels, related automatic controls. For additional information refer to the drawings and specifications. New units shall be installed on the existing structural steel platform.

7

A new gas fired humidifier shall be built-inside each RTU. Provide water piping, condensate drains, gas piping, venting, power supply and controls.

8

Surfaces of the existing structural steel supports for RTU-2 & RTU-3 shall be scrapped and painted with two coats of Acrylic Latex based outdoor paint for steel of the color to match existing color. Painting shall be done after removing existing RTU and before installing new RTU. Adequate time shall be allowed for the paint to dry.

9

Provide roof openings & pitch pockets for the new roof penetrations, c/w Aluminum or galvanized steel sleeves, roof curbs, caulking, sealing, etc. to protect the roof. Contact number for the base building roofing contractor is: Alpplewood Roofing: (416) 745-2599.

10

All water and drain piping above roof shall be insulated by Division 15 and heat traced by Division 16.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 48 of 346

SCOPE OF WORK Adee Consultants Ltd.

Section 00015 Page 2

Upgrade existing automatic controls and Building Automation System (BAS) as specified.

12

All equipment shall be installed in accordance with the manufacturer’s recommendations. Equipment manufacturer’s representative shall inspect the installation and shall provide a certificate of proper installation.

VI E D W O I N NG O T C SU O P BM Y IT

11

13

Provide Testing, Adjusting and Balancing (TAB) as specified, by one the four companies named in Section 15951. Three copies of the final report are to be submitted to the Consultant. Name of the TAB contractor shall be submitted to the Consultant within two weeks after the award of the Contract.

14

All existing surfaces and finishes (including roofing) damaged during construction shall be repaired / replaced and made good to match existing conditions and finishes, at no extra cost to the Owner.

15

Installation of the RTU's shall be performed in two (2) phases. One RTU shall be removed and replaced at a time, while the second RTU shall be operating at all this time. Contractor shall ensure that there shall be no interruption to the operation of the second unit, while the first unit is being replaced. The unit to be replaced first shall be selected with the Owner’s approval.

16

Contractor shall submit a detailed construction schedule within two weeks after the award of the contract.

17

Contractor shall notify the City PM's/client and the Consultant prior to start all testing and commissioning

18

Provide full 2 year warranty (part and labor) from the date of substantial completion

19

Provide one soft copy of all turnover documents on USB is in addition to the standard hard copies of turnover documents and the CDs of the asbuilt drawings.

20 20.1

Under Floor Diffusers Replace existing fifty (50) floor diffusers on the third floor with new diffusers (whole assembly), including diffuser box, damper & controls. Connect new diffusers to existing thermostats and controls. New diffuser shall match the size of existing diffusers. Color of the new diffusers shall match the existing. Provide all cutting, patching and make-good to match existing condition & finish. Contractor shall submit a unit price for adding or deleting a floor diffuser to & from the Contract, at the sole discretion of the Owner.

20.2

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 49 of 346

SCOPE OF WORK Adee Consultants Ltd. 21 21.1

M&E Engineering (Drawings M-1 & M-2) Drawings M-1 & M-2 & specifications on the drawings prepared by M&E Engineering and dated Aug, 31, 2015 shall be part of this tender package. All work shall be performed as shown on these drawings. The following notes were issued as Addendum and shall be part of this tender package. Contact number for the base building roofing contractor is: Alpplewood Roofing: (416) 745-2599. Crimped connections shall be used for all new DCW and condensate drain copper piping located inside the building. Brazed connections shall be used for all new steam and condensate drain copper piping located outside the building on the roof. Contractor shall ensure that steam distributors are installed in the ductwork and not in the existing silencers.

VI E D W O I N NG O T C SU O P BM Y IT

21.1.1

Section 00015 Page 3

21.1.2

21.2

22

Communication antenna on the north side shall be relocated (under cash allowance) to avoid interference with the new RTU-3. Contact Top Rig Communications (Dave Topp @ (416) 587-0639.

End of Section

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 50 of 346

GENERAL INSTRUCTIONS Adee Consultants Ltd.

Section 01001 Page 1

General

1.1

GENERAL REQUIREMENTS

1.1.1

Conform to Part I - General Conditions for Public and Invitational Tender Calls and any Supplementary Conditions attached thereto.

VI E D W O I N NG O T C SU O P BM Y IT

1

1.1.2

Conform to Part II - Material, Equipment and Performance Specification.

1.1.3

Conform to Ontario Building Code (latest edition), by-laws, environmental requirements, W.H.I.M.S., Occupational Health and Safety Act and all authorities having jurisdiction.

1.1.4

Conform to Drawings listed on Index.

1.1.5

The above sentences 1.1, 1.2, 1.3, and 1.4, applies to all sections of this specification.

1.2 1.2.1

Scope of Work The work includes but is not necessarily limited to the supply of labour, equipment, plant, tools, supervision, services and materials to execute the work specified in Section 00015.

1.2.2

For detailed Scope of Work, refer to Trade Divisions.

1.3 1.3.1

Communications Prior to Tender Closing the Bidder shall communicate directly with the Owner's representatives as indicated on the front of this specification.

1.3.2

After the contract award, the Contractor shall direct all communications, submittals, documentation, etc., to the Contract Administrator.

1.4 1.4.1

Definition Where the word "provide" is used in these contract documents, it shall mean "supply and install" unless specifically and clearly indicated otherwise.

1.4.2

It is understood that the term "Owner", where listed in this specification, shall be read as City of Toronto.

1.5 1.5.1

Examination Prior to Tender submission examine the site and surrounding areas and be fully informed as to the conditions and limitations under which the work has to be executed. Additional costs will not be entertained with respect to conditions which could reasonably have been ascertained by an inspection of the site prior to tender closing.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 51 of 346

GENERAL INSTRUCTIONS Adee Consultants Ltd.

Section 01001 Page 2

Specification Divisions Work specified in the specification has been divided into technical sections for the purpose of ready reference. Division of work among Subcontractors and suppliers is solely the Contractor's responsibility and the Contract Administrator assumes no responsibility to act as an arbitrator to establish subcontract limits between sections or divisions of work.

1.7 1.7.1

Qualification of the Contractor and Workers Work shall be done only by recognized established contractors or tradespersons, having at least five (5) years' proven satisfactory experience in the related work herein. The Owner shall reserve the right to determine satisfactory experience.

1.7.2

Where required by manufacturers of specialty products, only contractors approved as applicators shall be utilized.

1.7.3

Workers shall be skilled tradespersons, thoroughly trained and possessing a document of apprenticeship issued in Ontario in the trades performed under this Contract.

1.7.4

Should at any time, the work be unsatisfactory in the Contract Administrator's opinion, such document of proof of the worker's experience must be presented or the workers be replaced.

1.8 1.8.1

Quality of Service During the Contract duration, the Contractor is responsible to correct immediately, any interruption to essential services caused by his/her work whether they occur during the day or night, (business days or weekend and/or holidays). The maximum response time of two (2) hours is required. Other types of interruptions shall be corrected within 24 (twenty-four) hours.

1.8.2

Failure to respond within the specified time period shall render the Contractor responsible for payment of all charges incurred by the Owner when a third party has to be called to perform the necessary work.

1.9 1.9.1

Construction Schedule The General Contractor shall submit a construction schedule in the form of a bar chart within five (5) days after requested by the Contract Administrator. The construction schedule shall show the Contractor's start and finish dates along with the start and finish dates of his/her individual trades and materials and all within the time frame of the Contract.

1.10 1.10.1

Hours of Work The hours of work will be between 8:00 AM and 5:00 PM on business days, unless otherwise approved by the Owner.

1.11

Identification

VI E D W O I N NG O T C SU O P BM Y IT

1.6 1.6.1

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 52 of 346

GENERAL INSTRUCTIONS Adee Consultants Ltd.

Section 01001 Page 3

The Contractor and all of its employees are required, if requested by the Owner's representative or by the Owner's tenant, to identify himself/herself as the employee of the Contractor, and shall be equipped with acceptable identification for that purpose.

1.11.2

Identification will indicate the name of the Contractor, the trade involved, the name and photograph of the employee and the date of the issuance of the identification card.

VI E D W O I N NG O T C SU O P BM Y IT

1.11.1

1.12 1.12.1

Access To Site Through The Building (when required by the project) The Contractor shall not be allowed passage through residence units in order to carry out exterior work or to gain access to equipment parked at the unit's balcony.

1.12.2

The Contractor's workers can use the building elevator to access floors, units or roofs. For the work on exterior building materials must not be transported in elevators.

1.12.3

The Contractor shall co-ordinate use of elevator service with the Contract Administrator for the transport of building materials for interior work.

1.13 1.13.1 1.13.1.1 1.13.1.2 1.13.1.3 1.13.1.4 1.13.1.5

Safety Observe and enforce the requirements of: the Occupational Health and Safety Act and Regulations, the Accident Investigation Policy, the City Of Toronto Health and Safety Program, the Contractor’s Health and Safety Policy, Procedure and Plan, and other applicable Provincial and Municipal regulations.

1.13.2

The Contractor shall be responsible for posting signs advising persons of construction in progress and all safety notices, as required.

1.13.3

The Contractor and his/her Subcontractors shall be required to have and use all required safety equipment such as safety lines, safety boots, hard hats, etc., on site, all in accordance with codes and by-laws.

1.13.4

The Contractor shall be responsible to maintain security of the building when it involves the work of this Contract. The Contractor shall obtain all materials and equipment for entry replacement before the existing system is removed. The entry system shall be removed and replaced in the same day. If this is not feasible the Contractor shall provide a hired Security Guard to ensure controlled entry.

1.13.5

The Contractor shall be responsible to ensure that two means of exiting are provided from each building. If the work of this Contract in any way blocks the exits, the Contractor shall provide a safe, covered walkway/bridge through, around, or over the work.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 53 of 346

GENERAL INSTRUCTIONS Adee Consultants Ltd.

Section 01001 Page 4

Suspended Scaffolding (when required by the project) Whenever suspended scaffolding is used, verification is required that a Notice of Project has been filed with the Ministry of Labour prior to the commencement of work. It is the Contractor's responsibility to file the Notice of Project.

1.14.2

The Contractor shall inspect existing conditions of the building and landscaping and shall notify the Owner, in writing, of all existing damage which he/she feels should be recorded before commencement of any work.

1.14.3

Commencement of work without such written record shall imply acceptance of existing conditions and the Contractor shall be liable for the repair or replacement of all damages within the area of his/her work in existence at that time.

1.14.4

The Contractor using a swingstage or suspended scaffolding shall be responsible for protecting the roof membrane and flashings by using 3/4" plywood over 1" Styrofoam board under outriggers, weights, equipment and materials and shall make good all damage caused by them to any part of the building facade, roof or ground level, at no cost to the Owner.

1.15 1.15.1

Roof Protection All work being conducted on the roof shall have a protection board of 3/4" plywood with 1" Styrofoam board under and shall cover the area where the work is in progress. Ensure that the protection is held down with sufficient ballast. The area of protection shall be to the satisfaction of the Contract Administrator.

1.16 1.16.1

Use of Site The Contractor shall assume full responsibility for safely maintaining existing building and site conditions at assigned work area of the Contract.

1.16.2

The Contractor shall check means of access and egress, rights and interests, which may interfere with the work of this project. Do not block traffic lanes, roadways, entrances and/or exits. The Contract Administrator shall be consulted as to the procedures to be followed.

1.17 1.17.1

Inspecting and Testing The Owner reserves the right to retain independent inspection companies to confirm compliance by the Contractor to this specification.

1.17.2

This shall not relieve the Contractor of his/her responsibilities for the proper completion and guarantee of work, governed by this specification.

1.17.3

The Contractor, or his/her on-site Supervisor, will accompany the Contract Administrator appointed by the Owner for construction supervision and assist

VI E D W O I N NG O T C SU O P BM Y IT

1.14 1.14.1

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 54 of 346

GENERAL INSTRUCTIONS Adee Consultants Ltd.

Section 01001 Page 5

him/her to inspect the work, using any equipment used by the Contractor for carrying out the work. Designated Substances The removal of manufactured or sprayed products containing asbestos or A.C.M. may or may not be present in the work of this project. If, during the demolition process of the project the Contractor encounters products, which could contain asbestos, he/she shall advise the Owner immediately, in writing, and await directions and procedures to be followed.

VI E D W O I N NG O T C SU O P BM Y IT

1.18 1.18.1

1.19 1.19.1 1.19.2

Warranties/Extended Warranties The Contractor shall provide two (2) years warranty to include all parts and labour, starting from the date of substantial completion. The General Contractor shall, before receipt of final payment, provide three (3) copies of all warranties and/or guarantees received from manufacturers, suppliers and subtrades, as required by Part I, General Conditions and Extended Warranties required by Part II, Material Equipment and Performance Specification. Performance specification shall be signed by a bonafide representative of the company issuing the warranties or guarantees. All guarantees and warranties shall be accompanied by a letter stipulating the name and phone number of the responsible person to be contacted in the event of problems arising during the warranty period. All warranties shall be made out in the name of the Owner "City of Toronto".

1.19.3

This warranty shall indicate a maximum response time of two (2) hours where essential services are affected and a maximum of 24 (twenty-four) hours for other types of required warranty work. Failure to respond within the specified time periods shall render the issuer of the warranty responsible for payment of all charges incurred by the Owner when a third party has to be called to perform the necessary work covered by warranty or guarantee.

1.20 1.20.1

Final Cleaning Upon completion of construction and /or repair, and prior to final acceptance of the work, remove grease, paint spots, dirt, dust, stains, labels, fingerprints and other foreign matter from interior and exterior surfaces of the work.

1.20.2

Leave all surfaces in a new, perfectly clean and unsoiled condition.

1.20.3

Remove all debris from the site and pay all haulage and dumping fees.

1.20.4

Refer to Section 01710 for additional requirements for cleaning.

1.21 1.21.1

Building Permit The Owner, at his/her own expense will provide a building permit, as required. It shall be the Contractor's responsibility to call the appropriate Department of Building Inspection Branch, to notify them of the starting date of the work and to arrange periodic inspections as the Department of

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 55 of 346

GENERAL INSTRUCTIONS Adee Consultants Ltd.

Section 01001 Page 6

Buildings may require. Only after the Contractor consults with the Contract Administrator and is in receipt of the building permit shall he telephone the appropriate parties for inspection or notification. The Contractor shall pay all fees in connection with other permits, inspections and final Certificate of Approvals.

1.22 1.22.1

Shop Drawings The Contractor shall submit fully detailed and dimensioned shop drawings in accordance with Section 01340.

1.23 1.23.1

Product Data The Contractor shall submit product data and manufacturer's instructions when requested in the specification or when requested by the Owner in accordance with Section 01340.

1.24 1.24.1

Samples The Contractor shall submit samples of whole or part in accordance with Section 01340.

1.25 1.25.1

Tests and Mock-ups The Contractor shall follow the requirements as set out in Section 01340.

1.26 1.26.1

Cutting and Patching Do all cutting, patching, and making good to leave in a finished condition and make the several parts of the work come together properly. Co-ordinate work to keep cutting and patching to a minimum.

1.26.2

Regardless of which section of work is responsible for any portion of the cutting and patching, in each case qualified skilled tradespersons in the work being cut and patched shall be employed to ensure it is correctly done.

1.26.3

Do not endanger any work by cutting, or otherwise altering, and do not alter any load bearing element without written authorization by the Owner.

1.27 1.27.1

Protection Ensure that no damage is caused to adjacent areas during the progress of this Contract and the protection shall extend to the adjacent buildings and areas.

1.27.2

Protect new and old work from damage with suitable protective covering, all to the Owner's requirements.

1.27.3

Repair and make good any and all damage caused, at no extra cost to the Owner, and to the complete satisfaction of the Owner and the authorities having jurisdiction. Do not proceed with the repairs or remedial work without written permission from the Contract Administrator. Only trades specially trained to perform the work will be allowed to make remedial or repair work.

VI E D W O I N NG O T C SU O P BM Y IT

1.21.2

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 56 of 346

GENERAL INSTRUCTIONS Adee Consultants Ltd.

Section 01001 Page 7

Protect work during periods of suspension, regardless of reason for suspension. Protection shall also include adjacent buildings and areas.

1.27.5

Protect existing paved surfaces, and if damaged make good all damaged paved surfaces or cut back as a result of the work of this Contract.

1.27.6

All furniture, equipment and surfaces shall be protected during the construction period. All damaged furniture, equipment and surfaces shall be replaced or repaired to the Owner’s satisfaction and at Contractor’s expense.

VI E D W O I N NG O T C SU O P BM Y IT

1.27.4

END OF SECTION

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 57 of 346

SUBMITTALS Adee Consultants Ltd.

Section 01340 Page 1

GENERAL

1.1 1.1.1

Shop Drawings Submit shop drawings in accordance with the General Conditions of the Contract for all products. Supplement shop drawings with brochures where necessary or as required. The initial submission of shop drawings for any one trade shall include a checklist of all related specified items for that trade to ensure complete submittal and review.

VI E D W O I N NG O T C SU O P BM Y IT

1

1.1.2

Submit five copies of such Drawings or Brochures to the Owner, who will review such Drawings or Brochures. If items are not as specified, re-submit seven corrected copies.

1.1.3

Each Shop Drawing and/or brochure must bear the stamp and signature of a responsible official in the Contractor's and the subcontractor's organization for each submission as evidence that the drawing has been checked against the requirements as called for in the specifications and Drawings. Also, in the case where the equipment attaches to and/or where there is external wiring connecting to other equipment, that it has been properly coordinated with this equipment, whether supplied under this or other contracts.

1.1.4

Prepare Shop Drawings specifically for this work by qualified drafters and in sufficient detail to avoid decisions being made in the shop or field.

1.1.5

General Shop Drawings showing more than one size or model will not be considered unless properly marked up.

1.1.6

Include performance data and characteristic curves with all fans and pump Shop Drawings.

1.1.7

Submit Shop Drawings for suspension systems for all suspended equipment. Indicate the location of suspension for the equipment, the maximum load at each of the suspension points, the size of suspension rods or members and details of supplementary structural steel framing members.

1.1.8

Include wiring diagrams and schematics for all equipment, which has electrical controls or devices furnished with the equipment. Wiring diagrams alone are not sufficient; schematic and interconnecting drawings, and sequence of operation of equipment are required for review.

1.1.9

Clearly indicate the materials and/or equipment being supplied, all details of construction, finish, accurate dimensions, capacities and performance on Shop Drawings and brochures. Have all drawings certified correct for construction by the manufacturer, before submission. Identify equipment Shop Drawings with designations as shown on the Drawings or in the Specifications. If not

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 58 of 346

SUBMITTALS Adee Consultants Ltd.

Section 01340 Page 2

complied with, Shop Drawings will not be reviewed and will be returned to the Contractor. Revisions to shop drawings will not be allowed after they are reviewed unless further review and submission is required.

1.2 1.2.1

Product Data Submit product data and manufacturer's instructions when requested in the specifications, or by the Contract Administrator, for the assembly and installation of specific materials or equipment. Obtain the review of the data by the Consultant before commencing such work.

1.3 1.3.1

Mock-up Construct field mock-up at location, as directed by the Owner.

1.3.2

Construct each mock-up complete, using same material that is to be used in the project, including work of all trades required to finish the work.

1.3.3

Reviewed mock-up shall become standards of workmanship and material against which installed work will be checked.

1.3.4

If the mock-up is not approved, it will be removed and re-installed until approved. All remedial work shall be done at no extra cost to the Owner.

1.4 1.4.1

Samples The Contractor shall submit samples of whole or part of the material or equipment to be installed, whenever requested by the Owner and when requested in this specification.

1.4.2

Samples shall be of the same quality, finish, texture and colour identical to the ones to be installed, unless otherwise requested in this specification.

1.4.3

All colours, materials and designs must be reviewed by the Consultant.

1.4.4

Submit a minimum of two (2) of each item and identify each sample with the Project and Job Number, type of material, name of Contractor, Subcontractors, and manufacturers and suppliers.

1.5 1.5.1

Testing Submit test reports from an independent laboratory wherever requested in this specification.

1.6 1.6.1

Material Safety Data Sheet (MSDS) - Emission Reports Submit emission reports where available or off-gassing data to help control possible harm to indoor air quality during construction, occupation and including maintenance period.

VI E D W O I N NG O T C SU O P BM Y IT

1.1.10

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 59 of 346

SUBMITTALS Adee Consultants Ltd.

Maintenance Manuals Provide printed or type-written copies of recommended maintenance procedures from those doing Work of each Section whose materials or equipment require regular maintenance (such as flooring). Submit this information in triplicate in matching 3-ring binders in accordance with the General Conditions of the Contract. Each binder shall contain complete list of contents.

VI E D W O I N NG O T C SU O P BM Y IT

1.7 1.7.1

Section 01340 Page 3

1.8 1.8.1

As-built Drawings Obtain 2 sets of white prints and on 1 set record as Work progresses: (a) dimensioned locations of the above ground, buried and concealed services and utilities including existing ones found during course of work and (b) changes and deviations to Work as built.

1.8.2

Regularly review updating of these drawings.

1.8.3

Provide hard copy of the final, neat, clear set of as-built drawings in accordance with the General Conditions of the Contract.

1.8.4

Contractor shall prepare as-built drawings in AutoCAD & pdf formats and shall provide two CDs of all as-builts at his expense to the Owner.

END OF SECTION

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 60 of 346

PRODUCTS & WORKMANSHIP Adee Consultants Ltd.

Section 01600 Page 1

GENERAL

1.1 1.1.1

General This Section is to be read in conjunction with all sections of the specification and Ontario Building Code, by-laws and environmental requirements.

1.2 1.2.1

Standards Within the specification reference may be made to the following standards and other standards:

VI E D W O I N NG O T C SU O P BM Y IT

1

ACI AISC ANSI ASTM CEC CEMA CGSB CISC CLA CRCA CSA FM NAAMM NBC NEMA OBC TTMAC ULC ULI

American Concrete Institute American Institute of Steel Construction American National Standards Institute American Society of Testing and Materials Canadian Electrical Code Canadian Electrical Manufacturer's Association Canadian General Standards Board Canadian Institute of Steel Construction Canadian Lumberman's Association Canadian Roofing Construction Association Canadian Standards Association Factory Mutual Engineering Corporation National Assoc. of Architectural Metal Manufacturers National Building Code National Electrical Manufacturer's Association Ontario Building Code Terrazzo,Tile and Marble Association of Canada Underwriters' Laboratories of Canada Underwriters' Laboratories Institute

1.2.2

It will be the Contractor's responsibility to conform to standards, in part or the whole as set out in the specifications.

1.2.3

If there is a question as to whether any product or system is in conformance with applicable standards, the Contract Administrator reserves the right to have such product or system tested at the Contractor's cost to prove or disprove conformance.

1.2.4

Cost for such testing will be borne by the Owner in the event of conformance with the Contract Documents or by the Contractor in the event that the testing is in non-conformance.

1.3 1.3.1

Standards and Codes Unless otherwise specified and unless stated in the governing building code, contract forms, specifications, codes, manuals and installation instructions and

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 61 of 346

PRODUCTS & WORKMANSHIP Adee Consultants Ltd.

Section 01600 Page 2

standards, shall be the latest published editions at the date of the Contractor's bid submission. Products and Materials Number of Items: In cases where a material or part of material, product and equipment is referred to in the singular, it is hereby intended that the item shall be as many as required and/or necessary to complete the project to the full intent and meaning of the drawings and specifications.

VI E D W O I N NG O T C SU O P BM Y IT

1.4 1.4.1

1.4.2 1.4.2.1

Quality Materials and products used in this project shall be new, and not defective in any way and shall be of the best quality. When requested to do so by the Owner, provide proof as to the quality of the material or product and the source.

1.4.2.2

Defective materials and equipment shall be rejected regardless of prior inspections made. The Contractor's responsibility is not relieved due to the inspections. All defective material shall be removed and replaced with new material, at the expense of the Contractor and he/she shall also be responsible for any delays and the associated and direct costs caused by the rejection.

1.4.2.3

If a dispute arises about the quality of materials or whether it is defective or non-functional, the decision will be that of the Contract Administrator and it shall be based on the requirements of the contract documents.

1.4.2.4

Unless specified otherwise, the Contractor shall keep a uniformity of a manufacturer for the same product throughout the project.

1.4.3 1.4.3.1

Labels and Logo Labels and logos are not acceptable in the finished work. Exception shall be labels required for operating instructions, or when they are in the mechanical, electrical and control areas.

1.4.3.2

Trademarks and labels shall be removed by means of grinding (if required or necessary). The trademarks shall be painted out where the surface is to be painted, or if on plated parts, replace with new, clear and clean, plated metal parts. END OF SECTION

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 62 of 346

CLEANING Adee Consultants Ltd.

Section 01710 Page 1

GENERAL

1.1 1.1.1

Section Includes Compliance with all sections of the specification, Ontario Building Code, bylaws, ordinances, environmental requirements and WHMIS.

1.1.2 1.1.2.1

Scope Of Work This Section of the contract relates to all sections of the specification and includes all cleaning called for or implied by drawings and specifications. The Contractor shall provide all labour, materials, plant, tools, equipment, services and supervision together with all necessary incidentals whether referred to or not, as will be required to complete the work to the full intent and meaning of the drawings and specifications. The work includes, but is not limited to the following: - Daily cleaning - Cleaning during construction - Final cleaning

1.2 1.2.1

General Conduct cleaning and disposal operations to comply with local by-laws and anti-pollution laws. Pay all disposal and dumping fees associated with disposal of materials.

1.2.2

Be responsible for cleanliness of the site and structure to the satisfaction of the Contract Administrator. Maintain the work in neat and orderly condition at all times.

1.2.3

Store volatile waste in covered metal containers, and remove from premises on a daily basis.

1.2.4

Prevent accumulation of waste which will create a hazardous condition.

1.2.5

Provide adequate ventilation during the use of volatile or noxious substances.

1.2.6

The Contractor shall be responsible for cleaning of hall floors along the direction of traffic where construction garbage and debris is transported.

2

PRODUCTS

2.1 2.1.1

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

2.1.2

Provide instructions designating proper method and materials to be used in the final cleaning.

VI E D W O I N NG O T C SU O P BM Y IT

1

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 63 of 346

CLEANING Adee Consultants Ltd.

Section 01710 Page 2

EXECUTION

3.1 3.1.1

Cleaning During Construction On a daily basis, maintain premises, including roofs, yards and hallways, free from debris and waste materials.

3.1.2

Maintain project site, and public and private properties free from accumulation of waste materials and rubbish.

3.1.3

Provide on-site containers for the collection of waste materials and rubbish. Dumpsters may be placed on the site provided that location is co-ordinated with the Contract Administrator. All locations must meet the requirements of the local authority having jurisdiction.

3.1.4

Dispose of waste materials, and rubbish at designated dumping areas and pay all fees.

3.1.5

The Contractor shall remove waste material from the site. If the Contractor fails to do so to the satisfaction of the Contract Administrator, the Administrator shall have the site cleaned and the cost of the work shall be withheld from the Contractor's payments.

3.1.6

Vacuum clean, interior building areas with a commercial type vacuum when ready to receive finish painting and continue vacuum cleaning on a regular basis until building is ready for occupancy.

3.1.7

Schedule cleaning and vacuum operations so that resulting dust and other contaminants will not be deposited on wet, newly painted surfaces.

3.1.8

Remove oily rags, waste and hazardous substances from the premises at the close of each day, or more often if required.

3.2 3.2.1

Final Cleaning In preparation for completion or occupancy, conduct an inspection of the construction area’s interior and exterior surfaces with the Contract Administrator. The Contractor shall prepare a list of all items to be cleaned.

3.2.2

Remove grease, dust, dirt, stains, labels, fingerprints, all markings and other foreign materials, from all surfaces, interior and exterior finished surfaces including glass and other polished surfaces.

3.2.3

Clean all glass, remove stickers and paint and replace broken glass. Leave glass spotless and in polished condition. Glass to be cleaned on both interior and exterior surfaces; use liquids only.

VI E D W O I N NG O T C SU O P BM Y IT

3

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 64 of 346

CLEANING Adee Consultants Ltd.

Section 01710 Page 3

Clean lighting reflectors, lenses, and other lighting surfaces.

3.2.5

Broom clean paved surfaces; rake clean other surfaces.

3.2.6

The Contractor shall be responsible for the site and shall remove snow and ice from sidewalks and driveways and accesses to the building all to the requirements of the authorities having jurisdiction.

VI E D W O I N NG O T C SU O P BM Y IT

3.2.4

3.2.7

Replace heating, ventilating and air conditioning filters if units were operational during construction.

3.2.8

Apply final coat of wax and or polish to floors and other surfaces immediately prior to occupancy.

END OF SECTION

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 65 of 346

MAKE GOOD Adee Consultants Ltd.

Section 01800 Page 1

GENERAL

1.1 1.1.1

Section Includes Compliance with all sections of Division 1, Ontario Building Code, By-laws, Ordinances, Environmental Requirements.

1.1.2

Comply with General Conditions and Supplementary Conditions for Public and Invitational Tender Calls, which form part of this specification.

1.1.3 1.1.3.1

Scope of Work This section of the Contract relates to all sections of the specifications and includes all work called for or implied, for reconstruction, alterations and making good, as required by the drawings and specifications. The Contractor shall provide all, labour, materials, plant, tools, equipment, services and supervision together with all necessary incidentals whether referred to or not, as will be required to complete the work to the full intent and meaning of the drawings and specifications. The work includes, but is not limited to, the following:

VI E D W O I N NG O T C SU O P BM Y IT

1

a) b) c)

Making good existing work. Connections between new and existing work. Services.

1.2 1.2.1

New Work Connected to Existing Work Where new work connects with existing work and where existing work is altered, carry out all necessary cutting and fitting required to make satisfactory connections with the existing work under this Contract so as to leave the entire work in a finished and professional condition.

1.2.2

Unless otherwise specified or required by Codes or By-Laws to meet a certain requirement or both, make good new work to match existing work.

1.2.3

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

1.3 1.3.1

Existing Services Notify Public Utility companies of work proceeding on the site and have location of all services staked out on site. Any claims for damages are the Contractor's responsibility.

1.3.2

Existing services shall be disconnected and relocated where necessary, and reconnected as required to complete the work. This work shall include, without being limited to, plumbing, drainage, fire protection, heating, ventilating and electrical services.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 66 of 346

MAKE GOOD Adee Consultants Ltd.

Section 01800 Page 2

Wherever it becomes necessary to cut or interfere with existing equipment or service lines in any manner for short periods of time, do such work at times agreed upon with the Owner. Notify the Owner at least 48 hours in advance of any necessary interruption.

1.4 1.4.1

Co-ordination Co-ordinate the work of the various trades, taking into account the existing installation to assure the best arrangement of pipes, conduit, ducts, and mechanical, electrical and other equipment in the available space.

1.4.2

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

VI E D W O I N NG O T C SU O P BM Y IT

1.3.3

END OF SECTION

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 67 of 346

GENERAL MECHANICAL REQUIREMENTS

Adee Consultants Ltd.

Section 15010 Page 1

General

1.1 1.1.1

GENERAL REQUIREMENTS This Section applies to and governs the Work of all Sections of Division 15.

1.1.2

The term ‘Consultant’ used in all sections of the Specifications shall denote Adee Consultants Ltd.

VI E D W O I N NG O T C SU O P BM Y IT

1

1.1.3

Where other Mechanical Trades Sections conflict with the requirements specified in this Section, the Specifications of that particular Section shall govern.

1.2

REFERENCES ANSI B31.1 to B31.9 - Piping. ASTM Standards. ASTM Boiler and Pressure Vessel Code, Section V:Non-destructive Examination. CAN/CGSB-24.3-92 - Identification of Piping Systems. CSA A23.1-94 - Concrete Materials and Methods of Concrete Construction. CSA S16.1-94 - Limit States Design of Steel Structures. CAN/CSA-G40.21-M92 - Structural Quality Steel CSA W117.2-94 - Safety in Welding, Cutting and Allied Processes. CAN/CGSB-1.40-M89 - Primer, Structural Steel, Oil Alkyd Type. CSA B51-95 - Boiler, Pressure Vessel and Pressure Piping Code. CSA B52-95 - Mechanical Refrigeration Code. CSA W47.1-92 - Certification of Companies for Fusion Welding of Steel Structures. CSA W48.1-M91 - Carbon Steel Covered Electrodes for Shielded Metal Arc Welding CSA W59-M89 - Welded Steel Construction (Metal Arc Welding) ISO Standard 2372 ISO Standard 3945 ISO Standard 2954 OPSS 1010-93 - Material Specifications for Aggregates - Granular A, B, M and Select Subgrade Material

1.3 1.3.1

DESCRIPTION Provide work in accordance with the full intent and meaning of the Drawings and Specifications as required to result in complete operating systems.

1.3.2

The Drawings show the arrangement and general design. The work is suitably outlined on the Drawings with regard to sizes, locations, general arrangements and installation details. The mains and connections thereto are shown more or less in diagram except where in certain cases the Drawings may include details giving the exact locations and arrangements required.

1.4 1.4.1

WORK COVERED BY OTHER DIVISIONS OR CONTRACTS Refer to other Divisions of the specifications and to the Drawings for work related to the mechanical work to avoid interferences with work of other trades (and other

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 68 of 346

GENERAL MECHANICAL REQUIREMENTS

Adee Consultants Ltd.

Section 15010 Page 2

Contractors) and to ensure proper completion of the work as a whole. APPORTIONMENT OF THE WORK Classify and apportion all materials and the performance of all labour to the several trades involved in accordance with all local customs, rules, regulations, jurisdictional awards, decisions, etc., insofar as they may apply and as required to efficiently execute the work involved in this contract.

VI E D W O I N NG O T C SU O P BM Y IT

1.5 1.5.1

1.6 1.6.1

1.6.2

PERMITS AND FEES Obtain all permits required for the installation of mechanical trades work, arrange for inspections and tests therewith and pay all fees and costs for the permits, inspections and fees. Obtain permits immediately after notification of award of Contract. Obtain copies of Drawings from the Consultant for submission with application for permits.

1.7 1.7.1

EXISTING SERVICE Do not shut down or make connections to any existing service without written permission of the Consultant and the Owner.

1.8 1.8.1

MATERIALS AND EQUIPMENT Use materials and equipment as specified herein, or specified equivalent. Design of mechanical systems has been based on the first listed supplier and model number/size specified in appropriate sections of the specifications.

1.9 1.9.1

ALTERNATE EQUIPMENT The design and drawings are prepared on the basis of the specified equipment (base bid). If a Contractor bids on the basis of different or an alternated equipment, the Contractor shall be fully responsible all deviations from the base bid specified equipment, including but not limited to space requirements for different sizes and dimensions, weights, structural supports, power variations, etc. Contractor shall pay for all variations.

1.10

SUBMITTALS

1.10.1 1.10.1.1

Shop Drawings Submit shop drawings as specified in this Section. Supplement shop drawings with brochures where necessary or as required. The initial submission of shop drawings for any one trade shall include a checklist of all related specified items for that trade to ensure complete submittal and review.

1.10.1.2

Submit two paper copies and one pdf file of such Drawings or Brochures to the Consultant, who will review such Drawings or Brochures. One reviewed paper copy will be returned to the contractor. If shop drawings are rejected, then re-submit corrected shop drawings (two paper copies and one pdf file).

1.10.1.3

Each Shop Drawing and/or brochure must bear the stamp and signature of a responsible official in the Contractor's and the subcontractor's organization for each submission as evidence that the drawing has been checked against the requirements as called for in the specifications and Drawings. Also, in the case where the equipment

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 69 of 346

GENERAL MECHANICAL REQUIREMENTS

Adee Consultants Ltd.

Section 15010 Page 3

attaches to and/or where there is external wiring connecting to other equipment, that it has been properly coordinated with this equipment, whether supplied under this or other contracts. Prepare Shop Drawings specifically for this work by qualified drafters and in sufficient detail to avoid decisions being made in the shop or field.

1.10.1.5

General Shop Drawings showing more than one size or model will not be considered unless properly marked up.

VI E D W O I N NG O T C SU O P BM Y IT

1.10.1.4

1.10.1.6

Include performance data and characteristic curves with all fans and pump Shop Drawings.

1.10.1.7

Submit Shop Drawings for suspension systems for all suspended equipment. Indicate the location of suspension for the equipment, the maximum load at each of the suspension points, the size of suspension rods or members and details of supplementary structural steel framing members.

1.10.1.8

Include wiring diagrams and schematics for all equipment, which has electrical controls or devices furnished with the equipment. Wiring diagrams alone are not sufficient; schematic and interconnecting drawings, and sequence of operation of equipment are required for review.

1.10.1.9

Clearly indicate the materials and/or equipment being supplied, all details of construction, finish, accurate dimensions, capacities and performance on Shop Drawings and brochures. Have all drawings certified correct for construction by the manufacturer, before submission. Identify equipment Shop Drawings with designations as shown on the Drawings or in the Specifications. If not complied with, Shop Drawings will not be reviewed and will be returned to the Contractor.

1.10.1.10

Each Shop Drawing and/or brochure must bear the stamp and signature of a responsible official in the Contractor's and the subcontractor's organization for each submission as evidence that the drawing has been checked against the requirements as called for in the specifications and Drawings. Also, in the case where the equipment attaches to and/or where there is external wiring connecting to other equipment, that it has been properly coordinated with this equipment, whether supplied under this or other contracts.

1.10.1.11

Revisions to shop drawings will not be allowed after they are reviewed unless further review and submission is required.

1.10.2 1.10.2.1

As-build Drawings (Record Drawings) Obtain 2 sets of white prints and record as Work progresses: (a) dimensioned locations of the above ground, buried and concealed services and utilities including existing ones found during course of work and (b) changes and deviations to Work as built. Regularly review updating of these drawings. Provide hard copy of the final, neat, clear set of as-built drawings. Contractor shall prepare as-built drawings in AutoCAD & pdf formats and

1.10.2.2 1.10.2.3 1.10.2.4

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 70 of 346

GENERAL MECHANICAL REQUIREMENTS

Adee Consultants Ltd.

Section 15010 Page 4

shall provide two CDs of all as-builds (at his expense) to the Owner. Installation and Start-up Instructions: Furnish three copies of installation instructions and three copies of start-up instructions for any item of equipment when requested by the Owner.

1.10.4 1.10.4.1

Operating and Maintenance Instruction Manuals Provide three copies of complete operating and maintenance instructions for equipment furnished under this Contract.

1.10.4.2

Bind instructions in loose-leaf 3-ring binders. When only one volume is required, provide a complete index. When more than one volume is required, include in the first book a complete index of all volumes and an individual index in each succeeding volume. Include the following manuals: -Schematic diagram of pneumatic, electrical, oil and/or gas systems. -Control Shop Drawings and operating sequence including wiring of components. -Wiring diagram of control panels. -Non-dimensional layout showing location of all electrical devices on mechanical equipment. -Operating instructions, including start-up and shutdown procedure. -Maintenance instructions including preventive maintenance instructions for components of the equipment. -Lubricating instructions and recommended cycle of lubrication for each item of equipment, including various types of lubricants. -Complete parts list of assemblies and their component parts, showing manufacturer's name, catalogue number, and nearest replacement source. -List of recommended spare parts and quantity of each item to be stocked. -Manufacturers' warranties and guarantees. -All the above applies to component parts of equipment whether the supplier of the equipment or are manufactures them supplied as a component part of an item of equipment.

1.11 1.11.1

EQUIPMENT NAMEPLATES Provide nameplates for all mechanical and electrical equipment installed under this Division, adequately describing the function or use of the particular equipment involved and including equipment number and equipment name generally as listed on the Drawing Schedules. Submit list of nameplates to the Consultant for review. Do not commence fabrication of nameplates until after receipt of the Consultant's review.

1.11.2

Fit nameplates to electrical equipment, including, but not limited to: motor starters, pushbutton stations, control panels, time switches, disconnect switches, and contactors or relays in separate enclosures.

1.11.3

Furnish nameplates of laminated phenolic plastic with white finish and minimum 10 mm (3/8") high black letters.

1.11.4

Securely fasten nameplates to the equipment with round-head cadmium plated steel self-tapping screws.

VI E D W O I N NG O T C SU O P BM Y IT

1.10.3

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 71 of 346

GENERAL MECHANICAL REQUIREMENTS

Adee Consultants Ltd.

Section 15010 Page 5

QUALITY ASSURANCE

1.12.1 1.12.1.1

Regulatory Requirements Conform to the requirements of Ontario Building Code, governing Municipal or Provincial Codes, Rules and Regulations and/or Authorities having jurisdiction.

1.12.1.2

Codes and Standards referred to hereinafter are by inference, in each case, the latest issue of the Specified Code or Standard, including all revisions and amendments thereto as adopted and published at date of tender closing.

VI E D W O I N NG O T C SU O P BM Y IT

1.12

1.12.1.3

Do all work and supply all equipment in accordance with the requirements and recommendations of the latest issue of the applicable standards and codes of the: National Standards of Canada (NS Can) Canadian General Standards Board (CGSB) Canadian Standards Association (CSA) American National Standards Institute (ANSI) American Society for Testing and Materials (ASTM) American Society of Mechanical Engineers (ASME) Ontario Regulation 413/90 (Ontario Building Code) (OBC) Ontario Building Code, Part 7 (Plumbing)O.Reg. 160/93, Ministry of Housing Ontario Regulation 189/94 and 190/94 - Non-Venting of Refrigerants Ontario Regulation 413/94 - Halon Fire Extinguishing Equipment Ontario Fire Code Ontario Ministry of Labour American Society of Heating, Refrigerating and Air Conditioning Engineers (ASHRAE) Sheetmetal and Air Conditioning Contractors' National Association (SMACNA)

1.13

ELECTRICAL REQUIREMENTS

1.13.1 1.13.1.1

General Comply with the requirements of the Ontario Hydro Electrical Safety Code.

1.13.1.2

All equipment specified in Division 15 or shown on the Mechanical drawings to be supplied and installed by Division 15 and wired by Division 16 unless specifically indicated otherwise. Generally, all wiring above 50 volts by Division 16 and all low voltage control wiring below 50 volts by Division 15 unless otherwise indicated.

1.13.2

Wiring: Provide power and control wiring as defined under respective Sections of Divisions 15 and 16. Refer to and conform to Division 16 for details of raceways, boxes, wiring, color-coding, etc.

2

Products

3

Execution

3.1

GENERAL CONSTRUCTION REQUIREMENTS

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 72 of 346

GENERAL MECHANICAL REQUIREMENTS

Adee Consultants Ltd.

Section 15010 Page 6

General Conform to the applicable requirements of the Occupational Health and Safety Act and Regulations for Construction Projects, Ontario Regulation 691.

3.1.2 3.1.2.1

Measurements and Deviations Where any parts of the mechanical work are specifically located by dimensions on the Drawings, check and verify these dimensions on the site prior to installation.

VI E D W O I N NG O T C SU O P BM Y IT

3.1.1 3.1.1.1

3.1.2.2

Before installing piping, review site conditions with mechanical drawings. Where interference may occur and departures from arrangements as shown are required, consult with other trades involved, come to agreement as to changed locations or elevations and obtain approval of the Consultant for proposed changes before proceeding with the work.

3.1.2.3

Examine work of other trades or contractors, prior to commencement of mechanical installations. Report in writing, to the Consultant, any discrepancies, which will affect mechanical installations. Failure to do so shall be considered acceptance of the conditions.

3.1.2.4

Where Site conditions require minor deviations from indicated arrangements or locations, make such changes on approval of the Consultant without additional cost to the Consultant.

3.1.2.5

Should any discrepancies occur during installation of mechanical work, which will necessitate major revisions to the mechanical trades work or the work of other trades or contractors, notify the Consultant immediately and obtain his written authorization before proceeding with the work.

3.1.3 3.1.3.1

Scaffolding and Hoisting Equipment Do not drill, cut or weld the building steel or building structure for erection of materials or equipment without prior written approval of the Consultant.

3.1.4 3.1.4.1

Attachment to Building Construction Use welding studs of size not larger than 10 mm for attaching miscellaneous materials and equipment to building steel. If weight of the materials or equipment require bolts or studs larger than 10 mm dia., use steel clips or brackets, secured to building steel by welding or bolting as approved by the Consultant.

3.1.4.2

Use self drilling expansion type concrete inserts for securing miscellaneous equipment and materials to masonry or concrete construction already in place, of sufficient number and size to prevent concrete from breaking away. The use of powder or power actuated fasteners will not be allowed unless prior written approval is obtained from the Consultant.

3.1.5 3.1.5.1

Cutting and Patching Cutting of holes up to 200 mm in diameter and related patching shall be done under Division 15.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 73 of 346

GENERAL MECHANICAL REQUIREMENTS

Adee Consultants Ltd.

Section 15010 Page 7

Do not cut, remove or burn structural parts or sections of the building, whether they are steel, concrete or masonry, without the written authorization of the Consultant.

3.1.5.3

Should cutting, repairing, and patching of previously finished work of other trades be required to allow installation of mechanical work, pay all costs for the trade concerned to perform the work.

3.2

EQUIPMENT INSTALLATION

VI E D W O I N NG O T C SU O P BM Y IT

3.1.5.2

3.2.1 3.2.1.1

General Erect equipment in a compact, neat and workmanlike manner. Align, level and adjust for satisfactory operation. Install in such a manner that connecting and disconnecting of piping and accessories can be made readily and that all parts are easily accessible for inspection, operation, maintenance and repair.

3.2.1.2

Install and start up items of equipment in complete accordance with the manufacturer's printed installation and operating instructions.

3.2.2 3.2.2.1

Firestopping and smoke seal Firestopping and smoke seals around outside of mechanical assemblies, where they penetrate fire rated separations shall be part of work of this Division.

3.2.2.2

Be responsible for any additional cost incurred as a result of over sizing of openings during cutting and patching operation of openings to be fire stopped up to 200 mm (8") in diameter

3.2.3

Noise and Vibration: Select noise and vibration levels of equipment and systems to conform to design intent. If unnecessary noise or vibration should be created by any mechanical equipment and systems and transmitted to occupied portions of building or other mechanical work, make all necessary changes and additions as approved by the Consultant without additional cost.

3.2.4

Lubrication: Lubricate all equipment priors to start up, in accordance with the manufacturer's printed instructions. Provide all lubrication including sufficient quantity for drainage and refilling of oil sumps, etc., when required by manufacturer's instructions.

3.3 3.3.1

DISCONNECTION AND DEMOLITION OF EXISTING WORK Disconnect and seal off mechanical equipment and services as required on Site.

3.3.2

All demolition and removal of mechanical equipment services designated for removal on Drawings, as specified and as required by Work, unless otherwise specified, shall be carried out under direction of this Division. Do disconnecting and capping prior to authorizing removal.

3.4

MISCELLANEOUS STEEL

3.4.1 3.4.1.1

General Supply and install all miscellaneous structural supports, platforms, braces as may be

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 74 of 346

GENERAL MECHANICAL REQUIREMENTS

Adee Consultants Ltd.

Section 15010 Page 8

required to hang or support all equipment, piping, ductwork etc., unless specified otherwise. Submit detailed shop drawings to the Consultant for review before commencing fabrication.

3.4.2 3.4.2.1

Painting and Cleaning Touch up minor damage to finish on equipment with standard factory applied baked enamel finish. If, in Consultant's opinion, the damage is too extensive to be remedied by touch up, replace damaged equipment. Clean steel by scraping, wire brushing or other effective means to remove base scale, rust, oil, dirt or other foreign matter. Apply one coat of zinc chromate iron oxide primer, conforming to CAN/CGSB-1.40M to all miscellaneous steel. In the field, touch up all bolt heads and nuts, previously unpainted connections and surfaces damaged during erection with primer as hereinbefore specified. Give two coats of primer to all surfaces, which will be inaccessible after erection. Thoroughly remove all foreign matter from steelwork on completion of installation.

VI E D W O I N NG O T C SU O P BM Y IT

3.4.1.2

3.4.2.2

3.4.2.3

3.4.2.4

3.4.2.5 3.4.2.6 3.5 3.5.1

3.5.2

CONCRETE INSERTS Install all inserts required for attachment of hangers, either for suspension of piping or equipment. For masonry or poured concrete construction use expansion type units. Insert into the concrete after concrete has cured. Anchors or inserts installed by explosive means shall not be used.

3.6 3.6.1

ACCESS DOORS & PANELS Supply access doors for installation by other trades in walls or ceilings where accessibility is required for the operation and/or maintenance of concealed valves, traps, cleanouts, dampers, VAV boxes and control equipment. Unless otherwise specified on the Drawings or in other divisions of the Specifications, or as required to replace or repair said equipment, provide access doors at least 24" x 24" size, fabricated of bonderized steel, with concealed hinges and screwdriver lock. Provide doors of a type and fire rating to suit the particular type of wall or ceiling construction in which they are to be installed.

3.7 3.7.1

PROTECTION Protect all work and materials before and after erection from weather and other hazards and keep in a clean and orderly manner.

3.7.2

Protect pipe ends, valves and parts of equipment left unconnected to prevent damage or intrusion of foreign matter. Provide pipe caps for threaded male connections and plugs for threaded female connections.

3.7.3

Protect mechanical equipment having a baked enamel finish by covering with polyethylene sheet securely held in place. For additional requirements refer to General Conditions of the Contract.

3.8

PERFORMANCE TESTING AND BALANCING

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 75 of 346

GENERAL MECHANICAL REQUIREMENTS

Adee Consultants Ltd.

Section 15010 Page 9

Assume responsibility for testing, balancing and placing all liquid systems in operation, prior to final acceptance in presence and under direction of the Consultant.

3.8.2

Provide all instruments required to test and balance systems. Install test probe inlets in equipment at appropriate locations. Balance systems in accordance with design requirements. Report to the Consultant immediately any deficiencies in the systems or equipment performance resulting in design requirements being unobtainable.

VI E D W O I N NG O T C SU O P BM Y IT

3.8.1

3.9 3.9.1

CLEANING, TESTING AND APPROVAL RECORDS Maintain records of all pressure tests and flushing and sterilization tests, glycol/water concentrations, inspections and approvals by the Plumbing Inspector, etc. and forward these to the Consultant on completion of the work. Provide the Consultant with copy of records on completion of each test, cleaning operation, etc.

3.10 3.10.1

ADJUSTMENT AND OPERATION OF SYSTEMS When the work is complete, adjust all equipment items of the various systems for proper operation within the framework of design intent, and the operating characteristics as published by the equipment manufacturer.

3.10.2

Note: Additional instructions are specified under the respective Sections of this Division.

3.10.3

The Consultant reserves the right to require the services of an authorized representative of the manufacturer in the event that any item of equipment is not adjusted properly. Arrange for such services and bear all incurred costs thereof. After completion of adjustments, place the systems in full operating condition and advise the Consultant that the work is ready for acceptance.

3.11 3.11.1

ACCEPTANCE After all equipment has been installed and adjusted and all systems balanced, conduct performance tests in the presence of the Consultant. Arrange the time for these tests at the convenience of the Consultant. Conduct tests under climatic circumstances to ensure complete and comprehensive tests and of such a manner and duration as the Consultant may deem necessary.

3.11.2

During these tests, demonstrate the correct performance of all equipment items and of the systems they comprise. Should any system or any equipment item fail to function as required, make such changes, adjustments or replacements necessary to meet the performance requirements. Repeat tests until these requirements have been fully satisfied and all systems accepted by the Consultant.

End of Section.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 76 of 346

PIPE HANGERS AND SUPPORTS

Adee Consultants Ltd.

Section 15060 Page 1

General

1.1 1.1.1 1.1.2

GENERAL REQUIREMENTS Conform to Sections of Division 1 as applicable. Conform to Section 15010, General Mechanical Requirements as applicable.

1.2

REFERENCES

VI E D W O I N NG O T C SU O P BM Y IT

1

ANSI B31.1 to B31.9 inclusive: Piping CAN/CGSB-1.40-M89 - Primer, Structural Steel, Oil Alkyd Type CSA B51-95 - Boiler, Pressure Vessel, and Pressure Piping Code CSA B52-95 - Mechanical Refrigeration Code CAN/CSA-G40.20-M92 - General Requirements for Rolled or Welded Structural Quality Steel CAN/CSA-G40.21-M92 - Structural Quality Steels CAN/CSA-S16.1-94 - Limit States Design of Steel Structures CSA W47.1-92 - Certification of Companies for Fusion Welding of Steel Structures CSA W48.1-M1991 - Carbon Steel Covered Electrodes for Shielded Metal Arc Welding CSA W59-M1989 - Welded Steel Construction (Metal Arc Welding) CSA W117.2-94 - Safety in Welding, Cutting and Allied Processes

1.3

SUBMITTALS

1.3.1

Shop Drawings: Prepare and submit shop drawings for equipment covered by this Section including upper, middle and pipe attachments, riser clamps, shields and saddles, and sway braces.

2

Products

2.1

MATERIALS

2.1.1

Welding Studs -Graham -Omark -Nelson

2.1.2

Concrete Inserts and Anchors -Readhead by ITW -SSS by Star -Parabolt by USM

2.1.3

Beam Clamps -Grinnell -Myatt Concrete Grout: -Sikagrout 212 by Sika Canada Inc. -Embeco 636 Grout by Master Builders

2.1.4

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 77 of 346

PIPE HANGERS AND SUPPORTS

Adee Consultants Ltd.

Section 15060 Page 2

-Sealtight V-3 Grout by W.R. Meadows Pipe Hangers: -Grinnell -Myatt

2.1.6

Zinc-Rich Paint: Galvafroid by W.R. Meadows.

2.1.7

Primer: CAN/CGSB-1.40-M.

3

Execution

3.1

GENERAL CONSTRUCTION REQUIREMENTS

3.1.1 3.1.1.1

Attachment to Building Construction Use welding studs of size not larger than 10 mm (3/8") for attaching miscellaneous materials and equipment to building steel. If weight of materials or equipment requires bolts or studs larger than 10 mm (3/8") dia, use steel clips or brackets, secured to building steel by welding or bolting method of attachment as approved by the Owner.

3.1.1.2

Use self drilling expansion type concrete inserts for securing miscellaneous equipment and materials to masonry or concrete construction already in place, of sufficient number and size to prevent concrete from breaking away. Use of powder or power actuated fasteners will not be allowed unless prior written approval is obtained from the Owner.

3.1.1.3

Provide beam clamps of 2-bolt design and of such type that rod load is transmitted only concentrically to beam web centerline. Use of "C" and "I" beam side clamps and other similar items will not be allowed without written consent of the Owner.

3.2

PIPING CONSTRUCTION METHODS

3.2.1 3.2.1.1

General Unless specified otherwise herein, construct and install piping in accordance with ANSI Sections B31.1 to B31.9 as applicable to service, except that soldered joints will not be permitted in compressed air piping.

3.2.1.2

To avoid unnecessary cutting of masonry, provide inserts, sleeves and anchors to other trades for building in as Work proceeds. Arrange with other trades to leave openings, slots and chases to accommodate later installation of mechanical work.

3.3

PIPE HANGERS AND SUPPORTS

3.3.1 3.3.1.1

General Support or suspend piping with necessary hangers, structural supports and/or brackets as indicated on Drawings and/or as required, to prevent sagging, warping and vibration and to allow for movement due to expansion and contraction. Place hangers and supports close to fittings, valves and/or other heavy parts.

3.3.1.2

Do not allow loads of any nature to be transmitted through piping connections to

VI E D W O I N NG O T C SU O P BM Y IT

2.1.5

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 78 of 346

PIPE HANGERS AND SUPPORTS

Section 15060 Adee Consultants Ltd. Page 3 equipment not specifically designed for such loads. Where flexible connections are not called for at connections to equipment, support pipe by stands attached to both pipe and supporting structure so that force in any direction is not transmitted to equipment. Provide suitably dampened spring hangers for first 3 supports from equipment connection on piping subject to excessive movement or shock from any source, thermal expansion and contraction, selected in accordance with ANSI B31.1. Where it is evident that no undue loads will be transmitted to equipment by system concerned, i.e. small bore connections to comparatively large equipment, cold service piping not subject to shock, etc., then spring hangers may be omitted and standard hangers used.

VI E D W O I N NG O T C SU O P BM Y IT

3.3.1.3

3.3.1.4

Use trapeze type hangers where pipes are grouped together, unless specifically indicated otherwise on Drawings. Suspend horizontal member by adjustable rods with locking feature for maintaining level and slope. Space trapeze type hangers based on closest interval required by any pipe supported thereon. Provide any auxiliary steel required to support trapeze between building steel.

3.3.1.5

Do not hang any pipe from another pipe unless specifically indicated on Drawings.

3.3.2 3.3.2.1

Saddles and Roller Supports Provide saddles at roller supports for piping carrying liquids at 10.5 deg C (51 deg F) or higher. Weld saddles to black or galvanized steel piping. Refinish galvanized surfaces destroyed by welding with zinc rich paint.

3.3.3 3.3.3.1

Hangers For insulated piping up to NPS 4 carrying liquids at temperatures 10.5 deg C (51 deg F) and higher, use standard weight clevis hangers with level adjustment and locknut.

3.3.3.2

For insulated lines of NPS 4 dia and larger carrying liquids at temperatures 10.5 deg C (51 deg F) or higher, use adjustable roller type hangers with locknuts, and rollers of sufficient width to clear outside diameter of insulation on piping. Support rollers at both ends, either by yoke, swivel type hanger or by 2 adjustable rods with locknuts.

3.3.3.3

For insulated piping carrying liquids at temperature of 10 deg C (50 deg F) or less, use elongated clevis type hangers, with clevis of sufficient width to fit over insulation bearing plate.

3.3.3.4

Provide insulation protection bearing plates at hangers and supports for piping carrying liquids at temperature of 10 deg C (50 deg F) or less. Install temporary spacers between plate and pipe equal to thickness of insulation specified. (Refer to Section 15081, Piping Insulation).

3.3.3.5

Bearing plates may be either shop fabricated, or manufactured plates of size required to properly fit outside diameter of pipe insulation.

3.3.3.6

Fabricate bearing plates conforming to following table for various pipe sizes:

Pipe Size (NPS)

Length of Plate mm (in)

Thickness of Plate mm (ga)

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 79 of 346

PIPE HANGERS AND SUPPORTS

Adee Consultants Ltd. 1/2 thr. 1-1/2 2 2-1/2 3 4 and up

1.2 (18) 1.52 (16) 1.52 (16) 1.52 (16) 1.52 (16)

Form bearing plates to outside diameter of adjoining pipe insulation and extend plate up to horizontal centre line of pipe.

VI E D W O I N NG O T C SU O P BM Y IT

3.3.3.7

130 (5) 150 (6) 200 (8) 230 (9) 250 (10)

Section 15060 Page 4

3.3.3.8

For non-insulated piping use clevis type of wrought steel construction with adjustable rod, level locking feature and backnuts.

3.3.3.9

For copper tubing provide copper coated hangers. Regulations of some municipalities require that copper tubing be taped with plastic tape at hanger location, or hanger be provided with plastic insert. Meet these requirements when required, in which case copper coating may be omitted on hanger.

3.3.3.10

Attach hanger rods to building structure by means of malleable iron beam clamps, concrete inserts, and/or approved anchors as hereinbefore specified.

3.3.4 3.3.4.1

Hanger Spacing For horizontal runs of plumbing and drainage piping comply with hanger spacing requirements of OBC, Part 7 (Plumbing) as amended by O.Reg. 160/93.

3.3.4.2

For horizontal runs of black or galvanized steel pipe, other than for plumbing service, do not exceed max distances between supports and with min dia rods as follows: Pipe Size (NPS)

Distance m (ft)

Dia. of Rod mm (in)

Up thru 1-1/4 1-1/2 2 2-1/2 & 3 4 6 8 10 & 12

1.8 (6) 1.8 (6) 3.05 (10) 3.66 (12) 4.27 (14) 5.18 (17) 5.79 (19) 6.71 (22)

10 (3/8) 10 (3/8) 10 (3/8) 12 (1/2) 16 (5/8) 19 (3/4) 22 (7/8) 22 (7/8)

3.3.4.3

Provide additional hangers in locations where there are concentrated loads such as valves, specialties and other such items.

3.3.4.4

For horizontal runs of copper tubing for services other than plumbing, do not exceed 1.8 m (6 ft) between hangers for lines up to and including NPS 3/4 and 2.4 m (8 ft) for lines of NPS 1 and larger.

3.3.5 3.3.5.1

Vertical Piping Supports Support vertical plumbing and drainage piping as required by OBC, Part 7 (Plumbing) as amended by O. Reg. 160/93, unless more stringent requirements are specified herein.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 80 of 346

PIPE HANGERS AND SUPPORTS

Section 15060 Adee Consultants Ltd. Page 5 3.3.5.2 Support bottom of riser with base fitting set on concrete pier or by hanger located at top of riser pipe as close to riser as possible. For supports at intermediate floors, use Grinnell Fig. 261 or approved equal steel extension pipe clamp, bolted securely to pipe. Rest ends of clamp on pipe sleeve or on floor.

3.3.5.4

Provide lateral stability of vertical piping by fabricated brackets or malleable iron, extension type split hangers. Run vertical piping at columns in column webs, on either or both sides of column, unless otherwise directed by the Owner.

VI E D W O I N NG O T C SU O P BM Y IT

3.3.5.3

3.3.6 3.3.6.1

Anchors and Guides Supply and install anchors where indicated on Drawings and/or as required to maintain permanent location of pipe lines. Construct anchors for steel or galvanized pipe of approved steel straps and/or rods and for anchoring copper lines use copper plated anchors or provide insulation bands between tubing and clamps if steel straps or rods are used. Install anchors and guides in approved manner.

3.3.6.2

Acceptable Materials: Grinnell #256 or Myatt.

3.4

MISCELLANEOUS STEEL

3.4.1 3.4.1.1

General Supply and install miscellaneous structural supports, platforms and braces as may be required to hang or support piping unless Drawings or other Sections of Specifications state otherwise.

3.4.1.2

Submit detailed shop drawings to the Owner for review before commencing fabrication.

3.4.2 3.4.2.1

Materials and Fabrication Conform to CAN/CSA-S16.1 for materials, design of details and execution of work.

3.4.2.2

Conform to CAN/CSA-G40.20/G40.21-M, grade 300W for structural shapes, plates, and other similar items.

3.4.2.3

Use welded construction wherever practicable, with bolted joints allowed for field assembly using high strength steel bolts. Chip welds to remove slag, and grind smooth.

3.4.2.4

Conform to latest issue of following CSA Specifications.

CSA W47.1, for qualification of welders CSA W48.1-M, for electrodes (only coated rods allowed) CSA W59-M, for design of connections and workmanship CSA W117.2, for safety

3.4.3 3.4.3.1

Painting and Cleaning Touch up minor damage to finish on equipment with standard factory applied baked enamel finish. If, in Owner=s opinion, damage is too extensive to be remedied by touch up, replace damaged equipment.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 81 of 346

PIPE HANGERS AND SUPPORTS

Adee Consultants Ltd.

Section 15060 Page 6

Clean steel by scraping, wire brushing or other effective means to remove base scale, rust, oil, dirt or other foreign matter.

3.4.3.3

Apply 1 coat of zinc chromate iron oxide primer, conforming to CAN/CGSB-1.40-M to miscellaneous steel.

3.4.3.4

In field, touch up bolt heads and nuts, previously unpainted connections and surfaces damaged during erection with primer as hereinbefore specified.

VI E D W O I N NG O T C SU O P BM Y IT

3.4.3.2

3.4.3.5

Give 2 coats of primer to surfaces which will be inaccessible after erection.

3.4.3.6

Remove foreign matter from steelwork on completion of installation.

3.4.4

With exception of prime painting of miscellaneous steel or any other specific requirements as specified above or under respective Sections of Division 15, or equipment otherwise factory painted, painting will be provided under Division 9, Finishes.

3.5 3.5.1

CONCRETE INSERTS Install inserts required for attachment of hangers, either for suspension of piping or equipment.

3.5.2

For masonry or poured concrete construction use expansion type units. Insert into concrete after concrete has cured. Anchors or inserts installed by explosive means shall not be used.

End of Section.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 82 of 346

PIPING INSULATION

Adee Consultants Ltd.

Section 15081 Page 1

1

General

1.1 1.1.1 1.1.2

GENERAL REQUIREMENTS Conform to Sections of Division 1 as applicable. Conform to General Mechanical Requirements Section 15010 as applicable.

1.2

REFERENCES ANSI/NFPA 90A

VI E D W O I N NG O T C SU O P BM Y IT

- Air Conditioning and Ventilating Systems, Installation of. - Warm Air Heating and Air Conditioning Systems. - Specification for Stainless and Heat-Resisting Chromium-Nickel steel Plate, Sheet and Strip. - Test Method for Steady-State Heat Transfer Properties of Horizontal Pipe Insulations. - Test Method for Hot-Surface Performance of High-Temperature Thermal Insulation. - Type 2; Thermal Insulation, Polystyrene, Boards and Pipe Covering - Cement, Thermal Insulating and Finishing. - Thermal Insulation, Flexible, Elastomeric, Unicellular, Sheet and Pipe Covering. - Standard Method of Test for Surface Burning Characteristics of Building Materials and Assemblies - Thermal Insulation, Mineral Fibre, Sleeving for Piping and Round Ducting. - Thermal Insulation, Mineral Fibre, Blanket for Piping, Ducting, Machinery and Boilers. - Vapour Barrier Jacket and Facing Material for Pipe, Duct and Equipment Thermal Insulation. - Jacketing, Polyvinyl, Chloride Sheet for Insulating Pipes, Vessels and Round Ducts. - CSA Standards for Aluminum and Aluminum Alloys.

ANSI/NFPA 90B ASTM.A167-92b ASTM C335

ASTM C411-82(1992) CAN/CGSB-51.20M CAN/CGSB-51.12 CAN/CGSB-51.40 CAN/ULC-S102

CGSB 51-GP-9M

CGSB 51-GP-11M

CGSB 51-GP-52M

CGSB 51-GP-53M CSA HA Series

1.3 1.3.1

DESCRIPTION Furnish materials, equipment and labour required to apply thermal insulation to piping and equipment in accordance with full intent and meaning of Drawings and Specifications, including but not limited to the following: -Domestic cold water piping -Drains above roof -refrigerant piping -Existing mechanical piping where existing insulation has been removed in part or entirety as part of Work

1.4 1.4.1

SUBMITTALS Shop Drawings: Before ordering any insulating materials, submit to the Consultant, a list of proposed insulation materials, exterior jackets and adhesive for the various services and equipment on the project. Deviation from the approved list will not be

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 83 of 346

PIPING INSULATION

Adee Consultants Ltd.

Section 15081 Page 2

allowed. Samples: Before ordering any insulation materials, prepare a sample board with a cross-section sample of all types of insulation, including exterior jacket, properly identified for the various services and equipment on the project and state types of adhesives used. Submit the sample board to the for his review and, after review and acceptance, the sample board will be kept in the 's site office for the duration of the project for reference. Deviation from the accepted samples will not be allowed.

VI E D W O I N NG O T C SU O P BM Y IT

1.4.2

1.5 1.5.1

QUALITY ASSURANCE Insulating materials shall be new, undamaged and of the respective types specified for each specific application.

1.5.2 1.5.2.1

Qualifications Use a recognized insulation applicator specializing in, and with an established reputation for, this type of work.

1.5.3 1.5.3.1

Regulatory Requirements Comply with all requirements of local and Provincial authorities having jurisdiction, Ontario Building Code and Underwriters' Laboratory of Canada.

1.5.3.2

Fire retardant type insulation materials, coverings and adhesives with flame spread/smoke developed ratings not exceeding 25/50 when tested in accordance with CAN/ULC-S102.

1.5.3.3

Properly identify insulation materials, coverings and adhesives when required by Federal and/or Provincial health and safety WHMIS legislation.

1.6 1.6.1

DELIVERY, STORAGE AND HANDLING Retain insulation materials in original cartons or containers until immediately prior to application and keep dry during shipping and storage.

1.6.2

Keep adhesives in their original containers with manufacturer's name and catalogue number clearly stated. Protect contents against freezing.

2

Products

2.1 2.1.1

DOMESTIC COLD WATER PIPING ABOVE ROOF Provide 2” thick Fibrous glass split sectional pipe insulation with factory applied vapour barrier jacket and self-seal lap joint Acceptable Products -Fiberglas Canada 850 with ASJ-SSL jacket -Manson Alley K with all purpose APT jacket -Partek Paroc 1200 with ASJ-SSL jacket

2.1.2

2.2 2.2.1

DRAIN LINES ABOVE ROOF Provide 2” thick Fibrous glass split sectional pipe insulation with factory applied vapour barrier jacket and self-seal lap joint

2.2.2

Acceptable Products

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 84 of 346

PIPING INSULATION

Adee Consultants Ltd.

Section 15081 Page 3

-Fiberglas Canada 850 with ASJ-SSL jacket -Manson Alley K with APT jacket -Partek Paroc 1200 with ASJ-SSL jacket REFRIGERANT PIPING Insulate refrigerant suction lines, both above the roof with 19 mm (3/4") nom. thickness of fire retardant elastomeric closed cell foam or neoprene tubing applied in accordance with the manufacturer's printed instructions using the recommended adhesive.

VI E D W O I N NG O T C SU O P BM Y IT

2.3 2.3.1

2.3.2

Acceptable Products -Armstrong AP/Armaflex -Nomaco Therma-Cel

3

Execution

3.1 3.1.1

GENERAL Perform insulation work using qualified insulation applicators, in accordance with latest trade application methods and to the Owner's approval. Clean all surfaces to be insulated to remove grime, grease, oil, moisture or other matter to ensure that insulation is applied to clean dry surfaces. Apply insulation under ambient temperature conditions in accordance with insulation or adhesive manufacturer's recommendations. Apply insulation neatly and tightly in unbroken lengths and with ends of sections firmly and squarely butted or engaged together. Lap canvas or other specified wrapping over all joints and thoroughly cement down with adhesive. Extend insulation through sleeves in walls (except fire walls) or other openings in building to make insulation and vapour barrier continuous and of uniform diameter.

3.1.2

3.1.3

3.1.4

3.2

3.2.1

3.2.2

3.2.3

3.2.4

3.3 3.3.1

3.3.2

INSULATION PROTECTION BEARING PLATES FOR ALL PIPING & DRAINS Each mechanical trade will supply and install bearing plates and temporary spacers at each hanger and support on insulated cold piping or tubing as specified in Section 15060. Remove temporary spacers and install a section of asbestos-free calcium silicate insulation extending at least 150 mm (6") beyond each end of the bearing plate. Bond insulation to the bearing plate with Foster 85-20 or Bakor 230-39 waterproof adhesive and finish and seal the complete assembly with Foster 60-38 or Bakor 130-11 to form an unbroken vapour barrier. Reinstall or readjust any hanger or support which has been moved in any way to carry out the above work. COLD WATER PIPING Apply 75 mm (3") wide butt strips of the same material as the factory applied jacket. Seal both longitudinal and butt joint strips with Foster 85-20 or Bakor 230-39 vapour barrier fire resistive lap sealer, or secure with self seal lap joints where provided. Insulate fittings, flanges and valves with fibrous glass insulation of same thickness as adjoining pipe insulation and finish with a pre-moulded PVC cover, securely fastened and sealed to adjoining pipe covering with Foster 85-75 or Bakor 230-39 to form a

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 85 of 346

PIPING INSULATION

Adee Consultants Ltd. 3.3.3 3.3.4

vapour proof joint. Do not insulate screwed unions and final connections to fixture. Terminate insulation at each end of unions with Partek Hilcote insulating and finishing cement, trowelled on bevel. DRAIN LINES Insulate flanges, valves, and fittings with segments of insulation of the same type and thickness as the insulation on the pipe, secured in place with soft annealed galvanized wire. Finish with Partek Hilcote insulating and finishing cement, and cotton wrapping applied while the cement is still wet.

VI E D W O I N NG O T C SU O P BM Y IT

3.4 3.4.1

Section 15081 Page 4

3.5 3.5.1

3.5.2 3.5.3

SURFACE FINISHES FOR PIPING AND DRAINS ABOVE ROOF Provide ALUMAGUARD® All-Weather Flexible Weather-Proofing Jacket by Polyguard or approved equivalent in accordance with the manufacturer’s recommendations. Refer to the specifications and cut sheets included in the Appendix. All joints shall be sealed and caulked to prevent moisture damage to the insulation.

End of Section.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 86 of 346

DUCTWORK INSULATION Adee Consultants Ltd.

Section 15083 Page 1

General

1.1 1.1.1 1.1.2

GENERAL REQUIREMENTS Conform to Sections of Division 1 as applicable. Conform to General Mechanical Requirements Section 15010 as applicable.

1.2

REFERENCES ANSI/NFPA 90A

VI E D W O I N NG O T C SU O P BM Y IT

1

ANSI/NFPA 90B

ASTM A167

ASTM C335

ASTM C411

CAN/CGSB-51.2M CAN/CGSB-51.12 CAN/CGSB-51.40 CAN/ULC-S102

CGSB 51-GP-9M CGSB 51-11M

CGSB 51-GP-52M CGSB 51-GP-53M CSA HA Series

1.3 1.3.1

- Air Conditioning and Ventilating Systems, Installation of. - Warm Air Heating and Air Conditioning Systems. - Specification for Stainless and Heat-Resisting Chromium-Nickel Steel Plate, Sheet and Strip. - Test Method for Steady-State Heat Transfer Properties of Horizontal Pipe Insulations. - Test Method for Hot-Surface Performance of High-Temperature Thermal Insulation. - Type 2, Thermal Insulation, Polystyrene, Boards and Pipe Covering - Cement, Thermal Insulating and Finishing. - Thermal Insulation, Flexible, Elastomeric, Unicellular, Sheet and Pipe Covering. - Standard Method of Test for Surface Burning Characteristics of Building Materials and Assemblies - Thermal Insulation, Mineral Fibre, Sleeving for Piping and Round Ducting. - Thermal Insulation, Mineral Fibre, Blanket for Piping, Ducting, Machinery and boilers. - Vapour Barrier Jacket and Facing Material for Pipe, Duct and Equipment Thermal Insulation. - Jacketing, Polyvinyl Chloride Sheet for Insulating Pipes, Vessels and Round Ducts. - CSA Standards for Aluminum and Aluminum Alloys.

DESCRIPTION Furnish materials, equipment and labour required to apply thermal insulation to ductwork and equipment in accordance with full intent and meaning of Drawings and Specifications, including but not limited to the following:

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 87 of 346

DUCTWORK INSULATION Adee Consultants Ltd.

Section 15083 Page 2

-Sheetmetal work above roof. -Existing mechanical ductwork where existing insulation has been removed in part or entirety as part of Work SUBMITTALS Shop Drawings: Before ordering any insulating materials, submit to the Consultant a list of proposed insulation materials, exterior jackets and adhesive for the various services and equipment on the project. Deviation from the approved list will not be allowed.

1.4.2

Samples: Before ordering any insulation materials, prepare a sample board with a cross-section sample of all types of insulation, including exterior jacket, properly identified for the various services and equipment on the project and state types of adhesives used. Submit the sample board to the Consultant for his review and, after review and acceptance, the sample board will be kept in the Consultant's site office for the duration of the project for reference. Deviation from the accepted samples will not be allowed.

1.5 1.5.1

QUALITY ASSURANCE Insulating materials shall be new, undamaged and of the respective types specified for each specific application.

1.5.2 1.5.2.1

Qualifications Use a recognized insulation applicator specializing in, and with an established reputation for, this type of work.

1.5.3 1.5.3.1

Regulatory Requirements Comply with all requirements of local and Provincial authorities having jurisdiction, Ontario Building Code and Underwriters' Laboratory of Canada. Fire retardant type insulation materials, coverings and adhesives with flame spread/smoke developed ratings not exceeding 25/50 when tested in accordance with CAN/ULC-S102. Properly identify insulation materials, coverings and adhesives when required by Federal and/or Provincial health and safety WHMIS legislation.

VI E D W O I N NG O T C SU O P BM Y IT

1.4 1.4.1

1.5.3.2

1.5.3.3

1.6 1.6.1 1.6.2

DELIVERY, STORAGE AND HANDLING Retain insulation materials in original cartons or containers until immediately prior to application and keep dry during shipping and storage. Keep adhesives in their original containers with manufacturer's name and catalogue number clearly stated. Protect contents against freezing.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 88 of 346

DUCTWORK INSULATION Adee Consultants Ltd.

Section 15083 Page 3

Products

2.1

SHEET METAL Apply insulation to the following ductwork systems and components:

2.1.1

Outdoor supply and return ducts, from roof mounted air conditioning units to the roof openings with 2” thick insulation. Other ductwork as noted on the drawings. Insulate all ductwork with rigid board of 48 kg/m3 (3 lb/cu.ft.) density, of specified thickness and reinforced foil flame resistant kraft facing.

VI E D W O I N NG O T C SU O P BM Y IT

2

2.1.2 2.1.3

2.1.4

Acceptable Products -Fiberglas Canada Vapour Seal Duct Insulation AF530, RFFRK. -Manson AK Board FSK -Partek Rocboard 1230 FSK

3

Execution

3.1 3.1.1

GENERAL Perform insulation work using qualified insulation applicators, in accordance with latest trade application methods and to the Consultant's approval. Clean all surfaces to be insulated to remove grime, grease, oil, moisture or other matter to ensure that insulation is applied to clean dry surfaces. Apply insulation under ambient temperature conditions in accordance with insulation or adhesive manufacturer's recommendations. Do not apply insulation until ductwork has been tested, inspected, verified, and accepted by the Consultant.

3.1.2 3.1.3 3.1.4

3.2 3.2.1

3.2.2

SHEETMETAL Secure insulation on exposed rectangular ductwork with welded impaling pins and speed washer type fasteners at 300 mm (12") centres. Provide a minimum of two rows of fasteners on each side of duct. In addition to mechanical fasteners, adhere insulation to the duct with Foster 85-20 or Bakor 230-38 fire resistive adhesive applied to the duct in 150 mm (6") wide strips at 450 mm (18") centres. Tightly butt all joints and breaks in insulation and seal with Foster 30-35 or Bakor 130-11 fire resistive mastic and 75 mm (3") wide scrim foil pressure sensitive tape. Cut off protruding ends of welded pins and cover speed washers with same tape to ensure a smooth application of exterior jacket.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 89 of 346

DUCTWORK INSULATION Adee Consultants Ltd. 3.3 3.3.1

SURFACE FINISHES Provide ALUMAGUARD® All-Weather Flexible Weather-Proofing Jacket by Polyguard or approved equivalent in accordance with the manufacturer’s recommendations. Refer to the specifications and cut sheets included in the Appendix. All joints shall be sealed and caulked to prevent moisture damage to the insulation.

VI E D W O I N NG O T C SU O P BM Y IT

3.3.2 3.3.3

Section 15083 Page 4

End of Section.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 90 of 346

ROOF TOP UNITS Adee Consultants Ltd.

Section 15760 Page 1

PART 1 - GENERAL

1.1 1.1.1 1.1.2

GENERAL REQUIREMENTS Conform to Sections of Division 1 as applicable. Conform to Section 15010, General Mechanical Requirements as applicable.

VI E D W O I N NG O T C SU O P BM Y IT

1

1.2

REFERENCES ACMA ASHRAE CGA CSA ULC SMACNA

1.3 1.3.1 1.3.2 1.3.3

SUBMITTALS Submit shop drawings and product data in accordance with Section 15010. Indicate the following: complete specifications; weight; performance details. Provide data for inclusion in the Operating and Maintenance manuals in accordance with Section 15010.

2

PART 2 – PRODUCTS

2.1 2.2

GENERAL Units shall be Daikin or other approved manufacturer as detailed herein and shall be completely factory assembled, piped, wired, tested and shipped in one piece to the job site. Refer to schedules for unit performance. Units shall be specifically designed for outdoor rooftop application and include a weatherproof cabinet. Cooling capacity, heating capacity and fan performance shall be ARI certified. Complete unit shall be ETL- Canada listed. The unit shall undergo a complete factory run test prior to shipment. The factory test shall include final balancing of the supply and return fan assemblies, a refrigeration circuit run test, a unit control system operations checkout, test and adjustment of the gas furnace, a unit refrigerant leak test and a final unit inspection.

2.3

2.4

2.5 2.5.1

2.5.2

CASING The frame and unit base shall be 15 gauge galvanized steel. Units larger than 40 tons in cooling capacity shall use 13 gauge base rails as a minimum. Unit base shall overhang the roof curb for water runoff and shall have a formed recess that seats on the roof curb gasketing to provide a positive weather tight seal. Exterior panels of all sections shall be constructed of 17 gauge galvanized pre-

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 91 of 346

ROOF TOP UNITS Adee Consultants Ltd.

painted steel. Unit cabinet shall be designed to operate at total static pressures up to 6.5 inches w.g. Floor shall be externally insulated with UL listed 1" 3/4 lb. neoprene coated insulation with a thermal rating equal to R4.2. Provide 22ga solid galvanized liner over floor insulation. Provide hinged access doors with flush mounted, single lever latching mechanisms for access to each cabinet section from both sides of the unit. Access doors shall be double walled with internal insulation and 22ga galvanized steel liners. Access doors shall seal to vinyl gasketing for a positive seal. Access doors shall have stainless steel hinges and tie backs for servicing. Lifting brackets with lifting holes shall be provided on each unit base. An insulated, blank compartment shall be provided to house the gas fired humidifier. The section shall be located after the discharge plenum and shall be out of the air stream. The section shall be complete with insulation, double wall construction and a service light.

VI E D W O I N NG O T C SU O P BM Y IT

2.5.3

Section 15760 Page 2

2.5.4 2.5.5

2.6 2.6.1

2.6.2

2.6.3

2.7 2.7.1

2.7.2

GAS FIRED HUMIDIFICATION Provide an insulated 48 inch long, blank compartment located after the discharge plenum and out of the air stream. This section shall be complete with insulation, double wall construction, 1 kW electric baseboard heater with thermostat and a service light. This section shall contain a factory installed gas fired humidifier. Provide sealed combustion make-up air and B venting. Water supply and drain shall be provided through the base of the unit by the mechanical contactor. Solenoid valves are to be installed below the roof deck, on the water feed and drain lines serving the humidifier. Upon loss of power to the rooftop, the water feed solenoid shall close and the drain solenoid shall open, draining the humidifier tank below the roof deck. The RTU manufacturer shall factory mount the steam distribution grid in the discharge air plenum. Provide minimum absorption distance downstream as scheduled. Refer to separate Humidifier Specification for details on the Humidifier. Installing contractor shall provide a separate 115/60/1 – 25 Amp electric power supply to the humidification section of the unit. FANS Supply and return fans shall be single width, single inlet or double width, double inlet centrifugal Airfoil type unless otherwise specified on the schedules. Fans shall be statically and dynamically balanced for quiet operation. Fan wheel and housing shall be fabricated from cold rolled steel. Units shall have solid steel shafts mounted in heavy-duty 200,000 hour (L-50 life) greaseable ball bearings. The entire fan assembly shall be mounted on 2" deflection spring isolators. Fan motors shall be high efficiency l800 RPM, open drip-proof type with greaseable ball bearings. Motors shall have variable pitch sheaves and shall be mounted on an adjustable base for proper alignment and belt tension

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 92 of 346

ROOF TOP UNITS Adee Consultants Ltd.

2.7.3

adjustment. Motors shall be premium efficiency and meet applicable EPACT requirements. Inverter duty rated motors shall be supplied with a factory installed shaft grounding kit. The kit shall consist of brushes or conductive rings with micro fibers which divert unwanted shaft currents away from the bearings to the ground. The supply, return and exhaust air fans shall be provided with an expanded metal belt guard.

VI E D W O I N NG O T C SU O P BM Y IT

2.7.4

Section 15760 Page 3

2.8 2.8.1

2.8.2

2.8.3

2.8.4

COOLING COIL Cooling coil scheduled performance is based on UNIT entering and leaving air temperatures including outside air but not fan motor heat. Manufacturer shall add fan heat to EAT on blow thru designs and LAT on draw thru designs. Scheduled TOTAL and SENSIBLE capacities include fan motor heat. Evaporator coils shall be multi-row type fabricated from 1/2-inch O.D. seamless copper tubing mechanically bonded to rippled and corrugated aluminum fins. Each evaporator coil refrigerant circuit shall be fed with a distributor and an adjustable thermal expansion valve. The evaporator coil shall be interlaced two circuit design. Chilled water cooling coils shall be multi-row type fabricated from 5/8-inch O.D. seamless copper tubing mechanically bonded to aluminum fins. Provide a three way modulating valve including piping and spring return modulating operator. Provide a sloped stainless steel primary drain pan under the cooling coil and beyond the leaving side of the coil and underneath the cooling coil connections. The drain pan shall have a minimum slope of 1/8" per foot and be connected to a stainless steel drain connection extending through the base. Provide intermediate secondary stainless steel drain pans connected to the primary drain pan for stacked coils.

2.9 2.9.1

FILTERS The filter section shall be supplied complete with galvanized steel filter racks as an integral part of the unit. Filters shall be accessible from both sides of the unit. The filter section shall be provided with 2-inch thick, Merv 7-30% efficient AAF filters. Specified filter areas are minimum acceptable. Provide one (1) spare set of filters.

2.10 2.10.1

ECONOMIZER The outside and return air section shall be designed to form a plenum with outside air being introduced from both sides of each unit through a horizontal louvered intake section complete with rain lip and bird screen. The floor of the outside air section shall be sloped for water drainage. The outside and return air dampers shall be sized to handle 100% of the supply air volume and arranged to converge the return and outside air streams in a mixing pattern.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 93 of 346

ROOF TOP UNITS Adee Consultants Ltd.

Dampers shall be low leak type with gasketed blade to blade contact and spring side seals. Leakage shall be less than 0.2 % at 1.5 inches air pressure differential. A gravity relief type exhaust air damper shall be located in the return air section to exhaust air out the back of the unit. Relief section shall be complete with exhaust louvers and bird screen. Exhaust dampers shall be lined with urethane gasketing on the contact edges. Provide modulating spring return type damper operator, adjustable minimum position potentiometer, and an adjustable enthalpy control.

VI E D W O I N NG O T C SU O P BM Y IT

2.10.2

Section 15760 Page 4

2.10.3

2.11 2.11.1

2.11.2

2.12 2.12.1

2.12.2 2.12.3

2.12.4

2.12.5

WEATHER HOOD Provide unit with a return air plenum, 0-30% outside air weather hood, bird screen and motorized airfoil dampers. Dampers shall be low leak type with gasketed blade to blade contact and spring side seals. Leakage shall be less than 0.2 % at 1.5 inches air pressure differential. Provide relief damper to relieve excess return air during free cooling mode.

CONDENSING SECTION Provide dual refrigerant circuits on all unit sizes. Compressors shall be heavy-duty, Copeland Scroll type. Compressors shall be complete with gauge ports, crankcase heater, sight-glass, anti-slug protection, motor overload protection and a time delay to prevent short cycling and simultaneous starting of compressors following a power failure. Compressors shall be mounted on resilient rubber isolators. Provide five (5) year warranty for the compressors. Each unit shall have two independent refrigeration circuits. Each circuit shall be complete with a liquid line solenoid valve, low pressure control, (replaceable core) filter-drier, liquid moisture indicator/sight-glass, thermal expansion valve, liquid line shutoff valve with charging port, discharge line shutoff valve, a manual reset high pressure safety switch, high pressure relief device and pump down switch. The thermal expansion valve shall be capable of modulation from 100% to 25% of its rated capacity. Sight-glasses shall be accessible for viewing without disrupting unit operation. Each refrigerant circuit shall provide 15 degrees of liquid sub-cooling. Each circuit shall be dehydrated and factory charged with Refrigerant R410A and POE oil unless the refrigerant piping is split for shipment. Provide on both refrigerant circuits hot gas bypass including a solenoid valve, hot gas bypass piping and a hot gas bypass valve. The condensing section shall have multi-row condenser coils fabricated from seamless copper tubing mechanically bonded to aluminum fins. Provide liquid line and discharge line isolation valves. Condenser coil for each refrigerant circuit shall be provided with an additional circuit for a minimum of l5 degrees of subcooling. Condenser fans shall be direct drive, steel propeller type designed for low tip speed and vertical air discharge. Condenser fan motors

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 94 of 346

ROOF TOP UNITS Adee Consultants Ltd.

shall be heavy-duty, inherently protected, three-phase non-reversing type with permanently lubricated ball bearings and integral rain shield. Provide head pressure controls for unit operation to 45° F O.A.T. Insulate all suction lines with Armaflex insulation. Provide a quiet condensing unit section specially engineered to provide high levels of sound attenuation without reducing overall system performance or increasing energy requirements. The system shall include: Airfoil fan blades; heavy duty fan shrouds for smooth airflow with reduced inlet and outlet turbulence; 850 RPM fan motors; heavy gauge steel fan and motor assemblies to minimize vibration and breakout noise; acoustic sound blankets on compressors. All components shall be factory installed

VI E D W O I N NG O T C SU O P BM Y IT

2.12.6 2.12.7 2.12.8

Section 15760 Page 5

2.13 2.13.1

2.13.2

2.13.3

2.13.4

2.14 2.14.1

HEATING SECTION The heat exchanger shall consist of a stainless steel primary and stainless steel secondary. Clean-out of the heat exchanger and turbulators shall be accomplished without removing casing panels or passing soot through the supply air passages. A flame observation port shall be provided opposite the burner. The heat exchanger shall have a condensate drain. Rooftop unit manufacturer shall provide a 10-year non prorated heat exchanger warranty. The modulating burner shall be a forced draft type with a 20:1 turndown. The firing rate of the burner shall be determined by the position of the gas valve actuator. Actuator shall modulate the gas valve and combustion air damper via direct mechanical linkages, thus varying the furnace firing rate between low and high fire. Burner shall be complete with: flame supervision; integral prepurge timing; combustion air proving switch; intermittent pilot with spark ignition; and a complete gas train. The gas train shall include: main gas valve; main pressure regulator; main shutoff cock; pilot gas valve; pilot pressure regulator; pilot cock; and electronic flame supervision with 4-second time response. Flame safeguard shall be Honeywell R7795B1009 and shall be readily available through wholesale distribution networks. Flame safeguard devices that are proprietary to the unit manufacturer are unacceptable. The burner, controls and valve shall be housed within the integral burner vestibule. The vestibule door shall be hinged at the top and equipped with steel retainer rod to hold the door open for service. The burner shall be fire tested and adjusted at the factory. Final adjustments shall be made in the field at initial start up.

ELECTRICAL Each unit shall be wired and tested at the factory before shipment. Wiring shall comply with CSA standards. All wiring shall be number coded per the electrical wiring diagrams. All electrical components shall be labeled according to the electrical diagram and be CSA recognized. Each unit shall have a 115 volt control circuit transformer, system service switch, and control circuit fuse.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 95 of 346

ROOF TOP UNITS Adee Consultants Ltd. 2.14.2

Each unit shall have a 115 volt service receptacle. The receptacle shall be powered by a field supplied 115V source. The electrical circuit shall complete with primary fused, overload protection. The supply air fan, compressor and condenser fan motor branch circuits shall be individually fused. Contactors and thermal overload protection shall be furnished for each compressor and condenser fan motor. The supply air and return air fan motors shall have contactors and external overload protection. A terminal block shall be provided for the main power connection and a terminal board shall be provided for the low voltage control wiring. Knockouts shall be provided in the bottom of the main control panel for field wiring entrance. A separate key locked control panel shall house all controls for the condensing section. Provide a disconnect switch to cut power to the entire unit before the control panel door can be opened.

VI E D W O I N NG O T C SU O P BM Y IT

2.14.3

Section 15760 Page 6

2.14.4

2.15 2.15.1

2.15.2

2.16 2.16.1

2.16.2

CONTROLS FOR APPLIED ROOFTOP The units shall be equipped with a damper actuators and components factory wired to a terminal strip for field installed unit controller by base building BAS contracto. The unit control system shall perform all unit control functions including scheduling, unit diagnostics and safeties. Control sequences shall include: constant air volume, discharge temperature control (CAV-DTC); supply/return air fan tracking control and building static pressure control. All boards shall be individually replaceable for ease of service. All microprocessors, boards, and sensors shall be field mounted, wired and tested by BAS contractor. The unit control system shall have the following control points: -Supply Fan/VFD, Enable-Disable, Status (DO-DI), Control (AO), VFD Feedback (AI) -Ventilation -OA Damper, Modulate (AO) -Heating, Gas Disable-Enable (DO), Modulate (AO) -Cooling, DX 2-Stage ( DO,DO ) -Humidification, Enable-Disable, Status (DO-DI), Modulate (AO) -Temperature Sensors ,Supply Air, Return Air, Space ( AI X 3 ) Humidity Sensors, Return Air, Supply Air ( AI X 2 ) ECONOMIZER CONTROL (DRY BULB) During economizer modes, an adjustable dry bulb control shall be provided to sense the return air dry-bulb temperature relative to the outside air temperature to determine if “free” cooling is viable. If outdoor air is suitable for “free” cooling, the outdoor air dampers shall modulate beyond their minimum position in response to the unit’s temperature control system. Microprocessor shall also control minimum outside air volume based on percent of supply air. The controller shall have a 8 line x 30 character display with all information

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 96 of 346

ROOF TOP UNITS Adee Consultants Ltd.

and instructions shown in plain English. A keypad shall allow information and controls to be accessed. The microprocessor shall have a programmable time clock, store current and past alarm conditions. The display shall provide the following information: -Unit status including # of stages or % capacity for fans, heating, cooling and economizer. -Supply, Return, outdoor, and space air temperature -Supply fan status and airflow verification -Supply fan VFD speed -Outside air damper position and economizer mode -Cooling and heating changeover status -Occupied, unoccupied, and dirty filter status -Date and time schedules -Up to 10 current alarms and 25 previous alarms with time and date The controller shall be complete with night setback control. The controller shall use its internal time clock for scheduling and have an adjustable override timer. Each compressor control circuit shall include a liquid line solenoid valve, oil pressure switch, high pressure switch, low pressure switch, compressor control circuit switch and pump down switch. Each refrigeration circuit shall have at least one condenser fan controlled from refrigerant pressure switch for positive head pressure control. An ambient thermostat shall prevent the refrigeration system from operating below 45° F. Refrigeration capacity control shall be accomplished by staging of the unit’s multiple compressors. To maintain desired temperature control, the unit shall have a minimum of: two stages of capacity control for units up to 15 tons.

VI E D W O I N NG O T C SU O P BM Y IT

2.16.3

Section 15760 Page 7

2.16.4

2.16.5

2.16.6

2.17 2.17.1

2.17.2

2.17.3

2.17.4

VARIABLE FREQUENCY DRIVES Units shall be provided with Variable Frequency Drives (VFDs) for air balancing and adjustability. There will be no building pressure control or Variable Air Volume logic. Provide fully programmable digital type 575/3/60 variable frequency AC drives (VFD) for the control of the supply and return fan motors. Enclose drives in NEMA 1 enclosures installed within the unit. Provide input line fuses and disconnect switch. Provide output filters on all 460 & 575 volt VFDs to limit dv/dt to 1,000 volts/0.5 micro seconds at the motor terminals. Provide a thermostatically controlled electric unit heater sized to maintain VFD enclosure above 0° C. VFD shall be totally digital pulse width modulated (PWM) type utilizing insulated gate bipolar transistors (IGBT's) in the inverter section of the drive. VFD shall accept AC line voltage variation of +10%, -15%. Provide input line reactors and/or line filters to reduce the total harmonic distortion (THD) to 5% at the point of common coupling or 3% (THD) at VFD input where analysis has shown that an incremental effect of the addition of the

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 97 of 346

ROOF TOP UNITS Adee Consultants Ltd.

Section 15760 Page 8

VFD's would cause the THD to exceed these valves as per IEEE 519-1992. VFDs shall provide the following protection: line over and under voltage protection phase loss protection - phase unbalance protection - inherent short circuit protection for line to line and line to ground faults - electronic instantaneous overcurrent protection - current limit adjustable between 25% and 120% - internal over temperature protection - electronic motor stall protection

2.17.6

VFD shall have minimum 97% efficiency at maximum load and speed, minimum line side displacement power factor of 0.96 at all speeds, separately adjustable acceleration and deceleration ramps and separately adjustable minimum and maximum frequency range from 0 to 120 Hz. VFD shall be capable of starting with the fan already rotating by starting the motor at the speed the fan is operating at and then changing to the speed called for by the unit controller. Provide auto re-start after power interruption. Provide unit-mounted 32 character display control pads on each drive to monitor and adjust VFD parameters. Provide an additional main control pad in the rooftop control section outside of the airstream for monitoring and adjusting both the supply and return fan VFD. VFD's shall include remote enable/disable contacts, alarm relay, 4 to 20 mA control signal input and local/remote control. The supply, return and exhaust fan VFDs shall be mounted in the supply fan section and wired to the fans by the manufacturer. The VFD's shall be enabled and disabled by the unit controller as required.

VI E D W O I N NG O T C SU O P BM Y IT

2.17.5 2.17.5.1 2.17.5.2 2.17.5.3 2.17.5.4 2.17.5.5 2.17.5.6 2.17.5.7 2.17.5.8

2.17.7

2.17.8

2.17.9

2.17.10

2.18 2.18.1

2.18.2

2.18.3

2.18.4

ROOF MOUNTING ON STRUCTURAL STEEL The installing contractor shall provide a new section of I beam structural steel as required to support the entire width & length of the new rooftop units. The unit manufacturer shall select/size and supply 16” tall heavy duty housed springs to support the units in a similar manner to the existing units. Springs shall be provided to ensure no vibration or noise transmission to the structure or building below and shall have minimum 2” deflection. Eight (8) spring isolators are provided under each existing unit. Minimum eight (8) spring isolators shall be provided under each new unit. A phase failure/under voltage protection device shall be provided to protect three-phase motors from damage due to single phasing, phase reversal and low voltage conditions. Ground fault protection shall be provided to protect three-phase motors against arcing ground faults.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 98 of 346

ROOF TOP UNITS Adee Consultants Ltd.

STARTUP SERVICE AND WARRANTY Manufacturer shall furnish a factory trained service technician to perform the unit startup. Manufacturer shall provide instruction to the owner's personnel on the operation and maintenance of the unit. Factory technician to provide copy of start-up log to owner and to demonstrate operation and maintenance to owners’ representative. The warranty period shall commence at the date of initial startup and shall continue for a period of two (2) year not to exceed thirty (30) months from shipment. Manufacturer's warranty shall include all parts and labour to install parts. Provide a 10-year non prorated heat exchanger warranty and five (5) year warranty for the compressors.

VI E D W O I N NG O T C SU O P BM Y IT

2.19 2.19.1

Section 15760 Page 9

2.19.2

3 3.1 3.1.1

3.1.2 3.1.3

3.1.4

3.1.5

3.1.6

3.1.7

3.1.8

EXECUTION INSTALLATION Install unit flat and level on new I beam support steel as shown on drawings and in accordance with manufacturers’ installation literature. Install and wire all control accessories and power wiring to the unit. Provide two (2) 115 volt electrical power feeds to the unit in addition to the main unit power feed. One shall be rated for a 15 Amp service receptacle located within the control panel. The other shall be rated for 20 Amp service to the electric heater and humidifier in the empty section out of the air stream. Terminate both 115 Volt feeds in the RTU control panel with 15 feet of extra wire on both feeders. Provide water and drain piping for the humidifier through the base of the RTU in the humidifier section. Electrically trace these water lines. Patch all holes air and water tight. Contractor shall provide complete installation of the unit, (including assembly, piping, duct connections, etc.) inspected by the manufacturer and certified for proper installation. Contractor shall submit manufacturer’s certificate to the Owner. Modify existing supply and return air ductwork above roof to suit the new air handling unit. Install HVAC equipment in accordance with manufacturer's installation and maintenance instructions. Contractor shall have all new HVAC equipment and systems inspected and certified for proper installation and shall submit manufacturer’s certificate of proper installation and operation to the Owner.

3.2 3.2.1

COMMISSIONING Start-up of all equipment to be by factory trained technician.

3.3 3.3.1

TRAINING Training shall be provided to the Owner’s maintenance staff by factory trained technician and to the full satisfaction of the Owner.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 99 of 346

ROOF TOP UNITS Adee Consultants Ltd.

Section 15760 Page 10

VI E D W O I N NG O T C SU O P BM Y IT

End of Section

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 100 of 346

HVAC EQUIPMENT Adee Consultants Ltd.

Section 15762 Page 1

PART 1 - GENERAL

1.1 1.1.1 1.1.2

GENERAL REQUIREMENTS Conform to Sections of Division 1 as applicable. Conform to Section 15010, General Mechanical Requirements as applicable.

VI E D W O I N NG O T C SU O P BM Y IT

1

1.2

REFERENCES ACMA ASHRAE CGA CSA ULC SMACNA

1.3 1.3.1 1.3.2 1.3.3

SUBMITTALS Submit shop drawings and product data in accordance with Section 15010. Indicate the following: complete specifications; weight; performance details. Provide data for inclusion in the Operating and Maintenance manuals in accordance with Section 15010.

2

PART 2 – PRODUCTS

2.1 2.2

UNDER FLOOR DIFFUSERS New diffusers shall be Krueger Underfloor Products, Model FDS-V for VAV application, Size 10 as supplied by HTS Engineering and in accordance with the product literature included in the Appendix or approved equivalent by Johnson Controls ‘Flexsys Underfloor Distribution’. Refer to the data sheets included in the Appendix. The diffuser shall be constructed of solid cast aluminum and meet NFPA 90A requirements. The FDS-V diffuser shall have a maximum load rating of 1250 lbs. The diffuser and plenum are shipped fully assembled. The diffuser core design shall produce a turbulent air pattern that complies with ASHRAE Standard 62. The FDS core shall be provided as two removable sections that can be installed to provide different throw patterns. The FDS diffuser shall be factory painted with a powder coat finish. The FDS-V shall be provided with an optional plenum. The plenum shall be factory painted flat black and be a minimum of 20 gauge galvanized steel and shall support all diffuser components. The plenum shall be provided with a an actuated air valve damper controlled by a 90-degree stepper type motor having no stops, springs, gears, belts or linkages, and shall rotate continuously in one direction (not reversing) to minimize wear. The motor shall directly drive the damper blade. The damper assembly shall be rated and tested for a life of 100 million cycles (factory tests of at least 20 million cycles at normal operating speeds are required). A proportional 0-10 Vdc control signal can be used to modulate the damper position to adjust the volume of air in response to the

2.3

2.4

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 101 of 346

HVAC EQUIPMENT Adee Consultants Ltd.

thermostat signal. Replace existing fifty (50) floor diffusers on the third floor with new diffusers (whole assembly), including diffuser box, damper & controls. Connect new diffusers to existing thermostats and controls. New diffuser shall match the size of existing diffusers. Color of the new diffusers shall match the existing. Provide all cutting, patching and make-good to match existing condition & finish. Contractor shall submit a unit price for adding or deleting a floor diffuser to & from the Contract, at the sole discretion of the Owner.

VI E D W O I N NG O T C SU O P BM Y IT

2.5

Section 15762 Page 2

2.6

3 3.1

PART 3 – EXECUTION Install HVAC equipment in accordance with manufacturer's installation and maintenance instructions.

3.2

Contractor shall have all new HVAC equipment and systems inspected and certified for proper installation and shall submit manufacturer’s certificate of proper installation and operation to the Owner.

3.3 3.3.1

Commissioning: Start-up of all equipment to be by factory trained technician.

3.4 3.4.1

Training: Training shall be provided to the Owner’s maintenance staff by factory trained technician and to the full satisfaction of the Owner.

End of Section

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 102 of 346

STEAM HUMIDIFIERS Adee Consultants Ltd.

Section 15765 Page 1

PART 1 - GENERAL

1.1 1.1.1 1.1.2

GENERAL REQUIREMENTS Conform to Sections of Division 1 as applicable. Conform to Section 15010, General Mechanical Requirements as applicable.

VI E D W O I N NG O T C SU O P BM Y IT

1

1.2 1.2.1 1.2.2 1.2.3 1.2.4 1.2.5

Quality Assurance: Certifications, C-UL US Listed. ISO 9001-2000. ANSI/NFPA 70 - National Electrical Code. ARI 640, "Standard for Commercial and Industrial Humidifiers. ASHRAE SSPC 135 BACnet, ANSI/EIA 709.1 LonTalk.

1.3 1.3.1

Submittals Submit product data under provisions of Section 15010. Include product description, model, dimensions, component sizes, rough-in requirements, service sizes, and finishes. Include rated capacities, operating weights, furnished specialties, and accessories. Submit manufacturer's installation instructions. Provide data for inclusion in the Operating and Maintenance manuals in accordance with Section 15010. Provide data for inclusion in the Operating and Maintenance manuals in accordance with Section 15010.

1.3.2 1.3.3 1.3.4

2

PART 2 – PRODUCTS

2.1 2.1.1

General New gas fired steam humidifiers shall be built inside the RTU-2 & RTU-3. Refer to the Specification Section 15760. Humidifiers shall be manufactured by the DriSteem Humidifier Company or Nortec or approved equivalent. Humidifier grid shall provide absorption characteristics that preclude water accumulation on any in-duct surfaces within the scheduled downstream distance from the humidifier. The absorption distance shall be at duct temperatures and relative humidity as scheduled. Provide computer verification of the absorption distance certified by the manufacturer. Each humidifier shall have a two (2) year from date of startup not to exceed 27 months from date of shipment replacement parts warranty.

2.1.2

2.1.3

2.1.4

2.2 2.2.1

2.2.2

STEAM GENERATING HUMIDIFIERS Size all Steam Generating Humidifiers to produce an amount of steam equal to or greater than the actual humidification load and any steam that condenses within distribution piping and steam injection grids. GTS (gas to steam) Humidifier shall use natural gas to create steam for

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 103 of 346

STEAM HUMIDIFIERS Adee Consultants Ltd.

humidification through the use of a heat exchanger. Unit shall be CSA and CGA approved. Provide two pass, indirect fired heat exchanger, hot surface ignition, forced draft fully modulating (input turndown ratio of 4:1 with time proportioning below that threshold) natural gas burner and heat exchanger. Provide a pressure switch on the flue gas vent to detect obstruction and shut down the unit. Provide standard size flue vent corrections. Heat exchangers shall be self cleaning. Provide backup low water cutout. Provide a temperature sensor above the burner to shut down the unit if excessive temperature occurs. System shall consist of a microprocessor mounted and wired in the control cabinet and a modulating wall mounted transmitter having an operating range of 20% to 80% R.H., shipped loose for field mounting. The system shall modulate the humidifier output from 0% to 100% of maximum capacity. Humidifiers shall be a Category I approved appliance certified for “B” vent chimney applications. Type “B” venting shall consist of double wall construction with an aluminum inner liner and a galvanized steel exterior jacket. Manufacturers who do not meet these requirements Provide sealed combustion to allow air for combustion to be mechanically induced from outside the building via dedicated piping to a PVC or CPVC connection.

VI E D W O I N NG O T C SU O P BM Y IT

2.2.3

Section 15765 Page 2

2.2.4

2.2.5

2.2.6

2.3 2.3.1 2.3.2

2.3.3

2.3.4

2.4 2.4.1

2.4.2

Construction Vaporizing chamber, cover and fittings shall be constructed of 14 gauge 304 (316) stainless steel with heli-arc welded seams. The humidifier shall be capable of being field converted to run on either standard or demineralized water without being removed from the installation. This shall be accomplished through the use of a universal probe/float assembly and a software change. The cover shall be removable. The gasket shall be held in place by flanges that are formed as part of the cover and as part of the evaporating chamber. Flanges shall interlock in such a way that the sealing gasket is locked between them. Provide tray to catch and hold minerals to facilitate periodic clean-out. Tray shall rest on the floor of the evaporating chamber. The scale shed by the heaters shall be caught in the tray. The tray shall be easily removed through the inspection opening. Water Level Control Electronic Water Level Control for Hard or Softened Water shall provide for automatic refill, low water cut off and adjustable skimmer bleed-off functions. System shall consist of: A water level sensing unit comprised of three metallic probes screwed into a threaded probe head. Probe head shall incorporate probe skirts to eliminate short circuiting between probes caused by mineral coating of probe head. Probe head shall be mounted on the top of the vaporizing chamber.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 104 of 346

STEAM HUMIDIFIERS Adee Consultants Ltd. 2.4.3 2.4.4 2.4.5

A solenoid operated fill valve factory mounted on the front of the humidifier. VAPOR-LOGIC microprocessor field adjustable surface skimmer/overflow shall be provided for optimum mineral removal with minimum water waste. Humidifier shall be covered with 1" thick (25 mm) rigid, foil-faced fiberglass insulation. All surfaces except front face panel shall have insulation. Provide four support legs, of length to provide 24" between underside of humidifier and floor.

VI E D W O I N NG O T C SU O P BM Y IT

2.4.6

Section 15765 Page 3

2.5 2.5.1

2.5.2 2.5.2.1

2.5.2.2

2.5.2.3 2.5.2.4 2.5.2.5 2.5.2.6

2.5.2.7

2.5.2.8 2.5.2.9

2.5.2.10 2.5.2.11

2.5.2.12 2.5.2.13

Controls Control Cabinet shall be ULC listed, NEMA-1 enclosure. Control devices shall be mounted on a removable sub-panel within the enclosure. Control devices shall include VAPOR-LOGIC microprocessor, magnetic contactor for each heater, control circuit transformer, fuse set for units with more than one heating stage, numbered terminal strip, other such devices as here in after specified and all interconnecting wiring. A wiring diagram shall be included and attached inside of cabinet door. Humidity transmitters shall be field installed. Microprocessor shall provide the following functions: Web interface and server shall be included on all models and shall have the same functionality as the Vapor-Logic keypad/display. Web interface shall be compatible with standard Internet browsers and shall connect directly to a personal computer or through a system network via an Ethernet cable. Data collection of relative humidity (RH), air temperature, water use, energy use, alarms, and service messages for viewing from the keypad/display or Web interface. Redundant over-temperature safety control. PID control capability with field-adjustable settings Water make-up valve control and low water safety shutdown. A factory mounted temperature sensor, with a temperature range of -40 to 248 °F (-40 to 120 °C) shall be mounted on the humidifier to enable the following functions: Maintain the evaporating chamber water temperature above freezing and / or maintain a user-defined preset evaporating chamber water temperature Allow rapid warm-up of water in evaporating chamber after a call for humidity, providing 100% operation until steam production occurs Programmable outputs for remote signaling of alarms and/or messages, device activation (such as a fan), or for signaling tank heating and/or steam production Interoperability with LonTalk or BACnet open protocol communications. Up-time optimizer function to keep humidifier(s) operating through conditions such as fill, drain, or run-time faults, as long as safety conditions are met, minimizing production down-time Vapor-Logic keypad with a backlit display shall provide the capability to monitor, control, and/or adjust the following parameters: Relative humidity (RH) set point, actual conditions in the space (from humidity transmitter), RH offset

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 105 of 346

STEAM HUMIDIFIERS Adee Consultants Ltd. 2.5.2.14 2.5.2.15 2.5.2.16

Dew point set point, actual conditions in the space (from dew point transmitter), dew point offset Relative humidity (RH) duct high limit set point (switch) and actual conditions Relative humidity (RH) duct high limit set point, actual conditions (from transmitter), high limit span, and high limit offset Drain/flush duration (control adjustment based on usage, usage and time or time alone) End-of-season drain status and the total remaining hours which the humidifier is idle before end of season draining occurs Air temperature or other auxiliary temperature monitoring with programmable offset (using sensor ordered as an option) System alarms and system messages, current and previous Adjustable water skim duration One Vapor-Logic keypad/display shall be included with each multi-tank group.

VI E D W O I N NG O T C SU O P BM Y IT

2.5.2.17

Section 15765 Page 4

2.5.2.18 2.5.2.19 2.5.2.20 2.5.2.21 2.5.2.22 2.5.3

2.5.4

2.5.5

2.5.6

2.6 2.6.1 2.6.2 2.6.3

2.6.4

Provide a modulating high limit control system which shall include a modulating electronic humidity transmitter (duct-mounted downstream from the humidifier). It shall transmit to the microprocessor controller to modulate humidifier output and maintain the highest desired space humidity possible, at all airflow volumes, without saturation of the airstream. Provide an air flow proving switch, static pressure type Model RH-3 diaphragm operated for field installation. Switch shall have an adjustable control point range of 0.05" W.C. to 12" W.C. Provide a compatible high limit duct humidistat shipped loose for field installation. Humidistat shall sense humidity level within the duct and provide over-humidification protection. Provide a solenoid valve on the drain line. Solenoid valve shall be closed when energized. Upon loss of power to the unit the solenoid valve shall go open in order to drain the tank.

Steam Distribution Ultra-Sorb for short steam absorption Furnish and install where indicated on the drawings ULTRA-SORB packaged steam injection type humidifier panels. Each ULTRA-SORB panel shall consist of steam supply header/separator, a condensate collection header and a bank of closely spaced steam dispersion tubes spanning the distance between the two headers. Each tube shall be fitted with two rows of steam discharge tubelets inserted into the tube wall centered on the diametric line and spaced 1-1/2" inches apart. Tubelets shall be made of a non-metallic material designed for steam temperatures. The two rows shall discharge steam in diametrically opposite directions. Each tubelet shall contain a steam orifice sized for its required steam capacity. Air pressure loss across humidifier panel shall not exceed a scheduled value. Each packaged humidifier panel assembly of tubes and headers shall be contained within a galvanized metal casing to allow convenient duct mounting

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 106 of 346

STEAM HUMIDIFIERS Adee Consultants Ltd.

2.6.5

or to facilitate the stacking of and/or the end-to-end mounting of multiple ULTRA-SORB panels in ducts or air handler casings. Steam supply and condensate drain connections shall be located on the same side and shall be extended 6” beyond the outside of the casing of the duct and/or AHU. All tubes and headers shall be of 304 (316) stainless steel and joints shall be heli-arc welded. Tubes shall be joined to headers with slip fit couplers. The ULTRA-SORB humidifier shall be furnished with appropriate steam valve, steam strainer and steam traps (when used), all shipped loose for field installation. Provide high efficiency insulated dispersion tubes Dispersion tubes shall be insulated with a plenum-approved insulating material with an R-value not less than 0.5. The insulating material shall meet the criteria mandated by UL 723, NFPA 255 and ASTM E84 standards. Insulating material shall contain a closed-cell construction which does not absorb water or support microbial growth. The material shall be non-toxic and will not degrade when exposed to UVC light. Shop drawing submissions must include a detailed load breakdown which clearly specifies the room design load and the manifold condensate losses. The humidifier must be sized for the sum total of the room load and condensate loss. Scheduled absorption distances must be met. Dispersion tubes provided without tubelet inserts shall be provided with full width, two inch deep stainless steel drain pans extending two feet upstream and four feet downstream of the grid for grids mounted within air handling units and two feet upstream and ten feet downstream of the grid for grids mounted in ducts.

VI E D W O I N NG O T C SU O P BM Y IT

2.6.6

Section 15765 Page 5

2.6.7

2.6.8 2.6.9

2.6.10 2.6.11

2.6.12

2.7 2.7.1

2.7.2

2.8 2.8.1

Condensate Tempering Provide a "DRANE-KOOLER" condensate tempering device to cool a maximum of 6 USGPM of condensate from 212° F to 140° F when provided with 6 USGPM of 70ºF or cooler city water at 20 psig or more. Mixing chamber and fittings shall be constructed of 304 stainless steel with welded seams. Include a self-contained brass body tempering valve with temperature adjustment and charged bulb.

Start-Up Provide the services of a trained representative of the equipment manufacturer to supervise the installation, wiring, set up and testing of the humidifier system. Upon completion of the installation, the manufacturer shall instruct a representative of the owner on the proper operation of the system.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 107 of 346

STEAM HUMIDIFIERS Adee Consultants Ltd.

Section 15765 Page 6

3

PART 3 - EXCECUTION

3.1 3.1.1 3.1.2

Installation Install humidifier in accordance with manufacturers’ instructions. Install all accessories provided with humidifiers in accordance with manufacturer's instructions. Co-ordinate with electrical division, all field power and control wiring to humidifier and from humidifier to all control accessories. Provide instrumentation and interconnecting electrical wiring for control strategies as detailed in sequences of operation, plans and specifications. Install flexible hose or rigid pipe between humidifier outlet and steam distribution pipe(s). Insulate the complete length of pipe. Provide and install condensate piping from condensate separator to nearest floor drain. Provide isolating valve, strainer and connection to steam supply. Interlock steam jacket solenoid valve with supply fan starter. Provide and install condensate traps and drains on steam distribution grids. Provide flue gas venting as per manufacturers recommendations. GTS units require “B” vent. (Neptronic and Engineered Air units require stainless steel venting). Locate steam generator close to and below distribution grids. Provide natural gas supply between 4.5”WG and 14”WG. Provide isolation valves pressure regulators and piping specialties as required by local gas code. Provide ½” type “L” copper water supply piping with shut off valve and back flow preventer (as directed by local codes) for steam generators. Provide drain piping for overflow and drain on steam generators sloped 1 in 25, terminating over floor drain with an air gap.

VI E D W O I N NG O T C SU O P BM Y IT

3.1.3 3.1.4 3.1.5 3.1.6

3.1.7 3.1.8 3.1.9

3.1.10 3.1.11

3.1.12

3.1.13

3.1.14 3.1.15

Install humidifiers and accessories per manufacturers' instructions. Install with required clearance for service and maintenance.

3.2 3.2.1

Commissioning: Start-up of humidifier to be by factory trained technician from the equipment manufacturer.

3.3 3.3.1

Training: Training shall be provided to the Owner’s maintenance staff by factory trained technician from the equipment manufacturer and to the full satisfaction of the Owner.

End of Section

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 108 of 346

DUCTWORK

Adee Consultants Ltd. General

1.1 1.1.1 1.1.2

GENERAL REQUIREMENTS Conform to Sections of Division 1 as applicable. Conform to General Mechanical Requirements Section 15010 as applicable.

1.2

REFERENCES ASHRAE ASTM A167 ASTM A525M (A525) CSA NFPA 96 NFPA 90A NFPA 90B SMACNA ULC

VI E D W O I N NG O T C SU O P BM Y IT

1

15810 Page 1

1.3 1.3.1

REGULATORY REQUIREMENTS Conform to the requirements of local by-laws, Ministry of Labour Regulations, and authorities having jurisdiction.

2

Products

2.1

SHEET METAL WORK

2.1.1 2.1.1.1

General Furnish sheet metal work in accordance with material specifications and construction details specified herein, and conforming to standard and recommended practices as defined by SMACNA Duct Construction Standards.

2.1.1.2

Furnish all ductwork constructed to SMACNA 3" w.g. pressure classification, unless noted otherwise on Drawings.

2.1.1.3

Furnish ductwork of galvanized steel sheet with Z-275 (G90) designation zinc coating to ASTM A525M (A525).

2.1.1.4

Fabricate ductwork free from vibration, rattle or drumming under operating conditions. Furnish necessary reinforcements, bracing, framing, gasketing, etc. to comply with performance criteria.

2.1.1.5

Continuously solder or seal joints in exterior air intake duct to prevent dripping of moisture through joints. Furnish 38 mm (1-1/2") drain flange in low point of such ductwork.

2.1.1.6

Furnish sleeves at duct penetrations through walls and floors, fabricated from same material and thickness sheet material as for ductwork. Furnish closure plates each side of wall to cover sleeve.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 109 of 346

DUCTWORK

15810 Page 2

Adee Consultants Ltd.

Furnish flanged joints and gaskets of neoprene or other resilient non-flammable for duct connections to AC units, coils, etc. Fabricate flanges from mild steel angles to match equipment flanges.

2.1.2 2.1.2.1

Rectangular Ductwork Type I - Low Pressure - Medium Pressure Fabricate rectangular ductwork to metal thickness and construction methods as specified herein for various size ranges of ducts. Given dimensions represent widest side of duct.

VI E D W O I N NG O T C SU O P BM Y IT

2.1.1.7

Galvanized Steel Gauges and Equivalent Thicknesses

Gauge (gsg)

mm

Low Pressure

Medium

Slip

Pressure

26 0.49 mm

Up to 300 mm

24 0.64 mm

330 - 762 mm

Up to 457 mm

Up to 762 mm

22 0.84 mm

787 - 1372 mm

483-1219 mm

787-1524 mm

20 0.94 mm

1397-2134 mm

1245-1829 mm

1549 mm and over

18 1.24 mm

2134 mm and over

1854 mm and over

2.1.3 2.1.3.1

Supports and Hangers - Rectangular Ductwork Except where shown otherwise on Drawings, Furnish strap hangers of 3 mm x 25 mm (1/8" x 1") mild steel bar stock for ducts up through 760 mm (30") width. Bend strap hanger around bottom of duct for a minimum of 38 mm (1-1/2") and attach to sides and bottom of duct. Furnish mild steel rod hangers of 10 mm (3/8") dia. minimum size for ducts over 760 mm (30") in width and furnish 38 mm x 38 mm x 3 mm (1-1/2" x 11/2" x 1/8") steel angle across bottom of duct and attach hanger to angle (not the duct).

2.1.3.2

Spiral Round Ductwork up to and including 610 mm dia: Factory fabricate ductwork of helically wound galvanized iron strips with spiral lock seams. Fabricate fittings from 20 gauge galvanized iron with butt welded seams. Construct ducts to conform with following chart:

Duct Diameter 76 mm 95 mm 121 mm 165 mm 203 mm 354 mm 305 mm 356 mm 406 mm

Strip Gauge US 26 26 26 26 26 24 24 24 24

Strip Width Inches 102 mm 102 mm 102 mm 102 mm 102 mm 102 mm 152 mm 152 mm 152 mm

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 110 of 346

DUCTWORK

15810 Page 3

Adee Consultants Ltd. 483 mm 508 mm 559 mm 610 mm

24 24 24 24

152 mm 152 mm 152 mm 152 mm

VI E D W O I N NG O T C SU O P BM Y IT

Weld or caulk seams with sealing compound. Use coupling sleeves or conduit fittings for all joints. Use sheet metal screws on each side of joint to connect sleeve to conduit. Brush joint before and after assembly with sealing compound and tape with Permacel #11 aluminum foil tape, Polyken #290 or Fiberglas tape.

2.1.3.3

Seal joints in round ductwork with high velocity duct sealer as specified for rectangular ductwork.

2.1.3.4

Furnish forty-five degree elbows of three piece construction.

3

Execution

3.1 3.1.1

INSTALLATION - GENERAL Refer to and comply with applicable requirements specified in Section 15010.

3.1.2

Install miscellaneous steel framing, supports, braces, etc. as may be required to hang or support ductwork as specified herein, and as shown on Drawings.

3.1.3

Install ductwork in arrangement shown on Drawings in accordance with standards and recommended practices off ASHRAE and SMACNA. Provide required offsets and transitions, whether specifically indicated or not, to facilitate duct arrangement and to avoid interference with building structure, piping, equipment and services.

3.1.4

Install ductwork in locations and at elevations appropriate to ceiling height shown on Drawings. Where required to be concealed, install ductwork in furred spaces provided in walls and ceilings. Where there is no provision for concealed ductwork, install as close as possible to walls, partitions and overhead structures to attain maximum headroom and clearance.

3.1.5

Install sleeves where ducts pass through walls or floors. Pack space between duct and sleeve with mineral wool and seal both ends with non-inflammable fire resistant sealing compound. Install sheet metal closure plates on each side of wall to cover sleeve.

3.1.6

Install gasketted flanged joints at duct connections to air conditioning units, coils, etc.

3.1.7

Install beam clamps or supplementary steel to secure hanger rods, angles and straps to structural steel framing.

3.1.8

Where shape of duct changes, install transition piece so that angle of side of transition piece does not exceed 15 degrees from straight run of duct being connected, unless shown otherwise on Drawings.

3.2

SUPPORTS AND HANGERS - RECTANGULAR DUCTWORK

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 111 of 346

DUCTWORK

Adee Consultants Ltd.

15810 Page 4

Install supports and hangers at intervals not over 2400mm (8'-0") centres for ducts up to 1500 mm (5'-0") in width and at 1200 mm (4'-0") centres for ducts 1500 mm (5'-0") in width and over.

3.2.2

Install miscellaneous steel angles or channels as required between joists or building steel for structural support of duct where building framing spacing does not coincide with the required hanger spacing.

VI E D W O I N NG O T C SU O P BM Y IT

3.2.1

3.3 3.3.1

CLEANING AND TESTING OF DUCTWORK Inspect and test ductwork for air leakage at joints and connections to equipment, under normal operating conditions. Provide systems leakage tests to SMACNA Class 12 requirements.

3.3.2

Test ductwork before ducts are insulated, painted or concealed.

3.3.3

Immediately correct defects discovered during tests and retest systems to complete satisfaction of Owner.

3.3.4

Prior to start-up of fans, blow out complete systems of ductwork with high velocity air for not less than two hours using where possible the installed air handling equipment to full capacity and by blanking off duct sections to achieve required velocity. Do not install air filters prior to blow- out of ductwork systems. Use auxiliary portable blowers for cleaning where installed fan systems are not adequate to blow out complete system free from dust and dirt.

3.3.5

After duct systems have been blown out, clean interior of plenums, coils, and register, grille or diffuser outlet collars with industrial type vacuum cleaner. On completion of cleaning process, install filters before placing systems in final operation.

End of Section.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 112 of 346

AUTOMATIC CONTROLS Adee Consultants Ltd.

Section 15910 Page 1

GENERAL

1.1 1.1.1

CONFORMANCE REQUIREMENTS Conform to General Mechanical Requirements, Section 15010, as applicable.

1.2 1.2.1

SCOPE OF WORK All automatic controls shall be connected to the existing Building Automation System (BAS). Delta Controls ORCA View 3.40’. access of existing BAS system is available over the City’s network. BAS contractor shall NOT provide new BAS software. BAS contractor must be licensed and authorized vendor of Delta Controls. Existing BAS controls & point list shall be modified and new controls & point list shall be added, as required for the Sequence of Operation specified below. Contractor shall provide all necessary hardware, controllers and control end devices. Provide automatic controls for the sequence of operations, point lists and the control diagrams for RTU-2 & RTU-3, steam humidifier & motorized dampers. All set points shall be adjustable. Provide all additional devices, sensors, humidistats, wiring, etc. as required for the complete control systems and for proper operation of the humidifiers and for Building Automation System (BAS).

VI E D W O I N NG O T C SU O P BM Y IT

1

1.2.2

1.2.3

1.2.4 1.2.4.1.

1.3

1.3.1

1.3.2

1.3.2.1.

1.3.2.2. 1.3.2.3.

1.3.2.4.

SEQUENCE OF OPERATION FOR ROOF TOP UNITS RTU-2 & RTU-3 RTU shall be turned On/Off by BAS on Operator defined schedule. The operation of each RTU shall alternate on weekly basis.

During unoccupied times the fan shall be off, the heating and cooling disabled and the outdoor air dampers closed. The unit shall cycle on unoccupied heating mode with the outdoor air dampers closed to maintain the unoccupied heating setpoint. If an occupancy override button is pressed the unit shall run in occupied mode for 2 hours. Occupied operation shall be as follows. The supply fan shall be started and stopped through the BAS according to a weekly occupied schedule. Optimized start shall be used to start it earlier when the weather is colder. The optimized start routine shall adapt its start time based on previous performance. The fan shall run continuously. Provide fan status indication for the supply fan with a current switch. An alarm shall be generated if the fan status does not match the output. Heating mode: Burner with 20:1 turn down shall be sequenced on to satisfy space temperature heating requirements. A supply air high limit control ensures the supply air temperature does not exceed 68°C.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 113 of 346

AUTOMATIC CONTROLS Adee Consultants Ltd.

1.3.2.5.

1.3.2.6.

Cooling Mode: Two stages of mechanical cooling are sequenced on to satisfy space temperature cooling requirements. Mechanical cooling shall have a minimum off time of 5 minutes. Economizer operation (free cooling) shall be substituted for first stage cooling when the outdoor air temperature is less than the space temperature or 24°C whichever is less. Outdoor, return and relief air damper shall modulate to provide free cooling. The outdoor air damper minimum position shall be 10%.

VI E D W O I N NG O T C SU O P BM Y IT

1.3.2.7.

Section 15910 Page 2

1.3.3 1.3.3.1.

Freeze Stat Freeze stat activation will turned the supply air fan ‘Off’ through hardwired interlocking if the temperature remains below 3°C.

1.4 1.4.1

POINT LIST Supply Fan/VFD, Enable-Disable, Status ( DO-DI), Control (AO), VFD Feedback (AI) Ventilation -OA Damper, Modulate (AO) Heating, Gas Disable-Enable (DO), Modulate (AO) Cooling, DX 2-Stage ( DO, DO ) Humidification, Enable-Disable, Status (DO-DI), Modulate (AO) Temperature Sensors ,Supply Air, Return Air, Space ( AI X 3 ) Humidity Sensors, Return Air, Supply Air ( AI X 2 )

1.4.2 1.4.3 1.4.4 1.4.5 1.4.6 1.4.7 1.5 1.5.1

1.5.2

1.5.3

WORK INCLUDED Furnish all labour, materials, tools and equipment required to provide the specified sequence of operations. Supply and install all electrical wiring for components furnished under this section. All wiring shall be in accordance with the governing electrical authority. This includes wiring between control components and wiring from such components to electrical circuits of fans, pumps, and any other equipment. Electrical interlock wiring of field devices (i.e., flow switches, thermostats, remote generator components) associated with equipment specified under other sections of Division 15 is the responsibility of the contractor installing that equipment, unless indicated otherwise.

1.6

PRODUCT SPECIFICATION Automatic control systems, BAS, products, devices, wiring, etc. shall be provided by Delta Controls, 100-5525 Eglinton Avenue West, Toronto, Ontario. M9C 5K5, (647) 789 2610. Attn: Kevin Crosgrey

1.7 1.7.1

OPERATING AND MAINTENANCE MANUALS Submit three copies of an operation and maintenance manual in accordance with Mechanical General Requirements.

2

EXECUTION

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 114 of 346

AUTOMATIC CONTROLS Adee Consultants Ltd.

Section 15910 Page 3

GENERAL INSTALLATION Install all equipment, accessories, and conduit, interconnecting wiring in a neat manner by skilled and qualified workpersons using the latest standard practices of the industry.

2.1.2

Retain, at no additional cost to the owner, original equipment suppliers to provide contacts that are required for the sequence of operation. Install equipment to allow for easy maintenance access. Ensure equipment does not interfere in any way with access to adjacent equipment and personal traffic in the surrounding space. Install all electrical wiring in conformance with the requirements of the local electrical authority, and Provincial Building Code.

VI E D W O I N NG O T C SU O P BM Y IT

2.1 2.1.1

2.1.3

2.1.4

2.2 2.2.1 2.2.2 2.2.3 2.2.4

INSTALLATION OF CONTROLLED DEVICES & SENSORS Install all equipment in accordance with manufacturer's published instructions. Coordinate final location of all sensors with the Owner prior to installation. Sensor assemblies and elements must be readily accessible. Provide access doors as required to allow for easy replacement and servicing. Locate all sensing elements to correctly sense-measured variable. Isolate elements from vibrations and temperatures, which could affect measurement.

2.3 2.3.1

TRAINING Contractor shall give seven (7) hours of instruction to the owner's designated personnel on the operation of all equipment.

2.4 2.4.1

WARRANTY All components, parts, and assemblies shall be guaranteed against defects in material and workmanship for a period of two (2) year after acceptance. If equipment, software or installation becomes defective during the warranty period, it shall be repaired or replaced without charge during normal working hours. Parts, which have a wear-out characteristic, such as printer ribbons, etc., shall not be counted as failures within the terms of this warranty, if they fail or become worn out beyond their stated life expectancy.

2.4.2

2.4.3

2.5 2.5.1 2.5.2

2.5.3

INSTALLER AND MANUFACTURER QUALIFICATIONS Installer shall have an established working relationship with Control System Manufacturer. Installer shall have successfully completed Control System Manufacturer's control system training. Upon request, Installer shall present record of completed training including course outlines. It is the intent of this specification to define an open protocol state-of-the-art distributed computerized Building Management and Control System which is user friendly, has known reliability, is extremely responsive, and which is to

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 115 of 346

AUTOMATIC CONTROLS Adee Consultants Ltd.

2.5.4

be designed, installed, implemented, and supported by a local office of approved bidders. BAS contractor shall provide three locations of successful installations of similar open protocol computer based systems. Sites provided must consist of more than 150 hardware inputs/outputs. Project sites must be local to the location of this project. ELECTRICAL WORK AND SAFETY REQUIREMENTS Control and interlock wiring and installation shall comply with national and local electrical codes, and manufacturer's recommendations. CEC Class 1 (line voltage) wiring shall be UL listed in approved raceway as specified by CEC. Low-voltage wiring shall meet CEC Class 2 requirements. Subfuse lowvoltage power circuits as required to meet Class 2 current limit. CEC Class 2 (current-limited) wires not in raceway but in concealed and accessible locations such as return air plenums shall be UL listed for the intended application. Install wiring in raceway where subject to mechanical damage and at levels below 3 m (10ft) in mechanical, electrical, or service rooms. Do not install Class 2 wiring in raceway containing Class 1 wiring. Boxes and panels containing high voltage wiring and equipment may not be used for low-voltage wiring except for the purpose of interfacing the two (e.g., relays and transformers). Install Class 1 and Class 2 wiring in separate raceways. Boxes and panels containing high-voltage wiring and equipment shall not be used for lowvoltage wiring except for the purpose of interfacing the two through relays and transformers. Do not install wiring in raceway containing tubing. Run exposed Class 2 wiring parallel to a surface or perpendicular to it and tie neatly at 3 m (10 ft) intervals. Use structural members to support or anchor plenum cables without raceway. Do not use ductwork, electrical raceways, piping, or ceiling suspension systems to support or anchor cables. Secure raceways with raceway clamps fastened to structure and spaced according to code requirements. Raceways and pull boxes shall not be hung on or attached to ductwork, electrical raceways, piping, or ceiling suspension systems. Size raceway and select wire size and type in accordance with manufacturer's recommendations and CEC requirements. Include one pull string in each raceway 2.5 cm (1 in.) or larger. Use color-coded conductors throughout. Locate control and status relays in designated enclosures only. Do not install control and status relays in packaged equipment control panel enclosures containing Class 1 starters.

VI E D W O I N NG O T C SU O P BM Y IT

2.6 2.6.1

Section 15910 Page 4

2.6.2 2.6.3

2.6.4

2.6.5 2.6.6

2.6.7

2.6.8 2.6.9

2.6.10

2.6.11

2.6.12 2.6.13 2.6.14 2.6.15

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 116 of 346

AUTOMATIC CONTROLS Adee Consultants Ltd.

2.6.16

2.6.17

Conceal raceways except within mechanical, electrical, or service rooms. Maintain minimum clearance of 15 cm (6 in.) between raceway and hightemperature equipment such as steam pipes or flues. Install insulated bushings on raceway ends and enclosure openings. Seal top ends of vertical raceways. Terminate control and interlock wiring related to the work of this section. Maintain at the job site updated (as-built) wiring diagrams that identify terminations. Flexible metal raceways and liquid-tight flexible metal raceways shall not exceed 1 m (3 ft) in length and shall be supported at each end. Do not use flexible metal raceway less than ½ in. electrical trade size. Use liquid-tight flexible metal raceways in areas exposed to moisture including chiller and boiler rooms. Install raceway rigidly, support adequately, ream at both ends, and leave clean and free of obstructions. Join raceway sections with couplings and according to code. Make terminations in boxes with fittings. Make terminations not in boxes with bushings. All equipment and systems installed under this Contract shall be grounded, isolated, or conditioned as required to permit equipment to continue to function normally, without interruption, in the event of radio frequency interference (RFI), electromagnetic interference (EMI), power surges/dips or other electrical anomalies. It shall be the responsibility of the Contractor or his Sub-contractor to ensure that any coring of holes through the walls or floors will not penetrate existing conduits, cables or mechanical equipment in or under the floor slabs or walls. He shall be responsible to take any and all action as deemed necessary by the Project Manager to correct any such penetrations at his cost. No coring shall be undertaken unless the Project Manager gives permission. Scan walls and floors prior to core drilling to identify hidden piping. Ensure that water does not flow into equipment and below floors. Waterproof and fire stop all penetrations.

VI E D W O I N NG O T C SU O P BM Y IT

2.6.18

Section 15910 Page 5

2.6.19

2.6.20

2.6.21

2.6.22

2.7 2.7.1

2.7.2

2.7.3

2.7.4 2.7.5 2.7.6

COMMUNICATION WIRING Communication wiring shall be low-voltage Class 2 wiring and shall comply with Article 25 (Electrical Work). Install communication wiring in separate raceways and enclosures from other Class 2 wiring. During installation do not exceed maximum cable pulling, tension, or bend radius specified by the cable manufacturer. Verify entire network's integrity following cable installation using appropriate tests for each cable. Install lightning arrestor according to manufacturer's recommendations between cable and ground where a cable enters or exits a building. Each run of communication wiring shall be a continuous length without splices when that length is commercially available. Runs longer than

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 117 of 346

AUTOMATIC CONTROLS Adee Consultants Ltd.

2.7.7 2.7.8

commercially available lengths shall have as few splices as possible using commercially available lengths. Label communication wiring to indicate origination and destination. Ground coaxial cable according to OEC regulations article on "Communications Circuits, Cable, and Protector Grounding." LOCKABLE PANELS Indoor control panels shall be fully enclosed NEMA 1 construction with hinged door key-lock latch and removable sub-panels. A common key shall open each control panel and sub-panel. Prewire internal and face-mounted device connections with color-coded stranded conductors tie-wrapped or neatly installed in plastic troughs. Field connection terminals shall be UL listed for 600 V service, individually identified per control and interlock drawings, with adequate clearance for field wiring. Each local panel shall have a control power source power switch (on-off) with over current protection.

VI E D W O I N NG O T C SU O P BM Y IT

2.8 2.8.1

Section 15910 Page 6

2.8.2

2.8.3

2.9 2.9.1 2.9.2

WARNING LABELS On all Controller panels Affix permanent warning labels to equipment that can be automatically started by the control system. Labels shall use white lettering (12-point type or larger) on a red background. Warning labels shall read as follows.

CAUTION This equipment is operating under automatic control and may start or stop at any time without warning. Switch disconnect to "Off" position before servicing.

A. Affix permanent warning labels to motor starters and control panels that are connected to multiple power sources utilizing separate disconnects. 1. Labels shall use white lettering (12-point type or larger) on a red background. 2. Warning labels shall read as follows.

CAUTION This equipment is fed from more than one power source with separate disconnects. Disconnect all power sources before servicing.

2.10 2.10.1

IDENTIFICATION OF HARDWARE AND WIRING Label wiring and cabling, including that within factory-fabricated panels, with control system address or termination number at each end within 5 cm (2 in.) of termination.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 118 of 346

AUTOMATIC CONTROLS Adee Consultants Ltd.

2.10.2 2.10.3 2.10.4

Permanently label or code each point of field terminal strips to show instrument or item served. Label control panels with minimum 1 cm (½ in.) letters on laminated plastic nameplates. Label each control component with a permanent label. Label plug-in components such that label remains stationary during component replacement (lamacoids). Label room sensors related to terminal boxes or valves with nameplates (lamacoids). Manufacturers' nameplates and UL or CSA labels shall be visible and legible after equipment is installed. Label identifiers shall match record documents. Insert laminated points list in the control panel

VI E D W O I N NG O T C SU O P BM Y IT

2.10.5

Section 15910 Page 7

2.10.6 2.10.7 2.10.8

2.11 2.11.1 2.11.2

2.11.3

2.11.4

2.11.5

2.11.6 2.11.7

2.11.8

2.11.9

2.12

PRELIMINARY DESIGN REVIEW (Shop Drawings) The BAS contractor shall submit a preliminary design document for review. This document shall contain the following information: Provide a description of the proposed system along with a system architecture diagram with the intention of showing the contractors solution to meet this specification. Provide product data sheets and a technical description of BC, AAC, and ASC hardware required to meet specifications listed herein. Provide product brochures and a technical description of the Server, Operator Workstation, and Building Control Unit (BC) software required to meet this specification. Provide a description of software programs included. Open Protocols - For all hardware Building Controllers, Advanced Application Controllers (AAC) and Advanced Specific Controllers (ASC), provide BACnet Interoperability Building Blocks BIBBs certification. Provide complete description and documentation of any proprietary services and/or objects where used in the system. Provide a description and samples of Operator Workstation graphics and reports. Provide an overview of the BAS contractor’s local/branch organization, local staff, recent related project experience with references, and local service capabilities. Provide information on the BAS contractor’s project team, including project organization, project manager, project engineer, programmers, project team resumes, and location of staff. Final Shop Drawings: After preliminary shop reviewed and accepted by the Consultant and Owner, the Contractor shall submit three paper copies of the final shop drawings. START-UP AND CHECKOUT (City's BAS Project Manager shall be present during the Start-Up and Checkout)

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 119 of 346

AUTOMATIC CONTROLS Adee Consultants Ltd.

This work shall include field testing and adjustment of the complete BAS, and on-site final operational acceptance test of the complete operational BAS. The Engineer shall be advised at least 14 days in advance of the dates of all tests and may attend at his discretion. If the Engineer witnesses the test, such tests shall be subject to his approval prior to the release of equipment. If the Engineer elects not to witness the tests, the contractor shall provide performance certification. Acceptance of tests by the Engineer and Project Manager shall not relieve the contractor of responsibility for the complete system meeting the requirements of these specifications after installation.

VI E D W O I N NG O T C SU O P BM Y IT

2.12.1

Section 15910 Page 8

2.12.2 2.12.2.1.

Static testing: Static testing shall include point-by-point testing of the entire system and completion of Component Test Sheets. The contractor shall forward proposed Test Sheets at the shop drawing review stage. These Component Test Sheets shall be completed during the contractor’s own testing and verification procedure that is done prior to the request for a final inspection. The completed Component Test Sheets shall then be returned to the Engineer for review and approval. The Engineer may repeat a random sampling of at least 50% of the tests during the Engineers commissioning procedure to corroborate their accuracy. The Contractor shall be on site with test equipment during this verification process. The test procedures shall include the following.

2.12.2.2.

Digital input component test sheet: • DI status shall be verified at the POT and OWS for ON and OFF status. • All digital alarm inputs shall be proven using actual field conditions where possible or be jumpered at the field device for testing with the approval of the Engineer.

2.12.2.3.

Digital output component test sheet: • Status to be verified at the equipment location. Verification at the OWS shall be completed for ON and OFF status, software DISABLE indicator and OVERRIDEN indicator.

2.12.2.4.

Analog input component test sheet: • All temperature sensors shall be calibrated using a hand held meter with equal or better accuracy. • Selected temperature sensors chosen by the Engineer shall be verified by spraying with a cold spray or other means to ensure response and to test the low temperature alarm condition. • All pressure sensing devices and analog output feedback shall be verified using a device with equal or better accuracy to ensure correct calibration. • All humidity sensing devices must be verified using a recently calibrated device with equal or better accuracy. • All CTs shall be set to accurately reflect motor status, including removing belts on belt driven equipment.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 120 of 346

AUTOMATIC CONTROLS Adee Consultants Ltd.

Section 15910 Page 9

• All other devices shall be verified using appropriate devices of equal or better accuracy. • Adjust span on feedback devices so that input matches the end device. Analog output component test sheet: • All points shall be tested by sending a command from the PWS or OWS to incrementally stroke the field device from full CLOSED to full OPEN and measuring the signal at the field device. The increments of the test shall be no larger than 10% of the output span. • The AO feedback requirement shall also be tested by failing the field device and verifying that the alarm registers • Each output shall be exercised over the full output capability of the panel • Field device hysteresis shall be measured at a minimum of three output levels for each direction of travel. Output increments shall not exceed 2% of span for this test.

VI E D W O I N NG O T C SU O P BM Y IT

2.12.2.5.

2.13 2.13.1

STANDARDS COMPLIANCE Where materials or equipment are specified to conform to requirements of the standards of organizations, such as the Canadian Standards Association (CSA) that use a label or listing as method of indicating compliance, proof of such conformance shall be submitted and approved, indexed and cross-referenced with the specification. The label or listing of the specified organization will be acceptable evidence. In lieu of the label or listing, the contractor shall submit a certificate from a testing organization adequately equipped and competent to perform such services, and approved by the Engineer, stating that the item has been tested in accordance with the specified organization's test methods and that the item conforms to the specified organization's standard or code. For materials whose compliance with organizational standards or specifications is not regulated by an organization using its own listing or label as proof of compliance, a certificate from the manufacturer shall be furnished to the Engineer stating that the material complies with the applicable referenced standard or specification.

2.14 2.14.1

FINAL ACCEPTANCE Final acceptance shall commence only after satisfactory completion of startup, verification of performance and the 30-day test period described earlier. When the Contractor has satisfied himself as to proper system operation he shall advise the BAS Commissioning Engineer/Consultant to establish a date for Final Acceptance. This will involve a point-by-point check of all hardware and software items including graphics and displayed data, as well as performing tasks as directed. Supply 2-way radios and all test equipment as previously specified. Have onsite technical personnel capable of re-calibrating all field hardware and modifying software.

2.14.2

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 121 of 346

AUTOMATIC CONTROLS Adee Consultants Ltd.

2.14.3

2.14.4

Test each system independently and then in unison with other related systems. Test weather sensitive systems twice- once near winter design conditions and again near summer design conditions. Optimize operation and performance of each system. Test full-scale emergency operation and integrity of smoke management and other life safety systems. Demonstrate to the Engineer the operation of each system including sequence of operations in regular and emergency modes, under all normal and emergency conditions, start-up, shut-down, interlocks, and lock-outs. Upon completion of the testing submit a report to the Engineer to summarize all testing.

VI E D W O I N NG O T C SU O P BM Y IT

2.14.5

Section 15910 Page 10

2.14.6

2.15 2.15.1

2.15.1.1. 2.15.1.2. 2.15.1.3. 2.15.1.4. 2.15.1.5. 2.15.1.6.

DOCUMENTATION Documentation shall consist of 4 hard copies and one soft copy for all information described below. The final documentation package shall include: Hard and soft copies of all control drawings (As-Builts). Manufacturer’s technical data sheets for all hardware and software. Factory operating and maintenance manuals with any customization required. Soft copies of programming and front-end software and each controller’s database. Hard copy output of programming is not necessary. Provide clear, concise, typewritten and soft copy descriptions of all control sequences in the working language. Soft copy text files shall be in MS-Word.

2.15.2

Each instruction and reference manual shall be bound in hardback, 3 ring, binders or an approved equivalent shall be provided to the Engineer. Binders to be no more than 2/3 full. Each binder to contain index to full volume. One complete set of manuals shall be furnished prior to the time that the system or equipment tests are performed, and the remaining manuals shall be furnished at acceptance. The identification of each manual's contents shall be inscribed on the cover and spine. The manuals shall include the names, addresses and telephone numbers of each subcontractor installing equipment systems and of the local representatives for each item of equipment and each system. The manuals shall have a table of contents and be assembled to conform to the table of contents with the tab sheets placed before instructions covering the subject. Additionally, each manual shall contain a comprehensive index of all manuals submitted in accordance with this paragraph. Manuals and specifications shall be furnished which provide full and complete coverage of the following subjects:

2.15.3

Operational Requirements: This document shall describe in concise terms, all the functional and operational requirements for the system and its functions that have been implemented. It shall be written using common terminology for building operation staff and shall not presume knowledge of digital computers, electronics or in-depth control theory.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 122 of 346

AUTOMATIC CONTROLS Adee Consultants Ltd.

Section 15910 Page 11

System Operation: Complete step by step procedures for operation of the system, including required actions at each operator station; operation of computer peripherals; input and output formats; and emergency, alarm and failure recovery. Step-by-step instructions for system startup, back-up equipment operation, and execution of all system functions and operating modes shall be provided.

2.15.5

Maintenance: Documentation of all maintenance procedures for all system components including inspection, periodic preventive maintenance, fault diagnosis, and repair or replacement of defective module. This shall include calibration, maintenance, and repair or replacement of all system hardware.

2.15.6

Test Procedures and Reports: The test implementation shall be recorded with a description of the test exercise script of events and documented as test procedures. A provision for the measurement or observation of results, based on the previously published test specification, forms the test reports. The procedures record and the results of these exercises shall be conveniently bound and documented together.

2.15.7

Configuration Control: Documentation of the basic system design and configuration with provisions and procedures for planning, implementing, and recording any hardware or software modifications required during the installation, test, and operating lifetime of the system. This shall include all information required to ensure necessary coordination of hardware and software changes, data link or message format/content changes, and sensor or control changes in the event system modification are required, and to fully document such new system configurations.

2.16 2.16.1

TRAINING The Contractor shall provide the services of competent instructors who will provide instruction to designated personnel in the adjustment, operation and maintenance, including pertinent safety requirements, of the equipment and system specified. The training shall be oriented towards the system installed rather than being a general "canned" training course. Instructors shall be thoroughly familiar with all aspects of the subject matter they are to teach. The number of person-days (eight hours) of instruction furnished shall be as specified below as a minimum. A training manual shall be provided for each trainee that describes in detail the data included in each training program.

VI E D W O I N NG O T C SU O P BM Y IT

2.15.4

2.16.2 Training shall enable operators to accomplish the following objectives: 2.16.2.1. Proficiently operate system. 2.16.2.2. Understand control system design and configuration 2.16.2.3. Create and change system graphics 2.16.2.4. Create, delete, and modify alarms, including configuring alarm reactions 2.16.2.5. Configure and run reports 2.16.2.6. Add, remove, and modify system's physical points

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 123 of 346

AUTOMATIC CONTROLS Adee Consultants Ltd.

Create, modify, and delete application programming Add a new controller to system Download firmware and advanced applications programming to a controller Configure and calibrate I/O points Maintain software and prepare backups Understand DDC system components Understand system operation, including DDC system control and optimizing routines (algorithms) Operate workstation and peripherals Log on and off system Access graphics, point reports, and logs Adjust and change system setpoints, time schedules, and holiday schedules Recognize common HVAC system malfunctions by observing system graphics, trend graphs, and other system tools Access data from DDC controllers Add new users and understand password security procedures

VI E D W O I N NG O T C SU O P BM Y IT

2.16.2.7. 2.16.2.8. 2.16.2.9. 2.16.2.10. 2.16.2.11. 2.16.2.12. 2.16.2.13.

Section 15910 Page 12

2.16.2.14. 2.16.2.15. 2.16.2.16. 2.16.2.17. 2.16.2.18.

2.16.2.19. 2.16.2.20.

End of Section

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 124 of 346

EQUIPMENT TESTING, ADJUSTING AND BALANCING

Adee Consultants Ltd.

Section 15951 Page 1

General

1.1 1.1.1 1.1.2

GENERAL REQUIREMENTS Conform to Sections of Division 1 as applicable. Conform to General Mechanical Requirements: Section 15010 as applicable.

1.2 1.2.1

REFERENCES Perform testing and balancing in accordance with the current issue of the Associated Air Balance Council Standards for Total System Balance and SMACNA Standards where applicable. Use recently calibrated instruments and state date of calibration in all reports.

1.3 1.3.1

DEFINITIONS "BALANCING" to proportion and regulate flows from and to the equipment at appropriate pressures in accordance with the design intent.

1.3.2

"TESTING" to measure, interpret and report in writing, such parameters as may be required to verify design compliance and as hereafter specified.

1.4 1.4.1

DESCRIPTION The work to be performed under this Section includes the performance testing and balancing of heating, ventilating, air conditioning and liquid system equipment, including all labour, materials and equipment required to carry out this work, and cooperating with the mechanical contractor who will operate the systems and upon request from this contractor, make any required adjustments to the systems to meet the specified and intended performance.

VI E D W O I N NG O T C SU O P BM Y IT

1

The principal items of work are as follows: -Performance testing and balancing of all new steam humidification equipment and systems, specified and shown on the drawings. -New Roof Top Air Conditioning units, RTU-2 & RTU-3, including airflow, static pressure, rpm, bhp, etc. at high speed on VFD.

1.4.2

Work by Other Trades -Adjusting, calibrating, modifying or operating any installed equipment or control. -Testing and checking of equipment supplied by other Divisions, except where such equipment forms an integral part of the mechanical systems.

1.5

DESIGN REQUIREMENTS, PERFORMANCE REQUIREMENTS

1.5.1 1.5.1.1

Tolerances Balance all equipment to the performance parameters indicated on drawings and in the specifications. If interpretation, clarification or additions to performance parameters are required, request such information from the Owner.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 125 of 346

EQUIPMENT TESTING, ADJUSTING AND BALANCING

Adee Consultants Ltd. Balance systems to within the following tolerances: Water Flow Rates Hydronic Heating Steam Other

2.5% of flow 2.5% of flow 5% of flow

Heat Flow Rates Heat Exchangers Water Heaters

2.5% of design capacity 2.5% of design capacity

VI E D W O I N NG O T C SU O P BM Y IT

1.5.1.2

Section 15951 Page 2

1.5.1.3

Balance air systems to within the following tolerances: -Duct Leakage Rates (at operating pressures) Low pressure ducts 0 to 0.5 kPa (0 to 2" W.G.) 5% of full flow Medium Pressure Ducts 0.5 to 3 kPa (2" to 6")

1% of full flow

1.6

SUBMITTALS

1.6.1 1.6.1.1 1.6.1.2

Reports Initial report Final report

1.6.2

Record Drawings: Record, in red ink, any changes to the set of plans submitted with the review and recommendation report while the work progresses. At the completion of the work, transfer this information to the set of sepias and submit to the Owner.

1.7

QUALITY ASSURANCE

1.7.1

Qualifications: Testing and Balancing Firm shall be a member of Associate Air Balance Council (AABC) in good standing and with a minimum of five years experience in this type of work to carry out performance testing and balancing. The Firm shall provide proof of membership to the Owner, if requested. The work in this shall be provided by any one of the following members of AABC:

1.7.1.1

Designtest & Balance Co. Ltd. Richmond Hill, Ontario. Attention: Surrinder S. Sahota

Tel: 905-886-6513.

1.7.1.2

Dynamic Flow Balancing Ltd. Oakville, Ontario. Attention: Edward Molnar

Tel: 905-338-0808

1.7.1.3

VPG Associates Ltd. Toronto, Ontario. Attention: Peter Piliotis

Tel: 416-674-0644

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 126 of 346

EQUIPMENT TESTING, ADJUSTING AND BALANCING

Adee Consultants Ltd.

Section 15951 Page 3

Pro-Air Testing Inc. Toronto, Ontario. Attention: Oscar Horvat

Tel: 416-252-3232

2

Products

2.1 2.1.1

MATERIALS Supply all test equipment required to perform the work of this Section.

3

Execution

3.1

GENERAL

3.1.1 3.1.1.1

Coordination and Cooperation Review with the Mechanical and Control Contractors before fabrication, the location of balancing devices, test connections and access openings and report conditions which could affect optimum system performance. By inspection, assure that all testing, balancing and metering devices are installed properly and in the pre-selected locations. Report any errors to the Owner. The Mechanical Contractor shall obtain the approval of the Testing and Balancing Firm before relocating these devices due to field conditions.

3.1.1.2

The Testing and Balancing Firm will co-operate with the Mechanical Contractor giving adequate prior notification of request for services of tradesmen, and co-ordinating his efforts so that items requiring replacement and/or delivery time (motors, etc.) are tested as early as possible.

3.1.1.3

The Mechanical Contractor and the pertinent trades shall co-operate with the Testing and Balancing Firm and shall provide the following assistance and/or services:

VI E D W O I N NG O T C SU O P BM Y IT

1.7.1.4

-Schedule sufficient time so that the initial testing and balancing can be completed before occupancy begins and co-ordinate with the trades involved. -Keep the Testing and Balancing Company informed of any major changes made during construction and provide them with a set of drawings and approved shop drawings. -Provide and install balancing devices, test connections access openings, balancing probe inlets and plugs. -Clean and pre-run all equipment and place all heating systems into full operation and continue same during each working day of testing and balancing. -Provide immediate labour from pertinent mechanical trades and tools, equipment and materials to make equipment and system alterations and adjustments, as required including control adjustments. -Make available all equipment data (Shop Drawing Performance Data and operating instructions) to the Testing and Balancing Firm.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 127 of 346

EQUIPMENT TESTING, ADJUSTING AND BALANCING

Adee Consultants Ltd.

Section 15951 Page 4

As part of the co-ordination effort, the Mechanical Contractor shall be fully responsible for the systems having been constructed and adjusted to provide optimum performance. Any re-adjusting required as the result of spot checks by the Owner shall be done at no additional cost to the Contract.

3.2

PROCEDURE

3.2.1 3.2.1.1

General Review all pertinent plans, specifications, shop drawings, interference drawings and other documentation to become fully familiar with the systems and their specified and intended performance.

3.2.1.2

Report any objectionable noise or vibration and be prepared to locate cause by instrumentation and analysis (including Octave Band and analysis).

3.2.1.3

Operate, test and balance all equipment over their entire design range of operation. Fully simulate heating conditions. Record sufficient data to verify compliance with design requirements.

3.2.2

Data Required: Submit the following data as a minimum. If this contractor's standard forms provide for additional data, submit this data as well. Indicate where tests were not specifically made. Do not repeat design data or other values not specifically tested.

VI E D W O I N NG O T C SU O P BM Y IT

3.1.1.4

Motors Manufacturer Model and Serial number Rated amperage and voltage Rated horsepower Rated RPM Corrected full load amperage Measured amperage and voltage Calculated kW (BHP) Measured RPM Sheave size, type and manufacturer

Pumps Manufacturer Model and Serial number Rated L/S (GPM) Rated Head Rated pressures Measured discharge pressure (full flow and no flow) Measured suction pressure (full flow and no flow) Measured L/S (GPM) at operating conditions Operating head

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 128 of 346

EQUIPMENT TESTING, ADJUSTING AND BALANCING

Adee Consultants Ltd.

Section 15951 Page 5

Operating RPM Heat Transfer Equipment (Boilers and Heat Exchanger) Manufacturer, type and serial number

VI E D W O I N NG O T C SU O P BM Y IT

The following are to be provided for both the heated and heating medium. Design inlet and outlet temperatures Design pressure drop Design flow rate Measured inlet and outlet temperatures Measured pressure drop Measured flow rate

Present sound and any other data requested in a suitable manner to be approved by the Owner.

3.2.3

Site Visits: Visit the site as required prior to testing and balancing the equipment to advise respective trades of requirements for probe inlets, etc. Submit a report to the Owner after each site visit.

3.2.4 3.2.4.1

Review and Recommendations Within 15 days of award of this contract, identify and neatly mark the specific location of all adjusting, balancing and permanent measuring devices on a set of plans for approval by the Owner. The Owner will provide a set of sepias for this purpose.

3.2.4.2

With the same submission, propose, for review by the Owner, additional devices deemed advisable for satisfactory operation and completion of the mechanical work of Division 15 of the Specifications.

3.2.4.3

Submit the proposed format for the initial report with the above mentioned plans. Include a complete list of instruments and tests for which they are to be used as they relate to this project.

3.2.5 3.2.5.1

Initial Testing On completion of the testing, adjusting and balancing of all equipment, submit six typewritten copies of a full report on all tests, adjustments, and balancing performed to the Owner, including the following: -summary of all equipment -testing methods and instrumentation -sound testing data -diagrams showing all pitot travers points.

3.2.6 3.2.6.1

Alternate (Heating) Season Testing Check the testing and balancing of the heating equipment during the heating season or

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 129 of 346

EQUIPMENT TESTING, ADJUSTING AND BALANCING

Adee Consultants Ltd.

Section 15951 Page 6

approximately within six months from the acceptance date of the initial testing and balancing report, as advised by the Owner. Include items which could not be adequately completed during the initial balancing due to their seasonal character. Include the temperatures and pressures of all gauges and the outdoor and indoor conditions. Measure and record the motor amperages and drive RPM of all fans and pumps during re-checking.

VI E D W O I N NG O T C SU O P BM Y IT

3.2.6.2

3.2.7

Final Report: Submit the final report to the Owner following completion of the alternate season testing and balancing. Submit three (3) typewritten copies in the same format as the initial report specified above.

3.3

ACCEPTANCE AND FOLLOW-UP

3.3.1

Deficiencies: Report any deficiencies in the equipment performance resulting in design requirements being unobtainable immediately to the Owner.

3.3.2 3.3.2.1

Acceptance The substantial performance of the Mechanical Contractor shall be considered reached when the initial Balancing Reports from this Section are accepted by the Owner and in the opinion of the Owner all systems and equipment have been satisfactorily installed, operated tested, balanced, and adjusted to meet the specified and intended performance.

3.3.2.2

The substantial performance will not depend upon alternate season testing as specified hereafter, however, the Contractor shall make such relevant repairs or modifications deemed necessary during this rechecking as part of his guarantee of the work.

3.3.2.3

The total performance of the Mechanical Contractor's work shall not be considered reached until the alternate season testing and balancing is completed and the final report submitted and accepted by the Owner.

3.4 3.4.1

ADDITIONAL TESTING The Owner may request such additional testing in connection with this project as he deems necessary. Additional testing and balancing shall be performed at the rates quoted and costs shall be withdrawn from the Mechanical Contractor's allowance for the Testing and Balancing work as approved by the Owner.

End of Section.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 130 of 346

SANITARY DRAIN AND VENT PIPING Adee Consultants Ltd.

Standard 001 Page 1

Within Building Area - Buried Sections

1.1

NPS 8" and Smaller

1.1.1

Pipe and Fittings

1.1.1.1

Cast iron soil pipe and fittings conforming to CAN/CSA-B70-M. Use plain end pipe and fittings joined with neoprene sleeves with stainless steel gear type clamps except where local authorities do not approve their use, in which case use bell and spigot pipe and fittings with lead and oakum joints.

VI E D W O I N NG O T C SU O P BM Y IT

1

or

1.1.1.2

ABS or PVC drainage pipe and fittings with bell and spigot ends and conforming to CAN/CSA-B182.1-M or B182.2-M. Rubber ring gaskets integral with bell. Install in accordance with CSA B182.11 and with manufacturer's instructions.

2

Above Ground Sections- Drain and Vent Piping

2.1

NPS 3" and Smaller

2.1.1 2.1.1.1

Pipe and Fittings Type DWV hard drawn copper drainage tube conforming to ASTM B306 with wrought copper or cast brass solder joint drainage fittings to ANSI/ASME B16.29 and CSA B158.1 respectively.

2.2

NPS 4" and Larger

2.2.1 2.2.1.1

Pipe and Fittings Cast iron soil pipe and fittings conforming to CAN/CSA-B70-M. Use plain end pipe and fittings joined with neoprene sleeves with stainless steel gear type clamps except where local authorities do not approve their use, in which case use bell and spigot pipe and fittings with lead and oakum joints. or

2.3

NPS 6" and Smaller

2.3.1 2.3.1.1

Pipe and Fittings ABS or PVC DWV drainage pipe and fittings certified to CAN 3-B181.1-M or CAN3-B181.2-M respectively, with solvent weld joints and solvent to threaded adapters for connecting to plumbing specialties. Solvent used for joints must be ABS or PVC solvent cement compatible with pipe material and applied in strict conformance with CSA B181.11 or B181.12 respectively, and with manufacturer's

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 131 of 346

SANITARY DRAIN AND VENT PIPING Adee Consultants Ltd.

Standard 001 Page 2

specifications.

VI E D W O I N NG O T C SU O P BM Y IT

End of Section.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 132 of 346

POTABLE HOT AND COLD WATER PIPING

Adee Consultants Ltd. 1

Std. 008 Page 1

References ANSI/ASME B16.1-1989 ASTM A47-90 ASTM A53-90b

VI E D W O I N NG O T C SU O P BM Y IT

ASTM A126-84 (1991) -

Cast Iron Pipe Flanges and Flanged Fittings, Class 25, 125, 250 and 800 Specification for Ferritic Malleable Iron Castings Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated Welded and Seamless Specification for Gray Iron Castings for Valves, Flanges and Pipe Fittings Specification for Carbon Steel Track Bolts and Nuts Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures Specifications for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength Specification for Composition Bronze or Ounce Metal Castings Specification for Seamless Copper Water Tube Classification System for Rubber Products in Automotive Applications Groove and Shoulder Type Mechanical Pipe Couplings

ASTM A183-83 (1990) ASTM A234-M92a

ASTM A307-92a ASTM B62-90

ASTM B88-92 ASTM D2000-90 CSA B242-M80

2 2.1

Buried Piping - NPS 2" and Smaller Type "K" soft annealed copper tubing conforming to ASTM B88 with no joints permitted below ground. Bend tubing using approved tube bender. Use type "K" soft annealed copper tubing for trap seal primer piping to traps installed in concrete floors.

3

Above Ground Piping

3.1

NPS 3" and Smaller

3.1.1 3.1.1.1

Pipe Type "L" hard drawn copper tubing conforming to ASTM B88.

3.1.2 3.1.2.1

Fittings Wrought copper, solder joint, pressure type. Provide solder to threaded adapters at screwed valves or equipment.

3.1.3 3.1.3.1

Unions All bronze construction with ground joint and either solder joint or screwed ends as required. Provide dielectric unions or couplings at all connections between copper tubing and ferrous piping.

3.2

NPS 4" and Larger

3.2.1 3.2.1.1

Pipe Schedule 40 continuous or ERW galvanized carbon steel conforming to ASTM A53 Grade B, with threaded ends.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 133 of 346

POTABLE HOT AND COLD WATER PIPING

Adee Consultants Ltd.

Std. 008 Page 2

Fittings Class 125 cast iron, galvanized, flanged ends with flat face, conforming to ASTM A126 Class A and ANSI/ASME B16.1.

3.2.3 3.2.3.1

Flanges Class 125 galvanized cast iron screwed, flat faced, conforming to ASTM A126 Class A and ANSI/ASME B16.1.

VI E D W O I N NG O T C SU O P BM Y IT

3.2.2 3.2.2.1

3.2.4 3.2.4.1

Gaskets and Bolts for Flanged Joints Gaskets: 1.6 mm (1/16") red rubber, full face type. Bolts: semi-finished hexagon head machine bolts and semi-finished hex nuts, both of carbon steel conforming to ASTM A307 Class A. OR

3.2.5 3.2.5.1

Pipe Schedule 40 up to and including NPS 10" and sch. 30 or standard weight for NPS 12" and over, seamless or electric resistance welded, galvanized, carbon steel pipe conforming to ASTM A53 Grade B with grooved ends conforming to CSA B242-M.

3.2.6 3.2.6.1

Fittings Up to and including NPS 10": galvanized malleable iron conforming to ASTM A47 Grade 32510 or 35018.

3.2.6.2

NPS 12" and over: sch. 30 or standard weight, galvanized, carbon steel conforming to ASTM A-234, all with grooved ends conforming to CSA B242-M. Couplox Gustin-Bacon Victaulic Grinnell (Gruvlok)

3.2.7 3.2.7.1

Couplings Cast, segmented malleable iron conforming to ASTM A47 Grade 32510 or 35018, grooved mechanical type, conforming to CSA B242-M, with oval track-head bolts and heavy hex nuts conforming to ASTM A183 and synthetic rubber gaskets conforming to ASTM D2000, and suitable for service.

Couplox Gustin-Bacon Victaulic Grinnell (Gruvlok)

3.2.8 3.2.8.1

At Pump Conn's and Concealed Piping

Mechanical Rooms and Exposed Runs

Fig. 3400 Fig. 100 Fig. 77 Fig. 7001

Fig. 125 Rigid Fig. 07 Zero-Flex Fig. 7004 HPR

Flanges Hinged, 2 piece, shouldered or keyed, cast malleable iron conforming to ASTM A47

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 134 of 346

POTABLE HOT AND COLD WATER PIPING

Adee Consultants Ltd.

Std. 008 Page 3

Grade 32510 with elastomeric gasket suitable for service, and lock bolt. Flange Bolting Semi-finished hex head machine bolts and hex nuts conforming to ASTM A307 Class A.

3.2.10 3.2.10.1

Valves Provide bronze valves with bodies made of bronze conforming to ASTM B62.

VI E D W O I N NG O T C SU O P BM Y IT

3.2.9 3.2.9.1

3.2.10.2

Use gate and globe valves of a design which permits valve to be re-packed under pressure, when fully open.

3.2.10.3

Provide valves with manufacturer's name or trade mark, figure number, and pressure rating, cast or stamped on valve body.

3.2.10.4

Provide globe and check valves with composition discs with manufacturer's recommended disc for type of service on which they are to be used, unless otherwise specified.

3.2.10.5

Provide iron body valves with renewable seats.

3.3

NPS 3" and Smaller

3.3.1 3.3.1.1

Gate Valves Class 125 bronze body, wedge disc, non-rising stem and solder ends. Crane Jenkins Kitz

3.3.2 3.3.2.1

Globe Valves Class 125 bronze body, composition disc and solder ends. Crane Jenkins Kitz

3.3.3 3.3.3.1

Fig. 1310 Fig. 106BP Fig. 10

Ball Valves Class 125 bronze body, screwed or solder ends, teflon seats, Viton "O" rings, bronze ball, lever handle with plastic protector, and bottom, end or split access to ball. Provide ‘locking style’ handles for the valves to be used as shut-off valves and ‘memory stop’ handles for the valves to be used as balancing valves. Crane "Capri" Jenkins Kitz

3.3.4 3.3.4.1

Fig. 1324 Fig. 313 Fig. 41

Fig. 9302 or 9322 Fig. 31 Fig. 68 or 69

Check Valves Class 125 horizontal swing check, bronze body and disc, solder ends, regrindable seats

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 135 of 346

POTABLE HOT AND COLD WATER PIPING

Adee Consultants Ltd.

Std. 008 Page 4

and discs. Crane Jenkins Kitz

Fig. 1342 Fig. 4093 Fig. 23

VI E D W O I N NG O T C SU O P BM Y IT

OR 3.3.5 3.3.5.1

Gate Valves Class 125 bronze body with screwed ends, rising stem, solid or split wedge disc, screwin bonnet. Crane Jenkins Kitz

3.3.6 3.3.6.1

Globe Valves Class 150 bronze body, screwed ends, replaceable composition disc, union bonnet. Crane Jenkins Kitz

3.3.7 3.3.7.1

Fig. 428 Fig. 810 Fig. 24

Fig. 7 Fig. 106B Fig. 09

Check Valves Class 125 bronze body with screwed ends, horizontal swing check, screwed cap and regrindable bronze disc and seat. Crane Jenkins Kitz

Fig. 37 Fig. 4092 Fig. 22

3.3.8

NPS 4" and Larger

3.3.9 3.3.9.1

Gate Valves Class 125 iron body, bronze mounted, flat faced flanged ends, OS and Y, rising stem, solid wedge disc. Crane Jenkins Kitz

3.3.10 3.3.10.1

Fig. 465-1/2 Fig. 454 Fig. 72

Globe Valves Class 125 iron body, bronze mounted, O.S. and Y., flat faced flanged ends, regrindable bronze disc, renewable and regrindable bronze seat ring. Crane Jenkins Kitz

Fig. 351 Fig. 2342 Fig. 76

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 136 of 346

POTABLE HOT AND COLD WATER PIPING

Adee Consultants Ltd. 3.3.11 3.3.11.1

Std. 008 Page 5

Check Valves Class 125 horizontal swing check with iron body, bronze mounted, flat faced flanged ends, renewable and regrindable bronze seat ring and disc. Fig. 373 Fig. 587 Fig. 78 Series 715

VI E D W O I N NG O T C SU O P BM Y IT

Crane Jenkins Kitz Victaulic 3.3.12 3.3.12.1

Butterfly Valves Class 150 full lug type cast iron body, bronze disc, 304 stainless steel shaft, EPDM seat, with notched top plate and lever lock handle for valve sizes NPS 6" and smaller and worm gear operator with handwheel for valves NPS 8" and larger. Lugs to be tapped.

Jenkins Keystone Centerline De Zurik Victaulic

Fig. 2232 Fig. FH12-CBJ-2 Fig. L200L-E/G200L-E Fig. BGS,L1/632 Series 704

End of Section.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 137 of 346

NATURAL GAS PIPING

Adee Consultants Ltd. 1

References ANSI/ASME B16.3-1992 ANSI/ASME B16.5-1988 ANSI/ASME B16.9-1993

Std. 010 Page 1

-

VI E D W O I N NG O T C SU O P BM Y IT

ASTM A53-90b

Malleable-Iron Threaded Fittings Pipe Flanges and Flanged Fittings Factory-Made Wrought Steel Buttwelding Fittings Specification for Pipe, Steel, Black and HotDipped, Zinc-Coated Welded and Seamless Specification for Forgings, Carbon Steel, for Piping Components Specifications for Forgings, Carbon Steel For General Purpose Piping Specifications for Cupola Malleable Iron Specification for Piping Fittings of Wrought Carbon Steel and Alloy Steel for Moderate and Elevated Temperatures Specifications for Carbon Steel Bolts and Studs, 60,000 psi Tensile Strength Specification for Seamless Copper Water Tube Polyethylene Piping Systems for Gas Services Gas Pipeline Systems

ASTM A105-M92

ASTM A181-M90

ASTM A197-87 (1992) ASTM A234-M92a

ASTM A307-92a ASTM B88-92

CAN/CSA-B137.4-92 CAN/CSA Z184-M92

-

2 2.1

Buried Piping Type "K" soft annealed copper tubing conforming to ASTM B88.

2.1.1 2.1.1.1

Fittings Wrought copper, brazed joint, pressure type. Use brazing material for making up joints, with a melting point of not less than 538 C (1000 F). OR

2.2 2.2.1

Pipe Schedule 40 ERW or CW black carbon steel pipe conforming to ASTM A53 Grade B with plain ends and factory applied Shaw "Yellow Jacket" of 22 mil minimum thickness polyethylene.

2.2.2 2.2.2.1

Fittings Class 2000 forged steel socket weld fittings conforming to ASTM A105 Grade 2.

2.2.2.2

Protect joints and fittings with Shaw "Shrink-Sleeves", or a coating of Denso Paste wrapped with Denso Tape applied with not less than 50% overlap.

2.2.3 2.2.3.1

Cathodic Protection Isolate buried piping between two buildings at both ends with dielectric unions, and protect by at least one 1 kg (2 lb.) magnesium sacrificial anode every 30 m (100 ft.) of run, welded to the buried gas pipe, to manufacturer's installation instructions. OR

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 138 of 346

NATURAL GAS PIPING

Adee Consultants Ltd.

Std. 010 Page 2

Pipe Series 125 polyethylene pipe certified to CAN/CSA B137.4-M with a smooth finish free from imperfections such as grooves and ripples.

2.4 2.4.1

Fittings Series 125 polyethylene socket welding type, being compatible with the pipe material, certified to CAN/CSA B137.4-M. Join pipe and fittings using a heat fusion method as recommended and described in the pipe manufacturers installation manuals. Install in accordance with CSA Z184-M and Z184S1.

VI E D W O I N NG O T C SU O P BM Y IT

2.3 2.3.1

3 3.1

Above Ground Piping NPS 2" and Smaller (exposed)

3.1.1 3.1.1.1

Pipe Schedule 40 ERW or CW black carbon steel pipe conforming to ASTM A53 Grade B, with threaded ends.

3.1.2 3.1.2.1

Fittings Class 150 black malleable iron screwed fittings conforming to ASTM A197 and ANSI/ASME B16.3.

3.1.3 3.1.3.1

Unions Class 250 black malleable iron "Dart" type with brass to brass seat.

3.2 3.2.1 3.2.1.1

NPS 2" and Smaller (concealed) Pipe Schedule 40 ERW or CW black carbon steel pipe conforming to ASTM A53 Grade B, with bevelled ends.

3.2.2 3.2.2.1

Fittings Schedule 40 carbon steel buttwelding fittings conforming to ASTM A234 WPB Grade B and ANSI/ASME B16.9.

3.3

NPS 2-1/2" and Larger

3.3.1 3.3.1.1

Piping Schedule 40 ERW or CW black carbon steel pipe conforming to ASTM A53 Grade B, with bevelled ends.

3.3.2 3.3.2.1

Fittings Schedule 40 carbon steel buttwelding fittings conforming to ASTM A234 WPB Grade B and ANSI/ASME B16.9.

3.3.3 3.3.3.1

Flanges Class 150 forged carbon steel raised face slip-on or welding-neck type conforming to ASTM A181 Grade 1 and ANSI/ASME B16.5. Remove raised face when connecting to valves or equipment having a flat faced flange.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 139 of 346

NATURAL GAS PIPING

Adee Consultants Ltd.

Std. 010 Page 3

Flange Bolts Hex. head machine bolts with hexagon nuts, both of semi-finished carbon steel conforming to ASTM A307 Class A.

3.3.5 3.3.5.1

Gaskets Garlock No. 3000 with nitrile binder flat ring type of 1.6 mm (1/16") thickness, or equivalent asbestos-free material manufactured by Anchor.

VI E D W O I N NG O T C SU O P BM Y IT

3.3.4 3.3.4.1

3.3.6 3.3.6.1

Valves - Aboveground Provide valves with the manufacturers name or trade mark, figure number and pressure rating cast or stamped on the valve body.

3.3.7 3.3.7.1

NPS 2" and Smaller Class 175 wrench operated lubricated plug valve with semi- steel body, tapered plug and screwed ends. Rockwell-Nordstrom Fig. 142 Newman-Milliken Fig. 170M Walworth Fig. 1796

3.3.8 3.3.8.1

NPS 2-1/2" and Larger Class 175 lubricated plug valve with semi-steel body, flat faced flanged ends drilled to Class 125, tapered plug with lever operator for valves NPS 6" and less and worm gear handwheel operator for valves NPS 8" and larger. Rockwell-Nordstrom Fig. 143 Newman-Milliken Fig. 171M Walworth Fig. 1797F

Pipe Supports on Roof

Gas piping on the roof shall be supported on the Quick-Blocks as supplied by ‘A Better Idea Inc.’, 4268 Dundas Street, RR #2, Thomdale, Ontario (Tel: 519-268-1550). Quick Blocks shall be assembled product comprised of two major components; the support shell which is a one piece, injection molded Polypropylene Impact Copolymer and the non-marring base made from Type 3 – 20 psi extruded polystyrene. Painting All outdoor gas piping shall be painted with two coats of oil based latex exterior paint of yellow color. Interior piping shall be color coded. End of Section.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 140 of 346

REFRIGERANT PIPING (HALOCARBON)

Adee Consultants Ltd. 1

Standard 014 Page 1

References -

Refrigeration Piping Specification for Seamless Copper Tube for Air Conditioning and Refrigeration Field Service Mechanical Refrigeration Code

VI E D W O I N NG O T C SU O P BM Y IT

ANSI/ASME B31.5-1992 ASTM B280-92

CSA B52-95

2

-

Rating

Low Side - 1034 kPa (150 psig) High Side - 2068 kPa (300 psig)

2.1

Pipe

2.1.1

Type ACR copper tubing, soft annealed or hard drawn in sizes up to and including NPS 3/4". Use Type ACR hard drawn tubing for sizes NPS 1" and larger.

2.1.2

Hard drawn copper tubing conforming to ASTM B280.

Provide deoxidized and dehydrated tubing, identified by the manufacturer as being suitable for refrigeration service and with ends factory sealed.

2.2

Fittings

2.2.1

Heavy wrought copper, solder joint type with adapter fittings where screwed connections are necessary. OR

2.2.2

On size NPS 5/8" and less, flareless compression type.

2.3

Flexible Hose

2.3.1

To be provided on all refrigerant line connections to all equipment with reciprocating or rotating elements.

2.3.2

Provide hoses of all bronze construction with braided wire exterior jacket and union connection on one end, with a minimum length of 6 times the diameter of the hose. Use Flexonics or Anaconda hoses, suitable for 150C (300F) max. temperature and 2760 kPa (400 psi) working pressure.

2.3.3

Coiled section of soft annealed tubing may be used instead of hose on lines not

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto

141 of 346

REFRIGERANT PIPING (HALOCARBON)

Adee Consultants Ltd.

Standard 014 Page 2

larger than NPS 5/8". Sight Glass

2.4.1

To be provided in refrigeration piping.

VI E D W O I N NG O T C SU O P BM Y IT

2.4

2.4.2

Provide sight glass with combination moisture and liquid indicator feature and extended ends for solder joint connection.

2.5

Filter Dryer

2.5.1

To be provided in refrigeration piping.

2.5.2

Provide replaceable cartridge type filter dryer.

2.6

Unions

2.6.1

150 C (300 F) maximum temperature rating, 2760 kPa (400 psi) working pressure, brass tail piece adaptors for copper tubing, forged steel flanges, steel bolts, bronze nuts and asbestos-free fibre gasket. -

Henry Valve Company Type P30.

2.7

Shut-off Valves

2.7.1

135 C (275 F) max. temperature rating, 3100 kPa (450 psi) working pressure, bronze body, forged brass wing cap seal, back seating, molded ring packing, forged brass bolted bonnet with bonnet seal, solder ends.

-

Globe - Henry Valve Co. Type 203. Angle - Henry Valve Co. Type 216.

2.8

Check Valves

2.8.1

150 C (300 F) max. temperature rating, 3100 kPa (450 psi) working pressure, floating piston, teflon seat disc, bronze body, solder ends. -

Henry Valve Co. Type 205.

2.9

Construction Details

2.9.1

Install piping to conform to applicable requirements of ANSI/ASME B31.5 Code for Pressure Piping Section 5 "Refrigeration Piping" and CSA B52 "Mechanical Refrigeration Code" latest issue.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto

142 of 346

REFRIGERANT PIPING (HALOCARBON)

Adee Consultants Ltd.

Standard 014 Page 3

Make solder type joints with "sil-fos" silver solder or similar high melting point solder having a melting point of at least 538 C (1000 F). Remove all interior parts of refrigerant specialties and valves before applying heat to the joint.

2.10

Testing and Evacuation

VI E D W O I N NG O T C SU O P BM Y IT

2.9.2

2.10.1

Test procedure and evacuation procedures to conform to ANSI/ASME B31.5.

2.10.2

Test pressure in accordance with CAN/CSA Code B52-M.

2.11

Charging System

2.11.1

Provide all refrigerant required for testing and charging the system.

2.11.2

Purge refrigerant piping with anhydrous nitrogen prior to making connection to pre-evacuated equipment to ensure removal of all moisture and non-condensible gases.

2.11.3

Completely evacuate to 67 Pa, seal and leave for 24 hours, re-evacuate to 67 Pa, and charge all components of refrigeration system not evacuated by manufacturer, in accordance with manufacturer's printed recommendations.

2.11.4

Under no circumstance shall the refrigeration compressor be used to evacuate the system. Accomplish evacuation with a vacuum pump at an ambient temperature not less than 2 C (35 F) to ensure removal of all moisture and non-condensible gases.

2.11.5

After testing, evacuation and charging is completed, allow system to operate under normal conditions for a minimum period of 24 hours, at which time, moisture indicator should indicate a dry system. If it does not so indicate, change dryer and operate unit for another 24 hours. Repeat this procedure until moisture indicator indicates a thoroughly dry system.

End of Section.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto

143 of 346

GENERAL ELECTRICAL REQUIREMENTS

Adee Consultants Ltd.

16010 Page 1

General

1.1 1.1.1

GENERAL REQUIREMENTS Section 16010 shall apply to and govern work of all sections of Division 16, Electrical.

1.2 1.2.1

SCOPE OF WORK Provide all labour, products and services required to complete the Work as shown on the drawings.

VI E D W O I N NG O T C SU O P BM Y IT

1

1.2.2

Provide new starters (with hand/off/auto), disconnect switches, fuses, breaker panels, wiring, rigid galvanized steel conduits, etc. as required for all new mechanical equipment. All devices shall be grounded.

1.2.2.1

Contractor shall include all costs for the work of electrical trades, co-ordination with Mechanical work, and employing and supervising any technical services required to complete the Work.

1.3

SUBMITTALS

1.3.1 1.3.1.1

Shop Drawings Submit shop drawings as specified in this Section. Supplement shop drawings with brochures where necessary or as required. The initial submission of shop drawings for any one trade shall include a checklist of all related specified items for that trade to ensure complete submittal and review.

1.3.1.2

Submit two paper copies and one pdf file of such Drawings or Brochures to the Consultant, who will review such Drawings or Brochures. One reviewed paper copy will be returned to the contractor. If shop drawings are rejected, then re-submit corrected shop drawings (two paper copies and one pdf file).

1.3.1.3

Each Shop Drawing and/or brochure must bear the stamp and signature of a responsible official in the Contractor's and the subcontractor's organization for each submission as evidence that the drawing has been checked against the requirements as called for in the specifications and Drawings. Also, in the case where the equipment attaches to and/or where there is external wiring connecting to other equipment, that it has been properly coordinated with this equipment, whether supplied under this or other contracts.

1.3.2 1.3.2.1

As-build Drawings (Record Drawings) Obtain 2 sets of white prints and record as Work progresses: (a) dimensioned locations of the above ground, buried and concealed services and utilities including existing ones found during course of work and (b) changes and deviations to Work as built. Regularly review updating of these drawings. Provide hard copy of the final, neat, clear set of as-built drawings. Contractor shall prepare as-built drawings in AutoCAD & pdf formats and shall provide two CDs of all as-builds (at his expense) to the Owner.

1.3.2.2 1.3.2.3 1.3.2.4

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 144 of 346

GENERAL ELECTRICAL REQUIREMENTS

Adee Consultants Ltd.

16010 Page 2

Installation and Start-up Instructions: Furnish three copies of installation instructions and three copies of start-up instructions for any item of equipment when requested by the Owner.

1.3.4 1.3.4.1

Operating and Maintenance Instruction Manuals Provide three copies of complete operating and maintenance instructions for equipment furnished under this Contract. Bind instructions in loose-leaf 3-ring binders. When only one volume is required, provide a complete index. When more than one volume is required, include in the first book a complete index of all volumes and an individual index in each succeeding volume. Include the following manuals: -Schematic diagram. -Wiring diagram of control panels. -Non-dimensional layout showing location of all electrical devices on mechanical equipment. -Operating instructions, including start-up and shutdown procedure. -Maintenance instructions including preventive maintenance instructions for components of the equipment. -Complete parts list of assemblies and their component parts, showing manufacturer's name, catalogue number, and nearest replacement source. -List of recommended spare parts and quantity of each item to be stocked. -Manufacturers' warranties and guarantees. -All the above applies to component parts of equipment whether the supplier of the equipment or are manufactures them supplied as a component part of an item of equipment.

VI E D W O I N NG O T C SU O P BM Y IT

1.3.3

1.4 1.4.1

EQUIPMENT NAMEPLATES Provide nameplates for all mechanical and electrical equipment installed under this Division, adequately describing the function or use of the particular equipment involved and including equipment number and equipment name generally as listed on the Drawing Schedules. Submit list of nameplates to the Consultant for review. Do not commence fabrication of nameplates until after receipt of the Consultant's review.

1.4.2

Fit nameplates to electrical equipment, including, but not limited to: motor starters, pushbutton stations, control panels, time switches, disconnect switches, and contactors or relays in separate enclosures.

1.4.3

Furnish nameplates of laminated phenolic plastic with white finish and minimum 10 mm (3/8") high black letters.

1.4.4

Securely fasten nameplates to the equipment with round-head cadmium plated steel self-tapping screws.

1.5 1.5.1

Permits and Approvals Submit all documents required to obtain permits and approvals for the Work. Contract Documents may be used for this purpose. Prepare any additional drawings, details and information required.

1.6 1.6.1

Quality Control Submittals Submit test reports, inspection and test certifications, and design data in accordance

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 145 of 346

GENERAL ELECTRICAL REQUIREMENTS

Adee Consultants Ltd.

16010 Page 3

with the requirements of General Conditions of the Contract. Review instructions with the Owner to ensure a thorough understanding of equipment and its operation.

1.7

QUALITY ASSURANCE

1.7.1 1.7.1.1

Regulatory Requirements Ontario Hydro Approval: Immediately upon award of Contract, submit complete set of electrical drawings to Ontario Hydro for approval. Prepare and submit any other documents required for approval.

1.7.1.2

Materials and workmanship shall be in accordance with requirements and recommendations of applicable rules, regulations, standards and codes as specified hereunder. All products shall bear certification label of CSA, ULC, Ontario Hydro, as applicable.

VI E D W O I N NG O T C SU O P BM Y IT

1.6.2

Ontario Hydro Electrical Safety Code (Canadian Electrical Code and Ontario Hydro Supplements) Canadian Standards Association (CSA) Underwriter's Laboratories of Canada (ULC) Electrical and Electronic Manufacturers Association of Canada (EEMAC) Joint Industrial Council (JIC) Ontario Building Code (0BC) Ontario Fire Code (OFC) Boards, Service Companies or other Authorities having jurisdiction.

1.7.1.3

Permits, Fees and Certificates: Except as provided in the General Conditions of the Contract, give notices, obtain permits, pay fees required for work of Division 16. Before the Owner issues final certificate of payment, furnish certificates as evidence that work installed conforms to laws and regulations of all governing authorities. Determine detailed requirements of local authorities having jurisdiction and conform to those requirements.

1.7.1.4

Provide all warning signs, barriers, and protective clothing, during the progress of the Work to Ministry of Labour and Hydro requirements.

1.7.2 1.7.2.1

Qualifications Electrical work shall be executed by Electrical Contractor or his designated subcontractor, holding a valid Contractors' License (Master License).

1.7.2.2

Qualified Electricians holding valid Ontario certificates of qualifications shall perform electrical work.

1.7.2.3

Work on signal, communication, related relevant competent tradesmen should perform control and other similar systems.

1.8

PROJECT CONDITIONS

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 146 of 346

GENERAL ELECTRICAL REQUIREMENTS

Adee Consultants Ltd.

16010 Page 4

Existing Conditions Examine Site and Contract Documents in accordance with Instructions to Bidders.

1.8.2 1.8.2.1

Interruption of Service Any interruption of electrical services to any part of existing building(s) shall come at a time agreeable to the Owner. Make all necessary arrangements with those concerned, and include in the Contract Sum all overtime work required to ensure that interruption is held to a minimum.

VI E D W O I N NG O T C SU O P BM Y IT

1.8.1 1.8.1.1

1.8.2.2

Provide all labour, instruments, tools, equipment and materials necessary, in time, to complete the Work to the agreed schedule.

1.8.2.3

Co-ordinate with the Owner, and verify all requirements with Mechanical and all other trades before proceeding.

1.5.6 1.5.6.1

Correction after Completion. Replace with new all items supplied under this contract, which fail during a period of 12 months from the date of Owners acceptance of installation, in a manner to prevent recurrence of fault. Pay all costs, including transportation, incurred in the repair or replacement of defective items.

2

Products

2.1 2.1.1

MATERIALS Inserts: Supply and deliver inserts, anchors, bolts, sleeves, ferrules and other items to be built into work of other Divisions, in time to avoid delay, and complete with necessary templates, adequate instructions and assistance for locating and installing.

2.1.2

"Lamicoid" Nameplates: 3 mm thick, white capitalized inscribed lettering against black background, sized to accommodate specified nomenclature.

2.1.3

Wire, Conduit, flexible raceway, couplers and connectors.

2.1.4

Power and control fuses.

3

Execution

3.1

EXAMINATION

3.1.1 3.1.1.1

Verification of Conditions Where dimensions on Drawings locate any parts of systems and/or pieces of equipment, check and verify such dimensions at Site.

3.1.1.2

Notify the Owner, before proceeding further, if any discrepancy or interference with other equipment is found which will necessitate revision in or deviation from Work as indicated or specified.

3.1.1.3

Location of conduit, raceways, wiring and other equipment shall be altered without charge to the Owner, if so directed by the Owner, provided change is ordered before

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 147 of 346

GENERAL ELECTRICAL REQUIREMENTS

Adee Consultants Ltd.

16010 Page 5

installation, and does not necessitate additional labour and material. PREPARATION

3.2.1 3.2.1.1

Cutting and Patching Cutting of holes up to 200 mm (8") in diameter and related patching shall be done under Division 16.

VI E D W O I N NG O T C SU O P BM Y IT

3.2

3.2.1.2

Holes and other openings larger than 200 mm (8") in diameter, chases, bulkheads, furring and related patching will be done, as specified in General Instructions.

3.2.1.3

Supply measurements of equipment to other Sections to allow for necessary openings to be left in work of other Sections.

3.2.2 3.2.2.1

Firestopping and smoke seal Be responsible for installation of Firestopping and smoke seals inside and around outside of sleeves and electrical assemblies, where they penetrate fire rated separations.

3.2.2.2

Be responsible for any additional cost incurred as a result of over sizing of openings during cutting and patching operation of openings to be fire stopped up to 200 mm (8") in diameter

3.2.2.3

Close any unused openings in metal enclosures with purpose or custom made sheet steel covers of same gauge as penetrated metal.

3.3 3.3.1

INSTALLATION Instruct and supervise other Sections doing related work.

3.3.2

Electrical products and methods of installation shall be in accordance with relevant Sections of Division 16, and applicable requirements of other Divisions.

3.3.3

Correct installed work as directed by authorized inspector of authorities having jurisdiction.

3.3.4

Unless otherwise noted, no increase to Contract Sum shall apply for electrical items relocated prior to installation requiring extra labour and material up to 3000 mm (10'0") from original location, nor will decrease to Contract Sum apply where relocation up to 3000 mm (10"-0") reduces materials and labour.

3.3.5 3.3.5.1

Equipment Identifications Electrical equipment and auxiliaries shall be identified in accordance with designations indicated on Drawings or as specified.

3.3.5.2

Identify electrical equipment, control cabinets, panels, enclosures, starters, disconnects, and other similar items, using lamicoid labels.

3.3.5.3

Fasten lamicoid labels using self-tapping screws for metal sheet enclosures, adhesives for PVC or fiberglass construction.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 148 of 346

GENERAL ELECTRICAL REQUIREMENTS

Adee Consultants Ltd.

16010 Page 6

Disconnect switches and motor starters shall have lamicoid labels mounted on front cover indicating name of equipment, horsepower, voltage and phase.

3.3.5.5

Terminal boards, blocks, and strips, shall have group marker and indexed markers, as applicable.

3.3.5.6

Mark clearly and permanently all feeder phase identifications at both ends, using standard color or letter designations.

VI E D W O I N NG O T C SU O P BM Y IT

3.3.5.4

3.3.5.7

Identify wiring, as required, using standard indelible wire markers at each termination, in accordance with schematic and/or connection wiring diagrams.

3.3.6 3.3.6.1

Painting work supplied under Division 16 Touch up minor chips or damage to electrical equipment, installed under this Division, with standard, factory supplied, enamel finish.

3.3.6.2

Clean all metalwork to be painted by scraping, wire brushing or other suitable effective means, and scouring to remove base scale, oxidation, oil, dirt, and other foreign matter.

3.3.6.3

Apply one coat of zinc chromate iron oxide primer conforming to CAN/CGSB-1.40M, and two coats of oil base semi-gloss exterior quality, air dried paint, to all exposed conduits, unfinished raceways, fittings, outlet boxes, junction boxes, pull boxes, support brackets, and similar items.

3.3.6.4

Color code, outlet boxes; pull boxes, junction boxes by applying a small dab of paint to inside of each item during installation.

3.3.6.5

Color code, all exposed ducts, conduits, and similar items by applying a 25 mm (1") wide band of paint adjacent to all boxes described in above paragraph, and on both sides of wall penetration.

3.3.7 3.3.7.1

Mounting of Equipment Support equipment from structure. Secure as follows: Masonry and tile: lead anchors Steel structure: clips and clamps Concrete: expandable inserts Steel stud: purpose made clips Do not use powder-activated anchors.

3.3.7.2

Measure mounting height dimension from operator's working floor level (finish) to centre-line of electrical device or enclosure, unless otherwise indicated or specified herein.

3.3.7.3

Mounting heights of existing items shall remain unchanged.

3.3.8 3.3.8.1

Existing Installations Execute changes, alterations, relocations, removals, additions, and connections to existing electrical installation as indicated on Drawings or as specified.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 149 of 346

GENERAL ELECTRICAL REQUIREMENTS

Adee Consultants Ltd.

16010 Page 7

When relocating electrically operated equipment check for proper wiring connection, rotation, and operation, before disconnecting. Report defects in equipment to the Owner before proceeding work.

3.3.8.3

Where connections are required to existing electrical equipment, install necessary raceways and wiring and connect up complete as required for proper operation.

3.3.8.4

Existing conduit and wiring made redundant by Work: Remove exposed conduit and wiring, cut off and cap conduits, concealed or embedded in concrete, flush with finished walls, ceilings, or floors.

VI E D W O I N NG O T C SU O P BM Y IT

3.3.8.2

3.3.8.5

Provide new wiring for new equipment.

3.3.8.6

During installation of new Work protect existing from damage. Repair damage caused by such work, including repainting required due to lack of reasonable care. Bring discrepancies regarding installation to Owner's attention for decision regarding procedure to be taken.

3.3.8.7

Maintain and protect during construction, existing wiring required to be retained. Where interruption of services cannot be avoided, conform to requirements specified herein.

3.3.8.8

Provide temporary feeder connections to equipment where interruption of services is not allowed.

3.3.8.9

Existing minor installations, such as conduits, boxes and wiring devices, which interfere with new electrical equipment installation, may be rerouted or relocated on prior approval of Owner.

3.3.8.10

Disconnect and seal off electrical equipment and services as directed on Site.

3.3.9 3.3.9.1

Grounding Ground electrical equipment in accordance with requirements of Ontario Hydro Electrical Safety Code. Use copper conductors only.

3.3.9.2

Connect ground conductors to existing electrical system ground using approved connection methods.

3.3.9.3

Test existing electrical system ground to Code requirements and repair as necessary.

3.3.9.4

Test insulation of new work phase to phase and phase to ground, and repair as necessary.

3.4

FIELD QUALITY CONTROL

3.4.1 3.4.1.1

Trial Usage Trial usage by Owner of any electrical device, machinery, apparatus, equipment and other work supplied under this Division before final completion and written acceptance by Owner is not to be construed as evidence of acceptance by Minister.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 150 of 346

GENERAL ELECTRICAL REQUIREMENTS

Adee Consultants Ltd.

16010 Page 8

Minister shall have privilege of such trial usage as soon as Contractor claims that said work is completed, in accordance with Drawings and specifications for such reasonable length of time, as Owner deems sufficient for making a complete test.

3.4.1.3

No claim for damage shall be made for injury to or breaking of any parts of such tested work, whether caused by weakness or inaccuracy of structural parts or by defective materials or workmanship of any kind whatsoever.

VI E D W O I N NG O T C SU O P BM Y IT

3.4.1.2

3.4.2 3.4.2.1

Tests At completion of installation, conduct ground resistance tests, insulation tests, and voltage tests in presence of Owner. Make corrections where necessary and as directed.

3.4.2.2

Resistance of grounding system shall not exceed permissible values for each type of installation or equipment. Repair as necessary to meet Code requirements.

3.4.2.3

Perform insulation tests for installed wiring and equipment with 500Volt Bridge Megger. Megger power circuits and equipment and if insulation resistance to ground is less than recommended on any circuit, consider such circuit defective and replace it.

3.4.2.4

Voltage provided to equipment in installation shall not exceed minimum and maximum permissible limits for equipment.

3.4.2.5

Test performance of equipment for mechanical and electrical defects and correct rotation and operation. Make any adjustments necessary. When equipment has been placed in permanent operation provide to operating personnel all necessary tuition and instructions for proper operation and maintenance.

3.4.2.6

Furnish all labour, materials, and instruments and bear all costs in connection with all tests. Obtain and submit unconditional certificates of approval, acceptance, and compliance with regulations of agencies having jurisdiction and as specified. Work shall not be deemed complete and final certificate of acceptance will not be issued, until such certificates have been delivered to the Owner.

3.5 3.5.1

CLEANING Before starting and commissioning operations, all new electrical enclosures, equipment, control devices and open-frame motors installed shall be air-blown and/or vacuum-cleaned. Ensure no foreign objects, tools, and materials are left inside switchgear, MCC, cabinets, starters, control panels, and similar enclosures, before such equipment is energized.

3.5.2

End of Section.

Replacement of Roof Mounted HVAC Units, EMS Headquarters, 4330 Dufferin Street, Toronto 151 of 346

VI E D W O I N NG O T C SU O P BM Y IT APPENDIX

152 of 346

VI E D W O I N NG O T C SU O P BM Y IT

SUBMITTAL DATA for

2154402 - Toronto EMS RTU Replacement

Prepared for

Habib Khawja

Adee Consultants

Prepared by

Steve Cukrovani Adam Caprini

4/7/2016

Job Number: Job Name:

32VRVZ 2154402 - Toronto EMS RTU Replacement

Page 153 of 346 1 of 13

Prepared Date:

4/7/2016 www.DaikinApplied.com

Table of Contents Technical Data Sheet for RTU-2,3 ............................................................................................................................................... 3 Drawings(1) for RTU-2,3............................................................................................................................................................. 7 Drawings(2) for RTU-2,3............................................................................................................................................................. 8 Drawings(3) for RTU-2,3............................................................................................................................................................. 9

VI E D W O I N NG O T C SU O P BM Y IT

Drawings(4) for RTU-2,3........................................................................................................................................................... 10 Unit Knockout, Gas Heat, Small Box_Drawing for RTU... .......................................................................................................... 11 Unit Knockout, Small Box_Drawing for RTU-2,3 ....................................................................................................................... 12

Job Number: Job Name:

32VRVZ 2154402 - Toronto EMS RTU Replacement

Page 154 of 346 2 of 13

Prepared Date:

4/7/2016 www.DaikinApplied.com

Technical Data Sheet for RTU-2,3 Technical D ata Sheet f or RTU - 2,3

Job Information

Technical Data Sheet

Job Name Date Submitted By Software Version

2154402 - Toronto EMS RTU Replacement 4/7/2016 Adam Caprini

Unit Tag

RTU-2,3

04.11

VI E D W O I N NG O T C SU O P BM Y IT

Unit Overview Model Number

Voltage

Design Cooling Capacity

V/Hz/Phase

AHRI 360 Standard Efficiency

ASHRAE 90.1

10.8

2013 Compliant

Btu/hr

RPS015D

208/60/3

175398

Unit

Model Number:

Altitude:

Heat Type:

Condenser Type:

Approval

RPS015D 0 ft Gas Air-Cooled ETL/MEA-USA unit

Physical

Unit

Length

Height

Width

Weight

295 in

55.5 in

94.0 in

7365 lb* lb 8,300

Electrical

Voltage

MCA

MROPD

SCCR

208/60/3

89.7 A

110 A

10 kAIC

Return/Outside/Exhaust Air

Outside Air Option

Type

0-100% Economizer

Pressure Drop

Damper Actuator

0.25 inH₂O

Electric Actuator

Return Air Option

Return Air Location:

Bottom

Filter Section

Physical

Type

(Quantity) Height x Width x Depth

30% Nominal Efficiency (MERV 8)

(10) 16 in x 20 in x 2 in (10) 16 in x 25 in x 2 in

Face Area

Face Velocity

Air Pressure Drop

50.0 ft²

110.0 ft/min

0.03 inH₂O

Unit weight includes the weight of the integral, gas fired humidifier.

Job Number: Job Name:

32VRVZ 2154402 - Toronto EMS RTU Replacement

Page 155 of 346 3 of 13

Prepared Date:

4/7/2016 www.DaikinApplied.com

Technical Data Sheet for RTU-2,3 DX Cooling Coil Physical Fins per Inch

Rows

Face Area

Face Velocity

Air Pressure drop

Drain Pan Material

12

5

18.5 ft²

297.3 ft/min

0.57 inH₂O

Stainless Steel

Cooling Performance Capacity Sensible Btu/hr

175398

154749

Refrigerant Type

Indoor Air Temperature Entering

Leaving

Dry Bulb °F

Wet Bulb °F

Dry Bulb °F

Wet Bulb °F

79.0

63.5

53.3

52.5

R410A

Ambient Air Temperature Dry Bulb Wet Bulb °F °F

100.0

75.0

VI E D W O I N NG O T C SU O P BM Y IT

Total Btu/hr

Fan Section

Fan

Type

Fan Wheel Diameter

Fan Isolation

20 in

Spring

AF DWDI

Performance

Airflow

Total Static Pressure

Fan Speed

Brake Horsepower

5500 CFM

3.41 inH₂O

1649 rpm

4.38 HP

Type

Horsepower

FLA

Type

ODP, Premium Efficiency

5.0 hp

15.0 A

Standard service factor, Fixed drive

Motor

Drive

Gas Heat Section Physical

Performance

Gas Heat Size

Input Capacity Btu/hr

250 MBH

312500

Heat Exchanger Material:

Modulation:

Output Capacity Btu/hr

Air Temperature Dry Bulb Entering Leaving °F °F

250000 50.0 Type 321 Stainless Steel

91.9

Air Pressure Drop inH₂O

0.11

Gas Pressure Minimum Maximum In WC psi

5.5

0.5

Hi Turndown - 20:1

Discharge Plenum

Discharge Location:

Bottom

Humidifier Steam Generator Section Section Length:

Control Panel Location:

40.0 in Blank Section, out of airstream

Notes:

Job Number: Job Name:

32VRVZ 2154402 - Toronto EMS RTU Replacement

Page 156 of 346 4 of 13

Prepared Date:

4/7/2016 www.DaikinApplied.com

Technical Data Sheet for RTU-2,3 Condensing Section Compressor Type

Quantity

Total Power

Capacity Control

Compressor Isolation

Scroll

2

14.1 kW

2 stage

Resilient

Compressor Amps:

Fixed Speed Compressor 1 Fixed Speed Compressor 2 Piping Options: Hot gas bypass, circuit 1

27.6 A 27.6 A Condenser Coil

Fins per Inch

Fin Material

Refrigerant Charge

Aluminum

58.7 lb

VI E D W O I N NG O T C SU O P BM Y IT

Type

Aluminum tube MicroChannel 18 Condenser Coil Options: Build in Hail Protection

Condenser Fan Motors

Number of Motors

Full Load Current (each)

2

4.2 A

AHRI 360 Certified Data at AHRI 360 Standard Conditions

EER

IEER

ASHRAE 90.1

10.8

12.3

2013 Compliant

Sound

Sound Power (db)

Frequency Inlet

Discharge Radiated

63 Hz

125 Hz

250 Hz

500 Hz

1 kHz

2 kHz

4 kHz

8 kHz

81 79 -

79 75 91

79 72 88

71 67 86

68 64 86

61 58 81

53 50 79

45 42 78

Supply Fan Total Pressure Drop Calculation External Static Pressure:

1.95 inH₂O

Filter:

0.03 inH₂O 0.50 inH₂O 0.25 inH₂O 0.57 inH₂O 0.11 inH₂O 3.41 inH₂O

Dirty Filter:

Outside Air:

DX Coil:

Gas Heat:

Total Static Pressure:

Job Number: Job Name:

32VRVZ 2154402 - Toronto EMS RTU Replacement

Page 157 of 346 5 of 13

Prepared Date:

4/7/2016 www.DaikinApplied.com

Technical Data Sheet for RTU-2,3 Options Unit Unit Exterior: Insulation and Liners: Underliners:

Prepainted Galvanized Steel 2", 1 1/2# nominal insulation, full solid liners Sheet Metal Underliner - Recommended for rail mounted units Electrical

Electrical Connection Option: GFI 115v Receptacle:

VI E D W O I N NG O T C SU O P BM Y IT

Power Options:

Single thru door disconnect switch Field powered Phase Failure Controls

Application:

Temperature Control:

Fan Speed Control:

Inverter Manufacturer: Inverter Location:

Airflow Control:

Economizer Control:

Low Ambient:

Space Temperature Control Power Package, No Controls Factory mounted Inverter Daikin Inverter(s) in fan section Duct high limit sensor Outside Air Dry Bulb and Enthalpy Control Fantrol, operation to 45 deg F (7.22 deg C)

Warranty

Parts:

Compressor:

Gas Heat Exchanger:

Standard 1 year Standard 1 year One year heat exchanger warranty

AHRI Certification

All equipment is rated and certified in accordance with AHRI 360.

Notes As a standalone component, unit meets or exceeds the requirements of ASHRAE 90.1.2010. responsible for compliance of multi-component building systems.

The approving authority is

Job Number: Job Name:

4/7/2016 www.DaikinApplied.com

32VRVZ 2154402 - Toronto EMS RTU Replacement

Page 158 of 346 6 of 13

Prepared Date:

D rawings(1) fo r RTU -2,3

Page 7 of 13 Prepared Date: 4/7/2016 www.DaikinApplied.com

VI E D W O I N NG O T C SU O P BM Y IT

32VRVZ 2154402 - Toronto EMS RTU Replacement

Location of the humidifier steam generator.

Product Drawing

Unit Tag: RTU-2,3

Sales Office: HTS Engineering Ltd.

Product: Model: RPS015D

Project Name: 2154402 - Toronto EMS RTU Replacement Ver/Rev: Sheet: 1 of 1 Apr. 07, 2016

Sales Engineer: Scale: NTS

Tolerance: +/- 0.25”

Dwg Units: in [mm]

13600 Industrial Park Blvd. Minneapolis, MN 55441 www.DaikinApplied.com Software Version: 04.11

No change to this drawing may be made unless approved in writing by Daikin Applied. Purchaser must determine that the equipment is fit and sufficient for the job specifications.

159 of 346

Drawings(1) for RTU-2,3

Job Number: Job Name:

Location of the humidifier steam dispersion grid.

Manual bypass damper located above the cooling coil.

Humidifier Steam Generator

32VRVZ 2154402 - Toronto EMS RTU Replacement Page 8 of 13 Prepared Date: 4/7/2016 www.DaikinApplied.com

Product Drawing

Unit Tag: RTU-2,3

Sales Office: HTS Engineering Ltd.

Product: Model: RPS015D

Project Name: 2154402 - Toronto EMS RTU Replacement Ver/Rev: Sheet: 1 of 1 Apr. 07, 2016

Sales Engineer: Scale: NTS

Tolerance: +/- 0.25”

Dwg Units: in [mm]

13600 Industrial Park Blvd. Minneapolis, MN 55441 www.DaikinApplied.com Software Version: 04.11

No change to this drawing may be made unless approved in writing by Daikin Applied. Purchaser must determine that the equipment is fit and sufficient for the job specifications.

160 of 346

Drawings(2) for RTU-2,3

Job Number: Job Name:

VI E D W O I N NG O T C SU O P BM Y IT

D rawings(2) fo r RTU -2,3

Page 9 of 13

Humidifier Steam Generator Section

32VRVZ 2154402 - Toronto EMS RTU Replacement Prepared Date: 4/7/2016 www.DaikinApplied.com

Product Drawing

Unit Tag: RTU-2,3

Sales Office: HTS Engineering Ltd.

Product: Model: RPS015D

Project Name: 2154402 - Toronto EMS RTU Replacement Ver/Rev: Sheet: 1 of 1 Apr. 07, 2016

Sales Engineer: Scale: NTS

Tolerance: +/- 0.25”

Dwg Units: in [mm]

13600 Industrial Park Blvd. Minneapolis, MN 55441 www.DaikinApplied.com Software Version: 04.11

No change to this drawing may be made unless approved in writing by Daikin Applied. Purchaser must determine that the equipment is fit and sufficient for the job specifications.

161 of 346

Drawings(3) for RTU-2,3

Job Number: Job Name:

VI E D W O I N NG O T C SU O P BM Y IT

D rawings(3) fo r RTU -2,3

Humidifier Steam Generator Section

32VRVZ 2154402 - Toronto EMS RTU Replacement Page 10 of 13 Prepared Date: 4/7/2016 www.DaikinApplied.com

Product Drawing

Unit Tag: RTU-2,3

Sales Office: HTS Engineering Ltd.

Product: Model: RPS015D

Project Name: 2154402 - Toronto EMS RTU Replacement Ver/Rev: Sheet: 1 of 1 Apr. 07, 2016

Sales Engineer: Scale: NTS

Tolerance: +/- 0.25”

Dwg Units: in [mm]

13600 Industrial Park Blvd. Minneapolis, MN 55441 www.DaikinApplied.com Software Version: 04.11

No change to this drawing may be made unless approved in writing by Daikin Applied. Purchaser must determine that the equipment is fit and sufficient for the job specifications.

162 of 346

Drawings(4) for RTU-2,3

Job Number: Job Name:

VI E D W O I N NG O T C SU O P BM Y IT

D rawings(4) fo r RTU -2,3

Unit Knockout, Gas Heat, Small Box_Drawing for RTU-2,3

VI E D W O I N NG O T C SU O P BM Y IT

Unit Knockou t, G as H eat, Small Box_D ra wing fo r RTU...

Product Drawing

Unit Tag: RTU-2,3

Product: Model: RPS015D

Project Name: 2154402 - Toronto EMS RTU Replacement Sales Office: HTS Engineering Ltd.

Sales Engineer:

Apr. 07, 2016

Ver/Rev:

Sheet 1 of 1

13600 Industrial Park Blvd. Minneapolis, MN 55441 www.DaikinApplied.com Software Version: 04.11 Scale: NTS Tolerance: +/-0.25” Dwg Units: in [mm]

No change to this drawing may be made unless approved in writing by Daikin Applied. Purchaser must determine that the equipm ent is fit and sufficient for the job specifications.

Job Number: Job Name:

32VRVZ 2154402 - Toronto EMS RTU Replacement

Page 163 of 346 11 of 13

Prepared Date:

4/7/2016 www.DaikinApplied.com

32VRVZ 2154402 - Toronto EMS RTU Replacement Page 12 of 13 Prepared Date: 4/7/2016 www.DaikinApplied.com

Product Drawing

Unit Tag: RTU-2,3

Sales Office: HTS Engineering Ltd.

Product: Model: RPS015D

Project Name: 2154402 - Toronto EMS RTU Replacement Ver/Rev: Sheet: 1 of 1 Apr. 07, 2016

Sales Engineer: Scale: NTS

Tolerance: +/- 0.25”

Dwg Units: in [mm]

13600 Industrial Park Blvd. Minneapolis, MN 55441 www.DaikinApplied.com Software Version: 04.11

No change to this drawing may be made unless approved in writing by Daikin Applied. Purchaser must determine that the equipment is fit and sufficient for the job specifications.

164 of 346

Unit Knockout, Small Box_Drawing for RTU-2,3

Job Number: Job Name:

VI E D W O I N NG O T C SU O P BM Y IT

Unit Knockou t, Small Box_D rawing for RTU -2,3

VI E D W O I N NG O T C SU O P BM Y IT

Document Summary Page

165 of 346

Detail Report Report information

Project Information 04-06-16

Project name

2154402

Systems/tags included in this report:

HUM-RTU-2,3

Project description

Toronto EMS RTU Replacement

Project status

Open

Project phase

Design

VI E D W O I N NG O T C SU O P BM Y IT

Report generated date

Project location

Unit of measure

Inch-pound

System/tag HUM-RTU-2,3 System images

Steam generator dimensions and clearances

Humidifier mounted in the roof top units (RTU-2,3)

Dimensions Clearances (in.) Overall Dimensions: 61" x 27" x 37" (Length x (in.) Width x Height) A

B

C

D

E

F

41.0

26.38

54.35

30

36

18

Dispersion dimensions

Ultra-sorb connections

Dimensions (in.)

A

B

C

78.0

43.25

7.2

Generated 166 of by 346DriCalc® software, Version 4.00.00 04-06-16 at 04:58 PM | 1

Detail Report

System/tag HUM-RTU-2,3, continued

Application, continued

Application

Heat gain from assembly (°F) 500.0

Steam dispersion

Ventilation system type

Mixed Air System, Dispersion Installed In Duct Or AHU

Dispersion product

Ultra-sorb

VI E D W O I N NG O T C SU O P BM Y IT

Elevation at project site (ft)

0.85

Dispersion model

1.5"

Unit quantity

1

Header location

Inside AHU

Trap location

Outside AHU

Air movement

Through Dispersion Assmbly Perimeter Blanked Off

Available inside duct/AHU width (inches)

90

Desired air dry bulb temperature (°F) in 72.0 humidified space

Available inside duct/AHU height (inches)

48

Desired air moisture content (% RH) in humidified space

30.0

Duct/AHU wall thickness (inches)

0

Face width (inches)

75.0

Actual moisture content (% RH) in humidified space

30.0

Face height (inches)

36

Header diameter

7

Non-wetting distance (inches)

6

Overall dimensions W x H x L (inches)

78 X 43 X 7

Calculated load

Calculated

Air velocity (ft/min)

293.33

Load (lbs/hr)

54.87

Tube diameter (inches)

1.5

Load plus loss (lbs/hr)

60.07

Tube spacing on-center (inches)

6

Dispersion installation location

AHU

Tube quantity

12

Airflow direction

Horizontal

Header and tube material

304 Stainless Steel

Airflow pressure drop (inches w.c.)

0.002

Duct plate material

Galvanized Steel

Duct dry bulb temp before dispersion (°F)

53.5

Second set of duct plates

No

Duct RH before dispersion (%)

32

High-Efficiency Insulated Tubes

Yes

Ship unassembled

Yes

Outside air dry bulb temperature (°F)

-10.0

Outside air moisture content (%RH)

30.0

Outside air intake rate

Variable (economizer)

Outside air intake (%)

100.0 10%

Mixed air dry bulb (°F)

55.0

Total air volume (cfm)

5500.0

Duct dry bulb temp after dispersion (°F) 55.0 Duct RH after dispersion (%)

54

Heat gain from steam (°F)

0.61

Generated 167 of by 346DriCalc® software, Version 4.00.00 04-06-16 at 04:58 PM | 2

Detail Report

System/tag HUM-RTU-2,3, continued

Connections, continued

Steam dispersion, continued

Dispersion steam inlet diameter (inches) 2 0

Dispersion same side piping

No

Shipping weight (lbs)

0

Steam hose length (ft)

10

VI E D W O I N NG O T C SU O P BM Y IT

Operating weight (lbs)

Steam generation

Hard pipe kit

No

Yes

Generation product

Gas-to-Steam

Drip-tee kit

Generation model

100

Control

Unit quantity

1

Humidifier controller

Vapor-logic

System capacity (lbs/hr)

75.0

Multiple-tank control

No

Water type

Potable

Operating mode

Modulating

Energy source

Gas

Interoperability

BACnet

Voltage (Vac)

120

Keypad/display

Jackplate Mounted

Supply gas type

Natural

Keypad/display cable (ft)

5

Gas Input Value (MBH)

100

Keypad/display language

English

Overall dimensions W x H x L (inches)

41 X 26 X 54

Keypad/display unit of measure

Inch-pound

Horizontal vent kit

No

Input signal type

Humidity Transmitter

Operating weight (lbs)

700

Remote temperature sensor

No

Shipping weight (lbs)

375

Door interlock safety switch

No

Tank material

304 Stainless Steel

Accessories

Enclosure

None

Generation Condensate Pump

None

End-of-season drain

Yes

Dispersion Condensate pump

None

Notes

Generation Drane-kooler

Yes

Minimum water conductivity of 30 uS/cm

Generation Drane-kooler mounting

Floor Stand

Dispersion Drane-kooler

No

Damage caused by chloride corrosion is not covered by your DriSteem warranty.

NEMA-1 safety switch

No

High-limit humidistat

Electric, Modulating

Connections

Steam generator outlet connection type Hose Steam generator outlet diameter (inches)

2

Dispersion steam inlet connection type

Hose

Generated 168 of by 346DriCalc® software, Version 4.00.00 04-06-16 at 04:58 PM | 3

Detail Report

System/tag HUM-RTU-2,3, continued Accessories, continued Electric Pressure

Humidity transmitter

Duct Room

VI E D W O I N NG O T C SU O P BM Y IT

Airflow proving switch

Generated 169 of by 346DriCalc® software, Version 4.00.00 04-06-16 at 04:58 PM | 4

Water hammer arrestor (by installer)

Humidifier Control Panel

Vacuum breaker (by installer) GTS / VLC humidifier in Outdoor Enclosure or in rooftop unit

Disconnect (by installer)

VI E D W O I N NG O T C SU O P BM Y IT

Normally closed fill valve (by factory) Supply water piping (by installer) (See Note 2)

1

2

3

4

Open to drain

(See Note 2 & 6)

Roof decking

120 V from Terminal 1 & 2 (See note 2)

Normally closed (fail closed) min 3/8" electric valve (by installer)

Contractor to mount temperature sensor to outlet pipe from Drane-kooler (See Note 2 & 6)

Drain line, min. 1-1/2" (See Note 3) Optional water seal (P-trap) drain line, min. 1-1/2" (See Note 3)

Normally open (fail open) min 1/2" electric valve (by installer)

Domestic water, 80 psig (582 kPa) maximum

Open drain (See Note 4)

Heated building interior

Open drain (See Note 4)

GTS / VLC MOUNTED OUTDOOR STANDALONE OR WITHIN RTU DATE : 04/08/2015 VERSION : 4

Piping notes : 1. Insulate supply water piping to avoid dripping from condensation. 2. To ensure that water does not remain in the fill line and freeze if there is a loss of power, DRI-STEEM recommends field installing additional valves upstream of the fill valve in a conditioned space. Power these valves from the GTS / VLC control panel terminals 1 & 2. This feature drains supply line after each fill. Sensor powers fill valves so Drane-kooler has water supply when fill valve is closed. 3. Ensure that water lines are protected from freezing conditions. If extra supply and drain valves are not used, then : Install heat tracing and insulation on fill piping inside the Outdoor Enclosure. In extreme or critical applications in which the likely event of a water leak could cause severe damage, DRI-STEEM recommends a thermostat with a remote sensor on the fill line to cut power to the GTS and safety valves to stop fill water to the GTS and drain the fill piping when the temperature is below freezing. 4. DRI-STEEM recommends copper or iron drain piping for Outdoor Enclosures. On a loss power the tank water will drain, but not be cooled by the Drane-kooler because of the field supplied safety shut-off valves. If it is critical to keep the Drane-kooler functional in the case of a power loss, disconnect the Drane-kooler and relocate it down inside the conditioned space of the building. Pipe the supply water for the Drane-kooler before the safety shut-off valves. 5. If copper or iron piping is used for both the fill and drain piping, these drains may be tied together. Locate 1" air gap only in spaces with adequate temperature and air movement to absorb flash steam; otherwise, condensation may form on nearby surfaces. Refer to governing codes for drain pipe size and maximum discharge water temperature. 6. Request CO.REQ#80015.62783 when ordering power for two remote valves and temperature sensor. 170 of 346

UNDERFLOOR PRODUCTS E3 FDS | Square Diffuser Introduction: FDS

VI E D W O I N NG O T C SU O P BM Y IT

Krueger’s FDS square diffusers are designed to seamlessly integrate into any underfloor installation. The diffusers are made of a durable and long lasting cast aluminum construction. The FDS core consists of two pieces that make up the face. This allows the unit to be configured to provide multiple throw patterns. Additionally, it can be used in a VAV or constant volume application with the different plenum options available. The plenums are pre-painted flat black to conceal them from view through the diffuser. MODEL FDS - Cast Aluminum Square Diffuser for Underfloor with Turbulant Air Pattern

FDS

UNDERFLOOR PRODUCTS

FEATURES • Available in a 10” x 10” square nominal size. • Ships completely assembled and is easily installed. • Removable grille face plates adjust to provide multiple throw patterns. • Durable cast aluminum construction to withstand any application. • Features a 1250 lbs. load rating. • Factory painted flat black steel plenum. • Conforms to NFPA 90A fire requirements. • Provides silent operation less than 17NC at 100% capacity. PLENUM OPTIONS P - Open inlet to underfloor plenum for constant volume . D - Elliptical inlet accepts a 6” round compressed duct connection. V - VAV inlet with 0-10 Vdc proportional actuator.

H - Heat/Cool changeover unit has an elliptical inlet to accept a 6” round compressed duct connection on one side that is ducted to a underfloor fan powered terminal unit. On the adjacent side is a VAV inlet with 0-10 Vdc proportional actuator for cooling operation.

NOTE: Units with the V and H plenum options ship with a quick connect cable for both data and power.

FINISH A - Black (RAL 9011) B - Gray (RAL 7012) C - Antique Copper (09/90180) D - Silver Hammertone (09/90250) E - Antique Gray (09/90170) F - Putty (RAL 9002) G - Beige (RAL 1019) H - Antique Gold (09/90200) I - Antique Silver (09/90190) J - Dark Brown (RAL 8014) X - Custom (Provide RAL Number)

© KRUEGER 2015

F D S 171 of 346 Providing You With Air Distribution Solutions

E3-29

E3 UNDERFLOOR PRODUCTS FDS | Square Diffuser FDS Dimensional Information, Features, and Options FDS-D, FACE AND SIDE VIEWS, SIZE 10

STANDARD FEATURES • Cast aluminum diffuser face. • Two piece diffuser face provides mulitple air flow pattern options. • 1250 lbs. maximum load rating. • Complies with NFPA 90A. • Welded and riveted pre-painted galvanized steel. • Accepts a standard 6” flex connection.

10”

VI E D W O I N NG O T C SU O P BM Y IT

14.25”

INSTALLATION • Minimum Access Floor Depth: 8” • Required Tile Cutout Opening: 10.5” x 10.5”

11.375”

FACE VIEW

UNDERFLOOR PRODUCTS

PLENUM TOP VIEW

ACCEPTS STANDARD 6ӯ DUCT CONNECTION

PERFORMANCE DATA • Access performance data through our selection software.

6.875”

10.5”

SIDE VIEW

FDS-H, FACE AND SIDE VIEWS, SIZE 10 10”

16.25”

14.25”

11.375”

1.5”

FACE VIEW

INSTALLATION • Minimum Access Floor Depth: 8” • Required Tile Cutout Opening: 10.5” x 10.5”

PLENUM TOP VIEW

12.5”

6.875”

5.5”

ACCEPTS STANDARD 6ӯ DUCT CONNECTION

PERFORMANCE DATA • Access performance data through our selection software.

SIDE VIEW

E3-30

172 of 346 www.krueger-hvac.com | Excellence in Air Distribution

© KRUEGER 2015

F D S

STANDARD FEATURES • Cast aluminum diffuser face. • Two piece diffuser face provides mulitple air flow pattern options. • 1250 lbs. maximum load rating. • Complies with NFPA 90A. • DC synchronized magnetic motor. • Welded and riveted pre-painted galvanized steel. • Multi-function circuit board for varying control strategies. • Accepts standard 6” flex connection. • One (1) PAP-1 cable provided with the unit

UNDERFLOOR PRODUCTS E3 FDS | Square Diffuser FDS Dimensional Information, Features, and Options FDS-P, FACE AND SIDE VIEWS, SIZE 10 10”

14.25”

VI E D W O I N NG O T C SU O P BM Y IT

10.375”

STANDARD FEATURES • Cast aluminum diffuser face. • Two piece diffuser face provides mulitple air flow pattern options. • 1250 lbs. maximum load rating. • Complies with NFPA 90A. • Welded and riveted pre-painted galvanized steel.

INSTALLATION • Minimum Access Floor Depth: 8” • Required Tile Cutout Opening: 10.5” x 10.5”

11.375”

FACE VIEW

6.875”

4.75”

10.5”

13.25”

FRONT VIEW

SIDE VIEW

FDS-V, FACE AND SIDE VIEWS, SIZE 10

12.5”

10”

14.25”

16.25”

INSTALLATION • Minimum Access Floor Depth: 8” • Required Tile Cutout Opening: 10.5” x 10.5”

11.375”

FACE VIEW

PLENUM TOP VIEW

6.875”

© KRUEGER 2015

5.5”

STANDARD FEATURES • Cast aluminum diffuser face. • Two piece diffuser face provides mulitple air flow pattern options. • 1250 lbs. maximum load rating. • Complies with NFPA 90A. • DC synchronized magnetic motor. • Welded and riveted pre-painted galvanized steel. • Multi-function circuit board for varying control strategies. • One (1) PAP-1 cable provided with the unit.

UNDERFLOOR PRODUCTS

PLENUM OPENING

PERFORMANCE DATA • Access performance data through our selection software.

PLENUM TOP VIEW

PERFORMANCE DATA • Access performance data through our selection software.

F D S

SIDE VIEW

173 of 346 Providing You With Air Distribution Solutions

E3-31

E3 UNDERFLOOR PRODUCTS FDS | Square Diffuser FDS Suggested Specification & Configuration 1. SERIES: (XXX) FDS - Cast Aluminum Square Diffuser for Underfloor with Turbulent Air Pattern 2. THROW PATTERN: (X) F - 360° Displacement Air Pattern 3. SIZE: (XX x XX) 10” x 10”

UNDERFLOOR PRODUCTS

VI E D W O I N NG O T C SU O P BM Y IT

FDS Underfloor square diffusers shall be Krueger model FDS. The diffuser shall be constructed of solid cast aluminum and meet NFPA 90A requirements. The FDS diffuser shall have a maximum load rating of 1250 lbs. The diffuser and plenum are shipped fully assembled. The diffuser core design shall produce a turbulent air pattern that complies with ASHRAE Standard 62. The FDS core shall be provided as two removable sections that can be installed to provide different throw patterns. The FDS diffuser shall be factory painted with a powder coat finish. The FDS-D shall be provided with an optional plenum. The plenum shall be factory painted flat black and be a minimum of 20 gauge galvanized steel and shall support all diffuser components. The plenum shall be provided with an ellipsoid duct connection that will accept a standard six inch duct.

4. PLENUM OPTION: (X) D - 6” Ellipsoid Duct Connection P - Plenum Opening for Constant Volume V - VAV Air Valve H - VAV Air Valve with 6” Ellipsoid Duct Connection

The FDS-P shall be provided with an optional plenum. The plenum shall be factory painted flat black and be a minimum of 20 gauge galvanized steel and shall support all diffuser components. The plenum shall be provided with one side open to the underfloor plenum for constant volume operation and to control sound transmission from the underfloor plenum to the occupied zone.

5. FINISH: (X) A - Black (RAL 9011) B - Gray (RAL 7012) C - Antique Copper (09/90180) D - Silver Hammertone (09/90250) E - Antique Gray (09-90170) F - Putty (RAL 9002) G - Beige (RAL 1019) H - Antique Gold (09/90200) I - Antique Silver (09/90190) J - Dark Brown (RAL 8014) X - Custom (Provide RAL Number)

The FDS-V shall be provided with an optional plenum. The plenum shall be factory painted flat black and be a minimum of 20 gauge galvanized steel and shall support all diffuser components. The plenum shall be provided with a an actuated air valve damper controlled by a 90-degree stepper type motor having no stops, springs, gears, belts or linkages, and shall rotate continuously in one direction (not reversing) to minimize wear. The motor shall directly drive the damper blade. The damper assembly shall be rated and tested for a life of 100 million cycles (factory tests of at least 20 million cycles at normal operating speeds are required). A proportional 0-10 Vdc control signal can be used to modulate the damper position to adjust the volume of air in response to the thermostat signal. The FDS-H shall be provided with an optional plenum. The plenum shall be factory painted flat black and be a minimum of 20 gauge galvanized steel and shall support all diffuser components. The plenum shall be provided with an ellipsoid duct connection that will accept a standard six inch duct. The plenum shall be provided with an actuated air valve damper controlled by a 90-degree stepper type motor having no stops, springs, gears, belts or linkages, and shall rotate continuously in one direction (not reversing) to minimize wear. The motor shall directly drive the damper blade. The damper assembly shall be rated and tested for a life of 100 million cycles (factory tests of at least 20 million cycles at normal operating speeds are required). A proportional 0-10 Vdc control signal can be used to modulate the damper position to adjust the volume of air in response to the thermostat signal.

SAMPLE CONFIGURATION: FDS - F - 10x10 - H - J

E3-32

174 of 346 www.krueger-hvac.com | Excellence in Air Distribution

© KRUEGER 2015

F D S

ALUMAGUARD® All-Weather Flexible Weather-Proofing Jacket ®

VI E D W O I N NG O T C SU O P BM Y IT

Alumaguard All-Weather weather-proofing cladding from Polyguard Products is the only flexible insulation cladding available in the market which combines the self-healing characteristics of rubberized asphalt with the ease of application and cold weather performance of acrylic adhesive-based products. •

• • • • • •

Proven: Uses the same outer layer and rubberized asphalt compound as the original Alumaguard membrane which has been used successfully in the market for 12 years. True Zero Perm Performance Self-Healing: rubberized bituminous membrane seals small cuts and punctures; aluminum is UV stable. Acrylic adhesive allows installation down to 10ºF. No pinning or activator required Excellent emissivity Can be used year round Available in bright white Alumaguard® Cool Wrap finish which meets California Title 24, CRRC and Energy Star requirements.

Description

Alumaguard All-Weather is a composite membrane consisting of a multi-ply embossed UV-resistant aluminum foil/polymer laminate to which is applied a layer of rubberized asphalt specially formulated for use on insulated duct and piping applications. A metalized polyester film coated with a high quality low temperature acrylic adhesive is then applied to the rubberized asphalt. A heavy duty release liner gives Alumaguard All-Weather its peel and stick functionality. Uses

®

Alumaguard All-Weather is designed to be used outdoors to weather-proof exterior insulated ductwork, piping or other insulated tanks, vessels and equipment. Alumaguard All-Weather resists moisture, air and vapor intrusion. Notes: Prior to the installation of Alumaguard All-Weather, ducts must be sealed in accordance with SMACNA HVAC Duct rd Construction Standards Metal and Flexible, 3 Edition (2005), Seal Class A. Installation

All roof-top ductwork to which Alumaguard All-Weather is to be applied must be designed with adequate slope (watershed) to prevent ponding water. Ponding water is defined as water that stays in place for greater than 24 hours.

175 of 346

®

according to installation instructions in effect at the time of installation. Contact Polyguard for complete details on the Limited Warranty.

Applying Alumaguard All-Weather to light density duct wrap is not recommended. Round or oval duct should be insulated with 3# or 6# pipe and tank wrap with appropriate facing.

Limitations ® Alumaguard All-Weather should be installed on a properly prepared, clean and dry substrate. Alumaguard All-Weather must be protected from damaging chemicals including petroleum and/or coal tar solvents.

VI E D W O I N NG O T C SU O P BM Y IT

Alumaguard All-Weather should only be applied to faced fiberglass or faced closed-cell foam insulation board.

Alumaguard All-Weather is a “peel and stick” product which must be applied to a properly prepared substrate. In duct applications, Alumaguard All-Weather can be used for the underside of the duct and does not require pinning. Complete installation instructions are available on our website, www.polyguardproducts.com.

Packaging Alumaguard All-Weather is available in 4” x 50’ and 35” x 75’ rolls packaged 12 and 1 to a carton respectively in an embossed foil finish.

Limited Warranty Polyguard Products warrants material to be free from leaks caused by defects in materials or manufacturing for a period of ten (10) years from the date of installation when material is applied

Alumaguard All-Weather should not be adhered directly to commercial roofing membranes. For specific information regarding Alumaguard All-Weather and commercial roofing, refer to Technical Bulletin, 2011-1. Alumaguard All-Weather should be stored in a clean dry area with boxes laid horizontally and not on end. The product has a recommended shelf life of 12 months. ®

Note: Before installing Alumaguard All-Weather, please obtain a full set of our most current installation instructions on our website, or call Polyguard at 800-541-4994.

Alumaguard® All-Weather Technical Properties and Testing Membrane Property Test Method Results Product Thickness (w/o liner) Micrometer 35-38 mils Product Weight Scale 0.2 lbs/sf Water Vapor Transmission (grains/hr-ft²) ASTM E96-00 .00 Permeance (US Perms) ASTM E96-00 .00 Peel Adhesion (to primed steel) ASTM D1000 >16 lbs/in Elongation at Break PSTC 131 164% Tensile Strength PSTC 131 50 lb/in Puncture Resistance (Film Only) ASTM D774 150 PSI Mold Resistance ASTM C1338 Pass Upper Temperature Limit LAB 150ºF Emissivity ASTM C1371 .030 Alumaguard® Cool Wrap Properties and Test Results Solar Reflectance Thermal Emittance Cool Roof Rating Council(CRRC) Initial 0.86 0.82 Cool Roof Rating Council(CRRC) 3 Year Pending Pending Energy Star 3 Year 0.84 0.78 California Title 24 Exceeds 0.75 Exceeds 0.75

AlumaGlide™ gliding saddles are the perfect accompaniment for use with any dynamic piping system, two saddles; the top one adhered to the insulation jacketing, the bottom with a PTFE sheet on the inside of the saddle, and ribs to keep it in place on the pipe stand or hanger, allow for movement up to 4” of a pipe system, your support saddles move with the system! No more damaged jacketing or saddles falling out. See the AlumaGlide™ data sheet for more specific information.

Standard Saddle

Two Piece Saddle

Stays in Hanger

Patented Glider System

X:/Lit/Mech/2013/Alumaguard All-Weather.doc R 4-1-13

176 of 346

177 of 346

VI E D W O I N N G O T C SU O P BM Y IT

178 of 346

VI E D W O I N N G O T C SU O P BM Y IT

VI E D W O I N N G O T C SU O P BM Y IT 179 of 346

No.

ISSUE

Orientation

DATE

Seal

The Contractor shall check and verify all dimensions and report all errors and omissions to the Consultant for the written direction before proceeding with work. This drawing is the property of Adee Consultants Ltd. and shall not be reproduced without Adee Consultants Ltd.'s written authorization.

Project Name and Address

Drawing Title

Scale

Drawn By

Project

Sheet

VI E D W O I N N G O T C SU O P BM Y IT 180 of 346

No.

ISSUE

Orientation

DATE

Seal

N

The Contractor shall check and verify all dimensions and report all errors and omissions to the Consultant for the written direction before proceeding with work. This drawing is the property of Adee Consultants Ltd. and shall not be reproduced without Adee Consultants Ltd.'s written authorization.

Project Name and Address

Drawing Title

Scale

Drawn By

Project

Sheet

VI E D W O I N N G O T C SU O P BM Y IT

LEGEND

181 of 346

No.

Date

Description

ISSUES/REVISIONS

Project

NEW GAS FIRED HUMIDIFIER INSTALLATION TORONTO EMERGENCY SERVICE 4330 DUFFERIN STREET CITY OF NORTH YORK, ONTARIO

Drawing Title

ROOF TOP PLAN & GAS LAYOUT

Date AUG 2015 Drawn J.K.

Scale Proj. No. Dwg. No. AS SHOWN ME15413.DES.PK Designed D.R.

Checked W.C.

M-1

VI E D W O I N N G O T C SU O P BM Y IT

LEGEND

182 of 346

No.

Date

Description

ISSUES/REVISIONS

Project

NEW GAS FIRED HUMIDIFIER INSTALLATION TORONTO EMERGENCY SERVICE 4330 DUFFERIN STREET CITY OF NORTH YORK, ONTARIO

Drawing Title

3RD FLOOR PIPING LAYOUT AND DETAILS

Date AUG 2015 Drawn J.K.

Scale Proj. No. Dwg. No. AS SHWON ME15413.DES.PK Designed D.R.

Checked W.C.

M-2

VI E D W O I N NG O T C SU O P BM Y IT

DESIGNATED SUBSTANCE SURVEY

TORONTO EMERGENCY SERVICES HEADQUARTERS, PARKING GARAGE AND EMS STATION 16 4330 DUFFERIN STREET Toronto, Ontario Presented to:

Meaghan Aldcroft

City of Toronto Facilities Management

Fisher Environmental Ltd. Project Number: FE-P 15-7315 OCTOBER, 2015

183 of 346

TABLE OF CONTENTS

1.

INTRODUCTION AND REGULATORY REQUIREMENTS .......................................................................1 1.1

2.

INTRODUCTION AND SCOPE ............................................................................................................................1

SURVEY METHODOLOGY .............................................................................................................................1 GENERAL APPROACH......................................................................................................................................1 SURVEY METHODOLOGY ................................................................................................................................1

VI E D W O I N NG O T C SU O P BM Y IT

2.1 2.2

3.

FINDINGS AND RECOMMENDATIONS.......................................................................................................2

3.1 ASBESTOS ........................................................................................................................................................2 3.1.1 Findings .................................................................................................................................................2 3.1.2 Recommendations ..................................................................................................................................3 3.2 LEAD ...............................................................................................................................................................3 3.2.1 Findings .................................................................................................................................................4 3.2.2 Recommendations ..................................................................................................................................4 3.3 ACRYLONITRILE ................................................................................................................................................4 3.3.1 Findings .................................................................................................................................................4 3.3.2 Recommendations ..................................................................................................................................4 3.4 ARSENIC ..........................................................................................................................................................4 3.4.1 Findings .................................................................................................................................................5 3.4.2 Recommendations ..................................................................................................................................5 3.5 BENZENE .........................................................................................................................................................5 3.5.1 Findings .................................................................................................................................................5 3.5.2 Recommendations ..................................................................................................................................5 3.6 COKE OVEN EMISSIONS ....................................................................................................................................5 3.6.1 Findings .................................................................................................................................................5 3.6.2 Recommendations ..................................................................................................................................5 3.7 ETHYLENE OXIDES ...........................................................................................................................................6 3.7.1 Findings .................................................................................................................................................6 3.7.2 Recommendations ..................................................................................................................................6 3.8 ISOCYANATES ...................................................................................................................................................6 3.8.1 Findings .................................................................................................................................................6 3.8.2 Recommendations ..................................................................................................................................6 3.9 MERCURY ........................................................................................................................................................6 3.9.1 Findings .................................................................................................................................................6 3.9.2 Recommendations ..................................................................................................................................7 3.10 SILICA .............................................................................................................................................................7 3.10.1 Findings .................................................................................................................................................7 3.10.2 Recommendations ..................................................................................................................................7 3.11 VINYL CHLORIDE..............................................................................................................................................7 3.11.1 Findings .................................................................................................................................................7 3.11.2 Recommendations ..................................................................................................................................7 3.12 POLYCHLORINATED BIPHENYLS (PCBS).............................................................................................................8 3.12.1 Findings .................................................................................................................................................8 3.12.2 Recommendations ..................................................................................................................................8 3.13 MOULD ...........................................................................................................................................................8 3.13.1 Findings .................................................................................................................................................9 3.13.2 Recommendations ..................................................................................................................................9

4.

CORRECTIVE ACTIONS .................................................................................................................................9

5.

STATEMENT OF LIMITATIONS ...................................................................................................................9 ToC 184 of 346

TABLE OF CONTENTS 6.

SIGN-OFF ..........................................................................................................................................................10

VI E D W O I N NG O T C SU O P BM Y IT

APPENDIX I – REASSESSMENT SURVEY FORM APPENDIX II – RESULTS OF BULK SAMPLE ANALYSIS APPENDIX III – CORRECTIVE ACTIONS INSPECTION REPORTS APPENDIX IV – SURVEY DRAWINGS APPENDIX V – SITE PHOTOGRAPHS

ToC 185 of 346

CITY OF TORONTO DESIGNATED SUBSTANCE SURVEY TORONTO EMERGENCY SERVICES HEADQUARTERS, PARKING GARAGE AND EMS STATION 16 4330 DUFFERIN STREET, TORONTO, ONTARIO FISHER ENVIRONMENTAL LTD. / PROJECT NUMBER: FE-P 15-7315

1.

INTRODUCTION AND REGULATORY REQUIREMENTS

1.1

Introduction and Scope

OCTOBER, 2015

VI E D W O I N NG O T C SU O P BM Y IT

Fisher Environmental Ltd. was retained by the City of Toronto, Facilities Management to conduct a Designated Substance Survey of building materials in Toronto Emergency Services Headquarters, Parking Garage and EMS Station 16, all located at 4330 Dufferin Street in Toronto, Ontario.

The objectives of the Designated Substance Survey (DSS) are to establish locations, conditions and types of designated substances contained within a building and, if necessary, provide recommendations to fulfill requirements set forth under the Ontario Occupational Health and Safety Act (OHSA) to achieve regulatory compliance. Preparation of the DSS report, which includes a brief description of the materials present, and the findings of the DSS, will fulfill the requirements of the Ontario Ministry of Labour (MOL) regulations for designated substances; O. Reg. 490/09 – Designated Substances and O. Reg. 278/05 – Asbestos on Construction Projects and in Buildings and Repair Operations. The DSS should also include an examination for the presence of polychlorinated biphenyls (PCBs) and visible mould growth. . This document should be filed as an addendum to the original survey, which was conducted by ECOH Management Inc. on June 27, 2007.

The Designated Substance Survey report is intended for management purposes only to demonstrate compliance with regulations. It is not to be used to establish the designated substance content within building materials before renovation or demolition activities. Prior to any work activities that may disturb building materials, a thorough Pre-Renovation or Pre-Demolition survey of the work area for designated substances and hazardous materials shall be conducted. Muhammad Junayed of Fisher Environmental Ltd. performed the fieldwork on October 29, 2015.

2.

SURVEY METHODOLOGY

2.1

General Approach

To ensure familiarity with the building, the Surveyor made reference to the previous assessment and reassessment reports provided by the City of Toronto prior to commencing the survey. The Surveyor also made reference to facility floor plans included in the previous assessment reports, or provided independently by the City of Toronto. Facility drawings identifying locations of asbestoscontaining materials, if present, are included in Appendix IV. Site photographs are included in Appendix V.

2.2

Survey Methodology

The City of Toronto provided the consultant with the previous DSS report and / or other survey reports of designated substances identified within the facility, if available. . Prior to conducting the DSS, the reports were reviewed by Fisher Environmental Ltd. and updated with all available information regarding ACM, including that from past assessments and reassessments. The survey was conducted in compliance with the Ontario Ministry of Labour (MOL) regulations for designated substances; O. Reg. 490/09 - Designated Substances and O. Reg. 278/05 - Asbestos

Page 1 186 of 346

CITY OF TORONTO DESIGNATED SUBSTANCE SURVEY TORONTO EMERGENCY SERVICES HEADQUARTERS, PARKING GARAGE AND EMS STATION 16 4330 DUFFERIN STREET, TORONTO, ONTARIO FISHER ENVIRONMENTAL LTD. / PROJECT NUMBER: FE-P 15-7315

OCTOBER, 2015

on Construction Projects and in Buildings and Repair Operations made under the Occupational Health and Safety Act (OHSA), R.S.O. 1990.

VI E D W O I N NG O T C SU O P BM Y IT

The Surveyor conducted a visual reassessment of all known and assumed asbestos-containing materials in all accessible areas of the building, as detailed in past survey reports and the Reassessment Survey Form, and recorded the condition (GOOD, FAIR or POOR) of each known or assumed ACM on the Asbestos Reassessment Survey Form. The Surveyor also recorded detailed descriptions of previously-unidentified potential ACM, if observed. Please refer to Appendix I for the updated Reassessment Survey Form. Materials confirmed to be asbestos-containing during previous assessments were not sampled for this reassessment survey. Additionally, samples were not collected of materials that were previously confirmed to be non-asbestos by the requirements of Ontario Regulation 278/05.

Any other potential asbestos-containing materials noted during the reassessment survey that had not been identified in a previous survey, or were not sampled in accordance with the requirements of O. Reg. 278/05, were sampled as part of the reassessment.

The DSS is based on a walk-through inspection of the facility and shall be conducted room by room to establish locations, conditions and types of designated substances. The survey shall also include an examination for the presence of polychlorinated biphenyls (PCBs) and visible mould growth.

3.

FINDINGS AND RECOMMENDATIONS

3.1

Asbestos

Asbestos fibres may be released into the air by the disturbance of asbestos containing material (ACM) during product use, demolition work, building or home maintenance, repair and remodeling. In general, exposure may occur only when the ACM is disturbed in some way to release particles and fibres into the air.

3.1.1

Findings

Previously identified assumed or confirmed ACM include the following: •

Roofing Materials,



Window Caulking,



Vinyl Floor Tiles – one (1) variety,



Vinyl Sheet Flooring – two (2) varieties,



Drywall Joint Compound,



Ceiling Tiles – one (1) variety, and



Transite Pipe.

Vinyl Floor Tile 4 (12” x 12” Grey with White Streaks) not identified during previous assessment surveys was observed in location B-002 Storage Cage.

Page 2 187 of 346

CITY OF TORONTO DESIGNATED SUBSTANCE SURVEY TORONTO EMERGENCY SERVICES HEADQUARTERS, PARKING GARAGE AND EMS STATION 16 4330 DUFFERIN STREET, TORONTO, ONTARIO FISHER ENVIRONMENTAL LTD. / PROJECT NUMBER: FE-P 15-7315

OCTOBER, 2015

Vinyl Sheet Flooring (Grey) not identified during previous assessment surveys was observed in location 1-108 Office.

VI E D W O I N NG O T C SU O P BM Y IT

Potential asbestos-containing Drywall Joint Compound (DJC) not identified during previous assessment surveys was observed in location 1-054 Electrical Room; 1-164 Storage. All assumed and/or confirmed ACM were observed to be in Good condition at the time of the reassessment. No samples were collected for analysis of asbestos type and content during the current survey.

Unless previously determined to be non-asbestos, plaster, drywall joint compound, vinyl floor tiles, mastics and window caulking in other areas of the facility should continue to be assumed to be asbestos-containing, and should be sampled prior to renovation and/or demolition activities.

3.1.2

Recommendations

All assumed and/or confirmed ACM were observed in Good condition at the time of the reassessment. Therefore, no recommended corrective actions are made at this time. Any other building materials suspected to contain asbestos which are not outlined in this report should be assumed to be asbestos-containing until sample analysis determines asbestos content.

Ontario Ministry of Labour Regulation 278/05 requires that an Asbestos Management Program (AMP) be implemented as long as asbestos-containing materials are present in a building. The AMP, original survey report and subsequent reassessment reports must be available at the work place, and must identify the type of asbestos, and where asbestos can be found on a room-byroom basis. NOTE: Interpretation of all sources of asbestos-related information, including but not limited to the original asbestos survey report, asbestos reassessment reports, room-by-room survey data, survey drawings and reports from previous asbestos abatement projects, should be completed by a competent person trained in the historical application of asbestos in building materials, building design and preferably by a person with site-specific knowledge and/or experience. Information contained within any of the above-noted sources may not relieve the Regulatory responsibility of building Owners, or project Employers/Constructors, to complete a detailed site inspection prior to commencement of a project.

This report should not be used as a substitute for a detailed site inspection to identify asbestoscontaining building materials, which must be specifically tailored to the scope and nature of any given project, and completed prior to any maintenance, renovation or demolition work that may cause disturbance to building materials.

3.2

Lead

Most lead in the environment comes from human activities such as burning fossil fuels, mining and manufacturing. Lead is used in the production of batteries, ammunition, metal products such as solder and pipes, and x-ray devices. Exposure happens when eating food or drinking water that contains lead. Deteriorated lead paint can contribute to lead dust. The main target for lead toxicity is the nervous system.

Page 3 188 of 346

CITY OF TORONTO DESIGNATED SUBSTANCE SURVEY TORONTO EMERGENCY SERVICES HEADQUARTERS, PARKING GARAGE AND EMS STATION 16 4330 DUFFERIN STREET, TORONTO, ONTARIO FISHER ENVIRONMENTAL LTD. / PROJECT NUMBER: FE-P 15-7315

OCTOBER, 2015

The regulation for lead applies to every employer and worker at a workplace where lead is present, produced, processed, used, handled or stored and at which a worker is likely to be exposed to lead.

VI E D W O I N NG O T C SU O P BM Y IT

Additionally, in 2004 the MOL issued Guideline: Lead on Construction Projects outlining practices that should be followed during construction projects to protect workers’ from exposure to lead. This includes the methods and equipment employed in the removal of lead containing coatings that reduce the creation of dust, providing appropriate facilities for workers to wash after each shift, and providing protective clothing and respirators where necessary.

3.2.1

Findings

Based on the age of the building, it is possible that lead-based paint and lead plumbing are present within the building. No other indication of lead-containing materials was observed during the building audit, with the exception of that which may be contained within batteries.

3.2.2

Recommendations

During the disturbance of any painted surfaces that contain lead, it would be recommended that appropriate procedures and use of respirators be followed to protect workers. No immediate corrective actions were recommended with regard to lead.

3.3

Acrylonitrile

Acrylonitrile is used to make other chemicals such as plastics, synthetic rubber and acrylic fibres. Breathing high concentrations of acrylonitrile will cause nose and throat irritation, tightness in chest, difficulty breathing, nausea, dizziness, weakness, headache, impaired judgment and convulsions. These symptoms usually disappear when exposure has stopped. If spilled on the skin, acrylonitrile will burn the skin and cause blisters and redness. Acrylonitrile is believed to be carcinogenic.

3.3.1

Findings

Acrylonitrile based polymers may have been utilized in the production of some of the building construction materials (e.g. paints, sealants, and adhesives). Although these polymers are generally volatile, they are expected to produce significant acrylonitrile exposure only during or shortly after application of the subject material. If present on site, acrylonitrile would not be expected to be a concern during future renovation or demolition works. Acrylonitrile was not evident in its pure form anywhere within the subject areas of the building.

3.3.2

Recommendations

No immediate corrective actions were recommended with regard to acrylonitrile.

3.4

Arsenic

Inorganic arsenic compounds are mainly used to preserve wood. Organic arsenic compounds are used as pesticides. Arsenic occurs naturally in soil and minerals and therefore may enter air and water. Breathing high levels of arsenic may cause sore throat and irritated lungs. Ingesting high levels of arsenic can result in death. Arsenic is a suspected carcinogenic substance. Page 4 189 of 346

CITY OF TORONTO DESIGNATED SUBSTANCE SURVEY TORONTO EMERGENCY SERVICES HEADQUARTERS, PARKING GARAGE AND EMS STATION 16 4330 DUFFERIN STREET, TORONTO, ONTARIO FISHER ENVIRONMENTAL LTD. / PROJECT NUMBER: FE-P 15-7315

3.4.1

OCTOBER, 2015

Findings

VI E D W O I N NG O T C SU O P BM Y IT

Low levels of arsenic may be contained within paints or coatings utilized on building construction materials, however exposure levels resulting from personal contact are not expected to be significant. Arsenic or arsenic containing compounds were not encountered during the building survey works.

3.4.2

Recommendations

No immediate corrective actions were recommended with regard to arsenic.

3.5

Benzene

Benzene is colourless liquid with a sweet odour. Benzene utilization has historically been associated with solvents, paints, stains, adhesives, and in the manufacturing of various rubber products. While its current use in building materials has greatly decreased due to an increased awareness of associated health concerns, it may still be present in trace quantities in various industrial solvents. Gasoline sold in Canada contains approximately 4% benzene. Breathing very high levels of benzene can result in death, while high levels may cause drowsiness, dizziness, rapid heart rate, headaches, and unconsciousness.

3.5.1

Findings

While it may be expected, given the age of the building, that the original construction materials utilized did contain some trace levels of benzene, it is likely that any has since volatized and would not exceed the permissible exposure values. During future renovation or demolition works, it would not be expected to be a concern. No evidence of benzene was noted during the building survey, with the exception of that which may be contained in regular gasoline fuel burning equipment.

3.5.2

Recommendations

No immediate corrective actions were recommended with regard to benzene.

3.6

Coke Oven Emissions

Coke oven emissions are released during the carbonization of bituminous coal for the production of coke. Exposure routes include inhalation, skin and / or eye contact. Coke oven emissions are potential occupational carcinogens.

3.6.1

Findings

This substance would not be expected to be found in the building. No evidence of the burning of coke was found during the building survey.

3.6.2

Recommendations

No immediate corrective actions were recommended with regard to coke oven emissions.

Page 5 190 of 346

CITY OF TORONTO DESIGNATED SUBSTANCE SURVEY TORONTO EMERGENCY SERVICES HEADQUARTERS, PARKING GARAGE AND EMS STATION 16 4330 DUFFERIN STREET, TORONTO, ONTARIO FISHER ENVIRONMENTAL LTD. / PROJECT NUMBER: FE-P 15-7315

3.7

OCTOBER, 2015

Ethylene Oxides

VI E D W O I N NG O T C SU O P BM Y IT

Ethylene oxide is a man-made chemical used primarily to make ethylene glycol (antifreeze and polyester). Breathing low levels of ethylene oxides for a prolonged period of time causes eye, skin and respiratory irritations, and can affect nervous system. Higher levels of exposure for shorter time produce symptoms that are similar but more severe.

3.7.1

Findings

This substance would not be expected to be found in the building. No evidence of ethylene oxides was found during the building survey.

3.7.2

Recommendations

No immediate corrective actions were recommended with regard to ethylene oxides.

3.8

Isocyanates

Isocyanates are a family of highly reactive, low molecular weight chemicals. They are widely used in the manufacture of flexible and rigid foams, fibres, and coatings such as paints and varnishes, and elastomers and various building materials (e.g. spray on polyurethane products). Isocyanates are powerful irritants to the eyes, skin, and respiratory and gastrointestinal tracts.

3.8.1

Findings

Use of isocyanates or isocyanate compounds would not be expected in the building. No evidence of isocyanates was found during the building survey.

3.8.2

Recommendations

No immediate corrective actions were recommended with regard to isocyanates.

3.9

Mercury

Mercury is a naturally occurring metal. It is a shiny, silver-white and odourless liquid. It combines with other elements to form inorganic compounds or salts. Metallic mercury is used to produce chlorine gas and caustic soda, and is used in thermostats and thermometers, fluorescent light bulbs, dental fillings and batteries. Exposure occurs when breathing vapors from spills, incinerators, etc.

The nervous system is very sensitive to all forms of mercury. Exposure to high levels of metallic inorganic or organic mercury can permanently damage the brain, kidneys and developing fetus. Short-term exposure may cause lung damage, nausea, vomiting and diarrhea as well as skin and eye irritation.

3.9.1

Findings

Mercury can be found in fluorescent light bulbs and building thermostats. Prior to future renovation or demolition works, it would be recommended that these products be safely removed. The disposal of mercury containing items are regulated under the Environmental Protection Act, and it would be recommended that for disposal purposes any mercury containing thermostats and fluorescent light bulbs be disposed of at an MOE licensed receiver. With the exception of

Page 6 191 of 346

CITY OF TORONTO DESIGNATED SUBSTANCE SURVEY TORONTO EMERGENCY SERVICES HEADQUARTERS, PARKING GARAGE AND EMS STATION 16 4330 DUFFERIN STREET, TORONTO, ONTARIO FISHER ENVIRONMENTAL LTD. / PROJECT NUMBER: FE-P 15-7315

OCTOBER, 2015

fluorescent light bulbs and building thermostats, no other evidence of mercury was noted during the building survey. 3.9.2

Recommendations

VI E D W O I N NG O T C SU O P BM Y IT

No immediate corrective actions were recommended with regard to mercury.

3.10

Silica

Silica is a crystalline compound occurring abundantly as quartz, sand, and many other minerals, and used to manufacture a variety of materials, especially glass and concrete. When mining this substance, silica can be deadly when it becomes airborne. If inhaled, silica dust can cause silicosis which can be fatal.

Additionally, in 2004 the MOL issued Guideline: Silica on Construction Projects outlining practices that should be followed during construction projects to protect workers’ from exposure to silica. This includes the methods and equipment employed in the removal of silica containing materials that reduce the creation of dust, providing appropriate facilities for workers to wash after each shift, and providing protective clothing and respirators where necessary.

3.10.1 Findings

As the building is constructed of concrete block and brick, with concrete floors, silica is expected to be found within these components of the building. During any significant renovation or demolition works where concrete dust is generated, dust suppression techniques should be utilized to control worker exposure to silica. Silica is expected to be present in concrete and masonry products in the building.

3.10.2 Recommendations

No immediate corrective actions were recommended with regard to silica.

3.11

Vinyl Chloride

Vinyl chloride is used to make polyvinyl chloride (PVC) which is found in a variety of plastic products, including pipes, wires, cable coatings and packaging materials. Breathing high levels of vinyl chloride can cause dizziness, unconsciousness and death. Prolonged exposure causes changes in liver, nerve damage, immune reactions and changes in blood flow.

3.11.1 Findings

PVC pipe is generally stable and does not allow for the liberation of vinyl chloride, under normal conditions. During future renovation or demolition works, this substance would not be expected to be a concern. Vinyl chloride was not evident in its pure form, anywhere in the subject dwellings.

3.11.2 Recommendations

No immediate corrective actions were recommended with regard to vinyl chloride.

Page 7 192 of 346

CITY OF TORONTO DESIGNATED SUBSTANCE SURVEY TORONTO EMERGENCY SERVICES HEADQUARTERS, PARKING GARAGE AND EMS STATION 16 4330 DUFFERIN STREET, TORONTO, ONTARIO FISHER ENVIRONMENTAL LTD. / PROJECT NUMBER: FE-P 15-7315

3.12

OCTOBER, 2015

Polychlorinated Biphenyls (PCBs)

VI E D W O I N NG O T C SU O P BM Y IT

PCBs are mixtures of synthetic organic chemicals with the same basic chemical structure and similar physical properties ranging from oily liquids to waxy solids. Due to their nonflammability, chemical stability, high boiling point and electrical insulating properties, PCBs were used in hundreds of industrial and commercial applications including electrical, heat transfer, and hydraulic equipment; as plasticizers in paints, plastics and rubber products; in pigments, dyes and carbonless copy paper and many other applications.

PCBs have been demonstrated to cause a variety of adverse health effects. PCBs have been shown to cause cancer. 3.12.1 Findings

No PCB containing equipment with the potential exception of fluorescent lighting ballasts was observed on site. Fluorescent lighting was observed in use in several areas of the building and inspection of three random light ballasts revealed that they did not contain PCB’s. The disposal of PCB containing equipment is regulated under MOE Reg. 558, and it would be recommended that during any ballast replacement works the generated ballasts be evaluated for PCB content, with any PCB ballasts being consolidated and sent for disposal to an MOE licensed PCB receiver under waste class 243D. 3.12.2 Recommendations It would be recommended that during any ballast replacement works the generated ballasts be evaluated for PCB content. Any PCB ballasts identified should be consolidated and sent for disposal to an MOE licensed PCB receiver under waste class 243D.

3.13

Mould

Mould contamination inside buildings has become a concern to both building owners and occupants. Exposure to moulds is known to cause a variety of health effects in some people. Many fungal spores are considered to be allergenic to susceptible persons, though individual susceptibility varies greatly. Elevated levels of indoor mould are usually attributed to the chronic moist conditions due to water leaks, floods or elevated humidity. Under these conditions, already low levels of fungal spores in air from plants and other sources may multiply on cellulose containing materials such as carpets, wallboards, and wood, and result in mould contamination and, if left untreated, can be destructive to certain building materials. At present, no Federal or Provincial regulations are in effect with respect to reasonable levels of airborne mould spores and other contaminants inside buildings. Health Canada has provided strategies and guidelines related to some indoor contaminants to assist in conducting indoor air quality investigations in their publication Indoor Air Quality in Office Buildings: A Technical Guide, 1995. Health Canada recommends that indoor varieties of airborne mould spores should be qualitatively and quantitatively similar to those varieties found outdoors. The presence of one or more fungal species indoors that are not found outdoors suggests the presence of an amplifier in the building.

Page 8 193 of 346

CITY OF TORONTO DESIGNATED SUBSTANCE SURVEY TORONTO EMERGENCY SERVICES HEADQUARTERS, PARKING GARAGE AND EMS STATION 16 4330 DUFFERIN STREET, TORONTO, ONTARIO FISHER ENVIRONMENTAL LTD. / PROJECT NUMBER: FE-P 15-7315

OCTOBER, 2015

VI E D W O I N NG O T C SU O P BM Y IT

An additional resource that places numerical limits on acceptable indoor fungal spores is found in the Calgary Health Region’s guidelines for Fungal Air Testing, Investigation and Reporting for remediated marihuana grow houses. These guidelines suggest that indoor fungal spores are acceptable if found to be elevated by as much as 2 or 3 times the outdoor measurement, depending on the type of mould spore. Refer to attached guidelines.

The Canadian Construction Association (CCA) has provided guidelines regarding investigation and remediation works in CCA82 - 2004 Mould Guidelines for the Canadian Construction Industry to protect the health and safety of workers who may be exposed to mould in the course of building renovations. 3.13.1 Findings During the current investigation, no visible mould or favourable conditions for mould growth were observed in the surveyed areas. 3.13.2 Recommendations No immediate corrective action is recommended with regard to mould contamination.

4.

CORRECTIVE ACTIONS

No corrective actions were recommended.

5.

STATEMENT OF LIMITATIONS

Fisher Environmental Ltd. accepts responsibility for the competent performance of its duties in executing this assignment within the normal standards of the profession, but disclaims responsibility for consequential damages, if any.

The extent of the building survey of asbestos containing materials (ACM) and other designated substances is based on prior agreement of the scope of work with the client, and the rationale given in this report. The building survey findings rely on professional interpretation of selective sampling and analysis. Sample analysis results have been applied to homogenous materials in unsampled locations; it was not within the scope of work to carry out an exhaustive sampling and analysis program. For non-accessible building spaces, the likelihood of the presence or absence of asbestos and other designated substances has been described, but such assessment is not a definitive statement of presence or absence. This report was prepared for the City of Toronto, Facilities Management. The scope of services performed may not be appropriate for the purposes of other users, and any use or reuse of this document or its findings or recommendations represented herein is at the sole risk of any other user. We trust that the information provided in the report meets your current requirements. If you have any questions or concerns, please do not hesitate to contact the undersigned.

Page 9 194 of 346

CITY OF TORONTO DESIGNATED SUBSTANCE SURVEY TORONTO EMERGENCY SERVICES HEADQUARTERS, PARKING GARAGE AND EMS STATION 16 4330 DUFFERIN STREET, TORONTO, ONTARIO FISHER ENVIRONMENTAL LTD. / PROJECT NUMBER: FE-P 15-7315

SIGN-OFF We trust that this report meets with City of Toronto requirements and we thank you for the opportunity to be of service. Should you have any questions, please do not hesitate to contact us.

VI E D W O I N NG O T C SU O P BM Y IT

6.

OCTOBER, 2015

Fisher Environmental Ltd.

Prepared By:

Reviewed By:

Muhammad Junayed, B.Sc., EPt. Project Manager

David Fisher, P. Eng., C. Chem. Principal

Page 10 195 of 346

VI E D W O I N NG O T C SU O P BM Y IT APPENDIX I

REASSESSMENT SURVEY FORM

196 of 346

APPENDIX I - REASSESSMENT SURVEY FORM

4330 Dufferin Street

Date(s) of Current Reassessment:

October 29, 2015

Building Name:

Toronto Emergency Services Headquarters and EMS Station 16

Organization Completing Reassessment:

Fisher Environmental Ltd. / Project FE-P 15-7315

Original Survey Conducted By:

ECOH Management

Name of Surveyor:

Date(s) of Original Survey:

June 20, 21, 22, 25, 26 & 27, 2007

Signature of Surveyor:

VI E D W O I N NG O T C SU O P BM Y IT

Building Address:

Muhammad Junayed

Location Number

Location Name

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Quantity

Condition

Summary of Findings All Hazardous Materials observed in Good condition.

0-000

Exterior

Roof

Roofing Material

Asbestos

Not Sampled

ACM Assumed

68,000 SF

Good

0-000

Exterior

Windows

Window Caulking

Asbestos

Not Sampled

ACM Assumed

All

Good

0-000

Exterior

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

SOUTH BUILDING

B-001

Corridor

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

None Detected

580 SF

Good

B-001

Corridor

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-001

Corridor

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

80 SF

Good

B-002

Storage Cages

Floor

Vinyl Floor Tile 4

Asbestos

Acm Assumed

None Detected

300 SF

Good

B-002

Storage Cages

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-002

Storage Cages

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

B-002

Storage Cages

Ceiling

Tectum

Asbestos

11850-A-01-11A* 11850-A-01-11B* 11850-A-01-11C*

None Detected

N/A

Good

B-003

Elevator Machine Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

B-003

Elevator Machine Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-003

Elevator Machine Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

B-004

Cleaner Storage

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

B-004

Cleaner Storage

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-004

Cleaner Storage

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

12" x 12" - Light Grey Mosaic

12" x 12" - Grey with White Streaks

Open to metal above

*From Building Environmental Audit, dated 2007

Open to metal above

Open to metal above

197 of 346

PAGE 1 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

B-005

Maintenance Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

B-005

Maintenance Office

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-005

Maintenance Office

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

B-006

Electrical Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

B-006

Electrical Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-006

Electrical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

Open to metal above

B-007

Central Files Storage

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

NO ACCESS

B-007

Central Files Storage

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-007

Central Files Storage

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

B-008

Weight Room

Floor

Rubber

N/A

N/A

N/A

N/A

N/A

B-008

Weight Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-008

Weight Room

Ceiling

Ceiling Tile 1

Asbestos

None Detected

900 SF

Good

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

B-009

Women's Changeroom

Floor

Vinyl Floor Tile 2

Asbestos

None Detected

145 SF

Good

12" x 12" - Grey Mosaic

B-009

Women's Changeroom

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-009

Women's Changeroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

165 SF

Good

B-010

Men's Changeroom

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

None Detected

145 SF

Good

B-010

Men's Changeroom

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-010

Men's Changeroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

165 SF

Good

B-011

File Storage

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

B-011

File Storage

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-011

File Storage

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

B-012

Public Order Unit Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

B-012

Public Order Unit Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-012

Public Order Unit Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

B-013

Document Storage

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Homogeneous w. 11850-A-01-19 Homogeneous w. 12-4832-10 to 12

Open to metal above

Open to metal above

12" x 12" - Grey Mosaic

Open to metal above

Open to metal above

198 of 346

PAGE 2 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

B-013

Document Storage

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-013

Document Storage

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

B-014

Boiler Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

B-014

Boiler Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-014

Boiler Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

None Detected

145 SF

Good

B-015

Women's Locker Room

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

B-015

Women's Locker Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-015

Women's Locker Room

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

165 SF

Good

B-016

Men's Locker Room

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

None Detected

270 SF

Good

B-016

Men's Locker Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-016

Men's Locker Room

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

300 SF

Good

B-017

Printing Shop

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

None Detected

375 SF

Good

B-017

Printing Shop

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-017

Printing Shop

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

B-018

Housekeeping

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

B-018

Housekeeping

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

B-018

Housekeeping

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

Open to metal above

Open to metal above

12" x 12" - Grey Mosaic

12" x 12" - Grey Mosaic

12" x 12" - Light Grey Mosaic

Open to metal above

Open to metal above

WEST BUILDING

1-001

Stores Supervisor Office

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-001

Stores Supervisor Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

1-001

Stores Supervisor Office

Ceiling

Ceiling Tile 2

Asbestos

11850-A-01-12A*

None Detected

140 SF

Good

1-002

Stores General Office

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-002

Stores General Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

540 SF

Good

1-002

Stores General Office

Ceiling

Ceiling Tile 2

Asbestos

Homogeneous w. 11850-A-01-12

None Detected

280 SF

Good

1-003

Women's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 4' - Plain White *From Building Environmental Audit, dated 2007

2' x 4' - Plain White

199 of 346

PAGE 3 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-003

Women's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

160 SF

Good

1-003

Women's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

25 SF

Good

1-004

Stores Corridor/Stairwell

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-004

Stores Corridor/Stairwell

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

400 SF

Good

1-004

Stores Corridor/Stairwell

Ceiling

Ceiling Tile 2

Asbestos

11850-A-01-12B*

None Detected

160 SF

Good

1-005

Men's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-005

Men's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

160 SF

Good

1-005

Men's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

25 SF

Good

1-006

Stores Lunch Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-006

Stores Lunch Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

None Detected

140 SF

Good

2' x 4' - Plain White *From Building Environmental Audit, dated 2007

1-006

Stores Lunch Room

Ceiling

Ceiling Tile 2

Asbestos

Homogeneous w. 11850-A-01-12

1-007

Stores Warehouse

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-007

Stores Warehouse

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

2000 SF

Good

1-007

Stores Warehouse

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-008

Stores Electrical Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-008

Stores Electrical Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-008

Stores Electrical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

None Detected

130 SF

Good

12" x 12" - Grey Mosaic

2' x 4' - Plain White

Open to metal above

Open to metal above

1-009

Stores Locker Room

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

1-009

Stores Locker Room

Walls

Drywall (DJC)

Asbestos

12-4832-18*

None Detected

380 SF

Good

*Sampled during 2012 survey

1-009

Stores Locker Room

Ceiling

Ceiling Tile 2

Asbestos

11850-A-01-12C*

None Detected

130 SF

Good

2' x 4' - Plain White *From Building Environmental Audit, dated 2007

1-010

Stores Storage Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-010

Stores Storage Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-010

Stores Storage Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-011

Stores Clothing Storage

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-011

Stores Clothing Storage

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Open to metal above

200 of 346

PAGE 4 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-011

1-012

1-012 1-012

Stores Clothing Storage Stores Sprinkler Valve Room Stores Sprinkler Valve Room Stores Sprinkler Valve Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

None Detected

190 SF

Good

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

300 SF

Good

Ceiling

Concrete

N/A

N/A

N/A

N/A

N/A

Open to metal above

12" x 12" - Grey Mosaic

1-014

Stretcher Repair Area

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-014

Stretcher Repair Area

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-014

Stretcher Repair Area

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

Open to metal above

1-014

Stretcher Repair Area

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

N/A

N/A

NOT OBSERVED

1-015

Fleet Garage

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-015

Fleet Garage

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-015

Fleet Garage

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

Open to metal above

1-015

Fleet Garage

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

N/A

N/A

NOT OBSERVED

1-015

Fleet Garage

Pipe

Parging Cement

Asbestos

Homoheneous w. 11850-A-01-04

None Detected

N/A

N/A

NOT OBSERVED

1-016

Station Post 16

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-016

Station Post 16

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-016

Station Post 16

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

2370 SF

Good

1-017

Stairwell #8

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-017

Stairwell #8

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-017

Stairwell #8

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

100 SF

Good

1-018

Oil Disposal Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-018

Oil Disposal Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-018

Oil Disposal Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-020

Stores Storage Mezzanine

Floor

Vinyl Sheet Flooring 1

Asbestos

11850-A-01-09A* 11850-A-01-09B* 11850-A-01-09C*

None Detected

740 SF

Good

1-020

Stores Storage Mezzanine

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

1180 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Open to metal above

Dark Blue *From Building Environmental Audit, dated 2007

201 of 346

PAGE 5 of 51

Condition

Potential Hazardous Material

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

Location Name

Building System

1-020

Stores Storage Mezzanine

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-021

Stores Storage

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-021

Stores Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

540 SF

Good

1-021

Stores Storage

Ceiling

Ceiling Tile 3

Asbestos

11850-A-01-16A*

None Detected

240 SF

Good

1-022

Office

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-022

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

300 SF

Good

1-022

Office

Ceiling

Ceiling Tile 3

Asbestos

11850-A-01-16C*

None Detected

140 SF

Good

1-023

Entrance

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-023

Entrance

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

320 SF

Good

None Detected

100 SF

Good

Material Observed

Sample ID

Analytical Result

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

1-023

Entrance

Ceiling

Ceiling Tile 3

Asbestos

Homogeneous w. 11850-A-01-16

1-024

Change Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-024

Change Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

410 SF

Good

1-024

Change Room

Ceiling

Ceiling Tile 3

Asbestos

11850-A-01-16B*

None Detected

160 SF

Good

1-025

Garage Men's W/C

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-025

Garage Men's W/C

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-025

Garage Men's W/C

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-026

Storage

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-026

Storage

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-026

Storage

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-027

Storage

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-027

Storage

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-027

Storage

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-028

Vestibule

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-028

Vestibule

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-028

Vestibule

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

50 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Open to metal above

2' x 2' - Wide Pinpoint *From Building Environmental Audit, dated 2007

2' x 2' - Wide Pinpoint *From Building Environmental Audit, dated 2007

2' x 2' - Wide Pinpoint

2' x 2' - Wide Pinpoint *From Building Environmental Audit, dated 2007

Open to metal above

Open to metal above

Open to metal above

202 of 346

PAGE 6 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-029

Stairwell #7

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-029

Stairwell #7

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-029

Stairwell #7

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

160 SF

Good

1-030

Tool Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-030

Tool Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-030

Tool Room

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

160 SF

Good

1-031

Tool Room

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-031

Tool Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-031

Tool Room

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

160 SF

Good

1-032

Automotive Parts

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-032

Automotive Parts

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

300 SF

Good

1-032

Automotive Parts

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

300 SF

Good

1-032

Automotive Parts

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

N/A

N/A

1-033

Fleet Technician Office

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-033

Fleet Technician Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-033

Fleet Technician Office

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

140 SF

Good

1-034

Corridor

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

None Detected

100 SF

Good

1-034

Corridor

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-034

Corridor

Ceiling

Ceiling Tile 6

Asbestos

11850-A-01-14C*

None Detected

100 SF

Good

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

None Detected

170 SF

Good

2' x 4' - Short Random Fissure with Pinpoint DropDown

None Detected

170 SF

Good

12" x 12" - Light Grey Mosaic *From PreReno Report, Feb 2013

N/A

N/A

N/A

1-035 1-035 1-035

Fleet Operations Supervisor Fleet Operations Supervisor Fleet Operations Supervisor

Ceiling

Ceiling Tile 6

Asbestos

1-036

Drivers Training

Floor

Vinyl Floor Tile 1

Asbestos

1-036

Drivers Training

Walls

Masonry

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Homogeneous w. 11850-A-01-14 13-5461-5* 13-5461-6* 13-5461-7* N/A

12" x 12" - Light Grey Mosaic

2' x 4' - Short Random Fissure with Pinpoint DropDown *From Building Environmental Audit, dated 2007

203 of 346

PAGE 7 of 51

Location Name

Building System

Material Observed

Potential Hazardous Material

Sample ID

None Detected

170 SF

Good

2' x 4' - Short Random Fissure with Pinpoint DropDown *From PreReno Report, Feb 2013

None Detected

170 SF

Good

12" x 12" - Light Grey Mosaic

Not Sampled

ACM Assumed

430 SF

Good

Asbestos

Not Sampled

ACM Assumed

170 SF

Good

Ceramic

N/A

N/A

N/A

N/A

N/A

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

100 SF

Good

Vestibule

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

50 SF

Good

1-039

Stairwell

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-039

Stairwell

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

250 SF

Good

1-039

Stairwell

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-040

Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-040

Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

240 SF

Good

1-040

Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

55 SF

Good

1-041

Housekeeping

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-041

Housekeeping

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

65 SF

Good

1-041

Housekeeping

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

Not Sampled

ACM Assumed

200 SF

Good

None Detected

140 SF

Good

None Detected

N/A

Good

VI E D W O I N NG O T C SU O P BM Y IT

13-5461-8* 13-5461-9* 13-5461-10* Homogeneous w. 12-4832-1 to 3

Analytical Result

Condition

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-036

Drivers Training

Ceiling

Ceiling Tile 6

Asbestos

1-037

Corridor

Floor

Vinyl Floor Tile 1

Asbestos

1-037

Corridor

Walls

Drywall (DJC)

Asbestos

1-037

Corridor

Ceiling

Drywall (DJC)

1-038

Vestibule

Floor

1-038

Vestibule

1-038

Open to metal above

CENTRE BUILDING

1-042

Lunch Room

Floor

Carpet

N/A

1-042

Lunch Room

Walls

Drywall (DJC)

Asbestos

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

1-042

Lunch Room

Ceiling

Ceiling Tile 7

Asbestos

1-042

Lunch Room

Ceiling

Sprayed Fireproofing

Asbestos

1-043

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-043

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

1050 SF

Good

1-043

Corridor

Ceiling

Ceiling Tile 7

Asbestos

11850-A-01-13A*

None Detected

360 SF

Good

2' x 4' - Plain White Drop-Down *From Building Environmental Audit, dated 2007

1-043

Corridor

Ceiling

Sprayed Fireproofing

Asbestos

11850-A-01-01G*

None Detected

360 SF

Good

*From Building Environmental Audit, dated 2007

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 4' - Plain White Drop-Down

204 of 346

PAGE 8 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-044

Women's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-044

Women's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

120 SF

Good

None Detected

60 SF

Good

1-044

Women's Washroom

Ceiling

Sprayed Fireproofing

Asbestos

Homogeneous w. 11850-A-01-01

1-045

Men's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-045

Men's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

120 SF

Good

1-045

Men's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

60 SF

Good

1-045

Men's Washroom

Ceiling

Sprayed Fireproofing

Asbestos

11850-A-01-01F*

None Detected

N/A

N/A

1-046

Electrical Room

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

None Detected

50 SF

Good

1-046

Electrical Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-046

Electrical Room

Ceiling

Sprayed Fireproofing

Asbestos

11850-A-01-01E*

None Detected

50 SF

N/A

None Detected

50 SF

Good

1-047

Storage

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

1-047

Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-047

Storage

Ceiling

Sprayed Fireproofing

Asbestos

11850-A-01-01D*

None Detected

50 SF

Good

1-048

Stairwell

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-048

Stairwell

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-048

Stairwell

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-049

Vestibule

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-049

Vestibule

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

400 SF

Good

1-049

Vestibule

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

130 SF

Good

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

240 SF

Good

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

50 SF

Good

Ceiling

Sprayed Fireproofing

Asbestos

Homogeneous w. 11850-A-01-01

None Detected

50 SF

Good

N/A

N/A

N/A

1-050 1-050 1-050 1-050

Elevator Mechanical Room Elevator Mechanical Room Elevator Mechanical Room Elevator Mechanical Room

*From Building Environmental Audit, dated 2007 NOT OBSERVED

12" x 12" - Grey Mosaic

*From Building Environmental Audit, dated 2007

12" x 12" - Grey Mosaic

*From Building Environmental Audit, dated 2007

WEST BUILDING

1-051

Storage

Floor

Concrete

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

N/A

N/A

205 of 346

PAGE 9 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-051

1-051 1-052 1-052 1-052

Storage

Storage

Communication Engineering Lab Communication Engineering Lab Communication Engineering Lab

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

None Detected

170 SF

Good

Ceiling

Ceiling Tile 6

Asbestos

Homogeneous w. 11850-A-01-14

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

650 SF

Good

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

390 SF

Good

2' x 4' - Short Random Fissure with Pinpoint DropDown

CENTRE BUILDING

1-053

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-053

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

300 SF

Good

1-053

Office

Ceiling

Ceiling Tile 7

Asbestos

Homogeneous w. 11850-A-01-13

None Detected

120 SF

Good

1-053

Office

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

100 SF

Good

None Detected

120 SF

Good

1-053

Office

Ceiling

Sprayed Fireproofing

Asbestos

Homogeneous w. 11850-A-01-01

1-054

Electrical Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-054

Electrical Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

150 SF

Good

None Detected

100 SF

Good

1-054

Electrical Room

Ceiling

Sprayed Fireproofing

Asbestos

Homogeneous w. 11850-A-01-01

1-55

Closet

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-55

Closet

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

80 SF

Good

1-55

Closet

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

80 SF

Good

1-056

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-056

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

1-056

Corridor

Ceiling

Ceiling Tile 7

Asbestos

None Detected

100 SF

Good

1-056

Corridor

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

100 SF

Good

1-057

Electrical Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-057

Electrical Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-057

Electrical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-058

Stairwell

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

2' x 4' - Plain White Drop-Down

2' x 4' - Plain White Drop-Down

Open to metal above

206 of 346

PAGE 10 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-058

Stairwell

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-058

Stairwell

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-059

General Offices

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-059

General Offices

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

1700 SF

Good

1-059

General Offices

Ceiling

Ceiling Tile 7

Asbestos

Homogeneous w. 11850-A-01-13

None Detected

2210 SF

Good

2' x 4' - Plain White Drop-Down

1-059

General Offices

Ceiling

Sprayed Fireproofing

Asbestos

11850-A-01-01C*

None Detected

2210 SF

Good

*From Building Environmental Audit, dated 2007

1-060

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-060

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

1-060

Office

Ceiling

Ceiling Tile 7

Asbestos

None Detected

140 SF

Good

1-060

Office

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

140 SF

Good

1-061

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-061

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

1-061

Office

Ceiling

Ceiling Tile 7

Asbestos

None Detected

140 SF

Good

1-061

Office

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

140 SF

Good

1-062

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-062

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

1-062

Office

Ceiling

Ceiling Tile 7

Asbestos

None Detected

140 SF

Good

1-062

Office

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

140 SF

Good

1-063

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-063

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

None Detected

140 SF

Good

None Detected

140 SF

Good

N/A

N/A

N/A

N/A

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

1-063

Office

Ceiling

Ceiling Tile 7

Asbestos

1-063

Office

Ceiling

Sprayed Fireproofing

Asbestos

1-064

Office

Floor

Carpet

N/A

1-064

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

Asbestos

Homogeneous w. 11850-A-01-13

None Detected

140 SF

Good

1-064

Office

Ceiling

Ceiling Tile 7

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 4' - Plain White Drop-Down

2' x 4' - Plain White Drop-Down

2' x 4' - Plain White Drop-Down

2' x 4' - Plain White Drop-Down

2' x 4' - Plain White Drop-Down

207 of 346

PAGE 11 of 51

Location Name

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

Office

Ceiling

Sprayed Fireproofing

Asbestos

Homogeneous w. 11850-A-01-01

None Detected

140 SF

Good

1-065

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-065

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

1-065

Office

Ceiling

Ceiling Tile 7

Asbestos

None Detected

140 SF

Good

1-065

Office

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

140 SF

Good

VI E D W O I N NG O T C SU O P BM Y IT

1-064

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

2' x 4' - Plain White Drop-Down

NORTH BUILDING

1-066

Stairwell #5

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-066

Stairwell #5

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

300 SF

Good

1-066

Stairwell #5

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-067

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-067

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

640 SF

Good

1-067

Office

Ceiling

Ceiling Tile 1

Asbestos

None Detected

360 SF

Good

1-067

Office

Debris

Asbestos

None Detected

N/A

N/A

1-068

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-068

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

2800 SF

Good

1-068

Corridor

Ceiling

Ceiling Tile 1

Asbestos

11850-A-01-19A*

None Detected

405 SF

Good

1-068

Corridor

Ceiling

Ceiling Tile 8

Asbestos

11850-A-01-20A* 11850-A-01-20C*

None Detected

405 SF

Good

1-069

Audio Visual Room

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-069

Audio Visual Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

800 SF

Good

1-069

Audio Visual Room

Walls

Mastic**

Asbestos

None Detected

N/A

N/A

1-069

Audio Visual Room

Ceiling

Ceiling Tile 2

Asbestos

None Detected

600 SF

Good

1-069

Audio Visual Room

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

240 SF

Good

1-070

Old Electric Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Homogeneous w. 11850-A-01-19 11850-A-01-05A* 11850-A-01-05B* 11850-A-01-05C*

11850-A-01-08A* 11850-A-01-08B* 11850-A-01-08C* Homogeneous w. 11850-A-01-12

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2') *From Building Environmental Audit, dated 2007 NOT OBSERVED

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2') *From Building Environmental Audit, dated 2007 2' x 6' - Wide Pinpoint (looks like 2' x 2') *From Building Environmental Audit, dated 2007

**From Acoustic Wall Tiles *From Building Environmental Audit, dated 2007

2' x 4' - Plain White

208 of 346

PAGE 12 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-070

Old Electric Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

350 SF

Good

1-070

Old Electric Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

Open to metal above

1-071

Hydro Vault

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

NO ACCESS

1-071

Hydro Vault

Walls

Block

N/A

N/A

N/A

N/A

N/A

1-071

Hydro Vault

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-072

General Offices

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-072

General Offices

Walls

Drywall (DJC)

Asbestos

12-4832-8*

None Detected

2020 SF

Good

*Sampled during 2012 survey

1-072

General Offices

Ceiling

Ceiling Tile 8

Asbestos

11850-A-01-20B*

None Detected

3600 SF

Good

2' x 6' - Wide Pinpoint (looks like 2' x 2') *From Building Environmental Audit, dated 2007

1-073

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-073

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

550 SF

Good

None Detected

300 SF

Good

1-073

Corridor

Ceiling

Ceiling Tile 8

Asbestos

Homogeneous w. 11850-A-01-20

1-074

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-074

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

400 SF

Good

None Detected

150 SF

Good

Open to metal above

2' x 6' - Wide Pinpoint (looks like 2' x 2')

1-074

Office

Ceiling

Ceiling Tile 8

Asbestos

Homogeneous w. 11850-A-01-20

1-075

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-075

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

410 SF

Good

1-075

Office

Ceiling

Ceiling Tile 8

Asbestos

Homogeneous w. 11850-A-01-20

None Detected

160 SF

Good

1-076

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-076

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

410 SF

Good

1-076

Office

Ceiling

Ceiling Tile 8

Asbestos

Homogeneous w. 11850-A-01-20

None Detected

160 SF

Good

1-077

Boardroom

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-077

Boardroom

Walls

Drywall (DJC)

Asbestos

12-4832-9*

None Detected

600 SF

Good

*Sampled during 2012 survey

1-077

Boardroom

Ceiling

Ceiling Tile 8

Asbestos

Homogeneous w. 11850-A-01-20

None Detected

350 SF

Good

2' x 6' - Wide Pinpoint (looks like 2' x 2')

1-078

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-078

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

350 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 6' - Wide Pinpoint (looks like 2' x 2')

2' x 6' - Wide Pinpoint (looks like 2' x 2')

2' x 6' - Wide Pinpoint (looks like 2' x 2')

209 of 346

PAGE 13 of 51

Location Name

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

Office

Ceiling

Ceiling Tile 8

Asbestos

Homogeneous w. 11850-A-01-20

None Detected

100 SF

Good

1-079

Kitchen

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-079

Kitchen

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

240 SF

Good

1-079

Kitchen

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

50 SF

Good

1-080

Electrical Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-080

Electrical Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

270 SF

Good

1-080

Electrical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-081

Audio Visual Storage

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-081

Audio Visual Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

300 SF

Good

None Detected

80 SF

Good

VI E D W O I N NG O T C SU O P BM Y IT

1-078

1-081

Audio Visual Storage

Ceiling

Ceiling Tile 7

Asbestos

Homogeneous w. 11850-A-01-13

1-082

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-082

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

1-082

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

220 SF

Good

1-083

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-083

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

350 SF

Good

1-083

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

110 SF

Good

1-084

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-084

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

540 SF

Good

1-084

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

280 SF

Good

1-085

Office

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-085

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

1-085

Office

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

60 SF

Good

1-086

Corridor

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-086

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

1-086

Corridor

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 6' - Wide Pinpoint (looks like 2' x 2')

Open to metal above

2' x 4' - Plain White Drop-Down

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

210 of 346

PAGE 14 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-087

Multi-media Storage

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-087

Multi-media Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

1-087

Multi-media Storage

Ceiling

Ceiling Tile 9

Asbestos

11850-A-01-21C*

None Detected

140 SF

Good

1-088

Men's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-088

Men's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

1-088

Men's Washroom

Ceiling

Ceiling Tile 9

Asbestos

11850-A-01-21B*

None Detected

190 SF

Good

1-089

Women's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-089

Women's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

400 SF

Good

1-089

Women's Washroom

Ceiling

Ceiling Tile 9

Asbestos

11850-A-01-21A*

None Detected

120 SF

Good

1-090

Kitchen

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-090

Kitchen

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

160 SF

Good

1-090

Kitchen

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

100 SF

Good

1-091

Classroom 1

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-091

Classroom 1

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

720 SF

Good

1-091

Classroom 1

Ceiling

Ceiling Tile 9

Asbestos

Homogeneous w. 11850-A-01-21

None Detected

500 SF

Good

2' x 6' - Fissure Widthwise with Pinpoint

1-091

Classroom 1

Ceiling

Ceiling Tile 10

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

2' x 6' - Sparse Fissure Widthwise with Pinpoint

1-092

Classroom 2

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-092

Classroom 2

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

1-092

Classroom 2

Ceiling

Ceiling Tile 9

Asbestos

Homogeneous w. 11850-A-01-21

None Detected

500 SF

Good

2' x 6' - Fissure Widthwise with Pinpoint

1-092

Classroom 2

Ceiling

Ceiling Tile 10

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

2' x 6' - Sparse Fissure Widthwise with Pinpoint

None Detected

150 SF

Good

12" x 12" - Light Grey Mosaic

1-093

Storage

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

1-093

Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

1-093

Storage

Ceiling

Ceiling Tile 9

Asbestos

Homogeneous w. 11850-A-01-21

None Detected

150 SF

Good

1-094

Stairwell #4

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-094

Stairwell #4

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 6' - Fissure Widthwise with Pinpoint *From Building Environmental Audit, dated 2007

2' x 6' - Fissure Widthwise with Pinpoint *From Building Environmental Audit, dated 2007

2' x 6' - Fissure Widthwise with Pinpoint *From Building Environmental Audit, dated 2007

2' x 6' - Fissure Widthwise with Pinpoint

211 of 346

PAGE 15 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-094

Stairwell #4

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

100 SF

Good

1-095

Corridor

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-095

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

1-095

Corridor

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

1-096

Museum / Storage

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-096

Museum / Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

160 SF

Good

1-096

Museum / Storage

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-097

Classroom 3

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-097

Classroom 3

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

720 SF

Good

None Detected

500 SF

Good

2' x 6' - Fissure Widthwise with Pinpoint 2' x 6' - Sparse Fissure Widthwise with Pinpoint

1-097

Classroom 3

Ceiling

Ceiling Tile 9

Asbestos

Homogeneous w. 11850-A-01-21

1-097

Classroom 3

Ceiling

Ceiling Tile 10

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

1-098

Corridor

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-098

Corridor

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

None Detected

270 SF

Good

1-098

Corridor

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-098

Corridor

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

30 LF

Good

1-099

Garage

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-099

Garage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-099

Garage

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-099

Garage

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

20 LF

Good

1-100

Bell Room

Floor

Vinyl Floor Tile 3

Asbestos

Not Sampled

ACM Assumed

400 SF

Good

1-100

Bell Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

640 SF

Good

1-100

Bell Room

Ceiling

Ceramic

N/A

N/A

N/A

N/A

N/A

1-101

Mechanical Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-101

Mechanical Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

Asbestos

Homogeneous w. 11850-A-01-21

None Detected

120 SF

Good

1-101

Mechanical Room

Ceiling

Ceiling Tile 9

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Open to metal above

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

12" x 12" - Rust Mosaic

2' x 6' - Fissure Widthwise with Pinpoint

212 of 346

PAGE 16 of 51

Location Name

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

Women's Locker Room

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

None Detected

280 SF

Good

1-102

Women's Locker Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

540 SF

Good

1-102

Women's Locker Room

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

1-103

Men's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-103

Men's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

1-103

Men's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

220 SF

Good

None Detected

60 SF

Good

VI E D W O I N NG O T C SU O P BM Y IT

1-102

12" x 12" - Light Grey Mosaic

1-104

Housekeeping

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

1-104

Housekeeping

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

250 SF

Good

1-104

Housekeeping

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

60 SF

Good

1-105

Corridor

Floor

Vinyl Sheet Flooring 2

Asbestos

Not Sampled

ACM Assumed

250 SF

Good

1-105

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

880 SF

Good

1-105

Corridor

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

250 SF

Good

1-106

Mechanical Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-106

Mechanical Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

570 SF

Good

1-106

Mechanical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-107

Server Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-107

Server Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

570 SF

Good

None Detected

260 SF

Good

2' x 6' - Plain Textured Drop-Down Grey

12" x 12" - Light Grey Mosaic

Beige Mosaic

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

Open to metal above

1-107

Server Room

Ceiling

Ceiling Tile 11

Asbestos

Homogeneous w. 11850-A-01-22

1-108

Office

Floor

Vinyl Sheet Flooring 4

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-108

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

960 SF

Good

1-108

Office

Ceiling

Ceiling Tile 11

Asbestos

None Detected

100 SF

Good

2' x 6' - Plain Textured Drop-Down *From Building Environmental Audit, dated 2007

1-108

Office

Ceiling

Ceiling Tile 12

Asbestos

None Detected

100 SF

Good

2' x 6' - Plain Drop-Down (looks like 2' x 2') *From Building Environmental Audit, dated 2007

1-109

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-109

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

600 SF

Good

Asbestos

Homogeneous w. 11850-A-01-20

None Detected

350 SF

Good

1-109

Office

Ceiling

Ceiling Tile 8

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

11850-A-01-22A* 11850-A-01-22B* 11850-A-01-22C* 11850-A-01-23B* 11850-A-01-23C*

2' x 6' - Wide Pinpoint (looks like 2' x 2')

213 of 346

PAGE 17 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-110

Meeting Room

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-110

Meeting Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

750 SF

Good

None Detected

450 SF

Good

2' x 6' - Wide Pinpoint (looks like 2' x 2') Beige Mosaic

1-110

Meeting Room

Ceiling

Ceiling Tile 8

Asbestos

Homogeneous w. 11850-A-01-20

1-111

Lunch/Break Room

Floor

Vinyl Sheet Flooring 2

Asbestos

Not Sampled

ACM Assumed

660 SF

Good

1-111

Lunch/Break Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

700 SF

Good

None Detected

480 SF

Good

1-111

Lunch/Break Room

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-111

Lunch/Break Room

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

180 SF

Good

1-112

Men's Locker Room

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

None Detected

400 SF

Good

12" x 12" - Light Grey Mosaic

1-112

Men's Locker Room

Walls

Drywall (DJC)

Asbestos

12-4832-7*

None Detected

640 SF

Good

*Sampled during 2012 survey

None Detected

400 SF

Good

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

1-112

Men's Locker Room

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-112

Men's Locker Room

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

150 SF

Good

1-113

Sprinkler & Pump Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-113

Sprinkler & Pump Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

525 SF

Good

1-113

Sprinkler & Pump Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-114

Training Room

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-114

Training Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

1-114

Training Room

Ceiling

Ceiling Tile 12

Asbestos

Homogeneous w. 11850-A-01-23

None Detected

400 SF

Good

1-115

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-115

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

600 SF

Good

1-115

Office

Ceiling

Ceiling Tile 12

Asbestos

Homogeneous w. 11850-A-01-23

None Detected

300 SF

Good

1-116

Corridor

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-116

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

400 SF

Good

1-116

Corridor

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

150 SF

Good

1-119

Communications Center

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-119

Communications Center

Walls

Drywall (DJC)

Asbestos

13-6484-04 to 09*

None Detected

1080 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

Open to metal above

2' x 6' - Plain Drop-Down (looks like 2' x 2')

2' x 6' - Plain Drop-Down (looks like 2' x 2')

*From Fisher Project No.13-6592, dated July 2013

214 of 346

PAGE 18 of 51

Location Name

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

Communications Center

Ceiling

Ceiling Tile 12

Asbestos

Homogeneous w. 11850-A-01-23

None Detected

1050 SF

Good

1-120

Vehicle Bays 1-4

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-120

Vehicle Bays 1-4

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

800 SF

Good

1-120

Vehicle Bays 1-4

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

800 SF

Good

1-120

Vehicle Bays 1-4

Pipe

Parging Cement

Asbestos

Homogeneous w. 11850-A-01-04

None Detected

N/A

N/A

1-120

Vehicle Bays 1-4

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

45 LF

Good

1-121

Vehicle Bays 5-10

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-121

Vehicle Bays 5-10

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

800 SF

Good

1-121

Vehicle Bays 5-10

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

800 SF

Good

None Detected

N/A

N/A

Visually ACM

45 LF

Good

VI E D W O I N NG O T C SU O P BM Y IT

1-119

1-121

Vehicle Bays 5-10

Pipe

Parging Cement

Asbestos

Homogeneous w. 11850-A-01-04

1-121

Vehicle Bays 5-10

Pipe

Transite Pipe

Asbestos

Not Sampled

2' x 6' - Plain Drop-Down (looks like 2' x 2')

NOT OBSERVED

NOT OBSERVED

SOUTH BUILDING

Asbestos

Homogeneous w. 12-4832-1 to 3

None Detected

40 SF

Good

Masonry

N/A

N/A

N/A

N/A

N/A

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

100 SF

Good

Stairwell #1

Floor

Vinyl Floor Tile 1*

Asbestos

Homogeneous w. 12-4832-1 to 3

None Detected

20 SF

Good

1-123

Stairwell #1

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-123

Stairwell #1

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-124

Main Foyer

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-124

Main Foyer

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

None Detected

1000 SF

Good

1-122

Stairwell #2

Floor

1-122

Stairwell #2

Walls

1-122

Stairwell #2

1-123

1-124

Main Foyer

Ceiling

Drywall (DJC)

Asbestos

12-4788-1* 12-4788-2*

1-125

Vestibule

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-125

Vestibule

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-125

Vestibule

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-126

Vending Machine Area

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

*Basement landing 12" x 12" - Light Grey Mosaic

*Basement landing 12" x 12" - Light Grey Mosaic

Open to metal above

*Sampled during 2012 survey

Open to metal above

215 of 346

PAGE 19 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-126

Vending Machine Area

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

550 SF

Good

1-126

Vending Machine Area

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

250 SF

Good

None Detected

60 SF

Good

1-127

Lounge

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

1-127

Lounge

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

240 SF

Good

1-127

Lounge

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

60 SF

Good

None Detected

70 SF

Good

12" x 12" - Grey Mosaic

None Detected

270 SF

Good

*From 2010 Annual Designated Substances Reassessment Survey

Homogeneous w. 12-4832-10 to 12 10-1303-1* 10-1303-2* 10-1303-3*

1-128

Housekeeping

Floor

Vinyl Floor Tile 2

Asbestos

1-128

Housekeeping

Walls

Drywall (DJC)

Asbestos

1-128

Housekeeping

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

70 SF

Good

1-129

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-129

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

2450 SF

Good

None Detected

1000 SF

Good

1-129

Corridor

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-130

Kitchen

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-130

Kitchen

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

100 SF

Good

1-130

Kitchen

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

150 SF

Good

None Detected

145 SF

Good

1-131

Electrical Room

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

1-131

Electrical Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-131

Electrical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-132

General Offices

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-132

General Offices

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

1120 SF

Good

None Detected

1050 SF

Good

1-132

General Offices

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-133

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-133

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

540 SF

Good

None Detected

280 SF

Good

1-133

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-134

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-134

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

540 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

12" x 12" - Grey Mosaic

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

12" x 12" - Light Grey Mosaic

Open to metal above

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

216 of 346

PAGE 20 of 51

Location Name

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

280 SF

Good

1-135

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-135

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

1-135

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

190 SF

Good

1-136

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-136

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

None Detected

190 SF

Good

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

VI E D W O I N NG O T C SU O P BM Y IT

1-134

1-136

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-137

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-137

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

None Detected

210 SF

Good

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

1-137

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-138

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-138

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

350 SF

Good

1-138

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

120 SF

Good

1-139

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-139

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

760 SF

Good

1-139

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

570 SF

Good

1-140

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-140

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

960 SF

Good

1-140

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

860 SF

Good

1-141

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-141

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

670 SF

Good

None Detected

430 SF

Good

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

None Detected

20 SF

Good

12" x 12" - Light Grey Mosaic

Homogeneous w. 11850-A-01-19 Homogeneous w. 12-4832-1 to 3

1-141

Office

Ceiling

Ceiling Tile 1

Asbestos

1-142

LAN Room

Floor

Vinyl Floor Tile 1

Asbestos

1-142

LAN Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-142

LAN Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

Open to metal above

217 of 346

PAGE 21 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-143

Women's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-143

Women's Washroom

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-143

Women's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-144

Men's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-144

Men's Washroom

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-144

Men's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

1-145

Shower Room

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-145

Shower Room

Walls

Ceramic

N/A

N/A

N/A

N/A

N/A

1-145

Shower Room

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

40 SF

Good

None Detected

55 SF

Good

1-146

Housekeeping

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

1-146

Housekeeping

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

1-146

Housekeeping

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

55 SF

Good

1-147

Corridor

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-147

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

430 SF

Good

1-147

Corridor

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

180 SF

Good

1-148

Corridor

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-148

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

1450 SF

Good

None Detected

500 SF

Good

1-148

Corridor

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-149

Kitchen

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-149

Kitchen

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

160 SF

Good

None Detected

100 SF

Good

1-149

Kitchen

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-150

Office

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

1-150

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

920 SF

Good

1-150

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

810 SF

Good

1-151

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

12" x 12" - Grey Mosaic

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

218 of 346

PAGE 22 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

1-151

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

320 SF

Good

None Detected

100 SF

Good

1-151

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-152

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-152

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

410 SF

Good

1-152

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

165 SF

Good

1-153

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-153

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

410 SF

Good

1-153

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

165 SF

Good

1-154

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-154

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

410 SF

Good

None Detected

165 SF

Good

1-154

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-155

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-155

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

540 SF

Good

None Detected

280 SF

Good

1-155

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

1-156

First Aid Room

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-156

First Aid Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

320 SF

Good

1-156

First Aid Room

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

100 SF

Good

1-157

Server Room

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-157

Server Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

405 SF

Good

1-157

Server Room

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

160 SF

Good

1-158

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-158

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

640 SF

Good

1-158

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

380 SF

Good

1-159

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-159

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

219 of 346

PAGE 23 of 51

Location Name

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

200 SF

Good

1-160

Storage

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-160

Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

350 SF

Good

1-160

Storage

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

120 SF

Good

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

VI E D W O I N NG O T C SU O P BM Y IT

1-159

2' x 6' - Short Random Fissure with Pinpoint (looks like 2' x 2')

CENTRE BUILDING

1-161

IT Storage

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-161

IT Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

520 SF

Good

1-161

IT Storage

Ceiling

Ceiling Tile 7

Asbestos

None Detected

270 SF

Good

1-161

IT Storage

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

270 SF

Good

1-162

Office

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-162

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

1-162

Office

Ceiling

Ceiling Tile 7

Asbestos

None Detected

140 SF

Good

1-162

Office

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

140 SF

Good

1-163

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

1-163

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

320 SF

Good

1-163

Office

Ceiling

Ceiling Tile 7

Asbestos

None Detected

100 SF

Good

1-163

Office

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

100 SF

Good

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

2' x 4' - Plain White Drop-Down

2' x 4' - Plain White Drop-Down

2' x 4' - Plain White Drop-Down

WEST BUILDING

1-164

Storage

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-164

Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

800 SF

Good

1-164

Storage

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

1-165

Bay

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

1-165

Bay

Walls

Block

N/A

N/A

N/A

N/A

N/A

1-165

Bay

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Open to metal above

Open to metal above

220 of 346

PAGE 24 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

WEST BUILDING

2-001

Vestibule

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-001

Vestibule

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

250 SF

Good

2-001

Vestibule

Ceiling

Ceiling Tile 6

Asbestos

Homogeneous w. 11850-A-01-14

None Detected

65 SF

Good

2-002

Kitchen/Lounge

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-002

Kitchen/Lounge

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

600 SF

Good

2-002

Kitchen/Lounge

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

350 SF

Good

2-003

Women's Washroom

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

None Detected

140 SF

Good

2-003

Women's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-003

Women's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

140 SF

Good

None Detected

280 SF

Good

12" x 12" - Light Grey Mosaic

*Sampled during 2012 survey

2' x 4' - Short Random Fissure with Pinpoint DropDown

12" x 12" - Light Grey Mosaic

2-004

Men's Washroom

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

2-004

Men's Washroom

Walls

Drywall (DJC)

Asbestos

12-4832-17*

None Detected

900 SF

Good

2-004

Men's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

400 SF

Good

2-005

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-005

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

250 SF

Good

2-005

Office

Ceiling

Ceiling Tile 6

Asbestos

Homogeneous w. 11850-A-01-14

None Detected

65 SF

Good

2-006

Office

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-006

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

250 SF

Good

Door was locked at the time of the reassessment

2-006

Office

Ceiling

Ceiling Tile 6

Asbestos

11850-A-01-14B*

None Detected

65 SF

N/A

2' x 4' - Short Random Fissure with Pinpoint DropDown *From Building Environmental Audit, dated 2007

2-007

Storage

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

None Detected

200 SF

Good

2-007

Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

2-007

Storage

Ceiling

Ceiling Tile 13

Asbestos

11850-A-01-15A* 11850-A-01-15B* 11850-A-01-15C*

None Detected

200 SF

Good

2-008

Housekeeping

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-008

Housekeeping

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

210 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Door was locked at the time of the reassessment

2' x 4' - Short Random Fissure with Pinpoint DropDown

12" x 12" - Light Grey Mosaic

2' x 4' - Short Random Fissure with Pinpoint *From Building Environmental Audit, dated 2007

221 of 346

PAGE 25 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-008

Housekeeping

Ceiling

Not Found

N/A

2-008

Housekeeping

Walls

White Paper

Asbestos

2-009

Lunch/Break Room

Floor

Vinyl Floor Tile 1

Asbestos

2-009

Lunch/Break Room

Walls

Drywall (DJC)

Asbestos

2-009

Lunch/Break Room

Ceiling

Ceramic

N/A

N/A

N/A

N/A

Open to metal above

None Detected

N/A

N/A

*From Building Environmental Audit, dated 2007 NOT OBSERVED

None Detected

240 SF

Good

Not Sampled

ACM Assumed

510 SF

Good

N/A

N/A

N/A

N/A

N/A

None Detected

25 SF

Good

11850-A-01-06A* 11850-A-01-06B* 11850-A-01-06C* Homogeneous w. 12-4832-1 to 3

12" x 12" - Light Grey Mosaic

2-010

Housekeeping

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

2-010

Housekeeping

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

160 SF

Good

2-010

Housekeeping

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

25 SF

Good

2-011

Women's Washroom

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

None Detected

80 SF

Good

2-011

Women's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

140 SF

Good

2-011

Women's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

80 SF

Good

2-012

Men's Washroom

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

None Detected

220 SF

Good

2-012

Men's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

2-012

Men's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

220 SF

Good

2-013

Corridor

Floor

Vinyl Floor Tile 1

Asbestos

None Detected

150 SF

Good

12" x 12" - Light Grey Mosaic

2-013

Corridor

Floor

Vinyl Sheet Flooring 3

Asbestos

None Detected

45 SF

Good

Grey with Black Fleck *From Building Environmental Audit, dated 2007

2-013

Corridor

Walls

Drywall (DJC)

Asbestos

ACM Assumed

730 SF

Good

None Detected

75 SF

Good

2' x 4' - Plain White

None Detected

75 SF

Good

2' x 4' - Short Random Fissure with Pinpoint DropDown

None Detected

N/A

N/A

None Detected

160 SF

Good

Homogeneous w. 12-4832-1 to 3 11850-A-01-10A* 11850-A-01-10B* 11850-A-01-10C* Not Sampled

Homogeneous w. 11850-A-01-12 Homogeneous w. 11850-A-01-14 11850-A-01-07A* 11850-A-01-07B* 11850-A-01-07C* Homogeneous w. 12-4832-1 to 3

2-013

Corridor

Ceiling

Ceiling Tile 2

Asbestos

2-013

Corridor

Ceiling

Ceiling Tile 6

Asbestos

2-013

Corridor

Fire Stop

Asbestos

2-014

Mechanical Room

Floor

Vinyl Floor Tile 1

Asbestos

2-014

Mechanical Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

2-014

Mechanical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

12" x 12" - Light Grey Mosaic

12" x 12" - Light Grey Mosaic

12" x 12" - Light Grey Mosaic

White *From Building Environmental Audit, dated 2007

12" x 12" - Light Grey Mosaic

Open to metal above

222 of 346

PAGE 26 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-015

General Offices

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-015

General Offices

Walls

Drywall (DJC)

Asbestos

12-4832-16*

None Detected

300 SF

Good

*Sampled during 2012 survey

None Detected

350 SF

Good

2' x 4' - Short Random Fissure with Pinpoint DropDown

2-015

General Offices

Ceiling

Ceiling Tile 6

Asbestos

Homogeneous w. 11850-A-01-14

2-016

Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-016

Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

160 SF

Good

Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

25 SF

Good

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

Ceiling

Ceiling Tile 6

Asbestos

Homogeneous w. 11850-A-01-14

None Detected

140 SF

Good

2-016 2-017 2-017 2-017

Manager Fleet Operation Manager Fleet Operation Manager Fleet Operation

2-018

Friendship Fund Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-018

Friendship Fund Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-018

Friendship Fund Office

Ceiling

Ceiling Tile 6

Asbestos

11850-A-01-14A*

None Detected

140 SF

Good

2-019

Storage

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

2-019

Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

250 SF

Good

2-019

Storage

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

2-020

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-020

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

320 SF

Good

2-020

Corridor

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

2-021

Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-021

Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

410 SF

Good

2-021

Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

150 SF

Good

2-022

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-022

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

250 SF

Good

2-022

Corridor

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

2-023

Automotive Parts

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 4' - Short Random Fissure with Pinpoint DropDown

2' x 4' - Short Random Fissure with Pinpoint DropDown *From Building Environmental Audit, dated 2007

Open to metal above

Open to metal above

223 of 346

PAGE 27 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-023

Automotive Parts

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

250 SF

Good

2-023

Automotive Parts

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

Open to metal above

2-023

Automotive Parts

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

N/A

N/A

NOT OBSERVED

CENTRE BUILDING

2-024

Corridor

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

2-024

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

810 SF

Good

2-024

Corridor

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

230 SF

Good

2-024

Corridor

Ceiling

Sprayed Fireproofing

Asbestos

Homogeneous w. 11850-A-01-01

None Detected

230 SF

Good

2-025

Men's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-025

Men's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

800 SF

Good

2-025

Men's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

570 SF

Good

2-025

Men's Washroom

Ceiling

Sprayed Fireproofing

Asbestos

11850-A-01-01B*

None Detected

570 SF

Good

2-026

Women's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-026

Women's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

680 SF

Good

2-026

Women's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

2-026

Women's Washroom

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

440 SF

Good

2-027

Server Room

Floor

Vinyl Floor Tile 2

Asbestos

None Detected

265 SF

Good

12" x 12" - Grey Mosaic *Sampled during 2012 survey

2-027

Server Room

Walls

Drywall (DJC)

Asbestos

None Detected

1780 SF

Good

*Sampled during 2012 survey

2-027

Server Room

Ceiling

Ceiling Tile 7

Asbestos

None Detected

2840 SF

Good

2' x 4' - Plain White Drop-Down

2-027

Server Room

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

2840 SF

Good

2-028

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-028

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

1930 SF

Good

2-028

Corridor

Ceiling

Ceiling Tile 7

Asbestos

11850-A-01-13B*

None Detected

555 SF

Good

2-028

Corridor

Ceiling

Sprayed Fireproofing

Asbestos

Homogeneous w. 11850-A-01-01

None Detected

555 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Homogeneous w. 11850-A-01-01 12-4832-10* 12-4832-11* 12-4832-12* 12-4832-15*

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

*From Building Environmental Audit, dated 2007

2' x 4' - Plain White Drop-Down *From Building Environmental Audit, dated 2007

224 of 346

PAGE 28 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-029

Electrical Room

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-029

Electrical Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

180 SF

Good

None Detected

45 SF

Good

2-029

Electrical Room

Ceiling

Sprayed Fireproofing

Asbestos

Homogeneous w. 11850-A-01-01

2-030

LAN Room

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-030

LAN Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

370 SF

Good

2-030

LAN Room

Ceiling

Sprayed Fireproofing

Asbestos

Homogeneous w. 11850-A-01-01

None Detected

45 SF

Good

2-031

Police Communications

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-031

Police Communications

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

1870 SF

Good

2-031

Police Communications

Ceiling

Ceiling Tile 7

Asbestos

None Detected

2600 SF

Good

2-031

Police Communications

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

2600 SF

Good

2-032

Sprinkler Room

Floor

Vinyl Floor Tile 2

Asbestos

None Detected

25 SF

Good

2-032

Sprinkler Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

160 SF

Good

2-032

Sprinkler Room

Ceiling

Sprayed Fireproofing

Asbestos

Homogeneous w. 11850-A-01-01

None Detected

25 SF

Good

2-033

Vestibule

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-033

Vestibule

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-033

Vestibule

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

125 SF

Good

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01 Homogeneous w. 12-4832-10 to 12

2' x 4' - Plain White Drop-Down

12" x 12" - Grey Mosaic

NORTH BUILDING

2-036

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-036

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

2-036

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-036

Office

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

16 LF

Good

2-037

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-037

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

240 SF

Good

2-037

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-037

Office

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

8 LF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

NO ACCESS

2' x 4' - Uniform Dot (metal)

NO ACCESS

2' x 4' - Uniform Dot (metal)

225 of 346

PAGE 29 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-039

Women's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-039

Women's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-039

Women's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

135 SF

Good

2-040

Men's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-040

Men's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-040

Men's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

135 SF

Good

2-041

Storage

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-041

Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-041

Storage

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

135 SF

Good

2-042

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-042

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

2-042

Office

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

225 SF

Good

2-043

Women's Locker Room

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-043

Women's Locker Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

510 SF

Good

2-043

Women's Locker Room

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

250 SF

Good

2-044

Men's Locker Room

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-044

Men's Locker Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

570 SF

Good

2-044

Men's Locker Room

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

280 SF

Good

2-045

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-045

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

400 SF

Good

2-045

Corridor

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

115 SF

Good

2-046

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-046

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-046

Office

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

135 SF

Good

2-047

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

226 of 346

PAGE 30 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-047

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

430 SF

Good

2-047

Office

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

180 SF

Good

2-048

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-048

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

2-048

Corridor

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

110 SF

Good

2-049

Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-049

Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

400 SF

Good

2-049

Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

115 SF

Good

2-050

Kitchen

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-050

Kitchen

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

240 SF

Good

2-050

Kitchen

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

55 SF

Good

2-051

Housekeeping

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

None Detected

115 SF

Good

2-051

Housekeeping

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

350 SF

Good

2-051

Housekeeping

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

115 SF

Good

2-052

Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-052

Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

2-052

Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

40 SF

Good

2-053

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-053

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

2-053

Office

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

215 SF

Good

2-054

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-054

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

330 SF

Good

2-054

Office

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

105 SF

Good

2-055

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-055

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

330 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

12" x 12" - Grey Mosaic

227 of 346

PAGE 31 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-055

Office

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

105 SF

Good

2-056

Accounting

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-056

Accounting

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

960 SF

Good

2-056

Accounting

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-057

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-057

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

2-057

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-058

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-058

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-058

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-059

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-059

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

330 SF

Good

2-059

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

None Detected

35 SF

Good

2-060

Closet

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

2-060

Closet

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

190 SF

Good

2-060

Closet

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-061

Professional Standards

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-061

Professional Standards

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

990 SF

Good

2-061

Professional Standards

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-062

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-062

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-062

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-063

Internal Relation

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-063

Internal Relation

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

1050 SF

Good

2-063

Internal Relation

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

12" x 12" - Grey Mosaic

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

228 of 346

PAGE 32 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-064

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-064

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

360 SF

Good

2-064

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-065

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-065

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

360 SF

Good

2-065

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-066

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-066

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

360 SF

Good

2-066

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-067

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-067

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

360 SF

Good

2-067

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-068

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-068

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

360 SF

Good

2-068

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-069

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-069

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-069

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-070

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-070

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-070

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-071

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-071

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-071

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-072

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

229 of 346

PAGE 33 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-072

2-072 2-073 2-073 2-073

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

350 SF

Good

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

430 SF

Good

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

Education & Development Education & Development Education & Development

2-074

Meeting Room

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-074

Meeting Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

430 SF

Good

2-074

Meeting Room

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-075

Copy Room

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-075

Copy Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

2-075

Copy Room

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-076

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-076

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-076

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-077

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-077

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-077

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-078

General Offices

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-078

General Offices

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

670 SF

Good

2-078

General Offices

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-079

General Offices

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-079

General Offices

Walls

Drywall (DJC)

Asbestos

13-7419-01 to 03*

None Detected

960 SF

Good

2-079

General Offices

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-080

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-080

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

*From Fisher Project No.13-6761, dated December 2013

2' x 4' - Uniform Dot (metal)

230 of 346

PAGE 34 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-080

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-081

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-081

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-081

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-082

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-082

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-082

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-083

General Offices

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-083

General Offices

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

760 SF

Good

2-083

General Offices

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2' x 4' - Uniform Dot (metal)

None Detected

N/A

N/A

2' x 4' - Short Uniform Fissure *From Building Environmental Audit, dated 2007

2-83

General Offices

Ceiling

Ceiling Tile 5

Asbestos

11850-A-01-18A* 11850-A-01-18B* 11850-A-01-18C*

2-083

General Offices

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

30 LF

Good

2-084

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-084

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-084

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-085

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-085

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-085

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-086

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-086

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-086

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-087

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-087

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

350 SF

Good

2-087

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-088

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

231 of 346

PAGE 35 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-088

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

350 SF

Good

2-088

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-088

Office

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

12 LF

Good

2-089

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-089

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

350 SF

Good

2-089

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-089

Office

Ceiling

Transite Pipe

Asbestos

Not Sampled

Visually ACM

12 LF

Good

2-090

General Offices

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-090

General Offices

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

1520 SF

Good

2-090

General Offices

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-090

General Offices

Ceiling

Transite Pipe

Asbestos

Not Sampled

Visually ACM

80 LF

Good

2-091

Kitchen

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-091

Kitchen

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

270 SF

Good

2-091

Kitchen

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-091

Kitchen

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

10 LF

Good

2-092

Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-092

Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

190 SF

Good

2-092

Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

40 SF

Good

2-092

Washroom

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

6 LF

Good

2-093

Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-093

Washroom

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

2-093

Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

50 SF

Good

2-093

Washroom

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

10 LF

Good

2-094

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-094

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

640 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

232 of 346

PAGE 36 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-094

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-095

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-095

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

2-095

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-096

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-096

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

2-096

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-097

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-097

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

2-097

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-098

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-098

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

2-098

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-099

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-099

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-099

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-100

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-100

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

2-100

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-101

Boardroom

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-101

Boardroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

2-101

Boardroom

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-102

Stairwell #3

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-102

Stairwell #3

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

2-102

Stairwell #3

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

100 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

2' x 4' - Uniform Dot (metal)

233 of 346

PAGE 37 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-103

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-103

Corridor

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

2-103

Corridor

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

2-104

Main Switch Room

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-104

Main Switch Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

430 SF

Good

2-104

Main Switch Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

None Detected

N/A

N/A

Open to metal above

Open to metal above

2-104

Main Switch Room

Pipe

Parging Cement

Asbestos

11850-A-01-02A* 11850-A-01-02B* 11850-A-01-02C*

White from Generator *From Building Environmental Audit, dated 2007 NOT OBSERVED Beige from fitting - powder like *From Building Environmental Audit, dated 2007 NOT OBSERVED

2-104

Main Switch Room

Pipe

Parging Cement

Asbestos

11850-A-01-03C*

None Detected

N/A

N/A

2-106

UPS Room

Floor

Concrete/Carpet

N/A

N/A

N/A

N/A

N/A

2-106

UPS Room

Walls

Drywall (DJC)

Asbestos

13-6484-01 to 09

None Detected

920 SF

Good

2-106

UPS Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

Open to metal above

2-106

UPS Room

Pipe

Parging Cement

Asbestos

11850-A-01-04A*

None Detected

N/A

N/A

Beige from fitting - non-powder *From Building Environmental Audit, dated 2007 NOT OBSERVED

2-106

UPS Room

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

1 LF

Good

2-107

Mechanical Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

2-107

Mechanical Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

2-107

Mechanical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

2-107

Mechanical Room

Pipe

Parging Cement

Asbestos

11850-A-01-04B* 11850-A-01-04C*

None Detected

2 Fittings

Good

2-108

Cooling Tower Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

Outside

2-108

Cooling Tower Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

Outside

2-108

Cooling Tower Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

Open to above

2-108

Cooling Tower Room

Pipe

Parging Cement

Asbestos

11850-A-01-03A* 11850-A-01-03B*

None Detected

N/A

N/A

Beige from fitting - powder like *From Building Environmental Audit, dated 2007 NOT OBSERVED

N/A

N/A

N/A

From Fisher Project No.13-6592, dated July 2013

Open to metal above

Beige from fitting - non-powder *From Building Environmental Audit, dated 2007

SOUTH BUILDING

2-109

Office

Floor

Carpet

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

N/A

N/A

234 of 346

PAGE 38 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-109

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

540 SF

Good

2-109

Office

Ceiling

Ceiling Tile 1

Asbestos

11850-A-01-19B*

None Detected

280 SF

Good

2-110

Corridor

Floor

Ceramic/Carpet

N/A

N/A

N/A

N/A

N/A

2-110

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

730 SF

Good

None Detected

510 SF

Good

N/A

N/A

N/A

None Detected

1950 SF

Good

*Sampled during 2012 survey

None Detected

2760 SF

Good

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2-110

Corridor

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

2-111

Office

Floor

Carpet

N/A

N/A

2-111

Office

Walls

Drywall (DJC)

Asbestos

2-111

Office

Ceiling

Ceiling Tile 1

Asbestos

2-112

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-112

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

2-112

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

210 SF

Good

2-113

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-113

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

2-113

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

210 SF

Good

2-114

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-114

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

510 SF

Good

2-114

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

250 SF

Good

2-115

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-115

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

410 SF

Good

None Detected

160 SF

Good

12-4832-1* 12-4832-2* Homogeneous w. 11850-A-01-19

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2') *From Building Environmental Audit, dated 2007

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2-115

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

2-116

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-116

Office

Walls

Drywall (DJC)

Asbestos

12-4832-6*

None Detected

410 SF

Good

*Sampled during 2012 survey

None Detected

160 SF

Good

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2-116

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

2-117

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-117

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

410 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

235 of 346

PAGE 39 of 51

Location Name

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

160 SF

Good

2-118

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-118

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

2-118

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

210 SF

Good

2-119

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-119

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

None Detected

190 SF

Good

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

VI E D W O I N NG O T C SU O P BM Y IT

2-117

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2-119

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

2-120

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-120

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

None Detected

190 SF

Good

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

None Detected

145 SF

Good

12" x 12" - Light grey mosaic

ACM Assumed

280 SF

Good

None Detected

65 SF

Good

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

None Detected

140 SF

Good

12" x 12" - Light grey mosaic. *Sampled during 2012 survey.

ACM Assumed

380 SF

Good

None Detected

140 SF

Good

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

None Detected

20 SF

Good

12" x 12" - Light grey mosaic

2-120

Office

Ceiling

Ceiling Tile 1

Asbestos

2-121

Housekeeping

Floor

Vinyl Floor Tile 1

Asbestos

2-121

Housekeeping

Walls

Drywall (DJC)

Asbestos

2-121

Housekeeping

Ceiling

Ceiling Tile 1

Asbestos

2-122

File Storage

Floor

Vinyl Floor Tile 1

Asbestos

2-122

File Storage

Walls

Drywall (DJC)

Asbestos

Homogeneous w. 11850-A-01-19 Homogeneous w. 12-4832-1 to 3 Not Sampled

Homogeneous w. 11850-A-01-19 12-4832-1* 12-4832-2* 12-4832-3* Not Sampled

Homogeneous w. 11850-A-01-19 Homogeneous w. 12-4832-1 to 3

2-122

File Storage

Ceiling

Ceiling Tile 1

Asbestos

2-123

Server Room

Floor

Vinyl Floor Tile 1

Asbestos

2-123

Server Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

2-123

Server Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

2-124

File Storage

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-124

File Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

2-124

File Storage

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

190 SF

Good

2-125

General Offices

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-125

General Offices

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

3100 SF

Good

2-125

General Offices

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

1900 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

Open to metal above

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

236 of 346

PAGE 40 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-126

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-126

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

None Detected

190 SF

Good

2-126

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

2-127

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-127

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

None Detected

240 SF

Good

2-127

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

2-128

Women's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-128

Women's Washroom

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

2-128

Women's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

240 SF

Good

None Detected

30 SF

Good

2-129

Electrical Room

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

2-129

Electrical Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

2-129

Electrical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

2-130

Men's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-130

Men's Washroom

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

2-130

Men's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

240 SF

Good

2-131

Kitchen/Lounge

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

2-131

Kitchen/Lounge

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

600 SF

Good

None Detected

350 SF

Good

2-131

Kitchen/Lounge

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

2-132

Copy Room

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-132

Copy Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

280 SF

Good

None Detected

70 SF

Good

2-132

Copy Room

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

2-133

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-133

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

2-133

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

210 SF

Good

2-134

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

12" x 12" - Light grey mosaic

Open to metal above

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

237 of 346

PAGE 41 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-134

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

None Detected

210 SF

Good

2-134

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

2-135

Technical Support

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-135

Technical Support

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

920 SF

Good

2-135

Technical Support

Ceiling

Ceiling Tile 1

Asbestos

None Detected

810 SF

Good

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2-136

Technical Support

Floor

Vinyl Floor Tile 1

Asbestos

None Detected

330 SF

Good

12" x 12" - Light grey mosaic

2-136

Technical Support

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

600 SF

Good

2-136

Technical Support

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

330 SF

Good

2-137

Boardroom

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-137

Boardroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

670 SF

Good

None Detected

430 SF

Good

Homogeneous w. 11850-A-01-19 Homogeneous w. 12-4832-1 to 3

2-137

Boardroom

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

2-138

Boardroom

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-138

Boardroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

2-138

Boardroom

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

2-139

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-139

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

280 SF

Good

2-139

Office

Ceiling

Ceiling Tile 12

Asbestos

11850-A-01-23A*

None Detected

80 SF

Good

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

Open to metal above

2' x 6' - Plain drop-down (looks like 2' x 2') *From Building Environmental Audit, dated 2007

NORTH BUILDING

2-140

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-140

Corridor

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

460 SF

Good

2-140

Corridor

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2-140

Corridor

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

25 LF

Good

2-141

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-141

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

2-141

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 4' - Uniform dot (metal)

2' x 4' - Uniform dot (metal)

238 of 346

PAGE 42 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

2-141

Office

Pipe

Transite Pipe

Asbestos

Not Sampled

Visually ACM

16 LF

Good

2-142

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

2-142

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

330 SF

Good

2-142

Office

Ceiling

Ceiling Tile

N/A

N/A

N/A

N/A

N/A

2' x 4' - Uniform dot (metal)

WEST BUILDING

2-143

Storage Room

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

None Detected

80 SF

Good

2-143

Storage Room

Walls

Drywall Panel

N/A

N/A

N/A

N/A

N/A

2-143

Storage Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

2-144

Office

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

None Detected

200 SF

Good

2-144

Office

Walls

Drywall Panel

N/A

N/A

N/A

N/A

N/A

2-144

Office

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

2-145

Storage

Floor

Vinyl Floor Tile 2

Asbestos

Homogeneous w. 12-4832-10 to 12

None Detected

200 SF

Good

2-145

Storage

Walls

Drywall Panel

N/A

N/A

N/A

N/A

N/A

2-145

Storage

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

12" x 12" - Grey mosaic

Open to metal above

12" x 12" - Grey mosaic

Open to metal above

12" x 12" - Grey mosaic

Open to metal above

CENTRE BUILDING

3-001

Vestibule

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-001

Vestibule

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

410 SF

Good

3-001

Vestibule

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

160 SF

Good

3-003

Corridor

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-003

Corridor

Walls

Drywall (DJC)

Asbestos

13-6174-01 to 03*

None Detected

1700 SF

Good

From Fisher Project No.13-6570, dated June 2013

3-003

Corridor

Ceiling

Ceiling Tile 7

Asbestos

11850-A-01-13C*

None Detected

600 SF

Good

2' x 4' - Plain white drop-down *From Building Environmental Audit, dated 2007

3-003

Corridor

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

600 SF

Good

3-004

LAN Room

Floor

Vinyl Floor Tile 2

Asbestos

None Detected

40 SF

Good

3-004

LAN Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

190 SF

Good

Asbestos

Homogeneous w. 11850-A-01-01

None Detected

40 SF

Good

3-004

LAN Room

Ceiling

Sprayed Fireproofing

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Homogeneous w. 11850-A-01-01 Homogeneous w. 12-4832-10 to 12

12" x 12" - Grey mosaic

239 of 346

PAGE 43 of 51

Building System

Material Observed

Potential Hazardous Material

Condition

Location Name

Sample ID

Analytical Result

Homogeneous w. 12-4832-10 to 12

None Detected

50 SF

Good

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

3-005

Electrical Room

Floor

Vinyl Floor Tile 2

Asbestos

3-005

Electrical Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

240 SF

Good

None Detected

50 SF

Good

3-005

Electrical Room

Ceiling

Sprayed Fireproofing

Asbestos

Homogeneous w. 11850-A-01-01

3-006

Unisex Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

3-006

Unisex Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

240 SF

Good

3-006

Unisex Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

50 SF

Good

3-007

Men's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

3-007

Men's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

320 SF

Good

3-007

Men's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

100 SF

Good

3-008

Women's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

3-008

Women's Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

320 SF

Good

3-008

Women's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

100 SF

Good

3-009

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-009

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

3-009

Office

Ceiling

Ceiling Tile 7

Asbestos

None Detected

240 SF

Good

3-009

Office

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

240 SF

Good

3-010

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-010

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

3-010

Office

Ceiling

Ceiling Tile 7

Asbestos

None Detected

145 SF

Good

3-010

Office

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

145 SF

Good

3-011

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-011

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

3-011

Office

Ceiling

Ceiling Tile 7

Asbestos

None Detected

145 SF

Good

3-011

Office

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

145 SF

Good

3-012

Office

Floor

Carpet

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01 N/A

12" x 12" - Grey mosaic

2' x 4' - Plain white drop-down

2' x 4' - Plain white drop-down

2' x 4' - Plain white drop-down

240 of 346

PAGE 44 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

3-012

Office

Walls

Drywall (DJC)

Asbestos

3-012

Office

Ceiling

Ceiling Tile 7

Asbestos

3-012

Office

Ceiling

Sprayed Fireproofing

Asbestos

3-013

Office

Floor

Carpet

N/A

3-013

Office

Walls

Drywall (DJC)

Asbestos

3-013

Office

Ceiling

Ceiling Tile 7

Asbestos

3-013

Office

Ceiling

Sprayed Fireproofing

Asbestos

3-014

Office

Floor

Carpet

N/A

3-014

Office

Walls

Drywall (DJC)

Asbestos

3-014

Office

Ceiling

Ceiling Tile 7

Asbestos

3-014

Office

Ceiling

Sprayed Fireproofing

Asbestos

3-015

Office

Floor

Carpet

N/A

3-015

Office

Walls

Drywall (DJC)

Asbestos

3-015

Office

Ceiling

Ceiling Tile 7

Asbestos

3-015

Office

Ceiling

Sprayed Fireproofing

Asbestos

3-016

Lunch/Break Room

Floor

Ceramic

N/A

3-016

Lunch/Break Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

380 SF

Good

None Detected

145 SF

Good

None Detected

145 SF

Good

N/A

N/A

N/A

N/A

Not Sampled

ACM Assumed

670 SF

Good

None Detected

360 SF

Good

None Detected

360 SF

Good

N/A

N/A

N/A

N/A

Not Sampled

ACM Assumed

380 SF

Good

None Detected

140 SF

Good

None Detected

140 SF

Good

N/A

N/A

N/A

N/A

Not Sampled

ACM Assumed

350 SF

Good

None Detected

110 SF

Good

None Detected

110 SF

Good

N/A

N/A

N/A

N/A

Not Sampled

ACM Assumed

760 SF

Good

None Detected

560 SF

Good

None Detected

560 SF

Good

None Detected

20 SF

Good

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01 Homogeneous w. 12-4832-10 to 12

3-016

Lunch/Break Room

Ceiling

Ceiling Tile 7

Asbestos

3-016

Lunch/Break Room

Ceiling

Sprayed Fireproofing

Asbestos

3-017

Housekeeping

Floor

Vinyl Floor Tile 2

Asbestos

3-017

Housekeeping

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

140 SF

Good

3-017

Housekeeping

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

20 SF

Good

3-017

Housekeeping

Ceiling

Sprayed Fireproofing

Asbestos

11850-A-01-01A*

None Detected

20 SF

Good

3-018

Storage

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

Asbestos

12-4832-13* 12-4832-14*

None Detected

380 SF

Good

3-018

Storage

Walls

Drywall (DJC)

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 4' - Plain white drop-down

2' x 4' - Plain white drop-down

2' x 4' - Plain white drop-down

2' x 4' - Plain white drop-down

2' x 4' - Plain white drop-down

12" x 12" - Grey mosaic

*From Building Environmental Audit, dated 2007

*Sampled during 2012 survey

241 of 346

PAGE 45 of 51

Location Name

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

Storage

Ceiling

Ceiling Tile 7

Asbestos

Homogeneous w. 11850-A-01-13

None Detected

140 SF

Good

3-019

Chief's Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-019

Chief's Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

410 SF

Good

3-019

Chief's Office

Ceiling

Ceiling Tile 7

Asbestos

None Detected

160 SF

Good

3-019

Chief's Office

Ceiling

Sprayed Fireproofing

Asbestos

None Detected

160 SF

Good

3-020

EMS Communications

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-020

EMS Communications

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

1660 SF

Good

3-020

EMS Communications

Walls

Off-White Paint

Lead

14-8019-12*

32 ppm

N/A

N/A

3-020

EMS Communications

Ceiling

Ceiling Tile 16

Asbestos

Not Sampled

Visually Negative

2640 SF

Good

None Detected

2640 SF

Good

None Detected

N/A

N/A

None Detected

N/A

N/A

None Detected

N/A

N/A

VI E D W O I N NG O T C SU O P BM Y IT

3-018

3-020

EMS Communications

Ceiling

Sprayed Fireproofing

Asbestos

3-020

EMS Communications

Walls

Duct Insulation

Asbestos

3-020

EMS Communications

Ceiling

Ceiling Tile 17

Asbestos

3-020

EMS Communications

Walls

Drywall (DJC)

Asbestos

Homogeneous w. 11850-A-01-13 Homogeneous w. 11850-A-01-01

Homogeneous w. 11850-A-01-01 14-8019-01* 14-8019-02* 14-8019-03* 14-8019-04* 14-8019-05* 14-8019-06*

14-8019-07 to 11*

2' x 4' - Plain white drop-down

2' x 4' - Plain white drop-down

*From Fisher Project No.14-6825, dated Feb. 2014

2' x 4' - Plain textured (Fibreglass)

*From Fisher Project No.14-6825 2'x4' Plain Textured Acoustic Ceiling Tile *From Fisher Project No.14-6825, dated Feb. 2014 *From Fisher Project No.14-6825, dated Feb. 2014

SOUTH BUILDING

3-021

Vestibule

Floor

Ceramic/Carpet

N/A

N/A

N/A

N/A

N/A

3-021

Vestibule

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

3-021

Vestibule

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

200 SF

Good

3-022

Reception

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-022

Reception

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

800 SF

Good

None Detected

470 SF

Good

3-022

Reception

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

3-023

Board Room

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-023

Board Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

3-023

Board Room

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

190 SF

Good

3-024

General Offices

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

242 of 346

PAGE 46 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

3-024

General Offices

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

2500 SF

Good

None Detected

2300 SF

Good

3-024

General Offices

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

3-025

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-025

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

3-025

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

200 SF

Good

3-026

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-026

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

3-026

Office

Ceiling

Ceiling Tile 1

Asbestos

11850-A-01-19C*

None Detected

200 SF

Good

3-027

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-027

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

500 SF

Good

None Detected

250 SF

Good

3-027

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

3-028

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-028

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

None Detected

210 SF

Good

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

3-028

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

3-029

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-029

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

3-029

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

200 SF

Good

3-030

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-030

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

3-030

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

200 SF

Good

3-031

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-031

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

3-031

Office

Ceiling

Ceiling Tile 1

Asbestos

None Detected

200 SF

Good

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

3-032

Housekeeping

Floor

Vinyl Floor Tile 1

Asbestos

None Detected

100 SF

Good

12" x 12" - Light grey mosaic

3-032

Housekeeping

Walls

Drywall (DJC)

Asbestos

ACM Assumed

320 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Homogeneous w. 11850-A-01-19 Homogeneous w. 12-4832-1 to 3 Not Sampled

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

243 of 346

PAGE 47 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Homogeneous w. 11850-A-01-19 Homogeneous w. 12-4832-1 to 3

Analytical Result

Condition

Location Name

None Detected

100 SF

Good

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

None Detected

20 SF

Good

12" x 12" - Light grey mosaic

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

Carpet

N/A

N/A

N/A

N/A

N/A

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

410 SF

Good

None Detected

165 SF

Good

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

3-032

Housekeeping

Ceiling

Ceiling Tile 1

Asbestos

3-033

Server Room

Floor

Vinyl Floor Tile 1

Asbestos

3-033

Server Room

Walls

Masonry

N/A

3-033

Server Room

Ceiling

Not Found

3-034

Copy Room

Floor

3-034

Copy Room

Walls

3-034

Copy Room

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

3-035

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-035

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

960 SF

Good

None Detected

400 SF

Good

3-035

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

3-036

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-036

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

520 SF

Good

3-036

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

270 SF

Good

3-037

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-037

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

540 SF

Good

3-037

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

280 SF

Good

3-038

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-038

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

540 SF

Good

3-038

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

280 SF

Good

3-039

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-039

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

800 SF

Good

None Detected

620 SF

Good

3-039

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

3-040

Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

3-040

Washroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

220 SF

Good

3-040

Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

40 SF

Good

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Open to metal above

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

244 of 346

PAGE 48 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

3-041

Corridor

Floor

Carpet

N/A

3-041

Corridor

Walls

Drywall (DJC)

Asbestos

N/A

N/A

N/A

N/A

Not Sampled

ACM Assumed

480 SF

Good

None Detected

220 SF

Good

None Detected

220 SF

Good

N/A

N/A

N/A

N/A

Homogeneous w. 11850-A-01-19 11850-A-01-24A* 11850-A-01-24B*

3-041

Corridor

Ceiling

Ceiling Tile 1

Asbestos

3-041

Corridor

Ceiling

Ceiling Tile 14

Asbestos

3-042

Office

Floor

Carpet

N/A

3-042

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

360 SF

Good

None Detected

60 SF

Good

3-042

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

3-042

Office

Ceiling

Ceiling Tile 14

Asbestos

11850-A-01-24C*

None Detected

60 SF

Good

3-043

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-043

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

480 SF

Good

None Detected

200 SF

Good

3-043

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

3-044

Office

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-044

Office

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

440 SF

Good

None Detected

180 SF

Good

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2') 2' x 6' - Large random fissure with pinpoint *From Building Environmental Audit, dated 2007

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2') 2' x 6' - Large random fissure with pinpoint *From Building Environmental Audit, dated 2007

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

3-044

Office

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

3-045

Boardroom

Floor

Carpet

N/A

N/A

N/A

N/A

N/A

3-045

Boardroom

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

670 SF

Good

3-045

Boardroom

Ceiling

Ceiling Tile 15

Asbestos

None Detected

360 SF

Good

2' x 2' - Plain white *From Building Environmental Audit, dated 2007

3-046

File Storage

Floor

Vinyl Floor Tile 1

Asbestos

None Detected

165 SF

Good

12" x 12" - Light grey mosaic

3-046

File Storage

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

400 SF

Good

3-046

File Storage

Ceiling

Ceiling Tile 1

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

165 SF

Good

3-047

Men's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

3-047

Men's Washroom

Walls

Ceramic

N/A

N/A

N/A

N/A

N/A

3-047

Men's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

150 SF

Good

3-048

Women's Washroom

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

3-048

Women's Washroom

Walls

Ceramic

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

11850-A-01-25A* 11850-A-01-25B* 11850-A-01-25C* Homogeneous w. 12-4832-1 to 3

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

245 of 346

PAGE 49 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

3-048

Women's Washroom

Ceiling

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

140 SF

Good

None Detected

30 SF

Good

3-049

Electrical Room

Floor

Vinyl Floor Tile 1

Asbestos

Homogeneous w. 12-4832-1 to 3

3-049

Electrical Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

3-049

Electrical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

3-050

Kitchen

Floor

Ceramic

N/A

N/A

N/A

N/A

N/A

3-050

Kitchen

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

210 SF

Good

Asbestos

Homogeneous w. 11850-A-01-19

None Detected

170 SF

Good

3-050

Kitchen

Ceiling

Ceiling Tile 1

12" x 12" - Light grey mosaic

Open to metal above

2' x 6' - Short random fissure with pinpoint (looks like 2' x 2')

SOUTH BUILDING

4-001

Mechanical Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

4-001

Mechanical Room

Walls

Drywall (DJC)

Asbestos

Not Sampled

ACM Assumed

1600 SF

Good

4-001

Mechanical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

4-002

Mechanical Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

4-002

Mechanical Room

Walls

Masonry

N/A

N/A

N/A

N/A

N/A

4-002

Mechanical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

Open to metal above

Open to metal above

PARKING GARAGE

P-000

Exterior

Roof

Not Found

N/A

N/A

N/A

N/A

N/A

Open to metal above

P-000

Exterior

Windows

Not Found

N/A

N/A

N/A

N/A

N/A

Open to metal above

P-000

Exterior

Walls

Concrete

N/A

N/A

N/A

N/A

N/A

P-001

Parking Lower Level

Floor

Asphalt

N/A

N/A

N/A

N/A

N/A

P-001

Parking Lower Level

Walls

Concrete

N/A

N/A

N/A

N/A

N/A

P-001

Parking Lower Level

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

P-002

Mechanical Room

Floor

Concrete

N/A

N/A

N/A

N/A

N/A

P-002

Mechanical Room

Walls

Concrete

N/A

N/A

N/A

N/A

N/A

P-002

Mechanical Room

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

P-003

Parking Upper Level

Floor

Asphalt

N/A

N/A

N/A

N/A

N/A

P-003

Parking Upper Level

Walls

Concrete

N/A

N/A

N/A

N/A

N/A

P-003

Parking Upper Level

Ceiling

Not Found

N/A

N/A

N/A

N/A

N/A

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

Open to metal above

Open to metal above

Open to metal above

246 of 346

PAGE 50 of 51

Building System

Material Observed

Potential Hazardous Material

Sample ID

Analytical Result

Condition

Location Name

VI E D W O I N NG O T C SU O P BM Y IT

Location Number

Quantity

APPENDIX I - REASSESSMENT SURVEY FORM

Surveyor's Field Notes

TORONTO EMERGENCY SERVICES HEADQUARTERS AND EMS STATION 16 4330 DUFFERIN STREET

247 of 346

PAGE 51 of 51

VI E D W O I N NG O T C SU O P BM Y IT APPENDIX II

RESULTS OF BULK SAMPLE ANALYSIS (NO INFORMATION TO REPORT)

248 of 346

VI E D W O I N NG O T C SU O P BM Y IT APPENDIX III

CORRECTIVE ACTIONS INSPECTION REPORT (NO INFORMATION TO REPORT)

249 of 346

VI E D W O I N NG O T C SU O P BM Y IT APPENDIX IV

SURVEY DRAWINGS

250 of 346

Legend

VI E D W O I N NG O T C SU O P BM Y IT

Asbestos-Containing Material

1-01

Location Number

NAR

No Access to Room

DUFFERIN ST REET

Asbestos Sample Location

GARAGE STRUCTURE

NORTH BUILDING

Lead Sample Location

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

Figure A

LOCATION:

WEST BUILDING

4330 Dufferin Street Toronto, Ontario

CENTRE BUILDING

LODESTAR ROAD

SOUTH BUILDING

BUILDING NAME: Toronto Emergency Services Headquarters & Toronto EMS Station 16

Site Plan

CLIENT:

PROJECT NUMBER:

City of Toronto FE-P 15-7315

CAD FILE:

251 of 346

DATE: SCALE:

FIGA

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend EXIT Asbestos-Containing Material

VI E D W O I N NG O T C SU O P BM Y IT

1-122

B-03

1-01

Location Number

NAR

No Access to Room

UP

B-04

Asbestos Sample Location

B-02

B-01

Lead Sample Location

B-17

B-06

B-05

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

B-16

B-07 NAR

B-16

B-16

Figure 1

B-14

B-15

B-15

LOCATION:

B-18

B-15

4330 Dufferin Street Toronto, Ontario

BUILDING NAME: Toronto Emergency Services Headquarters & Toronto EMS Station 16

B-09

UP

South Building - Basement Plan Asbestos-Containing Material Locations

B-13

B-08

B-11

B-12

CLIENT:

PROJECT NUMBER:

B-10

CAD FILE:

1-123

252 of 346

City of Toronto FE-P 15-7315 FIG 1

DATE: SCALE:

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend

VI E D W O I N NG O T C SU O P BM Y IT

Asbestos-Containing Material

DN UP

1-01

Location Number

NAR

No Access to Room

1-16

1-17

1-26

1-16

Asbestos Sample Location

1-27

Lead Sample Location

UP

1-11

1-29

1-14

UP

1-12

1-25

1-13

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

1-28

1-10

1-30

1-22

1-09

1-51

1-52

1-23

1-08

1-24

Figure 2

1-31

1-07

LOCATION:

1-21

BUILDING NAME:

1-32

Toronto Emergency Services Headquarters & Toronto EMS Station 16

1-33

UP TO:

1-20

1-34

1-05

1-04

1-02

1-06

UP

1-18

1-35

TO CENTRE BUILDING

1-37

CLIENT:

PROJECT NUMBER:

1-36

1-41

UP

1-39

253 of 346

West Building Main Floor Plan Asbestos-Containing Material Locations

1-40

1-03

1-01

4330 Dufferin Street Toronto, Ontario

1-32

1-15

1-38

City of Toronto FE-P 15-7315

CAD FILE:

DATE: SCALE:

FIG1

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend

VI E D W O I N NG O T C SU O P BM Y IT

Asbestos-Containing Material

NAR

2-06

1-01

Location Number

NAR

No Access to Room

2-05

2-04

DN

NAR

Asbestos Sample Location

1-17

1-29

2-01

Lead Sample Location

DN

2-07

2-02

2-09

2-03

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

2-08

2-12

2-10

2-11

2-13

2-145

Figure 3

2-14

2-144

4330 Dufferin Street Toronto, Ontario

2-143

2-16

LOCATION:

2-23

2-15

BUILDING NAME: Toronto Emergency Services Headquarters & Toronto EMS Station 16

2-22

DN

2-21

West Building Second Floor Plan Asbestos-Containing Material Locations

2-17

2-18

2-20

CLIENT:

2-19

PROJECT NUMBER: CAD FILE:

254 of 346

City of Toronto FE-P 15-7315 FIG3

DATE: SCALE:

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend

VI E D W O I N NG O T C SU O P BM Y IT

Asbestos-Containing Material

1-68

TO NORTH BUILDING

1-01

Location Number

NAR

No Access to Room

1-49

1-53

1-50 1-48 UP

1-57

1-54

Lead Sample Location

1-55

1-43

1-56

UP

1-58

1-162

1-163

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

1-161

1-47

Asbestos Sample Location

1-59

1-46

Figure 4

LOCATION:

1-45

4330 Dufferin Street Toronto, Ontario

BUILDING NAME:

1-44

1-40 TO WEST BUILDING

1-37

Toronto Emergency Services Headquarters & Toronto EMS Station 16

Centre Building Main Floor Plan Asbestos-Containing Material Locations

CLIENT:

1-41

1-42

1-60

1-61

1-62

1-63

1-64

1-65

PROJECT NUMBER: CAD FILE:

255 of 346

City of Toronto FE-P 15-7315 FIG4

DATE: SCALE:

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend

Asbestos-Containing Material

VI E D W O I N NG O T C SU O P BM Y IT

TO NORTH BUILDING

2-45

2-33

1-01

Location Number

NAR

No Access to Room

Asbestos Sample Location

2-25

2-26

2-32

Lead Sample Location

2-24

UP

DN

DN

UP

1-58

2-27

1-48 2-30

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

2-28

2-29

Figure 5

LOCATION: 4330 Dufferin Street Toronto, Ontario

BUILDING NAME: Toronto Emergency Services Headquarters & Toronto EMS Station 16

2-31

Centre Building Second Floor Plan Asbestos-Containing Material Locations

CLIENT:

PROJECT NUMBER:

City of Toronto FE-P 15-7315

CAD FILE:

256 of 346

DATE: SCALE:

FIG5

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend

VI E D W O I N NG O T C SU O P BM Y IT

Asbestos-Containing Material

3-19

3-01

Location Number

NAR

No Access to Room

3-18

3-17

DN

1-01

Asbestos Sample Location

Lead Sample Location

DN

1-58

3-20

1-48

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

3-16

3-04 3-05

3-06

Figure 6

LOCATION: 4330 Dufferin Street Toronto, Ontario

3-15

3-07

BUILDING NAME: Toronto Emergency Services Headquarters & Toronto EMS Station 16

3-03

3-08

3-14

Centre Building Third Floor Plan Asbestos-Containing Material Locations

CLIENT:

3-09

3-10

3-11

3-13

3-12

PROJECT NUMBER: CAD FILE:

257 of 346

City of Toronto FE-P 15-7315 FIG6

DATE: SCALE:

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend

VI E D W O I N NG O T C SU O P BM Y IT

Asbestos-Containing Material

1-01

Location Number

NAR

No Access to Room

Asbestos Sample Location

1-98

1-121

1-78

1-99

1-77

1-100

1-120

1-113

UP

1-110

Lead Sample Location

2-102

1-112

1-74

1-73

1-76

1-72

1-103

1-79

1-109

1-75

1-102

1-91

1-92

1-97

1-116

1-105

1-111

1-90

1-67

1-69

1-80

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

1-104

1-93

Figure 7

1-108

UP

1-114

1-86

1-89

1-94

UP

1-66

1-88

1-76

1-87

1-114

1-101

1-96

NAR

1-70

1-95

1-81

1-82

1-83

1-107

1-115

Toronto Emergency Services Headquarters & Toronto EMS Station 16

1-119

1-84

1-85

4330 Dufferin Street Toronto, Ontario

BUILDING NAME:

1-106

1-86

1-71

LOCATION:

North Building - First Floor Plan Asbestos-Containing Material Locations

TO SOUTH BUILDING

CLIENT:

PROJECT NUMBER:

TO SOUTH BUILDING

258 of 346

CAD FILE:

City of Toronto FE-P 15-7315 FIG7

DATE: SCALE:

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend

VI E D W O I N NG O T C SU O P BM Y IT

Asbestos-Containing Material

1-01

Location Number

NAR

No Access to Room

2-69

2-70

2-71

2-75

2-72

2-64

2-62

2-65

2-66

2-67

2-107

2-104

2-106

2-92

2-68

2-93

2-102

2-61

2-60

2-63

2-87

2-73

2-88

2-89

2-91

2-83

2-44

2-42

2-41

2-40

2-36

2-39

2-141

2-85

2-80

2-53

2-47

2-54

2-81

2-82

2-101

1-94

2-56

2-77

2-96

2-76

2-57

2-55

2-95

LOCATION:

2-84

2-48

2-46

Toronto Emergency Services Headquarters & Toronto EMS Station 16

2-100

2-78

2-90

2-49 2-50 2-51

2-52

2-97

North Building - Second Floor Plan Asbestos-Containing Material Locations

2-58

2-99

2-98

CLIENT:

PROJECT NUMBER: CAD FILE:

259 of 346

4330 Dufferin Street Toronto, Ontario

BUILDING NAME:

2-79

2-45

Figure 8

2-86

2-37

1-106

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

2-94

2-140

2-43

Lead Sample Location

2-103

2-108

2-59

Asbestos Sample Location

2-74

City of Toronto FE-P 15-7315 FIG8

DATE: SCALE:

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend TO NORTH BUILDING Asbestos-Containing Material

VI E D W O I N NG O T C SU O P BM Y IT

EXIT

TO NORTH BUILDING

EXIT

1-125

1-01

Location Number

NAR

No Access to Room

Asbestos Sample Location

1-124

UP DN EXIT

1-122

1-159

1-160

1-133

1-126

1-155

1-127

1-130

1-128

1-131

1-157

1-153

1-143

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

LOCATION:

1-142

4330 Dufferin Street Toronto, Ontario

BUILDING NAME:

1-141

Toronto Emergency Services Headquarters & Toronto EMS Station 16

1-146

1-129

1-145

UP

1-123

1-147

CLIENT:

PROJECT NUMBER: CAD FILE:

1-132

DN

EXIT

South Building - First Floor Plan Asbestos-Containing Material Locations

1-137

1-138

1-150

Figure 9

1-136

1-144

1-149

1-148

1-151

1-135

1-140

1-156

1-152

1-134

1-139

1-158

1-154

Lead Sample Location

260 of 346

City of Toronto FE-P 15-7315 FIG 9

DATE: SCALE:

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend

Asbestos-Containing Material

TO NORTH BUILDING

2-139

VI E D W O I N NG O T C SU O P BM Y IT

2-142

TO NORTH BUILDING

1-01

Location Number

NAR

No Access to Room

1-124

OPEN TO FIRST FLOOR LOBBY

2-109

DN

2-112

2-114

Asbestos Sample Location

Lead Sample Location

2-110

2-137

2-113

2-138

2-136

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

2-125

2-129

2-115

2-132

2-128

2-130

LOCATION:

2-111

2-116

2-131

2-123

2-133

2-117

2-121

2-122

4330 Dufferin Street Toronto, Ontario

BUILDING NAME:

2-124

Toronto Emergency Services Headquarters & Toronto EMS Station 16

2-125

2-118

Figure 10

2-134

South Building - Second Floor Plan Asbestos-Containing Material Locations

UP

CLIENT:

PROJECT NUMBER: CAD FILE:

1-123

2-119

2-120

2-127

2-126

DN

261 of 346

City of Toronto FE-P 15-7315 FIG10

DATE: SCALE:

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend

VI E D W O I N NG O T C SU O P BM Y IT

Asbestos-Containing Material

OPEN TO FIRST FLOOR LOBBY

1-122 UP DN

3-21

1-01

Location Number

NAR

No Access to Room

Asbestos Sample Location

Lead Sample Location

3-43

3-44

3-39

3-22

3-41

3-23

3-40

3-45

3-42

3-38

3-25

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

3-49

3-50

3-48

3-26

3-24

3-46

3-37

3-47

3-32

3-33

3-27

LOCATION: 4330 Dufferin Street Toronto, Ontario

BUILDING NAME:

3-34

Toronto Emergency Services Headquarters & Toronto EMS Station 16

3-36

South Building - Third Floor Plan Asbestos-Containing Material Locations

3-28

3-28

Figure 11

CLIENT:

PROJECT NUMBER:

3-30

3-29

3-35

3-31

DN

262 of 346

3-35

CAD FILE:

City of Toronto FE-P 15-7315 FIG11

DATE: SCALE:

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend

DN

VI E D W O I N NG O T C SU O P BM Y IT

Asbestos-Containing Material

EXIT

4-01

1-01

Location Number

NAR

No Access to Room

Asbestos Sample Location

Lead Sample Location

EXIT

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

4-01

Figure 12

LOCATION:

4-02

4330 Dufferin Street Toronto, Ontario

BUILDING NAME: Toronto Emergency Services Headquarters & Toronto EMS Station 16

EXIT

South Building - Penthouse Plan Asbestos-Containing Material Locations

CLIENT:

PROJECT NUMBER: CAD FILE:

263 of 346

City of Toronto FE-P 15-7315 FIG12

DATE: SCALE:

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend

RAMP DOWN

VI E D W O I N NG O T C SU O P BM Y IT

Asbestos-Containing Material

1-01

Location Number

NAR

No Access to Room

Asbestos Sample Location

Lead Sample Location

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

P-001

P-002

DN

Figure 13

LOCATION: 4330 Dufferin Street Toronto, Ontario

BUILDING NAME: Toronto Emergency Services Headquarters & Toronto EMS Station 16

Parking Structure - Lower Level Asbestos-Containing Material Locations

CLIENT:

PROJECT NUMBER: CAD FILE:

264 of 346

City of Toronto FE-P 15-7315 FIG13

DATE: SCALE:

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

Legend

VI E D W O I N NG O T C SU O P BM Y IT

Asbestos-Containing Material

DN

1-01

Location Number

NAR

No Access to Room

Asbestos Sample Location

Lead Sample Location

The drawing does not illustrate locations of drywall joint compound, plaster, window caulking or roofing materials, for reasons discussed in Section 6 of the Standard Operating Procedure for Designated Substance Surveys. Please refer to the Designated Substance Survey Form in Appendix I for information regarding the locations and asbestos or lead-content of these materials.

P-003

RAMP UP

Figure 14

LOCATION: 4330 Dufferin Street Toronto, Ontario

BUILDING NAME: Toronto Emergency Services Headquarters & Toronto EMS Station 16

Parking Structure - Upper Level Asbestos-Containing Material Locations

CLIENT:

PROJECT NUMBER: CAD FILE:

265 of 346

City of Toronto FE-P 14-7315 FIG14

DATE: SCALE:

OCT 2015 Not to Scale

DRW BY: CHK BY:

AH MJ

VI E D W O I N NG O T C SU O P BM Y IT APPENDIX V

SITE PHOTOGRAPHS

(NO INFORMATION TO REPORT)

266 of 346

Section 5 - Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract Tender Call No. 200-2016 Contract No. N/A

The CCDC 2-2008 Stipulated Price Contract constitutes the General Conditions of Contract. The terms and conditions of the CCDC 2-2008 Stipulated Price Contract are modified by the City of Toronto's Supplementary Conditions to CCDC 2-2008 Stipulated Price Contract "Supplementary Conditions"), attached here as Section 5.

VI E D W O I N NG O T C SU O P BM Y IT

CCDC 2-2008 is published by the Canadian Construction Documents Committee ("CCDC") and is available for purchase at: http://www.ccdc.org/WhereToBuy/WhereToBuy.html The Successful Bidder shall acquire the necessary copyright seal from CCDC and affix the seal on the cover page of CCDC 2 at the time it executes the CCDC 2 form of agreement.

CITY OF TORONTO

SUPPLEMENTARY CONDITIONS TO CCDC 2-2008 STIPULATED PRICE CONTRACT June 2014

PMMD V 5.13 – 2015.12.08

267 of 346

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

AMENDMENTS TO THE STIPULATED PRICE CONTRACT, CCDC2-2008 The Standard Construction Document for Stipulated Price Contract, English version, consisting of the Agreement Between Owner and Contractor, Definitions, and General Conditions of the Stipulated Price Contract, Parts 1 to 12 inclusive, governing same is hereby made part of these Contract Documents, with the following amendments, additions and modifications: AGREEMENT BETWEEN OWNER AND CONTRACTOR

1.1

ARTICLE A-3-CONTRACT DOCUMENTS

1.1.1

Amend paragraph 3.1 by adding the following after the words, "The General Conditions of the Stipulated Price Contract":

VI E D W O I N NG O T C SU O P BM Y IT

1.

- "These Supplementary Conditions -The Specific Conditions, if any -Drawings

-Specifications"

1.2

ARTICLE A-5 – PAYMENT

1.2.1

Delete paragraph 5.3 – Interest, in its entirety.

1.3

ARTICLE A-6 – RECEIPT AND ADDRESSES FOR NOTICES IN WRITING

1.3.1

Amend paragraph 6.1, by deleting the words, "or by facsimile" in the second sentence, the words, "facsimile or other form of" in the fourth sentence, and the words, "facsimile number" wherever they appear.

2.

DEFINITIONS

2.1.1

Delete Definition 4, "Consultant", and replace it with the following:

"The 'Consultant', shall be the person or entity designated as the Consultant by the Owner, from time to time.

2.1.2

Add a new Definition, "Act", as follows:

"'Act" means the Construction Lien Act (Ontario), as amended."

2.1.3

Add a new Definition, "OHSA", as follows:

"'OHSA' means the Occupational Health and Safety Act (Ontario)."

2.1.4

Add a new Definition, "Submittals", as follows: "Submittals

Submittals are documents or items required by the Contract Documents to be provided by the Contractor in accordance with the Contract Documents such as:

Supplementary Conditions, June 2014

268 of 346

Page 5-2. 1

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

- Shop Drawings, samples, models, mock-ups to indicate details or characteristics, before the portion of the Work that they represent can be incorporated into the Work; and - As-built drawings and manuals to provide instructions to the operation and maintenance of the Work. 2.1.5

Add a new Definition, "WSIB", as follows: "'WSIB' means the Workplace Safety & Insurance Board." Add a new Definition "Daily Work Records", as follows:

VI E D W O I N NG O T C SU O P BM Y IT

2.1.6

"'Daily Work Records' mean daily records detailing the number and categories of workers and hours worked or on standby, types and quantities of Construction Equipment, and descriptions and quantities of Product utilized."

3.

GENERAL CONDITIONS OF THE STIPULATED PRICE CONTRACT

Where a General Condition or paragraph of the General Conditions of the Stipulated Price Contract is deleted by these Supplementary Conditions, the numbering of the remaining General Conditions or paragraphs shall remain unchanged, and the numbering of the deleted item will be retained, unused.

3.1

GC 1.1 - CONTRACT DOCUMENTS

3.1.1

Delete paragraph 1.1.7.1 in its entirety and replace it with new paragraph 1.1.7.1:

"1.1.7.1 If there is a conflict within the Contract Documents, the order of priority of documents, from highest to lowest, shall be: any amendment to the Agreement between the Owner and the Contractor,

the Agreement between the Owner and the Contractor, as amended by these Supplementary Conditions the Definitions,

Specific Conditions

Supplementary Conditions, the General Conditions, the Drawings,

Division 1 of the Specifications, Technical Specifications,

material and finishing schedules."

3.1.2

Delete paragraph 1.1.8 in its entirety and replace it with new paragraph 1.1.8:

"1.1.8 The Owner shall provide the Contractor, without charge, up to ten copies of the Contract Documents. If requested by the Contractor, the City shall provide additional copies at the cost of printing handling and shipping."

Supplementary Conditions, June 2014

269 of 346

Page 5-2. 2

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

Amend paragraph 1.1.9 by deleting the period at the end and replacing it with ", which shall not unreasonably be withheld."

3.2

GC 1.3 – RIGHTS AND REMEDIES

3.2.1

Amend paragraph 1.3.2 by deleting the word, "Consultant" and replacing it with "his representative".

3.3

GC 1.4 - ASSIGNMENT

3.3.1

Delete paragraph 1.4.1 in its entirety and replace it with the following:

VI E D W O I N NG O T C SU O P BM Y IT

3.1.3

"1.4.1 The Contractor shall not assign the Contract, either in whole or in part, without the written consent of the Owner."

3.4

GC 2.1 – AUTHORITY OF THE CONSULTANT

3.4.1

Delete paragraph 2.1 in its entirety and replace it with new paragraph 2.1:

"2.1.1 The Consultant will be the Owner's representative during construction and until the issuance by the Consultant of a certificate at completion of the Work ("Completion Certificate") or the issuance by the Consultant of a certificate of final acceptance ("Final Acceptance Certificate") whichever is later. All instructions to the Contractor including instructions from the Owner will be issued by the Consultant. The Consultant will have the authority to act on behalf of the Owner only to the extent provided in the Contract Documents. 2.1.2 The Consultant will inspect the Work for its conformity with the plans and Specifications, and record the necessary data to establish payment quantities under the schedule of tender quantities and unit prices or to make an assessment of the value of the Work completed in the case of a lump sum price contract. 2.1.3 The Consultant will investigate all claims of a change in the Work made by the Contractor and issue appropriate instructions.

2.1.4 In the case of non-compliance with the provisions of the Contract by the Contractor, the Consultant, after consultation with the Owner, will have the authority to suspend the Work for such reasonable time as may be necessary to remedy such non-compliance. The Contractor shall not be entitled to any compensation for suspension of the Work in these circumstances.

3.5

GC 2.2 - ROLE OF THE CONSULTANT

3.5.1

Amend paragraph 2.2.3 by deleting the second sentence thereof.

3.5.2

Amend paragraph 2.2.7 by deleting the words "except with respect to GC 5.1 – FINANCING INFORMATION REQUIRED OF THE OWNER."

3.5.3

Delete paragraph 2.2.16 and replace it with the following:

2.2.16 The Consultant and the Contractor will jointly conduct reviews of the Work to determine the date of Substantial Performance of the Work and completion of the Work as provided in GC 5.4 SUBSTNATIAL PERFORMANCE OF THE WORK and GC 5.7 – FINAL PAYMENT, respectively.

3.6

GC 2.4 - DEFECTIVE WORK

3.6.1

Amend paragraph 2.4.1 by adding the following at the end, "at no additional cost to the Owner"

3.6.2

Add new subparagraphs 2.4.1.1 and 2.4.1.2:

Supplementary Conditions, June 2014

270 of 346

Page 5-2. 3

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

"2.4.1.1 The Contractor shall rectify, in a manner acceptable to the Owner and the Consultant, all defective Work and deficiencies throughout the Work, whether or not they are specifically identified by the Consultant. 2.4.1.2 The Contractor shall prioritize the correction of any defective Work which, in the sole discretion of the Owner, adversely affects the day to day operation of the Owner." GC 3.2 - CONSTRUCTION BY OWNER OR OTHER CONTRACTORS

3.7.1

Delete subparagraphs 3.2.2.4 and 3.2.2.5 in their entirety.

3.8

GC 3.4 - DOCUMENT REVIEW

3.8.1

Delete paragraph 3.4.1 in its entirety and replace it with new paragraph 3.4.1:

VI E D W O I N NG O T C SU O P BM Y IT

3.7

"3.4.1 The Contractor shall review the Contract Documents and shall report promptly to the Consultant any error, inconsistency or omission the Contractor may discover. Such review by the Contractor shall comply with the standard of care described in GC 3.14 STANDARD OF CARE. Except for its obligation to make such review and report the result, the Contractor does not assume any responsibility to the Owner or to the Consultant for the accuracy of the Contract Documents. The Contractor shall not be liable for damage or costs resulting from such errors, inconsistencies, or omissions in the Contract Documents, which the Contractor could not reasonably have discovered. If the Contractor does discover any error, inconsistency or omission in the Contract Documents, the Contractor shall not proceed with the Work affected until the Contractor has received corrected or missing information from the Consultant."

3.8.2

Add new paragraph 3.4.2:

"3.4.2 If the Contractor finds discrepancies in and/or omissions from the Contract Documents or has any doubt as to the meaning or intent of any part thereof, the Contractor shall immediately notify the Consultant, who will provide written instructions or explanations. Neither the Owner nor the Consultant will be responsible for oral instructions."

3.9

GC 3.5 - CONSTRUCTION SCHEDULE

3.9.1

Add the following sections 3.5.1.1.1 to 3.5.1.1.5

"3.5.1.1.1 The schedule shall take into account the sequence of construction and the completion dates contained in the information for bidders and the tender submission package; 3.5.1.1.2 Only computerised type schedules will be accepted;

3.5.1.1.3 The schedule must show the Project critical path and the critical path must be identified in a contrasting colour (red) from the other activities;

3.5.1.1.4 The schedule must clearly show, in weekly intervals, the logic and timing of major activities, proposed start dates and estimated duration for activities;

3.5.1.1.5 The schedule must have a level of detail sufficient to identify the Contractor and each specific Subcontractor and their respective parts of the Work and the specific location thereof."

Supplementary Conditions, June 2014

271 of 346

Page 5-2. 4

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

GC 3.6 – SUPERVISION

3.10.1

Amend paragraph 3.6.1 by adding the following after the words, "competent representative", "who shall be a Competent Person, as that term is defined in the Occupational Health and Safety Act,", and by deleting the last sentence, and replacing it with the following, "The Contractor shall not be entitled to change the Competent Person without the prior written authorization of the Owner, which shall not be unreasonably withheld."

3.10.2

Add paragraphs 3.6.3 to 3.6.7 as follows:

VI E D W O I N NG O T C SU O P BM Y IT

3.10

"3.6.3 The Contractor shall furnish competent and adequate staff, who shall be in attendance at the Place of the Work at all times, as necessary, for the proper administration, co-ordination, supervision and superintendence of the Work; organize the procurement of all Product and Construction Equipment so that they will be available at the time they are needed for the Work; and keep an adequate force of skilled workers on the job to complete the Work in accordance with all requirements of the Contract Documents.

3.6.4 Prior to commencement of the Work, the Contractor shall select a competent and experienced full time Project manager (the “Project Manager”) who shall be in attendance at the Place of the Work or on the road and engaged in the Work at all times, and a competent and experienced full time site supervisor (the “Site Supervisor”) who shall be in attendance at the Place of the Work at all times. The Project Manager shall have full responsibility for the prosecution of the Work, with full authority to act in all matters as may be necessary for the proper co-ordination, supervision, direction and technical administration of the Work, who shall attend site meetings in order to render reports on the progress of the Work and who shall have authority to bind the Contractor in all matters related to this Contract. The Project Manager and the Site Supervisor shall be satisfactory to the Owner and shall not be changed except for good reason and with the prior written approval of the Owner, which shall not unreasonably be withheld. The Project Manager may be the same person as the competent representative set out in section 3.6.1.

3.6.5 The Project Manager and Site Supervisor shall represent the Contractor at the Place of the Work and notices and instructions given to the Project Manager and/or the Site Supervisor shall be held to have been received by the Contractor.

3.6.6 The Owner acting reasonably, shall have the right to order the Contractor to remove from the Project any representative or employee of the Contractor, Subcontractors or Suppliers who, in the opinion of the Owner, are a detriment to the Project.

3.6.7. The Contractor shall provide the Owner and the Consultant with the names, work addresses and telephone numbers of the Project Manager, the Site Supervisor and other responsible field persons who may be contacted for emergency and other reasons during non-working hours.”

3.11

GC 3.7 - SUBCONTRACTORS AND SUPPLIERS

3.11.1

Add a new paragraph 3.7.1.4, as follows:

"3.7.1.4 at all times ensure full compliance with all of the Owner's policies including the Owner's Fair Wage Policy, and its collective agreements."

3.11.2

Delete paragraphs 3.7.3, 3.7.4, and 3.7.5 in their entirety, and replace them with sections 3.7.3, 3.7.4, 3.7.5, 3.7.6, 3.7.7, and 3.7.8 as follows:

"3.7.3 The Contractor may subcontract any part of the Work, subject to these General Conditions and any limitations specified in the Contract Documents.

Supplementary Conditions, June 2014

272 of 346

Page 5-2. 5

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

3.7.4 The Contractor shall notify the Consultant, in writing, of its intention to subcontract. Such notification shall identify the part of the Work and the Subcontractor with whom it is intended to subcontract. 3.7.5 The Contractor shall not, without the written consent of the Owner, and whose consent shall not be unreasonably withheld, change a Subcontractor who has been engaged in accordance with this General Condition.

VI E D W O I N NG O T C SU O P BM Y IT

3.7.6 The Contractor shall preserve and protect the rights of the Owner with respect to that part of the Work to be performed under subcontract and shall enter into agreements with the intended Subcontractors to require them to perform their Work in accordance with the Contract Documents and shall be as fully responsible to the Owner for acts and omissions of the Contractor's Subcontractors and of persons directly and indirectly employed by them as for acts and omissions of persons employed directly by the Contractor.

3.7.7 The Owner's consent to subcontracting by the Contractor shall not be construed as relieving the Contractor from any obligation under the Contract and shall not impose any liability on the Owner. Nothing contained in the Contract Documents shall create a contractual relationship between a Subcontractor and the Owner. 3.7.8 The Contractor and all associated Subcontractors shall be subject to the Owner's policies, including any Fair Wage Policy, if any, as may be adopted by the Owner from time to time, and any of the Owner's or legislated labour trades requirements. Failure to comply with these policies or requirements may lead to termination of the Contract, or rejection of a Subcontractor, as the case may be."

3.12

GC 3.8 - LABOUR AND PRODUCTS

3.12.1

Paragraph 3.8.2 is amended by adding the following sentence to the end:

"The Contractor shall not change the source of supply of any Product without the written authorization of the Consultant."

3.12.2

Amend paragraph 3.8.3 by adding the following at the end thereof:

"and shall not employ any persons on the Work whose labour affiliation (or lack thereof) is incompatible with other labour employed in connection with the Work or at the Place of the Work."

3.13

GC 3.11- USE OF THE WORK

3.17.1

Amend section 3.11.2 by adding the words, ", individuals and the area adjacent to the work.", at the end thereof.

3.14

GC 3.12- CUTTING AND REMEDIAL WORK

3.18.1

Amend paragraph 3.12.1 by adding the word, "coring," before the word, "cutting".

3.15

GC 3.13- CLEANUP

3.15.1

Amend paragraph 3.13.2 by adding the following at the end thereof, "all to the satisfaction of the Consultant and the Owner, acting reasonably."

3.15.2

Add a new paragraph 3.13.4 as follows:

"3.13.4 The Owner shall have the right to back charge cleaning to the

Supplementary Conditions, June 2014

273 of 346

Page 5-2. 6

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

Contractor if the cleaning is not completed within 24 hours of written notice to clean and the Owner shall have the right to back charge the cost of damage to the Place of the Work caused by the Contractor’s, Subcontractor’s or Supplier's transportation in and out of the Place of the Work if not repaired within 5 Working Days of written notice to repair or before final payment, whichever is earlier.” 3.16

GC 3.14 – STANDARD OF CARE

3.16.1

Add new General Condition 3.14 as follows:

VI E D W O I N NG O T C SU O P BM Y IT

"3.14.1 In performing its services and obligations under the Contract, the Contractor shall exercise a standard of care, skill and diligence that would normally be provided by an experienced and prudent Contractor supplying similar services for similar projects. The Contractor acknowledges and agrees that throughout the Contract, the Contractor's obligations, duties and responsibilities shall be interpreted in accordance with this standard. The Contractor shall exercise the same standard of due care and diligence in respect of any Products, personnel, or procedures which it may recommend to the Owner.

3.14.2 The Contractor further represents covenants and warrants to the Owner that there are no pending, threatened or anticipated claims that would have a material effect on the financial ability of the Contractor to perform its Work under the Contract."

3.17

GC 5.1 - FINANCING INFORMATION REQUIRED OF THE OWNER

3.17.1

Delete GC 5.1.1 and 5.1.2 in their entirety and replace them with "Intentionally left blank."

3.18

GC 5.2 - APPLICATIONS FOR PROGRESS PAYMENT

3.18.1

Amend paragraph 5.2.4 by deleting the words "calendar days" and replacing them with "Working Days".

3.18.2

Amend paragraph 5.2.7 by adding the following at the end thereof:

"Any Products delivered to the Place of the Work but not yet incorporated into the Work shall remain at the risk of the Contractor notwithstanding that title has passed to the Owner pursuant to GC 13.1 OWNERSHIP OF MATERIALS."

3.18.3

Add new paragraphs 5.2.8, 5.2.9 , 5.2.10, 5.2.11, 5.2.12, and 5.2.13 as follows:

"5.2.8 The Contractor shall submit a WSIB clearance certificate and a Statutory Declaration of Progress Payment Distribution by Contractor in a form acceptable to the Owner with each application for progress payment.

5.2.9 The Contractor shall, within 21 days of the signing of the Contract, and prior to the first claim for monthly payment, submit to the Owner a detailed breakdown of the lump sum tender price for the purpose of establishing monthly payments. The Owner, acting reasonably, reserves the right to modify costs allocated to the various breakdown items to prevent unbalancing.

5.2.10 Payment for mobilizing and setting up plant, temporary buildings and services, premiums and other disbursements, shall be prorated based on the value of the Work performed during a billable period.. 5.2.11 Payment for bonds and insurance will be paid 100 per cent on the first progress payment, provided that respective invoices are submitted as proof of payment. 5.2.12 An “as-built” item shall be identified on the cost breakdown with a corresponding fair and reasonable value for the purpose of ensuring that the as-built information drawings are given due diligence. A detailed description of as-built information/drawings performed for that month shall accompany the invoice.

Supplementary Conditions, June 2014

274 of 346

Page 5-2. 7

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

5.2.13 Prior to applying for any payment from the City, the Contractor shall submit a monthly projected/estimated payment schedule based on the detailed construction schedule and the Contract Price for the duration of the Contract." 3.19

GC 5.3 - PROGRESS PAYMENT

3.19.1

Amend subparagraph 5.3.1.2 by adding the following sentence at the end thereof:

VI E D W O I N NG O T C SU O P BM Y IT

"For clarity, the ten calendar day period referenced in this paragraph shall not commence until such time as the Consultant has determined that he has received from the Contractor all required documents supporting the invoice and evidencing the Work being invoiced, all to the Consultant's reasonable satisfaction."

3.19.2

Amend paragraph 5.3.1.3 by deleting the number "20" and replacing it with the number, "30", and by deleting everything after the word "after" and replacing it with the following:

"the Consultant and the Contractor have reached mutual agreement on the amount of the invoice evidencing the Work being invoiced with required supporting documents."

3.20

GC 5.4 – SUBSTANTIAL PERFORMANCE OF THE WORK

3.20.1

Delete paragraph 5.4.3 in its entirety and replace it with the following:

"Immediately prior to the issuance of the certificate of Substantial Performance of the Work, the Contractor, in consultation with the Consultant, shall establish a schedule for completion of the Work a n d c o r r e c t i n g d e f i c i e n t W o r k , and the construction schedule shall be deemed to be amended to include this completion schedule."

3.20.2

Add new paragraphs 5.4.4 and 5.4.5:

"5.4.4 Prior to submitting its written application for Substantial Performance of the Work, the Contractor shall submit to the Consultant all:

.1 guarantees;

.2 warranties, completed as per paragraph 12.3.6; .3 certificates;

.4 testing and balancing reports;

.5 distribution system diagrams; .6 spare parts;

.7 maintenance/operation manuals; .8 training manuals; .9 samples;

.10 reports and correspondence from authorities having jurisdiction in the Place of the Work; .11 Shop Drawings, and marked up Drawings;

Supplementary Conditions, June 2014

275 of 346

Page 5-2. 8

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

.12 completed as-built drawings in the latest edition of a Computer Assisted Design Drawing software program; .13 inspection certificates;

VI E D W O I N NG O T C SU O P BM Y IT

and other materials or documentation required to be submitted under the Contract, together with written proof acceptable to the Owner and the Consultant that the Work has been substantially performed in conformance with the requirements of municipal, governmental and utility authorities having jurisdiction in the Place of the Work. 5.4.5

Where the Contractor is unable to deliver the documents and materials described in paragraph

5.4.4, then, provided that none of the missing documents and materials interferes with the use and occupancy of the Project in a material way, and except as described herein, the failure to deliver shall not be grounds for the Consultant to refuse to certify Substantial Performance of the Work. However, certification of Substantial Performance of the Work m a y be withheld if the Contractor f a i l s to deliver maintenance manuals, as required in paragraph 5.4.4.7, o r completed a s -built drawings, as required in subparagraph 5.4.5.12. Any documents or materials not delivered in accordance with paragraph 5.4.5 shall be delivered as provided in paragraph 5.7.1.2 of GC 5.7."

3.21

GC 5.5 - PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK

3.21.1

Amend paragraph 5.5.1.2 by adding the following at the end thereof:

"The Substantial Performance Statutory Holdback Release Payment Certificate will be a payment certificate releasing to the Contractor the statutory holdback due in respect of Work performed up to the date of Substantial Performance of the Work. Payment of such statutory holdback shall be due 46 days after the date of publication of the Certificate of Substantial Performance but subject to the provisions of the Construction Lien Act and the submission by the Contractor of the following documents: a satisfactory certificate of clearance from the WSIB; a Release and Waiver in a form acceptable to the City; and proof of publication of the Certificate of Substantial Performance."

3.21.2

Amend paragraph 5.5.2 by deleting from line 1, the words, "the statement" and replacing them with the words, "the documents".

3.21.3

Delete paragraph 5.5.3 in its entirety.

3.21.4

Amend paragraph 5.5.4 by deleting the last sentence and replacing it with the following: "In accordance with the Construction Lien Act, the Owner may retain out of the holdback amount any sums required by law to satisfy any liens against the Work and, the Owner acting reasonably, may retain any amounts in respect of claims of third parties made to the Owner in respect of the Contract or the Work, and in respect of any claims the Owner may have against the Contractor."

3.22

GC 5.6 - PROGRESSIVE RELEASE OF HOLDBACK

3.22.1

Amend paragraph 5.6.1 by deleting the period at the end of the first sentence and substituting ",subject to, and in accordance with, the terms of this GC 5.6." and by deleting the last sentence thereof and by adding the following as paragraphs 5.6.1.1, and 5.6.1.2: "5.6.1.1 The holdback in respect of a subcontract shall be released 46 days after the date the subcontract is certified complete , provided the Contractor submits the following to the Consultant: (a)

a document satisfactory to the Consultant that will release the Owner from all further claims relating to the subcontract, qualified by stated exceptions such as holdback monies;

Supplementary Conditions, June 2014

276 of 346

Page 5-2. 9

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

(b) evidence satisfactory to the Consultant that the Subcontractor has discharged all liabilities incurred in carrying out the subcontract; (c)

a satisfactory clearance certificate or letter from the Workplace Safety and Insurance Board relating to the subcontract; and

(d) a copy of the contract between the Contractor and the Subcontractor and a satisfactory statement showing the total amount due to the Subcontractor from the Contractor."

VI E D W O I N NG O T C SU O P BM Y IT

5.6.1.2 The Owner may retain out of the holdback amount any sums required by law to satisfy any liens against the Work and any amounts in respect of claims of third parties made to the City in respect of the Contract or the Work. "

3.23

GC 5.7 - FINAL PAYMENT

3.23.1

Amend paragraph 5.7.1 by renumbering it as 5.7.1.1 and adding the following subparagraph as 5.7.1.2,.

"5.7.1.2 The Contractor’s application for final payment shall be accompanied by any documents or materials not yet delivered pursuant to paragraph 5.4.4. The Work shall be deemed not to be performed until all of the aforementioned documents have been delivered, and the Owner may withhold payment in respect of the delivery of any documents in an amount determined by the Consultant in accordance with the provisions of GC 5.8 WITHHOLDING OF PAYMENT."

3.23.2

Amend paragraph 5.7.4 by deleting the number, "5" and replacing it with "45".

3.24

GC 6.2 - CHANGE ORDER

3.24.1

Add new paragraphs 6.2.3 and 6.2.4 as follows: "6.2.3 Work on a Lump Sum Basis

6.2.3.1 Any agreement reached by the Owner and Contractor on an adjustment of the Contract Price on either a lump-sum or unit price basis shall be subject to the conditions contained in this paragraph 6.2.3.

6.2.3.2 Where a change in the Work, is performed by the Contractor’s own forces, the negotiated lump sum price for change in the Work, or negotiated unit price(s) for each unit priced item shall be all-inclusive, except HST and mark-up as provided hereafter, and shall include, without limitation, all costs, charges, expenses and fees whatsoever required or related to perform such change, or such unit priced item. The Contractor shall be allowed a mark-up to a maximum amount of 15% of the lump sum price, or aggregate of unit items and applicable unit price(s), for such change, net of taxes on the first $100,000 and 10% thereafter. The Contractor shall provide a written quotation identifying each amount to be charged for transportation, labour, Product, Construction Equipment and services and all other costs for the performance of the Work. The HST, as applicable, shall be identified separately in a manner satisfactory to the Owner. 6.2.3.3 Where a change in the Work is performed by a Subcontractor’s forces, the Subcontractor’s lump sum price for change in the Work, or unit price (s) for each unit priced item shall be all-inclusive, except HST and mark-up as provided hereafter, and shall include all of its costs, charges, expenses and fees whatsoever required or related to perform such change, or such unit priced item. The Contractor shall provide a written quotation with back-up documentation from the Subcontractor identifying each amount to be charged for transportation, labour, Product, Construction Equipment and services and all other costs for the performance of the Work and the total price charged by the Subcontractor. The Subcontractor shall be allowed a mark-up to a maximum amount of 15% of the lump sum price, or aggregate of unit items and applicable unit price(s), for such change, net of taxes on the first $100,000 and 10% thereafter. The Contractor is allowed a maximum mark-up of 10% on the total price charged by the Subcontractor to the

Supplementary Conditions, June 2014

277 of 346

Page 5-2.10

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

Contractor for such change, net of taxes and Subcontractor mark-up. The HST, as applicable, shall be identified separately in a manner satisfactory to the Owner. 6.2.3.4 In the event any of the change in the Work, contains items or parts that, in the opinion of the Consultant, are the same or equivalent to items for which the Contractor submitted unit prices in the tender submitted by the Contractor, then the prices in the tender shall be the prices paid by the Owner for that work or parts of the work in respect of any such change in the Work.

VI E D W O I N NG O T C SU O P BM Y IT

6.2.3.5 Where a change in the Work is performed either by the Contractor or a Subcontractor, and requires Construction Equipment, reasonable rental charges for Construction Equipment, such as tractors, bulldozers, ditching machines, air compressors, compactors, concrete mixers and graders, for the actual time required in operation for the performance of the Work must be agreed upon before commencing the Work.

6.2.3.6 The mark-ups provided for in paragraph 6.2.3.2 and 6.2.3.3 shall constitute the only compensation the Contractor shall be entitled to for any and all overhead, profit, incidental and administrative costs whatsoever related to the change, including but not limited to, costs relating to superintendence and supervision, shop drawing production, estimating, site office and home office expenses, workers tools, temporary facilities and controls, and coordination of any and all Work-related activities. 6.2.3.7 No claim whatsoever for a change in the Contract Time, delay, prolongation charges, remobilization or otherwise shall be permitted with respect to a change, unless first authorized by the Consultant and approved by the Consultant and set out in the Change Order or Change Directive, as the case may be, by the Owner.

6.2.3.8 No compensation for any change in the Work shall be allowed unless such change is first ordered in writing by the Consultant and authorized by the Owner. 6.2.4 Work on a Time and Material Basis

6.2.4.1 Where agreement is not reached on a lump-sum or unit price basis for a change in the Contract Price arising out of a change in the Work, the Owner may choose to issue a Change Order for Work on a Time and Material Basis, in which case the following provisions in this section 6.2.4 shall apply: 6.2.4.2 For the purposes of this paragraph 6.2.4, the following definitions apply:

Cost of Labour: means the amount of wages, salary, travel, travel time, food, lodging or similar items and Payroll Burden paid or incurred directly by the Contractor to or in respect of labour and supervision actively and necessarily engaged on the Work based on the recorded time and hourly rates of pay for such labour and supervision, but shall not include any payment or costs incurred for general supervision, administration or management time spent on the entire Work or any wages, salary or Payroll Burden for which the Contractor is compensated by any payment made by the Owner for Construction Equipment. Cost of Product: means the cost of Product purchased, or supplied from stock, and valued at current market prices, for the purpose of carrying out extra Work, by the Contractor, or by others when such arrangements have been made by the Contractor for completing the Work, as shown by itemized invoices.

Operated Rented Construction Equipment: means rented Construction Equipment for which an operator is provided by the supplier of the Construction Equipment and for which the rent or lease includes the cost of the operator.

Payroll Burden: means the payments in respect of workplace insurance, vacation pay, employment insurance, sickness and accident insurance, pension fund and such other welfare and benefit payments forming part of the Contractor's normal labour costs.

Supplementary Conditions, June 2014

278 of 346

Page 5-2.11

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

Rented Equipment: means Construction Equipment that is rented or leased for the special purpose of Work on a Time and Material Basis from a person, firm or corporation that is not an associate of the lessee as defined by the Securities Act, R.S.O. 1990, Chapter c.S.5, as amended, and is approved by the Consultant. Road Work: means the preparation, construction, finishing and construction maintenance of roads, streets, highways and parking lots and includes all work incidental thereto other than work on structures.

VI E D W O I N NG O T C SU O P BM Y IT

Sewer and Watermain Work: means the preparation, construction, finishing and construction maintenance of sewer systems and watermain systems, and includes all work incidental thereto other than work on structures.

Standby Time: means any period of time which is not considered Working Time and which together with the Working Time does not exceed 10 hours in any one Working Day and during which time a unit of Construction Equipment cannot practically be used on other work but must remain on the site in order to continue with its assigned task and during which time the unit is in fully operable condition.

Structure Work: means the construction, reconstruction, repair, alteration, remodelling, renovation or demolition of any bridge, building, tunnel or retaining wall and includes the preparation for and the laying of the foundation of any bridge, building, tunnel or retaining wall and the installation of equipment and appurtenances incidental thereto.

The 127 Rate: means the rate for a unit of Construction Equipment as listed in OPSS 127, Schedule of Rental Rates for Construction Equipment Including Model and Specification Reference, which is current at the time the Work is carried out or for Construction Equipment which is not so listed, the rate which has been calculated by the Owner, using the same principles as used in determining The 127 Rates.

Work on a Time and Material Basis: means changes in the Work approved by the Consultant for payment on a time and material basis. The Work on a Time and Material Basis shall be subject to all the terms, conditions, Specifications and provisions of the Contract.

Working Time: means each period of time during which a unit of Construction Equipment is actively and of necessity engaged on a specific operation and the first 2 hours of each immediately following period during which the unit is not so engaged but during which the operation is otherwise proceeding and during which time the unit cannot practically be transferred to other work but must remain on the site in order to continue with its assigned tasks and during which time the unit is in a fully operable condition. 6.2.4.3 Daily Work Records prepared as the case may be by either the Contractor's representative or the Consultant and reporting the labour and Construction Equipment employed and the Product used for Work on a Time and Material Basis, shall be reconciled and signed each day by both the Contractor's representative and the Consultant.

6.2.4.4 Payment as herein provided shall be full compensation for all labour, Construction Equipment and Product to do the Work on a Time and Material Basis except where there is agreement to the contrary prior to the commencement of the Work on a Time and Material Basis. The payment adjustments on a time and material basis shall apply to each individual Change Order authorized by the Consultant.

6.2.4.5 The Owner will pay the Contractor for labour employed on each time and material project at 135% of the Cost of Labour up to $3000, then at 120% of any portion of the Cost of Labour in excess of $3000.

6.2.4.6 The Owner will make payment in respect of Payroll Burden for Work on a Time and Material Basis at the Contractor’s actual cost of Payroll Burden.

Supplementary Conditions, June 2014

279 of 346

Page 5-2.12

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

6.2.4.7 At the Owner’s discretion, an audit may be conducted in which case the actual Payroll Burden so determined shall be applied to all Work on a Time and Material Basis. 6.2.4.8 The Owner will pay the Contractor for Product used on each time and material project at 120% of the Cost of Product up to $3,000, then at 115% of any portion of the Cost of Product in excess of $3,000.

VI E D W O I N NG O T C SU O P BM Y IT

6.2.4.9 The Owner will pay the Contractor for the Working Time of all Construction Equipment other than rented Construction Equipment and Operated Rented Construction Equipment used on the Work on a Time and Material Basis at the 127 Rates with a cost adjustment as follows: (a)

Cost $10,000 or less - no adjustment;

(b) Cost greater than $10,000 but not exceeding $20,000 - payment $10,000 plus 90% of the portion in excess of $10,000; and (c)

Cost greater than $20,000 - $19,000 plus 80% of the portion in excess of $20,000.

6.2.4.10 The Owner will pay the Contractor for the Working Time of Rented Equipment used on the Work on a Time and Material Basis at 110% of the invoice price approved by the Consultant up to a maximum of 110% of the 127 Rate. This constraint will be waived when the Consultant approves the invoice price prior to the use of the Rented Equipment.

6.2.4.11 The Owner will pay the Contractor for the Working Time of Operated Rented Construction Equipment used on the Work on a Time and Material Basis at 110% of the Operated Rented Construction Equipment invoice price approved by the Consultant prior to the use of the Construction Equipment on the Work on a Time and Material Basis.

6.2.4.12 The Owner will pay the Contractor for Standby Time of Construction Equipment at 35% of the 127 Rate or 35% of the invoice price whichever is appropriate. The Owner will pay reasonable costs for Rented Equipment where this is necessarily retained in the Place of the Work for extended periods agreed to by the Consultant. This will include Rented Equipment intended for use on other work, but has been idled due to the circumstances giving rise to the Work on a Time and Material Basis. 6.2.4.13 In addition, the Owner will include the Cost of Labour of operators or associated labourers who cannot be otherwise employed during the standby period or during the period of idleness caused by the circumstances giving rise to the Work on a Time and Material Basis.

6.2.4.14 Rented Equipment idled by the circumstances giving rise to the Work on Time and Material Basis to be returned to the lessor until the work requiring the Rented Equipment can be resumed. The Owner will pay such costs as result directly from such return.

6.2.4.15 When Construction Equipment is transported, solely for the purpose of the Work on a Time and Material Basis, to or from the Place of the Work, payment will be made by the Owner only in respect of the transporting units. When Construction Equipment is moved under its own power it shall be deemed to be working. Construction Equipment rates shall be subject to the approval of the Consultant.

6.2.4.16 Notwithstanding any other provision of this Section, no payment shall be made to the Contractor for or in respect of hand tools or equipment that are tools of the trade. 6.2.4.17 For changes in the Work, where the Work is performed by a Subcontractor the Owner shall pay the Contractor a mark up in the amount of 10 % of the first $10,000 plus 5 % of the amount in excess of $10,000.

Supplementary Conditions, June 2014

280 of 346

Page 5-2.13

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

6.2.4.18 No further markup will be applied regardless of the extent to which the Work is assigned or sublet to others. If Work is assigned or sublet to an associate, as defined by the Securities Act no markup whatsoever will be applied. 6.2.4.19 At the start of the Work on a Time and Material Basis, the Contractor shall provide the applicable labour and Construction Equipment rates not already submitted to the Consultant during the course of such work.

VI E D W O I N NG O T C SU O P BM Y IT

6.2.4.20 Separate summaries shall be completed by the Contractor according to the standard form “Summary for Payment of Accounts on a Time and Material Basis”. Each summary shall include the order number and covering dates of the Work and shall itemize separately labour, Product and Construction Equipment. Invoices for Product, Rented Construction Equipment and other charges incurred by the Contractor on the Work on a Time and Material Basis shall be included with each summary. 6.2.4.21 Each month the Consultant will include with the monthly progress payment certificate, the costs of the Work on a Time and Material Basis incurred during the preceding month all in accordance with the Contract administrative procedures and the Contractor's invoice of the Work on a Time and Material Basis.

6.2.4.22 The final "Summary for Payment of Accounts on a Time and Material Basis" shall be submitted by the Contractor within 60 days after the completion of the Work on a Time and Material Basis."

3.25

GC 6.3 - CHANGE DIRECTIVE

3.25.1

Delete paragraph 6.3.7.1 in its entirety and replace it with the following:

".1 salaries, wages and benefits paid to personnel in the direct employ of the Contractor, applying the labour rates set out in the wage schedule in the Contract Documents or as otherwise agreed between the Owner and Contractor for personnel, (1) carrying out the Work, including necessary supervisory services;

(2) engaged in expediting the production or transportation of material or equipment, at shops or on the road;

(3) engaged in the preparation of Shop Drawings, fabrication drawings, coordination drawings and Contract as-built drawings, or,

(4) including clerical staff engaged in processing changes in the Work."

3.25.2

Amend paragraph 6.3.8 by adding the words "except for paragraph 6.3.14" after the word "Contract" in the first line.

3.25.3

Add new paragraph 6.3.14 as follows:

"6.3.14 For greater certainty, and without limitation, the cost of performing the Work attributable to the Change Directive does not include, and no payment shall be made for: .1

head office salaries and benefits and all other overhead or general expenses, except only for the salaries, wages and benefits of personnel described in paragraph 6.3.7.1 and the contributions, assessments or taxes referred to in paragraphs 6.3.7.2;

.2

capital expenses and interest on capital;

.3

general clean-up, except where the performance of the Work in the Change Directive causes specific additional clean-up requirements;

Supplementary Conditions, June 2014

281 of 346

Page 5-2.14

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

wages paid for project managers, superintendents, assistants, watch persons and administrative personnel, provided the Change Directive does not result in an extension of Contract Time;

.5

wages, salaries, rentals, or other expenses that exceed the rates that are standard in the locality of the Place of the Work that are otherwise deemed unreasonable by the Consultant;

.6

any costs or expenses attributable to the negligence, improper Work, deficiencies, or breaches of Contract by the Contractor or Subcontractor;

.7

any cost of quality assurance, such as inspection and testing services, charges levied by authorities, and any legal fees unless any such costs or fees are pre-approved in writing by the Owner."

VI E D W O I N NG O T C SU O P BM Y IT

.4

3.26

GC 6.5 - DELAYS

3.26.1

Amend paragraphs 6.5.1, and 6.5.2 by deleting the period at the end of each paragraph, and substituting the following words, ", but excluding any consequential, indirect or special damages, loss of profit, loss of opportunity or loss of productivity resulting from such delay."

3.26.2

Add new subparagraphs 6.5.6, 6.5.7, 6.5.8 and 6.5.9 as follows:

"6.5.6 If the Contractor is delayed in the performance of the Work by an act or omission of the Contractor or anyone employed or engaged by the Contractor directly or indirectly, or by any cause within the Contractor's control, then the Contract Time shall be extended for such reasonable time as the Consultant may decide in consultation with the Contractor. The Owner shall be reimbursed by the Contractor for all reasonable costs incurred by the Owner as the result of such delay, including all services required by the Owner from the Consultant as a result of such delay by the Contractor and, in particular, the cost of the Consultant's services during the period between the date of Substantial Performance of the Work stated in Article A-1 herein as the same may be extended through the provisions of these General Conditions and any later, actual date of Substantial Performance of the Work achieved by the Contractor.

6.5.7 The Contractor shall be responsible for the care, maintenance and protection of the Work in the event of any suspension of construction as a result of the delay described in paragraphs 6.5.1, 6.5.2 or 6.5.3. In the event of such suspension, the Contractor shall be reimbursed by the Owner for the reasonable costs incurred by the Contractor for such care, maintenance and protection, but excluding the costs of the Contractor's head office personnel. The Contractor's entitlement to costs pursuant to this paragraph 6.5.7, if any, shall be in addition to amounts, if any, to which the Contractor is entitled pursuant to paragraphs 6.5.1, 6.5.2 or 6.5.3.

6.5.8 Without limiting the obligations of the Contractor described in GC 3.2 – CONSTRUCTION BY OWNER OR OTHER CONTRACTORS and GC 9.4 – CONSTRUCTION SAFETY, the Owner may, by Notice in Writing, direct the Contractor to stop the Work where the Owner determines that there is an imminent risk to the safety of persons or property at the Place of the Work. In the event that the Contractor receives such notice, it shall immediately stop the Work and secure the Project site. The Contractor shall not be entitled to an extension of the Contract Time or to an increase in the Contract Price unless the resulting delay, if any, would entitle the Contractor to an extension of the Contract Time or the reimbursement of the Contractor's costs as provided in paragraphs 6.5.1, 6.5.2 or 6.5.3.

6.5.9 The Contractor recognizes and agrees that the Owner will suffer financial loss if the Work is not completed within the time specified in the Contract. The Contractor also recognizes the delays, expenses and difficulties involved in proving the actual loss suffered by the Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, the Contractor agrees that as liquidated damages for delay (but not as penalty) the Contractor shall pay to the Owner, as liquidated damages, an amount per day, as designated in the Specific Conditions of Contract for each and every day’s delay from the specified time for completion of the Work until actual completion of the Work, and it is further expressly acknowledged and agreed by the Contractor that:

Supplementary Conditions, June 2014

282 of 346

Page 5-2.15

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

(a)

this amount is a reasonable estimate of the actual damage that will be incurred by the Owner due to any failure to complete the Work within the time required by this Contract;

(b) the Owner may deduct the amount due under this section from any monies that may be due or payable to the Contractor, whether under this Contract or any other agreement; the liquidated damages provided for in this section shall be without prejudice to any other remedy to which the Owner is entitled at law or in equity."

VI E D W O I N NG O T C SU O P BM Y IT

(c)

3.27

GC 6.6 CLAIMS FOR CHANGE IN CONTRACT PRICE

3.27.1

GC 6.6.1 - 6.6.6 are deleted in their entirety and replaced with the following:

"6.6.1 Claims for a change in the Contract Price shall be determined in accordance with GC 8, as amended."

3.28

GC 7.1 - OWNER'S RIGHT TO PERFORM THE WORK, STOP THE WORK, OR TERMINATE THE CONTRACT

3.28.1

Amend paragraph 7.1.2 by adding the following sentence to the end:

"Failure by the Owner to provide such notice shortly after the default has occurred shall not constitute condonation of the default."

3.28.2

Add a new paragraph 7.1.5.5 as follows:

".5 charge the Contractor for any damages the Owner may have sustained as a result of the default."

3.29

GC 7.2 - CONTRACTOR'S RIGHT TO SUSPEND THE WORK OR TERMINATE THE CONTRACT

3.29.1

Delete paragraphs 7.2.1, and 7.2.3.1 in their entirety.

3.29.2

In paragraph 7.2.2, insert the words "other than the City of Toronto" after the words "public authority" in the second line.

3.29.3

Delete subparagraph 7.2.3.4 and replace it with the following:

".4 the Owner violates the requirements of the Contract to a substantial degree"

3.29.4

Delete paragraph 7.2.5 and replace it with the following:

"7.2.5 If the default cannot be corrected within the 5 Working Days specified in paragraph 7.2.4, the Owner shall be deemed to have cured the default if it .1 commences the correction of the default within the specified time; and

.2 provides the Contractor with an acceptable schedule for such correction; and .3 completes the correction in accordance with such schedule."

3.29.5

Add new paragraph 7.2.6:

"7.2.6 If the Contractor terminates the Contract under the conditions described in this GC 7.2, the Contractor shall be entitled to be paid for all Work performed to the date of termination. The Contractor

Supplementary Conditions, June 2014

283 of 346

Page 5-2.16

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

shall also be entitled to recover the direct costs associated with termination, including the costs of demobilization, losses sustained on Products and Construction Equipment. The Contractor shall not be entitled to any recovery for special, indirect or consequential losses, or loss of use." 3.30

GC 8.0 – DISPUTE RESOLUTION

3.30.1

Delete Part 8 in its entirety and replace it with the following: DISPUTE RESOLUTION

VI E D W O I N NG O T C SU O P BM Y IT

"8.0 8.1.1

Continuance of the Work

Unless the Contract has been terminated or completed, the Contractor shall in every case, after serving or receiving any notification of a claim or dispute, verbal or written, continue to proceed with the Work with due diligence and expedition. It is understood by the parties that such action shall not jeopardize any claim it may have.

8.1.2

Record Keeping

Immediately upon commencing Work that may result in a claim, the Contractor shall keep Daily Work Records during the course of the Work, sufficient to substantiate the Contractor's claim, and the Consultant shall keep Daily Work Records to be used in assessing the Contractor's claim, all records to be in accordance with the requirements of the Contract.

8.1.3

The Contractor and the Consultant shall attempt to reconcile their respective Daily Work Records on a daily basis, to simplify review of the claim, when submitted. If the Contractor and the Consultant fail to reconcile their respective Daily Work Records, then the Contractor shall submit its Daily Work Records as part of its claim, whereby the resolution of the dispute about the Daily Work Records shall not be resolved until there is a resolution of the claim.

8.1.4

The keeping of Daily Work Records by the Consultant or the reconciling of such Daily Work Records with those of the Contractor shall not be construed to be acceptance of the claim.

8.2

Claims Procedure

8.2.1

The Contractor shall give verbal notice to the Consultant of any situation which may lead to a claim for additional payment immediately upon becoming aware of the situation and shall provide written notice to the Consultant of such situation or of any express intent to claim such payment, within seven days of the commencement of any part of the Work which may be affected by the situation or shall form part of the claim.

8.2.2

The Contractor shall submit detailed claims as soon as reasonably possible and in any event no later than 30 days after completion of the Work affected by the situation. The detailed claim shall: a) identify the item or items in respect of which the claim arises;

b) state the grounds, contractual or otherwise, upon which the claim is made; and c) include the records maintained by the Contractor supporting such claim.

In exceptional cases the 30 days may be increased to a maximum of 90 days with approval in writing from the Consultant.

8.2.3

Within 30 days of the receipt of the Contractor’s detailed claim, the Consultant may request the Contractor to submit any further and other particulars as the Consultant considers necessary to

Supplementary Conditions, June 2014

284 of 346

Page 5-2.17

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

assess the claim. The Contractor shall submit the requested information within 30 days of receipt of such request. Within 90 days of receipt of the detailed claim, the Owner, or if authorized by the Owner, the Consultant, shall advise the Contractor, in writing, of the Owner’s opinion with regard to the validity of the claim.

8.3

Negotiations

8.3.1

The parties shall make all reasonable efforts to resolve their dispute by amicable negotiations and agree to provide, without prejudice, open and timely disclosure of relevant facts, information, and documents to facilitate these negotiations.

8.3.2

Should the Contractor disagree with the opinion given in paragraph 8.2.4, with respect to any part of the claim, the Consultant shall enter into negotiations with the Contractor to resolve the matters in dispute. Negotiation shall occur on three levels; first, with the Consultant, second, with the Owner’s Manager level, and third, with the Owner’s Director, General Manager or Executive Director level. Corresponding level shall be involved in the discussions on behalf of the Contractor. Any agreement reached with the Consultant shall be subject to the Owner’s approval. Prior to commencement of construction the Owner and the Contractor shall meet to determine the names of the representatives at the three levels of discussion. These names shall be put in writing, to be used in the event of a dispute in issue.

8.3.3

Discussions with the Consultant shall be completed as soon as possible and shall be limited to a period of no more than 30 days following receipt of the opinion given in paragraph 8.2.4. Manager level discussion shall be completed as soon as possible following failed discussions with the Consultant, and shall be limited to a period of no more than a further 30 days. The Director, General Manager or Executive Director level discussion shall be completed as soon as possible following failed manager level discussions, and shall be limited to a period of no more than a further 30 days.

8.3.4

Each party shall be responsible for elevating an issue to the next level of negotiation, if the issue has not been resolved at the current level. The Contractor or Consultant shall notify the other properly in writing if he or she wishes to pursue an issue to the next level of negotiation.

8.3.5

Where a negotiated settlement cannot be reached, or it is agreed that payment cannot be made in accordance with paragraph 6.2.3 or paragraph 6.2.4, the parties may, upon mutual agreement, proceed in accordance with clause paragraph 8.4, Mediation.

8.4

Mediation

8.4.1

If a claim is not resolved satisfactorily through the negotiation process in paragraph 8.3, and the Contractor wishes to pursue the issue further, the parties may, upon mutual agreement, utilize the services of an independent third party mediator.

8.4.2

The mediator shall be mutually agreed upon by the Owner and Contractor.

8.4.3

The mediator shall be knowledgeable regarding the area of the disputed issue. The mediator shall meet with the parties together or separately, as necessary, to review all aspects of the issue. The mediator may provide the parties with his or her non-binding without prejudice settlement recommendation, on the day of the mediation.

8.4.4

Each party is responsible for its own costs related to the use of the third party mediator process. The costs of the third party mediator shall be equally shared by the Owner and Contractor.

VI E D W O I N NG O T C SU O P BM Y IT

8.2.4

Supplementary Conditions, June 2014

285 of 346

Page 5-2.18

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

Payment

8.5.1

Payment of the claim shall be made no later than 30 days after the date of resolution of the claim or dispute. Such payment shall be made according to the terms of Part 5, Payment.

8.6

Rights of Both Parties

8.6.1

Unless the parties agree otherwise, no action taken under paragraphs 8.1 to 8.6, by either party shall be construed as a renunciation or waiver of any of the rights or recourse available to the parties.

VI E D W O I N NG O T C SU O P BM Y IT

8.5

8.7

Arbitration

8.7.1

If a claim is not resolved satisfactorily through the negotiation process, or mediation if utilized, either party may request an arbitration of the dispute and the parties, by mutual agreement, may submit such dispute to arbitration and the provisions of the Ontario Arbitration Act, 1991, as amended, shall apply to such arbitration, including the provisions for appeal therein except as otherwise provided in this section 8.7. Notwithstanding this, in the case of claims for amounts less than $150,000, exclusive of H.S.T., the provisions of subsection GC 8.7 to 8.11, Arbitration, shall be mandatory if requested by either party, and the matter shall proceed to arbitration if not resolved through the said negotiation or mediation processes.

8.7.2

If the Parties engage in arbitration to resolve the issue, notification to that effect shall be communicated in writing to the Consultant within 30 days of completing the negotiations referred in paragraph 8.3, or, if the parties proceed to mediation under paragraph 8.4, within 30 days of completing that mediation.

8.7.3

The parties shall be bound by the decision of the arbitrator.

8.7.4

The rules and procedures of the Arbitration Act, 1991, S.O. 1991, c.17, as amended, shall apply to any arbitration conducted hereunder except to the extent that they are modified by the express provisions of paragraphs 8.7 to 8.11.

8.8

Arbitration Procedure

8.8.1

The following provisions are to be included in the agreement to arbitrate:

.1 All existing actions in respect of the matters under arbitration shall be stayed pending arbitration; .2 All then unresolved claims and matters to be settled are to be set out in a schedule to the agreement. Only such claims and matters as are in the schedule shall be arbitrated; and

.3 Before proceeding with the arbitration, the Contractor shall confirm that all matters in dispute are set out in the schedule.

8.9

Appointment of Arbitrator

8.9.1

The arbitrator shall be mutually agreed upon by the Owner and Contractor to adjudicate the dispute.

8.9.2

Where the Owner and Contractor cannot agree on a sole arbitrator within 30 days of the notification of arbitration noted in paragraph GC 8.7.2, the Owner and the Contractor shall each chose an appointee with 37 days of the notice of arbitration.

Supplementary Conditions, June 2014

286 of 346

Page 5-2.19

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

The appointees shall mutually agree upon an arbitrator to adjudicate the dispute within 15 days after the last appointee was chosen or they shall refer the matter to the Arbitration and Mediation Institute of Ontario Inc. which shall select an arbitrator to adjudicate the dispute within 7 days of being requested to do so.

8.9.4

The arbitrator shall not be interested financially in the Contract nor in either party’s business and shall not be employed by either party.

8.9.5

The arbitrator is not bound by the rules of evidence which govern the trial of cases in court but may hear and consider any evidence which the arbitrator considers relevant.

VI E D W O I N NG O T C SU O P BM Y IT

8.9.3

8.9.6

The hearing shall commence within 90 days of the appointment of the arbitrator.

8.10

Costs

8.10.1

The arbitrator’s fee shall be equally shared by the Owner and the Contractor.

8.10.2

The fees of any independent experts and any other persons appointed to assist the arbitrator shall be shared equally by the Owner and the Contractor.

8.10.3

The arbitration hearing shall be held in a place mutually agreed upon by both parties or in the event the parties do not agree, a site shall be chosen by the arbitrator. The cost of obtaining appropriate facilities shall be shared equally by the Owner and the Contractor.

8.10.4

The arbitrator may, in his or her discretion, award reasonable costs, related to the arbitration.

8.11

The Decision

8.11

The reasoned decision shall be made in writing within 90 days of the conclusion of the hearing. An extension of time to make a decision may be granted with consent of both parties. Payment shall be made in accordance with Part 5, Payment."

3.31

GC 9.1 - PROTECTION OF WORK AND PROPERTY

3.31.1

Delete subparagraph 9.1.1.1 in its entirety and replace it with new subparagraph 9.1.1.1:

"9.1.1.1 errors in the Contract Documents which the Contractor could not have discovered applying the standard of care described in GC 3.14 STANDARD OF CARE."

3.31.2

Amend paragraph 9.1.1.2 by adding the word, "negligent" at the beginning thereof.

3.31.3

Add new paragraphs 9.1.5 and 9.1.6 as follows:

"9.1.5 Without in any way limiting the Contractor's obligations under this GC 9.1, should the Contractor or any Subcontractor or Supplier cause loss or damage to trees or other plantings, whether owned by the Owner or third parties, the Contractor shall be liable for the replacement cost of the trees or other plantings damaged, including the cost of any arborist or other Consultant, and such costs may be deducted by the Owner from amounts otherwise owing to the Contractor. 9.1.6 The Contractor shall neither undertake to repair and/or replace any damage whatsoever to the Work of other Contractors, or to adjoining property, nor acknowledge the same was caused or occasioned by the Contractor, without first consulting the Owner and receiving written instructions as to the course of action

Supplementary Conditions, June 2014

287 of 346

Page 5-2.20

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

to be followed from either the Owner or the Consultant. However, where there is danger to life or public safety, the Contractor shall take such emergency action as it deems necessary to remove the danger." 3.32

GC 9.4 - CONSTRUCTION SAFETY

3.32.1

Delete paragraph 9.4.1 in its entirety and substitute new paragraph 9.4.1:

VI E D W O I N NG O T C SU O P BM Y IT

"9.4.1 The Contractor shall be solely responsible for construction safety at the Place of the Work and for compliance with the rules, regulations and practices required by the applicable construction health and safety legislation and shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Work."

3.32.2 Add new paragraphs 9.4.2, 9.4.3 and 9.4.4: "9.4.2

Prior to the commencement of the Work, the Contractor shall submit to the Owner:

.1 a current WSIB clearance certificate;

.2 documentation of the Contractor’s in-house safety-related programs;

.3 a copy of the Notice of Project filed with the Ministry of Labour naming itself as “constructor” under OHSA

9.4.3 The Contractor shall indemnify and save harmless the Owner, its agents, officers, directors, employees, consultants, successors and assigns from and against the consequences of any and all safety infractions committed by the Contractor under OHSA, including the payment of legal fees and disbursements on a solicitor and client basis. Such indemnity shall apply to the extent to which the Owner is not covered by insurance, provided that the indemnity contained in this paragraph shall be limited to costs and damages resulting directly from such infractions and shall not extend to any consequential, indirect or special damages.

9.4.4 The Owner undertakes to include in its contracts with other contractors and/or in its instructions to its own forces the requirement that the other contractor or own forces, as the case may be, will comply with directions and instructions from the Contractor with respect to occupational health and safety and related matters."

3.33

GC 10.1 - TAXES AND DUTIES

3.33.1

Add the following to the end of paragraph 10.1.1:

"Any Value Added Taxes (including Harmonized Sales Tax), where applicable, shall be listed as line items separate from the total Contract Price."

3.33.2

Delete paragraph 10.1.2 and replace it with the following:

"Any increase or decrease in costs to the Contractor due to changes in such included taxes and duties at the time of the bid closing shall increase or decrease the Contract Price accordingly. For greater certainty, the Contractor shall not be entitled to any mark-up for overhead or profit on any increase in such taxes and duties."

3.33.3

Add new paragraphs 10.1.3, 10.1.4, 10.1.5, and 10.1.6, as follows:

"10.1.3 Where the Owner is entitled to an exemption or a recovery of sales taxes, customs duties, excise taxes or Value Added Taxes applicable to the Contract, the Contractor shall, at the request of the Owner or the Owner's representative, assist with the application for any exemption, recovery or refund of all such

Supplementary Conditions, June 2014

288 of 346

Page 5-2.21

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

taxes and duties and all amounts recovered or exemptions obtained shall be for the sole benefit of the Owner. The Contractor agrees to endorse over to the Owner any cheques received from the Federal or provincial governments, or any other taxing authority, as may be required to give effect to this paragraph. 10.1.4 The Contractor shall maintain accurate records of Construction Equipment, Product and component costs reflecting the taxes, customs duties, excise taxes and Value Added Taxes paid.

VI E D W O I N NG O T C SU O P BM Y IT

10.1.5 Any refund of taxes, including, without limitation, any government sales tax, customs duty, excise tax or Value Added Tax, whether or not paid, which is found to be inapplicable or for which exemption may be obtained, is the sole and exclusive property of the Owner. The Contractor agrees to cooperate with the Owner and to obtain from all Subcontractors and Suppliers cooperation with the Owner in the application for any refund of any taxes, which cooperation shall include but not be limited to, making or concurring in the making of an application for any such refund or exemption, and providing to the Owner copies, or where required, originals of records, invoices, purchase orders and other documentation necessary to support such applications or exemptions or refunds. All such refunds shall either be paid to the Owner, or shall be a credit to the Owner against the Contract Price, in the Owner's discretion. The Contractor agrees to enable, assist with and submit to any reasonable audit requested by the Owner with respect the potential refunds under this paragraph. 10.1.6 Customs duties penalties, or any other penalty, fine or assessment levied against the Contractor, shall not be treated as a tax or customs duty for the purpose of this GC 10.1"

3.34

GC 10.2 LAWS, NOTICES, PERMITS, AND FEES

3.34.1

Add to the end of paragraph 10.2.4, the following:

"The Contractor shall notify the Chief Building Official or the registered code agency where applicable, of the readiness, substantial completion, and completion of the stages of construction set out in the Ontario Building Code. The Contractor shall be present at each site inspection by an inspector or registered code agency as applicable under the Ontario Building Code."

3.34.2

Delete paragraph 10.2.6 and replace it with the following:

"10.2.6 If the Contractor fails to notify the Owner and the Consultant in writing, fails to obtain direction as required in paragraph 10.2.5, and/or performs work that it knows or ought to have known that contravenes any laws, ordinances, guidelines, standards, permits, statutes, by-laws, rules, regulations, or codes, the Contractor shall be responsible for and shall correct the violations thereof, and shall bear the costs, expenses, and damages attributable to the failure to comply with the provisions of such laws, ordinances, guidelines, standards, permits, statutes, by-laws, rules, regulations, or codes, and, notwithstanding any limitations described in paragraph 12.1.1, shall indemnify and hold harmless the Owner and the Consultant from and against any claims, demands, losses, costs, damages, actions, suits or proceedings resulting from such failure or breach of law."

3.34.3

Add a new paragraph 10.2.8 as follows:

"10.2.8 Without limiting the generality of any other provision in the Contract Documents, the Contractor shall cause all certificates to be furnished that are required or given by the appropriate governmental or quasi-governmental authorities as evidence that the Work as installed conforms with the laws and regulations of any authorities having jurisdiction over the Place of the Work, including, without limitation, certificates of compliance for the Owner’s occupancy or partial occupancy. The certificates are to be final certificates giving complete clearance of the Work, in the event that such governmental or quasigovernmental authorities furnish such certificates."

Supplementary Conditions, June 2014

289 of 346

Page 5-2.22

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

GC 10.3 PATENT FEES

3.35.1

Amend paragraph 10.3.1 by adding the words, "indemnify and" before the words, "hold the", in the second line.

3.35.2

In paragraph 10.3.2, add the words, "by the Owner", after the words, "supplied to the Contractor"

3.36

11.1 INSURANCE

3.36.1

Delete paragraph 11.1 in its entirely and replace it with the following:

VI E D W O I N NG O T C SU O P BM Y IT

3.35

"11.1 INSURANCE

11.1.1 Without restricting the generality of paragraph 12, Indemnification, the Contractor shall provide, maintain and pay for the insurance coverages listed in this General Condition under paragraphs 11.1.2, 11.1.3,11.1.4, and 11.1.5. Insurance coverage in paragraphs 11.1.6, and 11.1.7 will only apply when so specified in the Contract Documents.

11.1.2 Commercial General Liability Insurance .1

Commercial General Liability Insurance shall provide that the policy: a)

is in the amount of Five Million Dollars ($5,000,000), per occurrence;

b) includes the Owner (City of Toronto), its Boards, Agencies and Commissions and subsidiary operations, as applicable, and the Consultant as additional insureds with respect to liability arising out of the operation of the insured for which a contract is issued by the Owner; and, c) has provision for a cross liability and/or severability of interest, contractual liability, Owner's and Contractor's protective liability, broad form property damage, contingent/and or employer's liability, products and completed operations, non owned automobile liability and, if applicable to the insured operations as detailed in the Contract Documents, coverage for blasting, pile driving and collapse.

.2

The Contractor shall maintain in force such policies of insurance specified by the Contract Documents at all times from the commencement of the Work until the end of any Warranty Period set out in these General Conditions of Contract or as otherwise required by the Contract Documents.

.3

The Contractor shall maintain completed operations coverage for a period of six (6) years from Substantial Performance of the Contract, unless otherwise indicated in the Contract Documents. On an annual basis the contractor shall submit to the City a renewal Certificate or a replacement policy prior to the expiration date of the existing policy without notice or demand by the City. If the Contractor fails to do so, any limitation period for claiming indemnity described in the Contract Documents will not be binding on the Owner.

.4

"Claims Made" insurance policies will not be permitted.

11.1.3 All Risk Property Insurance (Builders' Risk or Installation Floater)

.1 The Contractor shall provide, maintain and pay for a policy of all risk property insurance. The policy shall be maintained from the commencement of Work until 10 days after Substantial Performance of the Work and shall be written on a replacement cost basis on all Products, supplies and equipment and/or systems, including boiler and machinery, if applicable, that forms part of the Work. The policy may be in the form of a Builder's Risk or Installation Floater, as appropriate to the Project. The Owner shall be included as an additional insured and a joint loss payee on the Builder's Risk Insurance Policy.

Supplementary Conditions, June 2014

290 of 346

Page 5-2.23

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

11.1.4

Automobile Liability Insurance

.1 The Contractor shall provide, maintain and pay for a policy of automobile liability insurance in respect of all licensed owned/leased vehicles that will be utilized in the performance of the Work, unless otherwise required by the Contract Documents. This policy of automobile liability insurance shall have limits of not less than Two Million Dollars ($2,000,000). 11.1.5

Contractor's Equipment Insurance

VI E D W O I N NG O T C SU O P BM Y IT

.1 The Contractor shall provide, maintain and pay for a policy of all risks Contractor’s equipment insurance covering construction machinery and equipment used and owned by the Contractor for the performance of the Work, including boiler insurance on temporary boilers and pressure vessels. This policy shall be in a form acceptable to the Owner and shall not allow subrogation claims by the insurer against the Owner. Upon agreement of the Owner, approval may be provided to the Contractor to waive the equipment insurance requirement for the purpose of this Contract. 11.1.6 Contractor's Pollution Liability Insurance

.1 Where specified in the Contract Documents, the Contractor shall provide, maintain and pay for a policy of pollution liability insurance. The policy shall have a limit of not less than Two Million Dollars ($2,000,000) per claim limit. The policy shall cover third-party injury and property damage claims, including clean-up costs, as a result of pollution conditions arising from the Contractor’s operations and completed operations (i.e. Work performed). The policy shall be kept in force for 24 months from the date of Substantial Performance of the Work. The Owner shall be included as an additional insured on this policy. 11.1.7 Use and Occupancy of the Work Prior to Completion

.1 Should the Owner wish to use or occupy part or all of the Work prior to Substantial Performance of the Work, the Owner will give 30 days’ written notice to the Contractor of the intended purpose and extent of such use or occupancy. Prior to such use or occupancy the Contractor shall notify the Owner in writing of the additional premium cost, if any, to maintain property and boiler insurance, which shall be at the Owner's expense. If because of such use or occupancy the Contractor is unable to provide coverage, the Owner upon written notice from the Contractor and prior to such use or occupancy shall provide, maintain and pay for property and boiler insurance insuring the full value of the Work, including coverage for such use or occupancy, and shall provide the Contractor with proof of such insurance. The Contractor shall refund to the Owner the unearned premiums applicable to the Contractor's policies upon termination of coverage.

.2 The policies shall provide that, in the event of a loss or damage, payment shall be made to the Owner and the Contractor as their respective interests may appear. The Contractor shall act on behalf of both the Owner and the Contractor for the purpose of adjusting the amount of such loss or damage payment with the insurers. When the extent of the loss or damage is determined the Contractor shall proceed to restore the Work. Loss or damage shall not affect the rights and obligations of either party under the Contract except that the Contractor shall be entitled to such reasonable extension of Contract Time relative to the extent of the loss or damage as the Consultant may decide in consultation with the Contractor. 11.1.8 Payment for Loss or Damage

.1 The Contractor shall be entitled to receive from the Owner, in addition to the amount due under the Contract, the amount at which the Owner's interest in restoration of the Work has been appraised, such amount to be paid as the restoration of the Work proceeds and in accordance with the requirements of Part 5.0. In addition the Contractor shall be entitled to receive from the payments made by the insurers the amount of the Contractor's interest in the restoration of the Work.

Supplementary Conditions, June 2014

291 of 346

Page 5-2.24

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

.2 The Contractor shall be responsible for deductible amounts under the policies. 11.1.9 Insurance Requirements and Duration .1 Unless specified otherwise, the duration of each insurance policy shall be from the date of commencement of the Work until 10 days after the date of final acceptance of the Work, as set out in the Final Acceptance Certificate.

VI E D W O I N NG O T C SU O P BM Y IT

.2 Prior to commencement of the Work and upon placement and at renewal, amendment or extension of all or any part of the insurance, the Contractor shall promptly provide the Owner with confirmation of coverage on the Owner’s certificate of insurance form or on a form acceptable to the Owner, without notice or demand by the Owner. The insurance documents shall be signed by the insurer or an authorized representative of the insurer. .3 If the Owner receives notice of cancellation for nonpayment of the insurance premium, the Owner may, but is not obliged to, pay the premium of any policy of insurance required to be maintained herein and make a formal demand for reimbursement of such costs from the Contractor. If the Contractor fails to pay the cost of the insurance placed by the Owner within 15 days of the date on which the Owner made a formal demand for reimbursement of such costs, the Owner may deduct the costs thereof from monies which are due or may become due to the Contractor.

.4 The Contractor shall, on request, promptly provide the Owner with a certified true copy of each insurance policy exclusive of information pertaining to premium or premium bases used by the insurer to determine the cost of the insurance. The certified true copy shall include a signature of the insurer or the underwriter or the broker. .5 All insurance policies taken out by the Contractor shall be placed with insurers licensed to write business in the Province of Ontario. .6 The insurance policies required pursuant to this clause shall be primary and shall not call into contribution any insurance available to the Owner. .7 The amount of the deductible for the purpose of this Contract shall not be more than $25,000.00.

.8 The Contractor shall maintain such forms of insurance as the Owner, acting reasonably, may require from time to time, in amounts and for risks against which a prudent Contractor would insure." .9 Each policy (except for the policy of automobile insurance required under section 11.1.4) shall contain an endorsement requiring the insurer(s) to notify the City of Toronto in writing, by registered mail, at least thirty (30) days, (fifteen (15) days if cancellation is due to non-payment of premium), prior to any cancellation of the Contractor’s insurance."

3.37

GC 11.2 – CONTRACT SECURITY

3.37.1

Add new paragraph 11.2.3 as follows:

“11.2.3 The premiums for the bonds required by the Contract Documents are included in the Contract Price."

3.38

GC 12.1 - INDEMNIFICATION

3.38.1

Delete paragraphs 12.1.1 through 12.1.6 and replace them with the following:

"12.1.1 The Contractor shall indemnify and hold harmless the Owner and each of the Owner's elected officials, officers, employees and agents (hereinafter referred to collectively as the “Indemnitees”) from and

Supplementary Conditions, June 2014

292 of 346

Page 5-2.25

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

against all claims, demands, actions, suits or proceedings which may be brought against or made by third parties, hereinafter called "claims", directly or indirectly arising or alleged to arise out of the performance of or the failure to perform any of its obligations under the Contract Documents. 12.1.2 The Contractor shall indemnify and hold harmless the Owner and the Indemnitees from all and every claim for damages, royalties or fees for the infringement of any patented invention or copyright occasioned by the Contractor in connection with the Work performed or Product furnished by the Contractor under the Contract.

VI E D W O I N NG O T C SU O P BM Y IT

12.1.3.1 The Owner shall indemnify and hold harmless the Contractor from and against all claims, demands, actions, suits or proceedings ("claims") in respect to claims against the Contractor by third parties that arise out of the Contractor's direct involvement in this Contract provided such claims are directly caused by the negligent act or omission of the Owner, and then only to the extent the loss or damage was caused by the Owner.

12.1.3.2 The Owner shall indemnify and hold harmless the Contractor, its agents, officers and employees from and against all claims, demands, losses, expenses, costs, damages, actions, suits, or proceedings arising out of the Contractor's performance of its obligations under the Contract Documents which are attributable to a lack of or defect in title or an alleged lack of or defect in title to the Place of the Work. The Contractor expressly waives the right to indemnity for claims other than those stated above.

12.1.4 The Contractor shall pay to the Indemnitees, or any of them, on demand any loss, costs, damages and expenses which may be sustained, incurred or paid by the Indemnitees, or any of them, in consequence of any such action, suit, claim, lien, execution or demand and any moneys paid or payable by the Indemnitees in settlement or in discharge or on account thereof. If the Contractor fails to make such payment, all such mentioned loss, costs, damages and expenses and all such moneys so paid or payable may be deducted from any moneys of the Contractor then remaining in the possession of the Owner on account of the Work or from moneys payable by the Owner to the Contractor on any account whatever or may be recovered from the Contractor or its Surety, as the case may be, in any court of competent jurisdiction as moneys paid at their request. The Contractor hereby authorizes and empowers the Owner or the Consultant as the case may be, or their Solicitor, for the time being, to defend, settle or compromise any of such actions, suits, claims, liens, executions or demands as the Owner or the Consultant, as the case may be, or their said Solicitor may deem expedient. The Contractor shall ratify and confirm all the acts of the Owner or the Consultant or their Solicitor in that behalf, and shall pay to such Solicitor on demand his or her reasonable costs of any such defense, settlement and/or compromise, and that in default of such payment the same may be deducted from any moneys payable by the Owner to the Contractor on any account whatever."

3.39

GC 12.2 - WAIVER OF CLAIMS

3.39.1

Amend paragraphs 12.2.1 through 12.2.10 as follows: "GC 12.2 WAIVER OF CLAIMS

12.2.1 In the fourth line, add the words “claims for delay pursuant to GC 6.5 DELAYS, claims for an increase in the Contract Price, pursuant to GC 6.6 CLAIMS FOR A CHANGE IN THE CONTRACT PRICE” after the word “limitation”. Add the words “(collectively “Claims”)” after “Substantial Performance of the Work” in the sixth line. 12.2.1.1 Change the word “claims” to “Claims” and change the word “claim” to “Claim”. 12.2.1.2 Change the word “claims” to “Claims”.

12.2.1.3 Delete paragraph 12.2.1.3 in its entirety.

Supplementary Conditions, June 2014

293 of 346

Page 5-2.26

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

12.2.1.4 Change the word “claims” to “Claims”. 12.2.2 Change the words “in paragraphs 12.2.1.2 and 12.2.1.3” to “in paragraph 12.2.1.2”. Change the word “claims” to “Claims” in both instances and change the word “claim” to “Claim”. 12.2.5

Delete the number "395" and substitute the number "760".

12.2.6

Change the word “claim” to “Claim” in all instances in the paragraph.

VI E D W O I N NG O T C SU O P BM Y IT

12.2.7 Change “The party” to “The Contractor". Change the word “claim” to “Claim” in all instances in the paragraph.

12.2.8

Change the word “claim” to “Claim” in all instances in the paragraph.

12.2.9 Delete paragraph 12.2.9 in its entirety.

12.2.10 Delete paragraph 12.2.10 in its entirety.

3.40

GC 12.3 – WARRANTY

3.40.1

Amend paragraph 12.3.1 by deleting the words, "one year", and replacing them with the words, "two years", and by adding the following at the end of the paragraph, "With respect to equipment installed at the request of the Owner, and successfully operating at its intended design capacity before completion of the work, the warranty period shall be two years from the date the equipment commenced its successful operations.

3.40.2

Amend paragraphs 12.3.3, 12.3.4, and 12.3.6 by deleting the words, "one year", and replacing them with the words, "two years".

3.40.3

Add the following clauses as 12.3.7, 12.3.8, and 12.3.9"

“12.3.7 Any Product or equipment requiring excessive servicing during the warranty period (or free maintenance period, if applicable) shall be considered defective and the warranty (or free maintenance period) shall be deemed to take effect from the time that the defect has been corrected so as to cause excessive servicing to terminate. 12.3.8 Following Substantial Performance of the Work, and without limiting the Contractor’s warranty under this GC 12.3, the Contractor shall assign to the Owner, to the extent assignable, the benefit of all warranties and guarantees relating to the Work. The assignment shall expressly reserve the right of the Contractor to make any claims under such warranties and guarantees and such assignment shall in no way prejudice any rights of or benefits accruing to the Contractor pursuant to such warranties and guarantees.

12.3.9 The provisions of the GC 12.3 – WARRANTY shall not deprive the Owner of any action, right or remedy otherwise available to the Owner for the Contractor’s failure to fulfill its obligations or responsibilities under the Contract and shall not be construed as a waiver of claims in favour of the Contractor or as a limitation on the time in which the Owner may pursue such other action, right or remedy. The warranties set out in the Contract are not supplemental to and do not limit or preclude the application of any other conditions and warranties, express or implied, by law or trade usage.”

PART 13 - OTHER PROVISIONS 3.41

Add New PART 13 As Follows:

"GC 13.1 - OWNERSHIP OF MATERIALS

Supplementary Conditions, June 2014

294 of 346

Page 5-2.27

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

13.1.1 Unless otherwise specified, all materials existing at the Place of the Work at the time of execution of the Contract shall remain the property of the Owner. All Work and Products delivered to the Place of the Work by the Contractor shall be the property of the Owner. The Contractor shall remove all surplus or rejected materials as its property when notified in writing to do so by the Consultant. GC 13.2 - CONSTRUCTION LIENS

VI E D W O I N NG O T C SU O P BM Y IT

13.2.1 In the event that a written notice of lien is delivered to the Owner in respect of the Project by or through a Subcontractor or Supplier, and provided the Owner has paid all amounts properly owing under the Contract, the Contractor, at its own expense and within ten (10) days, shall ensure that such written notice of lien is withdrawn in writing.

13.2.2 In the event that the Contractor fails to conform with the requirements of 13.2.1, the Owner may set off and deduct from any amount owing to the Contractor, all costs and associated expenses, including legal fees and disbursements reasonably incurred to secure a written withdrawal of the notice of lien. If there is no amount owing by the Owner to the Contractor, then the Contractor shall reimburse the Owner for all of the said costs and associated expenses. GC 13.3 - CONTRACTOR DISCHARGE OF LIABILITIES

13.3.1 In addition to the obligations assumed by the Contractor pursuant to GC 3.7, the Contractor agrees to discharge all liabilities incurred by it for labour, materials, services, Subcontractors and Products, used or reasonably required for use in the performance of the Work, except for amounts withheld by reason of legitimate dispute and which have been identified to the party or parties, from whom payment has been withheld. GC 13.4 – DAILY REPORTS/DAILY LOGS

13.4.1 The Contractor shall cause its supervisor or such competent person as it may delegate, to prepare a daily log or diary reporting on weather conditions, work force of the Contractor, Subcontractors, Suppliers and any other forces on site and also record the general nature of Project activities. Such log or diary shall also include any extraordinary or emergency events which may occur and also the identities of any persons who visit the site who are not part of the day-to-day work force.

13.4.2 The Contractor shall also maintain records, either at its head office or at the job site, recording manpower and material resourcing on the Project, including records which document the activities of the Contractor in connection with GC 3.5, and comparing that resourcing to the resourcing anticipated when the most recent version of the schedule was prepared pursuant to GC 3.5. The Contractor shall make these records available to the Owner and/or the Consultant for inspection, upon reasonable notice. GC 13.5 - PUBLIC STATEMENTS

13.5.1 The Contractor shall not publish, issue or make any statements or news release, electronic or otherwise, concerning the Contract, the Work, or the Project, without the express written consent of the Owner." GC 13.6 OWNER'S SET-OFF

13.6.1 In addition to and without limiting any other rights the Owner may have under this Contract and at law, the Owner may retain from monies owing to the Contractor under this Contract an amount sufficient to cover any outstanding or disputed liabilities including the cost to remedy deficiencies, the reduction in value of substandard portions of the Work, claims for damages by third parties, undetermined claims by the Owner, and any assessment due the Workplace Safety and Insurance Board. END OF SUPPLEMENTARY CONDITIONS

Supplementary Conditions, June 2014

295 of 346

Page 5-2.28

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

Table of Contents

Page No. 5A –

Specification Reference Numbers ......................................................................................... 2 

2. 

Emergency During Construction ........................................................................................... 2 

3. 

Workplace Safety And Insurance Act .................................................................................... 2 

4. 

Occupational Health And Safety Act ..................................................................................... 2 

VI E D W O I N NG O T C SU O P BM Y IT

1. 

5. 

Organization Of Work And Work Restrictions ....................................................................... 7 

6. 

Other Contractors .................................................................................................................. 7 

7. 

Contractor's Liability .............................................................................................................. 8 

8. 

Property Survey .................................................................................................................... 8 

9. 

Disposal Of Surplus Excavated Material And Removals....................................................... 8 

10.  Smog Alert Response Plans ................................................................................................. 8 

11.  Security ............................................................................................................................... 10  12.  Material And Truck Weighing .............................................................................................. 10 

13.  Noise Regulations ............................................................................................................... 11  14.  Fair Wage And Labour Trades Policy ................................................................................. 11 

15.  Liquidated Damages ........................................................................................................... 11 

16.  Spills Reporting ................................................................................................................... 12 

17.  Taxes .................................................................................................................................. 12 

18.  Insurance ............................................................................................................................ 12 

19.  Service Standards for Contractors in Responding to Third Party Claims............................ 12 

20.  Contract Documents ........................................................................................................... 14 

21.  Order of Precedence ........................................................................................................... 14 

PMMD V 5.13 – 2015.12.08

296 of 346

Page 5A-1

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

1.

Specification Reference Numbers

VI E D W O I N NG O T C SU O P BM Y IT

All index and reference numbers in the Tender Submission Package, Plans and/or Specifications, or Index are given for the convenience of the Contractor and as such must be taken only as a general guide to the items referred to. It must not be assumed that such numbering is the only reference to each item, but the Contract as a whole must be fully read in detail for each item.

2.

Emergency During Construction

The Contractor is requested to furnish the phone number and name of a representative who can be contacted on a 24 hour basis in case of emergency during construction, upon request by the Consultant after the award of the Contract. Those nominated shall have a cellular phone and/or pager to ensure that potential contact with them can be sustained over 24 hours, seven days a week throughout the duration of the Contract.

3.

Workplace Safety And Insurance Act

Before commencing Work the Contractor shall provide the City with a valid clearance certificate from the Workplace Safety & Insurance Board (WSIB), and shall continue to provide valid clearance certificates from the WSIB for the duration of the Contract. Prior to the release of final monies owing by the City of Toronto, the Contractor will be required to produce a certificate issued by the Board to the effect that it has paid in full their assessment based on a true statement of the amount of payrolls. If such a certificate cannot be provided because the Contractor is considered by WSIB to be an independent operator without coverage, a letter to this effect from the WSIB shall be provided by the Contractor.

4.

Occupational Health And Safety Act 4.1

Nothing in this section shall be deemed or construed as making the City the "employer" of any workers employed or engaged by the Contractor to perform the Work and/or supply services to the project, including any part thereof, or the "constructor", either instead of or jointly with the Contractor. “Employer” and “constructor” shall have the same meaning as in section 1 of the Occupational Health and Safety Act, R.S.O. 1990, Chapter O.1, as amended from time to time, including any regulations thereunder and successor legislation (hereinafter collectively referred to as the “OHSA”).

4.2

Unless specifically advised otherwise in writing by the Consultant or otherwise directed by the Ministry of Labour, where the Work consists of or includes construction, the Contractor shall for the purposes of the OHSA be deemed, construed and designated as the "constructor" for the project comprising the Work and shall:

PMMD V 5.13 – 2015.12.08

297 of 346

Page 5A-2

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

assume all of the responsibilities of that constructor as set out in the OHSA and its regulations including, without restricting the generality of the foregoing, (i) registration as a constructor with the Director of the Construction Health and Safety Branch in accordance with the OHSA and, in particular section 5 of Regulation 213/91 or any successor provision; (ii) posting/compliance with any applicable notice-filing and noticeposting/availability requirements of the OHSA and, in particular section 6 of Regulation 213/91 under or any successor provision; provide the City with adequate written proof of the registration referred to in subsection (a) (i) of this section before commencing the Work; and where the notice requirements referred to in subsection (a) (ii) of this section are applicable, provide a copy of such notice to the City concurrently with the filing thereof pursuant to the OHSA.

VI E D W O I N NG O T C SU O P BM Y IT

(a)

(b) (c)

4.3

In accordance with the OHSA, as amended, a list of designated substances found at the project site is appended to hereto under Section 4 – Scope of Work and forms part of this Contract.

4.4

The Contractor shall ensure that each prospective subcontractor engaged by the Contractor for the project has received a copy of the list of designated substances that are present at the site, provided to the Contractor by the City, before each prospective subcontractor enters into a binding contract for the supply of Work on the project, and the Contractor shall perform all other obligations as the constructor under the Contract and for the project.

4.5

The Contractor shall conform to and enforce strict compliance with the OHSA including, without restricting the generality of the foregoing, the Contractor's duties and obligations as an "employer" under section 25 and 26 thereof, and OHSA regulations with respect to construction, designated substances and asbestos. “Designated substance” and “hazardous material” shall have the same meaning as in the OHSA.

4.6

The Contractor shall: (a)

(b)

(c)

ensure that no work will commence, and that those engaged by the Contractor are aware of and comply with the requirements of the OHSA and shall not commence work, without first reporting their arrival and intent at the Work site on the first day to the Consultant; establish and maintain at each Work site, in a manner easily available to all workers, other staff and authorized City staff, a copy of all relevant Material Data Safety Sheets (“MSDS”); deliver to the Consultant a list of all designated substances and a copy of the MSDS for each hazardous material, both as defined in the OHSA, that will be brought to the Project site and/or used in the performance of the Work, no later than Five (5) working days following execution of the Contract and at least Ten (10) working days prior to commencement of the Work;

PMMD V 5.13 – 2015.12.08

298 of 346

Page 5A-3

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

(d)

VI E D W O I N NG O T C SU O P BM Y IT

(e)

not bring onto the Work site any designated substance or hazardous material without the prior written authorization of the Consultant; strictly conform to and comply with, all applicable laws, statutes, regulations, orders, directives and rulings from any federal, provincial or municipal governmental authority pertaining to lead and any other designated substance(s) or hazardous material(s), including without limitation, the OHSA and all regulations thereunder, and also cause its subcontractors to do so; submit to the Consultant a copy of the Notice of Project issued to the Ministry of Labour; should the Contractor be issued a notice/directive as either an "order to comply" or a "stop work order", immediate corrective measures shall be taken by the Contractor. A copy of the notice/directive shall be delivered to the Consultant immediately. promptly report to the Consultant all accidents involving personal injury or property damage that occur in connection with the work; and take all steps necessary to prevent the spread of lead-containing dust/particles and any other designated substance(s) or hazardous material(s) from the Work site when performing Work involving, but not limited to, lead-containing paint, and to protect the Contractor, those engaged by the Contractor in performance of the Work, City employees and all others, including the general public, likely to be at or near the Work site.

(f)

(g)

(h) (i)

4.7

Where the Work includes removal of asbestos, the Contractor shall: (a)

(b)

(c)

4.8

conform to and enforce strict compliance with all applicable laws, statutes, regulations, orders, directives and rulings from any federal, provincial or municipal governmental authority governing workplace safety or asbestos on construction projects and in building and repair operations with respect to the removal of asbestos, air testing and removal of barriers, including without limitation, OHSA Reg. 278/05 (Designated Substance --- Asbestos on Construction Projects and in Buildings and Repairs Operations), hereinafter referred to as the “Asbestos Regulation”, as may be amended from time to time; ensure, through appropriate air testing and such other measures as may be appropriate and necessary, that the Work site and adjacent areas not been contaminated with asbestos during the performance of the Work; and prior to dismantling any barriers erected to contain asbestos and asbestos-containing materials, the Contractor shall provide written confirmation to the Consultant that, after conducting proper air testing and other due diligence measures, the area is safe in accordance with the requirements of the OHSA.

Asbestos

4.8.1

If, during the course of the Work, the Contractor or any of the subcontractors or suppliers engaged by the Contractor, disturb material that is believed to be asbestos containing material, separate and apart from asbestos abatement

PMMD V 5.13 – 2015.12.08

299 of 346

Page 5A-4

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

work forming part of the Contract, the Contractor shall act in strict compliance with the OHSA, including but not limited to the Asbestos Regulation, and without limiting the generality of the foregoing, shall: (a)

VI E D W O I N NG O T C SU O P BM Y IT

(b)

Stop work and evacuate the area where the asbestos containing material is believed to have been disturbed and take all precautions or actions mandated by the OHSA and notify the City immediately; Notify the Consultant via telephone, with written notification to follow as soon as possible; and Refrain from entering the work area for any reason whatsoever until safe to do so, in accordance with the requirements of the OHSA and, prior to re-entry, notify the Consultant for approval to recommence Work.

(c)

4.8.2

The Contractor shall ensure that all employees, including the employees of any subcontractors, are trained on the City’s asbestos management program (the “Program”) prior to the commencement of the work. The training will include the specific requirements of the Program and the record containing the City’s inventory report, including, (a) (b) (c)

4.8.3

Prior to the commencement of the Work, the Contractor shall confirm to the City in writing that the training described in section 4.8.2 has been completed.

4.8.4

The Contractor shall ensure that all employees, including the employees of any subcontractors, are trained on the City’s asbestos report prepared in accordance with section 10 of the Asbestos Regulation. The training shall include the specific requirements of the report including, (a) (b) (c)

4.8.5

4.9

the location of all asbestos containing material described in the record for the work location, including drawings, plans and specifications; whether the material is friable or non-friable; a description of the condition of the material.

the location of all asbestos containing material described in the record for the work location, including drawings, plans and specifications; whether the material is friable or non-friable; a description of the condition of the material.

Prior to the commencement of the work, the Contractor shall confirm to the City in writing that the training described in paragraph 4.8.4 has been completed.

The Contractor shall use all reasonable and due care to avoid spilling or disturbing any designated substance(s) or hazardous material(s) of which the City notifies the Contractor are or may be on the site; and shall not remove or interfere with any designated substance(s) or hazardous material(s) except in full compliance with the OHSA and, after notifying the Consultant, being authorized to do so by the Consultant. The Contractor shall, following discovery that any designated substance or hazardous material has been removed or interfered with other than in compliance with this subsection, forthwith report same to the

PMMD V 5.13 – 2015.12.08

300 of 346

Page 5A-5

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

Consultant and ensure that no further such non-complying removal or interference occurs. Where the Contractor encounters designated substance(s) or hazardous material(s) at the site or has reasonable grounds to believe that designated substance(s) or hazardous material(s) are or may be present at the site, the Contractor shall take all reasonable steps as deemed necessary to comply with the OHSA, including stopping the Work, to ensure that no person suffers injury, sickness, or death and that no property is injured or destroyed as a result of exposure to or the presence of such substance(s) or material(s), and immediately report the circumstances to the Consultant and any other appropriate authority, in writing. Where there is a delay by reason of so doing, the Contractor shall be entitled to its reasonable costs, to the extent directly incurred by reason of that delay and directly related to designated substance(s) or hazardous material(s) which existed at the site prior to the commencement of the Work which were not disclosed by the City.

VI E D W O I N NG O T C SU O P BM Y IT

4.10

4.11

Authorized representatives of the City shall, at all times, have access to the Work site to monitor the Contractor’s compliance with the terms of the Contract.

4.12

During the course of the Work, the Contractor shall furnish forthwith to the City of Toronto Health and Safety Manager, via the Consultant, a copy of all correspondence, reports, compliance orders or charges arising from or issued in respect to the requirements of the OHSA which are received or which come to the notice of the Contractor that apply or are relevant to any of the Work or activities conducted under the terms of the Contract.

4.13

Without limiting any other right, remedy or privilege of the City under this Contract or otherwise provided by law, statute or in equity, where the Contractor has failed to strictly comply with the OHSA or any other health and safety duty, obligation or requirement of the Contractor, whether express or implied, the City shall have the right to: (a)

(b) (c) (d)

4.14

Require the Contractor to remedy such default, by the removal of any workers from the Work that fail to comply with the OHSA (or any other health and safety plan, policy or program requirement of the Contract) or the taking of such other measures as may be necessary to remedy such default; Suspend or Stop the Work; Cancel or Terminate the Contract; and/or Exercise any other right, remedy or privilege available to the City for default or breach of this Contract available under the terms of this Contract, or may be available in law, by statute or in equity.

In the event that the City exercises the right to suspend or stop the Work or an affected part thereof, as a result of the failure by the Contractor to strictly comply with the OHSA or any other health and safety duty, obligation or requirement of the Contractor, such Work or part thereof shall not resume until any such violation has been completely rectified to the satisfaction of the Consultant.

PMMD V 5.13 – 2015.12.08

301 of 346

Page 5A-6

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

The Contractor shall be responsible for any delay in the progress of the Work as a result of any violation of a health and safety requirements of any federal, provincial or municipal governmental authority, it being understood that no such delay shall be deemed or construed as an "Unavoidable Delay" for the purposes of extending the time for performance for the Work or entitling the Contractor to additional compensation whatsoever, and the Contractor shall take all necessary steps to avoid delay in the final completion of the Work without additional cost to the City. The City shall not be responsible for any compensation, expense or liability resulting from any such delay.

VI E D W O I N NG O T C SU O P BM Y IT

4.15

4.16

5.

Nothing in this Contract shall be construed as requiring the City to monitor or approve the workplace health and safety practices of the Contractor. The City shall not be liable to any person by reason of a breach by the Contractor or any subcontractor of any applicable health and safety standard or requirement.

Organization Of Work And Work Restrictions

Before work commences, the Contractor shall expedite the ordering and delivery of all materials and equipment required, and shall co-ordinate the sequence of the work stages. No claim shall be allowed for delays and/or additional expense resulting from failure to order and accept the delivery of materials from suppliers in a timely manner and subsequent failure to maintain the contract schedule. It is the Contractor's responsibility to implement all required measures (e.g. fences, enclosures, etc.) in order to strictly control the pedestrian traffic in the construction area and to prevent any pedestrian approaching into the areas of construction hazard, or any other dangerous area. The Contractor shall be attentive to the needs of pedestrians that are visually or physically impaired, and the Contractor must be prepared at all times to assist in the safe and comfortable passage of these pedestrians.

The Contractor shall note that a number of existing utilities and services are located below the area of reconstruction and others in the near vicinity. The Contractor shall examine the site to identify potential problems associated with the accessibility, transportability and constructability of their proposed methods.

6.

Other Contractors

The Contractor is advised that existing utility relocation and other work, survey, testing, sampling and quality control estimates may take place within the construction limits prior to and possibly during the work to facilitate the new construction. The Contractor shall co-ordinate its activities with those of any particular utility, testing companies, City crew and other contractor working within the project construction limits at a particular work location in order that all work can take place expeditiously and without conflict. There shall be no consideration for additional payment to the Contractor related to work activity co-ordination as described above.

PMMD V 5.13 – 2015.12.08

302 of 346

Page 5A-7

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

7.

Contractor's Liability

VI E D W O I N NG O T C SU O P BM Y IT

The Contractor will be held responsible by the City of Toronto for damages caused by the Contractor's work to utilities, properties, structures near to or in the general area of the Work, through the Contractor's or its sub-contractor's intentional or negligent action or omission, or through settlement of ground, vibration or shock etc., resulting from causes relating to the Work performed under the Contract. Additionally, the Contractor will be required to make good all damage at its expense and to the satisfaction of the Consultant.

8.

Property Survey

The City shall provide a property survey to identify property boundaries and establish a benchmark necessary for the delineation of Working Area and reference for layout of the Works.

Notwithstanding the above, the City may request the Contractor to perform the property survey. In which case, compensation for the service shall be determined on a time and materials basis in accordance with GC 6.2.4.

9.

Disposal Of Surplus Excavated Material And Removals

All surplus excavated materials, removals, grindings and all other debris, including that from sewer flushing and catch basin cleaning, shall be disposed of, off site. No separate payment shall be made for the costs associated with this work.

The City of Toronto will not make arrangements for the disposal of surplus materials or supply bills of lading.

The Contractor shall assume full ownership of the surplus excavated material and shall be solely responsible for its removal and disposal. The Contractor shall indemnify and hold harmless the City and each of its elected officials, officers, employees and agents from and against all claims, demands, actions, suits or proceeding which may arise in connection with the excavated material and the handling and disposal thereof.

The Contractor shall comply with the requirements of all Federal, Provincial and Municipal Laws, Acts, Ordinances, Regulations, Orders-in-Council and By-laws, which could in any way pertain to the work outlined in the Contract. Stockpiling of excavated material within the City street allowance is not permitted. The Contractor shall dispose of all excavated material off site immediately upon removal. No additional payment will be made for costs incurred as a result of this requirement.

10.

Smog Alert Response Plans

The Contractor, when notified by the Consultant that the City’s Smog Alert Response Plan has been implemented, shall, where applicable:

PMMD V 5.13 – 2015.12.08

303 of 346

Page 5A-8

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A



VI E D W O I N NG O T C SU O P BM Y IT

     

suspend use of oil based products except for roadway line painting required to address safety concerns or to reduce traffic congestion; suspend all pesticide spraying; suspend grass cutting operations; not allow refuelling during daytime hours; not permit equipment and vehicle idling; curtail the use of two-stroke engines as much as practical; suspend normal street sweeping of all roadways during daytime hours except where there is an urgent need for clean-up, i.e. following a special event such as Caribana; suspend the operation of loop cutting tar pots; and suspend any non-essential planned traffic control device installation or modification work which will require lane closures or require complete deactivation of the traffic control device. Work that is required to address safety concerns or to reduce traffic congestion may continue.

 

Asphalt paving operations using SS-1 tack coat (water based) may continue.

A Smog Alert may be preceded by a Smog Watch. A Smog Watch is issued when there is a 50 percent chance that a smog day is coming within the next three (3) days. The Contractor shall not be entitled to any additional payment or extension of Contract Time due to the implementation of the Smog Alert Response Plans.

Notwithstanding the above, if it is necessary and the Consultant ordered the suspension of paving operations, payment and/or extension of the Contract for the suspension of asphalt paving operations shall only be made if notification by the Executive Director or General Manager to suspend work is made in less than four hours prior to starting of such operations, and if such suspension has detrimentally impacted on the Contractor's work schedule. The Contractor shall provide supporting documentation identifying the impact and associated fair and reasonable costs and any delay in accordance with the General Conditions of Contract Part 6. Payment for this work, at actual costs incurred, shall be made under the appropriate provisional item(s) identified in the Pricing Form and in accordance with the General Conditions of Contract 6.2.4 Payment on a Time and Material Basis with the exception of any mark ups.

PMMD V 5.13 – 2015.12.08

304 of 346

Page 5A-9

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

11.

Security The Contractor shall be responsible for the security of the work of this Contract from the time the job site is turned over to him until all work has been completed.

VI E D W O I N NG O T C SU O P BM Y IT

The Contractor shall take all necessary precautions to ensure that the construction site does not pose a hazard to the public for the duration of the project. Appropriate safety and warning signs must be posted. All such site security measures shall be removed from the site at the completion of the project.

The Contractor shall supply a Capital Improvement/Project Information Sign that shall be posted in a prominent area. The specifications for the sign can be found at www.toronto.ca/ecs-standards under Construction Information Sign Specifications. No additional separate payment will be made for such work and provisions.

12.

Material And Truck Weighing

The City reserves the right to randomly verify the quantity of materials supplied in connection with this Contract. Prior to unloading of materials that are priced on a unit weight basis (“unit weight materials”), the weight tickets must be provided to the Consultant (or in their absence, the City’s inspector). Material weight tickets that are not provided to the Consultant or the City’s inspector prior to unloading will not be accepted later for payment.

When directed by the Consultant or the City’s inspector, trucks carrying unit weight materials shall proceed immediately to a City’s weighing facility as specified by the Contractor Administrator or the inspector. After passing through the City’s weight scale and unloading the materials, the empty truck shall return to the same facility to verify the vehicle tare if so directed by the Consultant or the City’s inspector. Should the weight verification show that the verified weight of the material is less than what is shown on the Contractor’s weight ticket by more than 1.0%, the payment for the affected load shall be made based on the weight measured by the City’s weighing facility.

City staff will also adjust the method of measurement for all following loads that are not weight-verified but have been delivered to the site before a new weight verification process can prove the Contractor had rectified the weight inconsistency. The weight of the following loads will be adjusted based on an adjustment factor determined from the most recently weight-verified load The City will not compensate contractors for any cost associated with the weight verification process.

PMMD V 5.13 – 2015.12.08

305 of 346

Page 5A-10

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

13.

Noise Regulations

VI E D W O I N NG O T C SU O P BM Y IT

The Contractor shall comply with all City noise bylaws. In addition, the Contractor shall ensure the following:  Equipment shall be maintained in an operating condition that prevents unnecessary noise, including but not limited to proper muffler systems, properly secured components and the lubrication of all moving parts; and  Idling of equipment shall be restricted to the minimum necessary for the proper performance of the specified work.

14.

Fair Wage And Labour Trades Policy

The Contractor and all associated subcontractors, shall be subject to the City's Fair Wage Policy and Labour Trades Obligations, as adopted by the City from time to time, and any of the City's or legislated labour trades requirements. Failure to comply with this policy and/or these requirements, may lead to termination of the Contract, or termination or rejection of a subcontractor, as the case may be, with no recourse by the Contractor in respect of such termination or rejection. The Fair Wage Schedule that is applicable to this Contract is set out in Section 2 – Information for Bidders – of this Tender Call.

15.

Liquidated Damages

The Contractor recognizes and agrees that the City will suffer financial loss if Substantial Performance of the Contract is not attained within the time specified in this Contract. The Contractor also recognizes the delays, expenses and difficulties involved in proving the actual loss suffered by the City if Substantial Performance of the Contract is not attained on time. Accordingly, instead of requiring any such proof, the Contractor agrees that as liquidated damages for delay (but not as penalty) the Contractor shall pay to the City the sum of $1,000.00 (one thousand dollars) per day as liquidated damages for each and every calendar day’s delay from the specified time for the attainment of Substantial Performance of the Contract until Substantial Performance of the Contract is attained, and it is further expressly acknowledged and agreed by the Contractor that: (a)

this amount is a reasonable estimate of the actual damage that will be incurred by the City due to any failure to attain Substantial Performance of the Contract within the time required by this Contract;

(b)

the City may deduct the amount due under this section from any monies that may be due or payable to the Contractor, whether under this Contract or any other agreement; and,

(c)

the liquidated damages provided for in this section shall be without prejudice to any other remedy to which the City is entitled at law or in equity.

PMMD V 5.13 – 2015.12.08

306 of 346

Page 5A-11

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

16.

Spills Reporting

VI E D W O I N NG O T C SU O P BM Y IT

Spills or discharges of pollutants or contaminants under the control of the Contractor, and spills or discharges of pollutants or contaminants that are a result of the Contractor's operations that cause or are likely to cause adverse effects shall forthwith be reported to the Consultant. Spills or discharges and their adverse effects shall be as defined in the Environmental Protection Act R.S.O. 1990, c. E.19, as may be amended. All spills or discharges of liquid, other than accumulated rain water, from luminaries, internally illuminated signs, lamps, and liquid type transformers under the control of the Contractor, and all spills or discharges from this equipment that are a result of the Contractor's operations shall, unless otherwise indicated in the Contract, be assumed to contain PCBs and shall forthwith be reported to the Consultant. This reporting will not relieve the Contractor of its legislated responsibilities regarding such spills or discharges.

17.

Taxes

Harmonized Sale Tax (HST) is to be applied to the prices submitted as specified in the relevant sections of the call document or in the Price Schedule provided in the call.

HST for the supply and delivery of materials/goods is to be shown as additional/separate line items on the Price Schedule and any subsequent invoices.

18.

Insurance

This clause is supplementary to 3.36 (paragraph 11.1 Insurance) of the Supplementary Conditions in Section 5. The limit of Commercial Liability Insurance is $5,000,000 as specified in paragraph 11.1.2

The limit of Automobile Liability Insurance is $2,000,000 as specified in paragraph 11.1.5 Contractor's Pollution Insurance is $2,000,000 as specified in paragraph 11.1.6.

19.

Service Standards for Contractors in Responding to Third Party Claims

1.

Without limiting the obligations of the Contractor under section 2, the Contractor, or the Contractor's insurer, shall: (a) (b) (c)

respond to all third party claimants in a timely manner, ensure that third party claimants are provided with accurate information about the status of their claim, and where appropriate, notify third party claimants of the relevant activity on their claims and provide them with information.

PMMD V 5.13 – 2015.12.08

307 of 346

Page 5A-12

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

2.

(1) If the Contractor receives notice of a third party claim from a claimant relating to or arising out of the Contract, the Contractor shall immediately forward the notice of claim to the City Clerk's office at [email protected].

VI E D W O I N NG O T C SU O P BM Y IT

(2) Once the Contractor receives notice of a third party claim from the City's adjuster, relating to or arising out of the Contract, the Contractor, or the Contractor's insurer, shall: (a) within 5 Working Days of receiving notice of the claim, send a letter to the claimant acknowledging receipt of the claim and provide the claimant with the contact information of the Contractor's Superintendent, or another person representing the Contractor, to whom the claimant can refer questions regarding the claim. (b) conduct an investigation of the claim and make a decision regarding the claim that is based on a proper consideration of the facts.

(c) within 25 Working Days of receiving notice of the claim, provide the claimant with a letter advising of the results of the investigation and clearly explaining the Contractor's decision regarding the claim or should the contractor require the involvement of their insurance company to resolve the claim, this shall be forwarded to the insurance company and the claimant notified within the allotted time above.

An extension of time for responding to the claimant may be provided in writing by the Consultant, if the Contractor or the Contractor's insurer, in writing, provides the Consultant with a request for an extension as well as the reasons for the extension. In considering whether to provide an extension under this section, the Consultant shall consider the Contractor's, or the Contractor's insurer's, reasons for the request and all of the surrounding circumstances including good customer service standards. Once the contractor forwards the claim to their respective insurer, the resolution of the claim shall follow the insurance industry standards for claim investigation.

(3) If an extension of time is provided under subsection 2(2), the Contractor, or the Contractor's insurer, shall write to the claimant advising that the investigation is on-going, advise of the date by which the Contractor or its insurer will report the results of the investigation to the claimant, and explain the reasons why additional time is required to make a decision on the claim. (4) A copy of all letters sent to the claimant by or on behalf of the Contractor, including letters sent by the Contractor's insurer, pursuant to this section shall be copied to the Consultant, and the City's adjuster.

3. (1) If the Contractor fails to meet any of its obligations under section 1 or 2, the City shall provide the Contractor with notice that these obligations must be fulfilled. (2)

If the Contractor does not meet its obligations under section 1 or 2 within 5 Working Days from receipt of the notice provided to the Contractor pursuant to subsection 3(1), the City may hold back an amount of $10,000.00 from monies payable to the Contractor under this Agreement.

PMMD V 5.13 – 2015.12.08

308 of 346

Page 5A-13

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A

(3)

Subject to its right to exercise any other right of hold back or set-off, including the City's rights under Supplementary GC 13.6.1, the City will release the monies held back pursuant to subsection 3(2) once it has received evidence that the Contractor has sent the claimant a letter(s) in accordance with subsections 2(2)(a) and (c).

Where appropriate, the Contractor shall ensure its insurer takes all of the appropriate steps to meet the obligations under sections 1 to 3, failing which the Contractor shall be responsible for undertaking these obligations itself.

5.

The Contractor shall provide to the City monthly updates on the status of all third party claims received until claim resolution.

VI E D W O I N NG O T C SU O P BM Y IT

4.

20.

Contract Documents

Supplementary Condition 1.1.1 is deleted and replaced with:

1.1.1 Amend paragraph 3.1 by adding the following after the words, "The General Conditions of the Stipulated Price Contract": - These Supplementary Conditions -The Specific Conditions, if any -Drawings

-Specifications

-any addenda to the tender call for the Contract - the tender call for the Contract

21.

Order of Precedence

Supplementary Condition 3.1.1 is deleted and replaced with:

3.1.1

Delete paragraph 1.1.7.1 in its entirety and replace it with new paragraph 1.1.7.1:

"1.1.7.1 If there is a conflict within the Contract Documents, the order of priority of documents, from highest to lowest, shall be: any amendment to the Agreement between the Owner and the Contractor,

the Agreement between the Owner and the Contractor, as amended by these Supplementary Conditions and any Specific Conditions the Definitions,

any Addenda to the Tender Call for the Contract,

the Tender Call for the Contract,

PMMD V 5.13 – 2015.12.08

309 of 346

Page 5A-14

Section 5A – Specific Conditions of Contract Tender Call No. 200-2016 Contract No. N/A Contractor's Bid, the General Conditions, Division 1 of the Specifications, Technical Specifications,

VI E D W O I N NG O T C SU O P BM Y IT

Material and Finishing schedules, the Drawings."

PMMD V 5.13 – 2015.12.08

310 of 346

Page 5A-15

Section 6 – Contract Execution Package Tender Call No. 200-2016 Contract No. N/A

Note Bidders are not required to complete the following listed documents as part of the Bid Submissions.

VI E D W O I N NG O T C SU O P BM Y IT

The Successful Bidder shall complete these documents upon notification by the City.

CCDC 2-2008 STIPULATED PRICE CONTRACT CCDC 221-2002 PERFORMANCE BOND

CCDC 222-2002 LABOUR & MATERIAL PAYMENT BOND (Trustee Form) WSIB & TAX STATUTORY DECLARATION INSURANCE CERTIFICATE

DECLARATION OF COMPLIANCE WITH ANTI-HARASSMENT/DISCRIMINATION LEGISLATION & CITY POLICY FORM SUPPLEMENTARY STATUTORY DECLARATION FOR OHSA

PMMD V 5.13 – 2015.12.08

311 of 346

Page 6-1

Section 6 – Contract Execution Package CCDC 2-2008 STIPULATED PRICE CONTRACT Tender Call No. 200-2016 Contract No. N/A

CCDC 2-2008 STIPULATED PRICE CONTRACT

VI E D W O I N NG O T C SU O P BM Y IT

CCDC 2 is published by the Canadian Construction Document Committee ("CCDC") and is available for purchase at http://www.ccdc.org/WhereToBuy/WhereToBuy.html

PMMD V 5.13 – 2015.12.08

312 of 346

Page 6-2

Section 6 – Contract Execution Package CCDC 221-2002 PERFORMANCE BOND Tender Call No. 200-2016 Contract No. N/A

CCDC 221-2002 PERFORMANCE BOND

VI E D W O I N NG O T C SU O P BM Y IT

CCDC 2 is published by the Canadian Construction Document Committee ("CCDC") and is available for purchase at http://www.ccdc.org/WhereToBuy/WhereToBuy.html

PMMD V 5.13 – 2015.12.08

313 of 346

Page 6-3

Section 6 – Contract Execution Package CCDC 222-2002 LABOUR & MATERIAL PAYMENT BOND (Trustee Form) Tender Call No. 200-2016 Contract No. N/A

CCDC 222-2002 LABOUR & MATERIAL PAYMENT BOND (Trustee Form)

VI E D W O I N NG O T C SU O P BM Y IT

CCDC 2 is published by the Canadian Construction Document Committee ("CCDC") and is available for purchase at http://www.ccdc.org/WhereToBuy/WhereToBuy.html

PMMD V 5.13 – 2015.12.08

314 of 346

Page 6-4

Section 6 – Contract Execution Package WSIB & Tax Statutory Declaration Form Tender Call No. 200-2016 Contract No. N/A

) IN THE MATTER OF the annexed Agreement ) made between ) ) ) ) – and – ) ) THE CITY OF TORONTO ) ) this day of , 20 . ) with respect to )

VI E D W O I N NG O T C SU O P BM Y IT

CANADA, PROVINCE OF ONTARIO, JUDICIAL DISTRICT OF YORK

I,

, of the CITY / TOWN / VILLAGE of

in the Province of

, do solemnly declare as follows:

1.

I am of (If an incorporated Company, state" President", (Company Name) “Secretary”, or as the case may be) referred to above (hereinafter called “the Contractor”), and as such have knowledge of the matters hereinafter declared to.

2.

The Contractor has paid all assessment or compensation payable to the Workplace Safety and Insurance Board as provided for in the article of the General Conditions entitled “Certification and Payment”, attached to the said Agreement.

3.

The Contractor has paid all taxes and/or penalties imposed on it by the Corporation Tax Act, R.S.O. 1990, c. C.40, as may be amended.

AND I MAKE this solemn Declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath.

DECLARED before me at the

of

in the City of Toronto this

day

of

20

} } } } } } } Signing Officer of Company } }

A Commissioner, etc.

PMMD V 5.13 – 2015.12.08

315 of 346

Page 6-5

316 of 346

VI E D W O I N NG O T C SU O P BM Y IT

317 of 346

VI E D W O I N NG O T C SU O P BM Y IT

Organizations/individuals in Ontario, including the City of Toronto, have obligations under the Ontario Human Rights Code, the Occupational Health and Safety Act, the Employment Standards Act, the Accessibility for Ontarians with Disabilities Act, the Criminal Code of Canada and the Charter of Rights and Freedoms. In addition, the City of Toronto also has policies that prohibit discrimination on the additional grounds of political affiliation or level of literacy, subject to the requirements of the Charter. Organizations are required to have and post policies, programs, information, instruction, plans and/or other supports, and an appropriate internal process available to their employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints under the applicable legislation and including the additional grounds of discrimination prohibited under City policy. Individuals are obliged to refrain from harassment/hate activity.

VI E D W O I N NG O T C SU O P BM Y IT

For Office Use Only DECLARATION OF COMPLIANCE WITH ANTI-HARASSMENT/DISCRIMINATION LEGISLATION & CITY POLICY

Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy

The City of Toronto requires all organizations and individuals that contract with the City to sign the following Declaration of Compliance with Anti-Harassment/Discrimination Legislation & City Policy. This Declaration must be signed by your organization and submitted with the contract or Letter of Understanding. The name of your organization and the fact that you have signed this declaration may be included in a public report to City Council.

Date:

Declaration:

I/we uphold our obligations under the above provincial and federal legislation. In addition, I/we uphold our obligations under City policies which prohibit harassment/discrimination on a number of grounds including political affiliation and level of literacy.

WHERE LEGALLY MANDATED I/we have in place the necessary policies, programs, information, instruction, plans and/or other supports that are consistent with our obligations, and I/we have an internal process available to my/our employees and service recipients to prevent, address and remedy discrimination, racism, harassment, hate and inaccessibility complaints. I/we agree that I/we shall, upon the request of the City, provide evidence of the policies, programs, information, instruction, plans and other supports and an appropriate internal complaint resolution process required under this Declaration which is sufficient to allow the City to determine compliance. I/We acknowledge that failure to demonstrate compliance with this declaration to the satisfaction of the operating Division, in consultation with the City Solicitor, may result in the termination of the contract. Name of Vendor or Name of Grant Applicant (Organization or Individual):

Complete Address:

Email _____________________________

Group/Vendor/Individual Name:

Tel. No. ____________________________

Postal Code:

Fax No. ____________________________

Name of Signing Officer or Name of Applicant (Name – please print): Position

Signature:

Date:

Authorised Signing Officer or Individual

Multilingual Services: 311 and TTY 416-338-0889.Further information: www.toronto.ca/diversity.ca 318 of 346

Page 6-8

Working Near Asbestos Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Awareness Training Tender Call No. 200-2016 Contract No. N/A

DOMINION OF CANADA

} } } } } } } } }

PROVINCE OF ONTARIO JUDICIAL DISTRICT

VI E D W O I N NG O T C SU O P BM Y IT

OF YORK;

IN THE MATTER of a proposed Contract for

TO WIT:

Contract No.

as hereinbefore described on the first page of the Tender.

I/we

of the city / town / village of in the province of IF AN INDIVIDUAL STRIKE OUT "OF"

do solemnly declare as follows:

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

(State Firm Name)

the Contractor herein.

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

I am the Contractor herein contracted to carry out the work under contract no. ____ and I carry on business at

under the name of

and

(State Firm Name)

there is no other person associated with me in partnership.

IF A PARTNERSHIP, USE THIS PARAGRAPH

We are the Contractors contracted to carry out the work under Contract no.____ and we carry on business at in partnership, under the name of

(state firm name)

and

we are the only members of such partnership.

PMMD Construction - V 1.0 – May 20, 2011

319 of 346

Page 6-17

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Awareness Training Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

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

a) Have conducted training, for all personnel to be involved in providing such goods and services (including but not limited to employees and workers as well as the employees and workers of all sub-contractors), as required by the OHSA and all regulations thereunder, including those with respect to the workplace hazardous materials information system, industrial establishments, construction projects, confined spaces and designated substances. b) Have, without limiting the generality of the foregoing, provided its personnel (including but not limited to employees and workers as well as the employees and workers of all sub-contractors) with Asbestos Awareness Training which meets the requirements of Ontario Regulation 278/05 (Designated Substance – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “A”.

c) Have put into effect all programs and plans related to confined spaces as required by the regulations under the OHSA.

d) Have put into effect all programmes relating to designated substances as required by the regulations under the OHSA.

4. Without limiting the generality of the foregoing, the Contractor’s supervisors have received, in addition to Asbestos Awareness Training set out in 3(b), a program of Asbestos Management Training which meets the requirements of Ontario Regulation 278/05 (Designated Substances – Asbestos on Construction Projects and in Buildings and Repair Operations) and which includes the matters set out in Appendix “B”.

PMMD Construction - V 1.0 – May 20, 2011

320 of 346

Page 6-18

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Awareness Training Tender Call No. 200-2016 Contract No. N/A

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

VI E D W O I N NG O T C SU O P BM Y IT

And I/we make this solemn declaration conscientiously believing it to be true and knowing that it is of the same force and effect as if made under oath and by virtue of “the Canada Evidence Act”. SEVERALLY DECLARED before me at the }

the Province of Ontario

of

in

this of

day

20

} } } } } Signing Officer of Company } }

A Commissioner, etc.

PMMD Construction - V 1.0 – May 20, 2011

321 of 346

Page 6-19

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Awareness Training Tender Call No. 200-2016 Contract No. N/A

APPENDIX “A” “ASBESTOS AWARENESS TRAINING” history of asbestos and asbestos-containing materials

VI E D W O I N NG O T C SU O P BM Y IT

 

how to identify asbestos



the hazards of asbestos exposure



methods of controlling asbestos hazards



the use, care and disposal of protective equipment and clothing to be used and worn when doing the work



use and maintenance of respiratory protective equipment (RPE)



personal hygiene to be observed when doing the work



Ontario legislation regarding asbestos



the measures and procedures prescribed by the Occupational Health and Safety Act and Ontario Regulation 278/05 regarding asbestos



overview of Type 1, Type 2 and Type 3 abatement methods and procedures

Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request.

PMMD Construction - V 1.0 – May 20, 2011

322 of 346

Page 6-20

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Awareness Training Tender Call No. 200-2016 Contract No. N/A

APPENDIX “B” “ASBESTOS MANAGEMENT TRAINING” Occupational Health and Safety Act and Regulations and Ontario Regulation 278/05 regarding Asbestos

VI E D W O I N NG O T C SU O P BM Y IT

 

Identification of health hazards



Legislated employer duties



Responsibilities of Workers



Legislated constructor duties



Legislated Asbestos Management Plans



Ongoing Asbestos Management in Buildings, O Reg 278/05



Asbestos Records



Asbestos Management Program



Building Surveys



Control considerations including management plan, encapsulation / encasement, enclosure, removal



Asbestos Waste Disposal



Environmental Protection Act Ontario Regulation 347



Packaging Waste



Transporting Asbestos



Legislation Requirements



General Respirator Limitations



Types of Respirators



Parts of a Respirator



Visual Inspection

PMMD Construction - V 1.0 – May 20, 2011

323 of 346

Page 6-21

Section 6 – Contract Execution Package Supplementary Statutory Declaration with Asbestos Awareness Training Tender Call No. 200-2016 Contract No. N/A

Fit Checks



Particulate Filters



General Guidelines for Abatement Activities



Classifying Activities



Work Procedures – Type 1, Type 2 and Type 3 abatement methods and procedures

VI E D W O I N NG O T C SU O P BM Y IT



Training on the aforementioned topics shall have been delivered no more than 6 months prior to the commencement of the Work, and proof of training shall be provided to the City immediately prior to the commencement of the Work and the Bidder shall retain a copy to be made available for inspection upon request.

PMMD Construction - V 1.0 – May 20, 2011

324 of 346

Page 6-22

Section 7 – City Policies

VI E D W O I N NG O T C SU O P BM Y IT

Tender Call No. 200-2016 Contract No. N/A

SECTION 7 – CITY POLICIES

325 of 346

Section 7 – City Policies Tender Call No. 200-2016 Contract No. N/A

City of Toronto Accessible Customer Service Training Requirements: Contractors, Consultants and other Service Providers (Accessibility Standard for Customer Service, O. Reg. 429/07, AODA 2005)

VI E D W O I N NG O T C SU O P BM Y IT

The City of Toronto supports the goals of the Accessibility for Ontarians with Disabilities Act (AODA), 2005 and is committed to providing equal treatment and equitable benefits of City services, programs and facilities in a manner that respects the dignity and independence of people with disabilities.

Under section 6 of the Accessibility Standard for Customer Service, O. Reg. 429/07 (Appendix A), established by the AODA, the City of Toronto must ensure that employees, volunteers and all other personnel, including third party contractors, who deal with members of the public or other third parties on behalf of the City or, who participate in developing City policies, practices or procedures on the provision of goods and services receive training on accessible customer service. All personnel must complete training that meets the requirements of the Accessible Customer Service regulation and includes:  An overview of the AODA  Understanding the requirements of the Regulation  How to interact and communicate with persons with various types of disabilities;  How to interact with persons with disabilities who use an assistive device or require the assistance of a guide dog or other service animal or the assistance of a support;  How to use equipment or devices available on the provider’s premises or otherwise provided by the provider to people with disabilities to access goods or services; and  What to do if a person with a particular type of disability is having difficulty accessing the provider’s goods or services. Third party contractors and other service providers are to ensure that training records are maintained, including dates when training is provided, the number of personnel who received training and individual training records. Contractors are required to ensure that this information is available, if requested by the City of Toronto.

Access an e-learning course: The training requirements can be fulfilled by completing the e-Learning course “Serve-ability: Transforming Ontario’s Customer Service”, which can be found on the Ministry of Community and Social Services website: http://www.mcss.gov.on.ca/mcss/serve-ability/splash.html For more information:

How to comply with the Accessible Customer Service Standard at: www.accessON.ca/compliance

Requirements of the Accessibility Standards for Customer Service (Ontario Regulation 429/07): www.e-laws.gov.on.ca/html/source/regs/english/2007/elaws_src_regs_r07429_e.htm

326 of 346

City Manager’s Office

Fair Wage Office 100 Queen Street West City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel:

416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

Fair Wage Policy*

VI E D W O I N NG O T C SU O P BM Y IT

A1. Definitions

As used in this Fair Wage Policy, the following terms have the meaning indicated:

APPRENTICE – An Individual who has entered into a registered training agreement under which the individual is to receive workplace-based training in a trade, other occupations or skill set as part of an apprenticeship program approved by the Ontario Ministry of Training, Colleges and Universities.

APPRENTICESHIP PROGRAM – A program recognized by Ontario Ministry of Training, Colleges and Universities which provides for the qualification, recruitment, selection, employment, and training on the job. Apprenticeship and training leads to Ontario Certification of Qualification and Apprenticeship for Journeyperson status, which is recognized by employer and employee representatives of industry. CONTRACT – A legal, business agreement between the City of Toronto and the contractor to perform work or services or to provide materials and supplies.

CONTRACTORS – Any person or business entity with whom the City enters into a contract with to perform the work or provide services.

FAIR WAGE SCHEDULE – Stipulated rates of pay for different classifications of work produced and obtainable from the Fair Wage and Labour Trades Office. FIELD WORK – All work in performance of the contract that is not shop work.

FRINGE BENEFITS – Includes such benefits as company pension plans, extended health care benefits, dental and prescription plans, etc. It does not include legislated payroll deductions such as C.P.P., E.H.T., W.S.I.B. or E.I.C. NON-COMPLIANCE – The occurrence of any of the following conditions:

A. B. C.

D. E.

Contractor fails to co-operate with the Manager, Fair Wage Office in fulfilling his/her responsibilities under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry. Sub-contractor fails to co-operate with the Manager, Fair Wage Office in fulfilling his/her responsibilities under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry. Contractor or sub-contractor has been found in violation of the Fair Wage Policy (non-compliance applies to both contractor and sub-contractor. Contractor has been found in violation of the Labour Trades Contractual Obligations in the Construction Industry. Sub-contractor has been found in violation of the Labour Trades Contractual Obligations in the Construction Industry.

PROCUREMENT CALL DOCUMENT – Includes a Tender, Request for Quotations and a Request for Proposals as issued by the Purchasing and Materials Management Division, and as defined in Chapter 195 of the Toronto Municipal Code.

SHOP WORK – Any work in performance of the contract that is done in or at any factory, foundry, shop or place of manufacture not located at or upon the site of the work, and not operated solely for the purpose of the work. *Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

327 of 346

City Manager’s Office

Fair Wage Office 100 Queen Street West City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

Tel:

416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

VI E D W O I N NG O T C SU O P BM Y IT

SUB-CONTRACTOR – Any person or business entity not contracting with or employed directly by the City but who supplies services or materials to the improvement under an agreement with the contractor or under the contract with another sub-contractor.

WAGES or RATE OF WAGES – Includes the hourly rate, vacation and holiday pay and any applicable amount for fringe benefits shown in the current Fair Wage Schedule, to be paid to the worker as part of the worker’s wages or for the worker’s benefit provided for in any collective agreement applicable to that worker. WORKERS – Includes mechanics, workers, labourers, owners and drivers of a truck or other vehicle employed in the execution of the contract by the contractor or by any sub-contractor under them and clerical staff. A2. City of Toronto Council references A.

B.

C.

D.

City of Toronto Council, by the adoption of Corporate Services Committee Report 13, Clause 1, as amended, at its meeting of October 1 and 2, 1998, directed that the Fair Wage Policy of the former Municipality of Metropolitan Toronto be adopted for all City departments, agencies, boards and commissions and replace all existing fair wage policies of the former local municipalities. City of Toronto Council, by the adoption of Administration Committee Report 7, Clause 1, as amended, at its meeting of June 18, 19 and 20, 2002, directed that certain changes be made to the Fair Wage Policy and Procedures. City of Toronto Council, by the adoption of Administration Committee Report 5, Clause 2, at its meeting of June 24, 25 and 26, 2003, directed that certain further changes be made to the Fair Wage Policy and Procedures, and to the Fair Wage Rate Schedule. City of Toronto Council, by the adoption of Government Management Committee Item 8.9, at its meeting of October 22 and 23, 2007, directed that certain changes be made to the Fair Wage Policy.

A3. Purpose and history of Fair Wage Policy A.

B.

C.

The Fair Wage Policy has as a central principle the prohibition of the City doing business with contractors, sub-contractors and suppliers who discriminate against their workers. Originally implemented in 1893 to ensure that contractors for the City paid their workers the union rates or, for non-union workers, the prevailing wages and benefits in their field, the Fair Wage Policy has expanded over the years to other non-construction classifications such as clerical workers. The policy also requires compliance with acceptable number of working hours and conditions of work in order to protect the rights of workers.

A4. Intent of Fair Wage Policy

The intent of the Fair Wage Policy can be summarized as follows: A. B. C. D. E.

To produce stable labour relations with minimal disruption; To compromise between the wage differentials of organized and unorganized labour; To create a level playing field in competitions for City work; To protect the public; and To enhance the reputation of the City for ethical and fair business dealings.

A5. Application

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

328 of 346

City Manager’s Office

Fair Wage Office 100 Queen Street West City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

The provisions of the Fair Wage Policy apply equally to contractors and all sub-contractors engaged in work for the City of Toronto. It is understood that contractors cannot sub-contract work to any subcontractor at a rate lower that called for in the Fair Wage Policy.

VI E D W O I N NG O T C SU O P BM Y IT

A.

Tel:

B.

C.

The fair wage rates do not apply to small businesses, typically those with owner-operators, or partnerships, or principals of companies as long as they undertake the work themselves. It should be noted that under the above City of Toronto Council reference authorities, the conditions of the Fair Wage Policy cannot be waived, unless authorized by Council to do so.

A6. Establishment of rates A. B.

C.

D.

E.

F.

Establishing fair wage rates and schedules are intended to minimize potential conflicts between organized and unorganized labour in the tendering and awarding of City contracts. Certain designated construction-related rates are based on the lowest rate established by collective bargaining, while the wage rates for other classifications are based on market and industrial surveys in accordance with the prevailing wages for non-union workers in the geographic area. The City encourages contractors to hire and train apprentices under approved apprenticeship programs. Apprentices/trainees will be assessed based on Provincial Qualification Apprenticeship Certification Criteria. Fair wage rates, including rates for apprentices, are established through discussion between the Fair Wage Office and with employee and employer groups and associations (having both union and non-union members). This discussion will also include appropriate apprenticeship programs for construction-related trades. The proper wage rates to be paid to apprentices/trainees are those specified by a particular industry program in which they are enrolled, expressed as a percentage of the journeyman rate on the wage determination. In the event employees reported as apprentices and trainees have not been properly registered, or are utilized at the jobsite in excess of the ratio of journeymen permitted under the approved program, they must be paid the applicable schedule of wage rate. The Manager, Fair Wage Office may assess established employee work history as to determine the appropriate apprentice/trainee level. These rates are reviewed by the above-noted groups and are recommended to Council, by the Manager, Fair Wage Office for approval every three years.

A7. Contractor and sub-contractor responsibilities A. B.

Contractors will be responsible for any violations or non-compliance issues arising from the engagement of any sub-contractor on City work. The contractor or sub-contractor shall pay or cause to be paid weekly or biweekly to every worker employed in the execution of the contract wages at the following rates, namely: (1)

For workers employed in shop work: (a) The union rate of wages in the particular district or locality in which the work is undertaken for any class or work in respect of which there is such union rate; and (b) For any class of work for which there is no such union rate, the rate of wages shall be the rate of wages, as determined by the Manager, Fair Wage Office prevailing in the particular district or locality in which the work is undertaken.

(2)

For workers employed in field work: (a) Where the contractor or sub-contractor is in contractual relationship with a union recognized by the Ontario Labour Relations Board as the bargaining agent for the relevant workers, the applicable rate of wages set out in the collective agreement; and

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

329 of 346

City Manager’s Office

Fair Wage Office 100 Queen Street West City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

Where there is no such contractual relationship, a rate not less than that set out for such work in the Schedule of Wage Rates files by the Manager, Fair Wage Office, with the City Clerk of the Corporation after being first approved by Toronto Council; and For any class of work for which there is no rate, the rate of wages shall be the rate of wages, as determined by the Manager, Fair Wage Office, prevailing in the particular district or locality in which the work is undertaken.

VI E D W O I N NG O T C SU O P BM Y IT

(b)

Tel:

(c)

C.

The contractor and sub-contractor shall: (1) At all times keep a list of the names and classifications of all workers employed in the work, the hourly rate and hours worked per day and a record of the amounts paid to each. (2) From time to time, if demanded by the Manager, Fair Wage Office, furnish a certified copy of all paysheets, lists, records and books relating to the work and keep the originals thereof open at all times for examination by the Manager. (3) At all times furnish and disclose to the said Manager any other information respecting wages of workers that may be desired by the Manger in connection with the work. (4) Attach to all accounts rendered for payment of money upon the contract, a declaration affirming that the requirements of the Fair Wage Policy have been fully complied with. (5) Display legible copies of this Fair Wage Policy in a prominent position in his or her workshop(s), accessible to all employees.

E.

The contractor or sub-contractor shall not compel or permit any worker engaged for the work to work more than the number of hours per day and the number of hours per week set out in the Fair Wage Schedule for the particular type of work involved except in case of emergency, and then only with the written permission of the Commissioner or head of the department/division having charge of the work or the person then acting as such.

A8. Responsibilities of Manager, Fair Wage Office A. B.

C.

D.

E.

To fulfil the duties of the Manager, as set out in Chapter 67 of the Toronto Municipal Code, 67-A3 In every procurement call to which the Fair Wage Policy applies, the Manager, Fair Wage Office, will determine the applicable Fair Wage Schedules for the work requested in the procurement call, or whether unionized workers need to be utilized for the work requested in the procurement call as per Chapter 67 Schedule B Labour Trades Contractual Obligations in the Construction Industry. Once the applicable Fair Wage Schedule is determined for a specific procurement call, the Manager, Fair Wage Office will provide a copy of the Fair Wage Schedule to Purchasing and Materials Management Division to insert into the procurement document, before the procurement documentation is issued. In case of a jurisdictional dispute or dispute as to rate of wages to be paid under the contract or as to the amount to be paid to any worker or apprentice, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties. After the procurement call closes, the Manager, Fair Wage Office, at the request of Purchasing and Materials Management Division, will send a fair wage declaration form to the three lowest bidders, to determine if the bidder will comply with the fair wage policy and fair wage schedule.

A9. Penalty Provisions A.

If the contractor or sub-contractor fails to pay any worker wages at the rate called for in Chapter 67-A7, the City may: (1) Charge an administrative fee not in excess of 15 per cent of the balance necessary to make up the amount that should have been paid from the contractor’s progress draw or holdback; and

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

330 of 346

City Manager’s Office

Fair Wage Office 100 Queen Street West City Hall, 19th Floor, West Toronto, Ontario M5H 2N2

416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

Pay the worker(s) directly for any back-wages owing directly from the contractor’s progress draw or holdback.

VI E D W O I N NG O T C SU O P BM Y IT

(2)

Tel:

B.

If a tenderer or bidder is found not to comply with the Fair Wage Policy, the Manager may recommend the next lowest bidder for contract aware to Purchasing & Materials Management Division in the following circumstances: (1) On the declaration form discussed in Chapter 67-A8E, a contractor or sub-contractor does not meet the Fair Wage Schedules. (2) An investigation is underway and the firm does not co-operate in providing timely information within 5 business days after being requested by the Manager, Fair Wage Office in fulfilling his or her responsibilities under the Fair Wage Policy and the Labour Trades Contractual Obligations in the Construction Industry and, operationally, the provision of goods and/or services cannot be delayed. (3) A contractor or sub-contractor is in violation of the Fair Wage Policy and has not paid restitution to its workers. (4) A contractor or sub-contractor is unable to comply with the City of Toronto Labour Trades Contractual Obligations in the Construction Industry.

A10. Disqualification Provisions

A.

When a contractor or any sub-contractor is found to be in non-compliance with the provisions of the Fair Wage Policy in two separate instances over a period of three years inclusive, the Manager, Fair Wage Office must report and may recommend to the Government Management Committee that the said contractor or sub-contractor be disqualified from conducting business with the City for a period of two years, inclusive.

B.

The disqualification period will start from the day of the decision of Council.

C.

After the disqualifying period is over, the said contractor or sub-contractor will be placed on probation for the next year. If another non-compliance violation occurs, the Manager, Fair Wage Office must report and may recommend to the Government Management committee that the said contractor or sub-contractor; be disqualified from conducting business with the City for an indefinite period of time.

D.

All non-compliance activities (including firm names) and disqualification statistics will be reported to Council annually. Disqualified firms will be published on the City’s website.

*Fair Wage Policy – (extracted from Schedule A of the City of Toronto Municipal Code, Chapter 67) FW R (10/07)

331 of 346

Corporate Services

Fair Wage Office 100 Queen Street West City Hall, 18th Floor, West Toronto, Ontario M5H 2N2

416-392-7300 - General Enquiry 416-392-FAIR - Complaints Hotline Fax: 416-392-0801 E-mail: [email protected] Web: www.toronto.ca/fairwage

Tel:

VI E D W O I N NG O T C SU O P BM Y IT

Labour Trades Contractual Obligations in the Construction Industry* B1. Legislative Applicability of Labour Trades Obligations.

The mandatory Labour Trades provisions for municipalities bound by province-wide collective agreements are separate from Fair Wage Policy established, monitored and enforced by the City. Central to any understanding of municipal obligations to Labour Trades, is that the City has no discretion in setting wage rates or in using union labour for certain trades performing Work for the City. This is by virtue of the Province-wide collective agreements applicable to trades in the Industrial, Commercial and Institutional (ICI) and Residential sectors and other negotiated collective agreements in other sectors of the construction industry. The Province-wide collective agreements are binding on all employers in the sector. The former City of Toronto was first considered an “employer” when the relevant unions obtained bargaining rights beginning in 1978. As a result, subject to the jurisdiction of the collective agreements, union workers must be used for contracted-out Work. The use of union sub-contractors for municipal building projects is also required in most cases. B2. Current Labour Trades Contractual Obligations in the Construction Industry. A.

The City of Toronto is bound by the current province-wide collective agreements with respect to the Industrial, Commercial and Institutional sectors of the construction industry between: (1)

The Carpenters’ Employer Bargaining Agency and the Ontario Provincial Council, United Brotherhood of Carpenters and Joiners of America.

(2)

The Mechanical Contractors Association of Ontario and the Ontario Pipe Trades Council of the United Association of Journey-men and Apprentices of the Plumbing and Pipe-Fitting Industry of the United States and Canada.

(3)

The Electrical Trade Bargaining Agency of the Electrical Contractors Association of Ontario and The International Brotherhood of Electrical Workers and the IBEW Construction Council of Ontario. The International Union of Bricklayers and Allied Craftsmen and the Ontario Provincial Conference of the International Union of Bricklayers and Allied Craftsmen, and The Masonry Industry Employers Council of Ontario.

(4)

(5)

The International Association of Heat and Frost Insulators and Asbestos Workers and The Master Insulators’ Association of Ontario Inc.

(6)

The International Brotherhood of Painters and Allied Trades and The Ontario Painting Contractors Association.

(7)

The Ontario Glazier Agreement between The Architectural Glass and Metal Contractors Association and The International Brotherhood of Painters and Allied Trades; and

(8)

The Environmental Sheet Metal Association Toronto and the Sheet Metal Workers’ International Association and the Ontario Sheet Metal Workers’ Conference.

(9)

The Ontario Erectors Association Incorporated, and the International Association of Bridge, Structural, Ornamental and Reinforcing Iron Workers and the Ironworkers District Council of Ontario

Labour Trades Contractual Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter 67)

FW R (02/06)

332 of 346

Page 1 of 2

B.

Exhibition Place is bound; By collective agreements in all sectors of the construction industry between: (a)

The Carpenters’ Employer Bargaining Agency and The Ontario Provincial Council, United Brotherhood of Carpenters and Joiners of America.

(b)

The Mechanical Contractors Association of Ontario and The Ontario Pipe Trades Council of the United Association of Journeymen and Apprentices of the Plumbing and Pipe Fitting Industry of the United States and Canada.

(c)

The Electrical Trade Bargaining Agency of the Electrical Contractors Association of Ontario and The International Brotherhood of Electrical Workers and the IBEW Construction Council of Ontario; and

VI E D W O I N NG O T C SU O P BM Y IT

(1)

(2)

C.

By Letters of Understanding between the Board and, respectively, Local 506 of the Labourers International Union of North America and The International Brotherhood of Painters and Allied Trades.

Any non-maintenance part(s) of the Work that is the work of Union members for whom the said Council, Brotherhood, Association or Local is the collective representative under the provisions of any one of the said collective agreements or the said Letters shall in each case be performed only by an employer owing contractual obligations to such representative, unless such obligations do not prohibit performance of such part(s) of the Work by others.

B3. Guidelines for Prospective Bidders.

This summary is an overview of the current status of trades’ certifications and the relevant construction sectors for which firms and workers with the appropriate union affiliations must be used when performing the following Work for the City of Toronto and Exhibition Place. Type of Work

Asbestos/ Insulation Bricklaying/ Masonry Carpentry Electrical Glazing Iron Workers Labourers Mechanical Painting Sheet Metal

City of Toronto * I.C.I.

Exhibition Place

X X X X X X

X X

X X X

X X X

* (Industrial, Commercial, Institutional sector) B4. Decisions, Fair Wage Policy.

The Fair Wage Office will make final decisions with respect to: • • • •

Work jurisdictions, in consultation with the industry type of Work involved whether or not union firms/workers must be used if Labour Trades Contractual Obligations apply

* Labour Trades Contractural Obligations – (extracted from Schedule B of the City of Toronto Municipal Code, Chapter 67)

FW R (02/06)

333 of 346

Page 2 of 2

Human Resources

Fair Wage Office 100 Queen Street West City Hall, 18th Floor, West Tower Toronto, ON M5H 2N2

Tel: 416-392-7300 Fax: 416-392-0801 Hotline: 416-392-FAIR E-mail: [email protected] Visit us at www.toronto.ca/fairwage

VI E D W O I N NG O T C SU O P BM Y IT

GUIDE TO PROSPECTIVE BIDDERS APPLICATION OF THE FAIR WAGE SCHEDULES

In accordance with the City of Toronto Fair Wage Policy, Contractors and Sub-contractors are responsible to pay workers employed in “field work”, a rate of wages not less than that set out for such work in the applicable Schedule of Wage Rates for this contract is as follows:

APPLICABLE FAIR WAGE SCHEDULE SUBJECT TO LABOUR TRADE CONTRACTUAL OBLIGATIONS IN THE CONSTRUCTION INDUSTRY

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

On December 18, 2013, City Council enacted By-law No. 1717-2013 that revises the Industrial, Commercial, Institutional (I.C.I.) Work Schedule for 2013-2016. This schedule is applicable to the construction industry as determined by work characteristics that include industrial, commercial, institutional work. Refer to the Labour Trade Contractual Obligations document for legislated labour requirements with respect to certified trades.

To obtain a copy of the I.C.I. Schedule, call the Fair Wage Office at the telephone number listed below or accesses the following link:

Industrial, Commercial, Institutional (I.C.I.) Schedule 2013.pdf

In case of a jurisdictional dispute or dispute as to the rate of wages to be paid under the contract or to the amount to be paid to any worker, the decision of the Manager, Fair Wage Office, shall be final and binding upon all parties.

In the event that other Fair Wage Schedules may overlap the work covered by this contract, please contact the Fair Wage Office at (416) 392-7300 to seek clarification. 334 of 346

Purchasing & Materials Management Division DATE: August 16, 2011

Right to Reject Debtors and Set Off Policy

PAGE :

1 of 6

VI E D W O I N NG O T C SU O P BM Y IT

PURPOSE 1.0

To protect the interests of the taxpayers of the City of Toronto by reserving the right to the City to reject an offer to supply goods and/or services through the City’s procurement processes where the City determines that the person making the offer is in any way indebted to the City and in its sole discretion is of the opinion that it is in the City’s best interests that the offer be rejected.

To make it clear to persons responding to a call or request from the City that the Treasurer may choose to exercise any legal or equitable right of setoff against any person who becomes indebted to the City during the provision of their services and may re-direct payments to otherwise due to such person towards repayment of outstanding amounts owed to the City. Note: 1. Adopted by Council at its meeting held on July 20, 21, 22, 2004, Report No. 5, Clause 8, Administration Committee. 2. Revised by City Council at its meeting of June 14, 15 & 16, 2005, Report No. 5, Clause 3.

POLICY

2.0 Application

This policy shall apply to all calls and proposals issued by the City of Toronto’s Purchasing and Materials Management Division (PMMD). 3.0 Definitions

“bid” means a formal price response to a call issued by the City;

“bidder” means any person submitting a competitive bid in response to a call by the City;

“call” means a solicitation from the City to external suppliers or providers to submit a tender or a quotation; "controlling interest" means the interest that a person has in a corporation when the person beneficially owns, directly or indirectly, or exercises control or direction 335 of 346

1

over, equity shares of the corporation carrying more than 10 per cent of the voting rights attached to all equity shares of the corporation for the time being outstanding; “debtors watch list” means a list of persons and or companies who are indebted to the City;

VI E D W O I N NG O T C SU O P BM Y IT

“indebted” includes but is not limited to unpaid taxes, outstanding claims, judgements or executions, arrears of rent and any interest and penalty thereon owing by a person to the City;

“parent" means a person who has demonstrated a settled intention to treat a child as a member of his or her family whether or not that person is the natural parent of the child; “person” shall include any individual, sole proprietorship, partnership, corporation or other entity with the legal capacity to contract;

“procurement processes” includes any call or request issued by PMMD pursuant to Chapter 195, Purchasing, of the City of Toronto Municipal Code; “related person” means a parent or the spouse or any child of the person or any person or entity having an indirect pecuniary interest as set out in section 4.0; “request” means a solicitation from the City to external suppliers or providers to submit a proposal;

“senior officer" means the chair or any vice-chair of the board of directors, the president, any vice-president, the secretary, the treasurer or the general manager of a corporation or any other person who performs functions for the corporation similar to those normally performed by a person occupying any such office;

"spouse" means a person to whom the person is married or with whom the person is living in a conjugal relationship outside marriage. 4.0 Indirect pecuniary interest

A person has an indirect pecuniary interest in any matter in which another person is concerned, if: (a) the person or his or her nominee,

(i)

is a shareholder in, or a director or senior officer of the other person, being a corporation that does not offer its securities to the public;

(ii)

has a controlling interest in or is a director or senior officer of the other person, being a corporation that offers its securities to the public, or

(iii)

is a member of the other person; or 336 of 346

2

(b) the person is a partner of the other person or is in the employment of the other person.

5.0 Right to Reject

VI E D W O I N NG O T C SU O P BM Y IT

It shall be the policy of the City of Toronto that in any procurement of goods and services by the City, the City reserves the right to reject an offer to supply goods and/or services presented in response to the City’s procurement processes where the City determines that the person making the offer is in any way indebted to the City and in its sole discretion is of the opinion that it is in the City’s best interests that the offer be rejected. For the purpose of this section 5.0, “person making the offer” includes the person actually making the offer, whether as agent or principal, a person on whose behalf the offer is made and any related person. 5.1 Process

All calls or proposals issued by PMMD on behalf of City Divisions shall include a copy of this policy. 5.2 Declaration

PMMD shall be entitled to rely on the contents of the Debtors Watch List in making a determination of disqualification. 6.0 Determination of Disqualification

The City Manager or designate shall have, in consultation with the Treasurer, the City Solicitor and the Division Head on whose behalf PMMD has issued a procurement process, the sole discretion to reject a bid on the basis of this policy in the best interests of the City. The Guidelines in Appendix ‘A’, attached, will be used by the City Manager in exercising his/her discretion under the policy.

NOTE: On July 23, 2007 the City Manager delegated to the Treasurer, the authority to make the determination for rejection as described herein above in Section 6.0 and in Appendix A of this policy 6.1 Notification of Rejection

Once a decision to reject a bid has been made by the City under sections 5.0 and 6.0 hereof, PMMD shall forthwith notify the affected person of the decision by way of a notice in writing delivered to the address provided by the person in the particular procurement process from which that the bid has been rejected, provided, however, that any such rejection is not conditional upon the delivery or receipt of such notice in writing.

337 of 346

3

7.0 Set-Off The Treasurer, in consultation with the City Solicitor, may choose to exercise any legal or equitable right of set-off against any person who becomes indebted to the City during the provision of their services and may re-direct payments otherwise due to such person towards repayment of outstanding amounts owed to the City.

VI E D W O I N NG O T C SU O P BM Y IT

8.0 Where a disqualified person is otherwise the lowest bidder whose bid meets the specifications and requirements set out in the call or request, such bid will be referred to a standing committee of council in accordance with the provisions of Schedule 195, Purchasing, of the Municipal Code.

Attachments

APPENDIX A – GUIDELINES IN REPSECT OF THE CITY’S RIGHT TO REJECT DEBTORS AND SET OFF POLICY CONTACT

Should you have any questions please contact the Purchasing and Materials Management Division. In the event that further interpretation is required, please contact the Manager, Corporate Purchasing Policy & Quality Assurance at 3920387 or Supervisor, Policy, Training & Technology at 392-1305

338 of 346

4

Appendix A Guidelines in Respect of the City’s Right to Reject Debtors and Set Off Policy (The “Policy”)

VI E D W O I N NG O T C SU O P BM Y IT

The following are guidelines for the City Manager to consider when, in consultation with the City Solicitor, the Treasurer and the Division Head, to determines whether to exercise his/her discretion to reject a debtor under the Policy. The City Manager may consider any individual guideline or any combination of guidelines to determine the application of the Policy.

(1) Size of the indebtedness

The policy should only be applied in situations where the amount of the indebtedness is significant in relationship to the contract under consideration.

The suggested size of the indebtedness that would trigger possible application of the policy is 10% of the amount bid.

(2) Age of the indebtedness

The policy should be applied in situations where the age of the indebtedness is significant. The suggested age of the indebtedness that would trigger possible application of the policy is 90 days overdue or more. The policy may also be applied where the debtor has a chronic pattern of late payment.

(3) The nature of the indebtedness

Where the nature of the indebtedness is a legal claim or a claim to rectify previous deficiencies, the policy should be applied in those circumstances where the claim is significant in size (see 1.) If the contractor in question has a track record of settling cross claims in a manner acceptable to staff, it would be inappropriate to use the policy.

It may be quite appropriate to exercise the policy with a debtor that has a chronically poor record with the City with respect to payment of accounts or where the debtor has a chronic history of claims.

(4) Other Avenues Available to Correct the Indebtedness

The denial of City business is one of many avenues that the City has to encourage the payment of outstanding accounts. In a situation where the City 339 of 346

5

has other strong collection tools available such as the disconnection of water or the tax sale of a property, it may be in the best interests of the City to award a contract if the bid is attractive enough and the risk of not collecting on outstanding accounts is low. (5) The Spread between the Debtors Low Bid and the Next Lowest Bid

VI E D W O I N NG O T C SU O P BM Y IT

In circumstances where the response submitted by the debtor is so attractive as compared to the next ranked response that the benefit of the award significantly outweighs the debt to the City, it may not be appropriate to decline the award. Care must be taken, however, in situations where the indebtedness is in the form of past claims for poor workmanship. In these situations, a low bid may indicate that the pattern of poor workmanship and resulting claims may continue.

340 of 346

6

Purchasing & Materials Management Procedure DATE: January 7, 2016 PAGE :

1 of 2

VI E D W O I N NG O T C SU O P BM Y IT

Restrictions on the Hiring and use of Former City of Toronto Management Employees for City Contracts

PURPOSE

To ensure that former management employees of the City or Toronto or its special purpose bodies ("Former Employees") who took part in a separation program or received a retirement package, are prohibited from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years starting from an employee's separation date.

To monitor for other potential conflicts of interest or unfair advantage involving bidders or proponents who employ former employees who may be included on project work contracted by the City or its special purpose bodies within two years of their departure from employment with the City.

POLICY

A standard clause is to be inserted in all competitive procurement calls and requests issued by the City and its special purpose bodies, in order to advise companies, firms and individuals and ensure compliance with this policy. Accordingly, all respondents competing for a City of Toronto contract will be asked to identify, by name, any Former Employees now under their employ if: the employee terminated their employment with the City of Toronto or its special purpose bodies within two years of the date of bidding on the contract. Former Employees who took part in a Separation Program or Retirement Incentive are prohibited from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years starting from the employee’s separation date.

This would include, but not be limited to, for example, the following roles: • As an independent contractor/consultant; • As a contractor/consultant on City project work for a company/firm (but, the firm may compete); or • As a contractor/consultant on City project work for a company/firm that has been subcontracted by another company/firm.

In addition, irrespective of whether a Former Employee was part of a separation or retirement benefit, there are many potential situations of conflict of interest or unfair advantage that may arise where a Former Employee is to be included on project work contracted by the City within two years following their departure from employment with the City. Those situations may include: (i)

A potential breach of confidential City information/intellectual property;

(ii)

The potential use of insider information on City plans or strategies;

341 of 346

(iii)

The potential of undue influence in the evaluation of bids/proposals; and

(iv)

The creation of an unlevel playing field among bidders/proponents.

VI E D W O I N NG O T C SU O P BM Y IT

A Former Employee or their company/firm employing may also be limited or prevented from participating in contracts directly or indirectly related to the City of Toronto or its special purpose bodies for a period of two years where the City deems there to be a conflict of interest or unfair advantage.

Notes: (1) Adopted by Council at its meeting of February 4, 5, & 6, 1998, Report No. 2, Clause No. 2 of the Strategic Policies and Priorities Committee, and (2) Revised by City Council at its meeting of November 26, 27, 28, 2002, Report No. 14, Clause No. 6, Administration Committee.

PROCEDURES

(1) The above policy will be included in all applicable competitive procurement calls/requests issued by the Purchasing and Materials Management Division.

(2) In addition, all applicable competitive procurement calls/requests issued by the Purchasing and Materials Management Division will include the following statement:

"Former City of Toronto management employees who took part in an separation program or received a retirement incentive are prohibited from participating in contracts directly or indirectly related to the City of Toronto and its special purpose bodies within the last two years.

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

(3) This policy will be considered in the evaluation of all submissions received by the City of Toronto in addition to any other potential conflicts of interest and unfair advantages identified in the applicable competitive procurement call.

CONTACT

Should you have any questions, please contact the Purchasing and Materials Management Division. In the event that further interpretation is required, please contact the Manager, Corporate Purchasing Policy & Quality Assurance at 416-392-0387 or Supervisor, Policy, Training & Technology at 416-392-1305.

342 of 346

TORONTO LICENSING REQUIREMENTS Attached is a listing of services and trades which require licensing.

VI E D W O I N NG O T C SU O P BM Y IT

Any firm (prime contractor, sub-contractor) performing or subcontracting any or all of the services listed must be licensed and in good standing. For further detailed information on Licenses please contact the call centre at 416-392-6700. TRADES / SERVICES REQUIRING TORONTO LICENSES BUILDING RENOVATORS:

- Bricklaying / Masonry - Carpentry - Flat Roofing - Plastering - Tile Setting - Drywall / Taping - Tuck Pointing

- Shingling - Waterproofing - Concrete Work - Eavestroughing - Manufacture & Installation of Cabinets and Vanities - Installation of Aluminum Products - Underpinning

OTHER TRADES:

- Insulation Installer - Building Cleaner - Exterior - Sign Painter - Chimney Repairperson

- Heating Contractor - Plumbing and Heating Contractor - Plumbing Contractor - Drain Contractor

MISCELLANEOUS: -Auctioneer

Revised August 7, 2009

343 of 346

ENVIRONMENTALLY RESPONSIBLE PROCUREMENT STATEMENT Tender No.:_______________________________

Bidder’s Name:________________________

The City of Toronto Environmentally Responsible Procurement Policy encourages bidders to also offer products/services which are environmentally preferred. Environmentally preferred products/services offered must be competitive in cost, conform to specifications, performance requirements and, be suitable for the intended application as determined by the using division(s).

VI E D W O I N NG O T C SU O P BM Y IT

Environmentally preferred products/services are those such as durable products, reusable products, energy efficient products, low pollution products/services, products (including those used in services) containing maximum levels of post-consumer waste and/or recyclable content, and products which provide minimal impact to the environment. An environmentally preferred product is one that is less harmful to the environment than the next best alternative having characteristics including, but limited to the following:

1. Reduce waste and make efficient use of resources: An Environmentally Preferred Product would be a product that is more energy, fuel, or water efficient, or that uses less paper, ink, or other resources. For example, energy-efficient lighting, and photocopiers capable of doublesided photocopying.

2. Are reusable or contain reusable parts: These products such as rechargeable batteries, reusable building partitions, and laser printers with refillable toner cartridges.

3. Are recyclable: A product will be considered to be an Environmentally Preferred Product if local facilities exist capable of recycling the product at the end of its useful life.

4

Contain recycled materials: An Environmentally Preferred Product contains post-consumer recycled content. An example is paper products made from recycled post-consumer fibre.

5. Produce fewer polluting by-products and/or safety hazards during manufacture, use or disposal: An Environmentally Preferred Product would be a non-hazardous product that replaces a hazardous product.

6.

Have a long service-life and/or can be economically and effectively repaired or upgraded.

Bidders shall if requested, provide written verification of any environmental claims made in their bid/proposal satisfactory to the City of Toronto within five(5) working days of request at no cost to the City. Verification may include, but not be limited to, certification to recognized environmental program (e.g., Environmental Choice Program [ECP]), independent laboratory tests or manufacturer’s certified tests. Only proven environmentally preferred products/services shall be offered. Experimental or prototype products/services will not be considered. For a copy of the City of Toronto Environmentally Responsible Procurement Policy, contact the Purchasing and Materials Management Division at (416) 392-7303 or (416) 392-0387. State if environmentally preferred products/service is being offered:

YES______

NO______

State briefly the environmental benefit of the product/service offered:

________________________________________________________________________________

__________________________________________________________________________

344 of 346

Final Interim # 1

Contractor Performance Evaluation

DATE:

version 1.2 - Feb 25-15

CONTRACTOR: PROJECT NAME: Ranking

DESCRIPTION: CONTRACT No.: CONTRACT VALUE:

START DATE: COMPLETION DATE:

A. SAFETY & COMPLIANCE - Laws & Standards

For definitions refer to Backup sheets

U

I

ME EE

sub-score 3.00

1. Did the contractor comply with OHSA requirements? 2. Did the contractor adhere to environmental, (non-OHSA) safety requirements, and other laws & policies? 3. Did the contractor take adequate precautions with any hazardous materials and designated substances?

B. QUALITY - Compliance with Contract Standards & Specifications

EX

N/A

Weight

25%

Weight

25%

Weight

12.5%

Weight

25%

Weight

12.5%

  

VI E D W O I N NG O T C SU O P BM Y IT

sub-score 3.00

1. Did the contractor comply with standards and specifications in the contract? 2. Was the quality and workmanship in compliance with the contract documents? 3. Did the contractor promptly & effectively correct defective work as the project progressed?

C. ORGANIZATION - Work Plan and Management 1. 2. 3. 4. 5. 6. 7. 8. 9.

sub-score 3.00

Did the contractor submit a satisfactory baseline schedule in compliance with the contract? Did the contractor commence the work on time? Did the contractor submit schedule updates in accordance with the contract? Did the contractor adequately staff and resource the project in compliance with the contract? Did the contractor provide adequate & competent site supervision? Did the contractor effectively coordinate and manage the work of its subcontractors? Did a person with decision-making authority represent the contractor at pay/progress meetings? Did the contractor submit timely, relevant requests for information (RFIs) as needed? Were shop drawings submitted according to shop drawing schedule and in compliance with the contract?

D. EXECUTION - Work Performance 1. 2. 3. 4. 5. 6. 7. 8.

        

sub-score 3.00

Did the contractor complete the project on time? Did the contractor follow the approved schedule and meet milestones? Did the contractor provide effective quality control? Did the contractor keep the site clean and free of trash and debris in compliance with the contract? Did the contractor promptly comply with change orders, change directives, site instructions, and RFQs? Did the contractor seek authorization to perform extra or additional work?

Did the contractor adequately address disputes, damages and claims with third parties to City PM's knowledge?

      

Was the quality and submission timelines of the following items acceptable? 8.1 Look ahead schedules or work plans 8.2 Accurate and complete record documents (as-builts) 8.3 Complete operations and maintenance manuals and closeout documents 8.4 Secure and/or closed applicable municipal permits 8.5 Startup testing and commissioning reports 8.6 Training plan and manuals

     

E. ADMINISTRATION - Contractor Performance and Diligence 1. 2. 3. 4. 5. 6. 7.

  

sub-score 3.00

      

Did the contractor communicate, cooperate, collaborate with the contract administrator, project team & stakeholders?

Did the contractor participate in resolving project problems and display initiative to implement solutions? Did the contractor demonstrate accountability for problems for which they where responsible? Did the contractor submit accurate, complete invoices in a timely manner? Did the contractor provide competitive change order pricing? Did the contractor accept responsibility for the full scope and extent of the contract? Did the contractor coordinate to minimize disruption to the public and City operations?

3.00

Name (Print or Type)

Signature

Total Score (weighted)

Date

Project Manager: Manager: Director: (required for Final only)

NOTE: If the contractor disagrees with this evaluation, it is to submit its objections in writing with supporting evidence within five (5) business days to the Division Manager (for Interim Reports) or to the Division Director (for Final Reports)

345 of 346

Page 1 of 1

NOTICE OF “NO BID” TENDER #:

200-2016 BD

CLOSING DATE:

June 8, 2016

IMPORTANT - PLEASE READ THIS

VI E D W O I N NG O T C SU O P BM Y IT

It is important to the City of Toronto to receive a reply from all invited Bidders. There is no obligation to submit a Bid; however, should you choose not to submit, completion of this form will assist the City in determining the type of services you are interested in submitting a Bid in the future. INSTRUCTIONS:

If you are unable, or do not wish to submit a Bid on this Request for Tender, please complete the following portions of this form. State your reason for not submitting a Tender by checking applicable box(es) or by explaining briefly in the space provided. It is not necessary to return any other Request for Tender documents. 1. We do not offer this service.

Other reasons or additional comments.

2. We do not offer services to these requirements. 3. Unable to offer services competitively.

4. Cannot handle due to present commitments. 5. Quantity/project too large.

6. Cannot meet delivery/completion requirements. 7. Tender restrictions.

Do you wish to participate in Request for Tenders for services in the future?

YES ____

NO ____

Company Name:

For City’s use only - Do not write in this space.

Address:

Signature of Company Representative: Position: Date:

Tel. No.: Fax No.:

Please return completed form by facsimile to 416-397-7779 or by e-mail to [email protected]

346 of 346

Smile Life

When life gives you a hundred reasons to cry, show life that you have a thousand reasons to smile

Get in touch

© Copyright 2015 - 2024 PDFFOX.COM - All rights reserved.