building renovation and lighting upgrades at service centre

204
File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 1 of 39 City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Service Centre Issue Date: Jun 20, 2017

Upload: others

Post on 11-Sep-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Building Renovation and Lighting Upgrades at Service Centre

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 1 of 39

City of Coquitlam

Tender No. 17-05-01

Building Renovation and Lighting Upgrades

at Service Centre

Issue Date: Jun 20, 2017

Page 2: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Electrical Upgrades at Serv ice Centre

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 2 of 39

CITY OF COQUITLAM

INVITATION TO TENDER

Tender No: 17-05-01

Project Name: Building Renovation and Lighting Upgrades at Servic e Centre

Description: The City of Coquitlam (the “Owner” ”City”) invites Tenders for

Building Renovation and Lighting Upgrades at Servic e Centre

located at 500 Mariner Way, Coquitlam, BC (Austin Works Yard/S ervice Centre) The work includes the provision of all equipment, labour, disposals, materials and incidentals required to complete the renovation work as described herein these tender documents. The general components of Work includes, but is not limited to:

• Roof Replacement • Exterior and Interior Walls Painting • Replacement of Garage Overhead Doors • New Sheet Flooring • New Kitchen Millwork • New Window Roller Blinds • Replacement of Plumbing Fixtures • South Main Entry and Exit Doors Replacement • Lighting Upgrades

Refer to the project drawings and specifications for a complete description of the scope of work and services required. Obtaining Tender documents:

Tender documents are only available for downloading from the City’s website:

www.coquitlam.ca/BidOpportunities

Printing of Tender documents and drawings is the sole responsibility of the Tenderers. Non-Mandatory Site Information Meeting: A non-mandatory site information meeting is scheduled for Wednesday June 28, 2017 at 10:00 hours. Attendance is highly recommended. Tenderers are to meet at: Service Centre (Austin Works Yard) North Administration Building reception area at 500 Mariner Way, Coquitlam. All tenderers to sign-in at reception desk.

Page 3: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Electrical Upgrades at Serv ice Centre

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 3 of 39

Submission of Tenders: Tenders must be accompanied by a copy of the original speci fied 10% Bid Bond and will be received on or before:

Tender Closing Date: Thursday, July 13, 2017 Tender Closing Time: on or before 2:00 pm local ti me Tender submissions are to be uploaded electronicall y through QFile, the City’s file transfer service accessed at website: qfile.coquitlam.ca/bid 1. In the “Subject Field” enter: Tender Number and Name 2. Add files in .pdf format and Send (ensure your web browser remains open until you receive 2 emails from Qfile to confirm upload is complete)

Tenders will not be opened in public.

Inquiries: Inquiries are to be submitted in writing no later than 3 business days prior to the Tender Closing Date quoting the Tender name and number sent to Email: [email protected] The Owner does not retain a bidder’s list or bidder’s registry. Addenda: Tenderers are required to check the City’s website for any updated information and addenda issued before the Tender Closing Date at: www.coquitlam.ca/BidOpportunities

Upon submitting a Tender, Tenderers are deemed to have received all Addenda issued and posted on the City’s website and considered the information for inclusion in the Tender price submitted.

Should there be any discrepancy in the Tender documentation provided, the Owner’s original file copy shall prevail. The lowest or any Tender will not necessarily be accepted. The Owner reserves the right to accept or reject any or all Tenders. The Owner also reserves the right to cancel any request for Tender at any time without recourse by the Tenderer. The Owner will not under any circumstances be responsible for any costs incurred by the Tenderer in preparing the Tender.

CONSULTANT DIRECTORY Prime Consultants: MIZA Architects Quantum Lighting Inc. (For Lighting Upgrades)

END OF SECTION

Page 4: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre CONTENTS OF TENDER DOCUMENTS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 4 of 39

COVER PAGE ............................................................................................................................ 1

INVITATION TO TENDER .......................................................................................................... 2

CONSULTANT DIRECTORY .............................. ....................................................................... 3

CONTENTS OF TENDER DOCUMENTS ................................................................................... 4

PART A – INTRODUCTION ............................. .......................................................................... 6

1.0 Introduction ................................................................................................................ 7 2.0 Project Description ..................................................................................................... 7 3.0 Definitions and Interpretations ................................................................................... 8

PART B – INSTRUCTIONS TO TENDERERS ................ ......................................................... 10

1.0 Closing Date and Time and Instructions for Tender Submission .............................. 11 2.0 Withdrawal of Tenders ............................................................................................. 12 3.0 Late Tenders ........................................................................................................... 12 4.0 Amendments to Tenders.......................................................................................... 12 5.0 Inquiries ................................................................................................................... 12 6.0 Addenda .................................................................................................................. 12 7.0 Tender Documents .................................................................................................. 13 8.0 Examination of Contract Documents and Place of Work .......................................... 13 9.0 Tender Submission Form and Contents ................................................................... 14 10.0 Total Tender Price ................................................................................................... 14 11.0 Opening of Tenders ................................................................................................. 14 12.0 Tender Status .......................................................................................................... 14 13.0 Bonding ................................................................................................................... 15 14.0 Owner’s Interest (Acceptance of Tenders) ............................................................... 15 15.0 Fees, Permits and Licenses ..................................................................................... 17 16.0 Codes and Standards .............................................................................................. 17 17.0 Conflict of Interest .................................................................................................... 17 18.0 Discrepancies in Tender Submission ....................................................................... 18 19.0 Product Approval ..................................................................................................... 18 20.0 Scheduling, Completion, and Coordination .............................................................. 18 21.0 List of SubContractors and Material Suppliers ......................................................... 19 22.0 Non-Resident Withholding Tax ................................................................................ 19 23.0 Confidentiality .......................................................................................................... 19 24.0 Protection of Public, Work, Property, Material On-Site, Access and Site Security .... 20 25.0 Specifications .......................................................................................................... 21 26.0 Disposal of Waste .................................................................................................... 21 27.0 Cleaning During Construction .................................................................................. 21 28.0 Existing Area ........................................................................................................... 22 29.0 No Claim .................................................................................................................. 22 30.0 Right to Accept or Reject any Tender ...................................................................... 22 31.0 Cancellation of Tender ............................................................................................. 22 32.0 Cost of Tender Preparation ...................................................................................... 22

Page 5: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre CONTENTS OF TENDER DOCUMENTS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 5 of 39

PART C – FORM OF TENDER ................................................................................................. 23 Including: Form of Tender Summary ................................................................................................... 24 Appendix 1 – Schedule of Values ....................................................................................... 30 Appendix 2 – Unit Pricing………………………………………………………………………….31 Appendix 3 – Optional Prices ............................................................................................. 32 Appendix 4 – Force Account Labour and Equipment Rates ................................................ 33 Appendix 5 – SubContractors ............................................................................................. 35 Appendix 6 – Suppliers ...................................................................................................... 36 Appendix 7 – Experience and References .......................................................................... 37 Appendix 8 – Bid Bond ....................................................................................................... 38 Appendix 9 – Preliminary Construction Schedule ............................................................... 39

SCHEDULES

Schedule 1 – City of Coquitlam, Certificate of Insurance Form – Construction

Schedule 2 – Prime Contractor Designation

Schedule 3 – Risk, Health & Safety – Responsibility of Contractor(s)

PART D – FORM OF AGREEMENT

Canadian Construction Document’s Committee CCDC 2

Stipulated Price Contract – 2008

PART E – SUPPLEMENTARY GENERAL CONDITIONS

PART F – TECHNICAL SPECIFICATIONS

PART G - DRAWINGS

PART H – HAZARDOUS BUILDING MATERIALS SURVEYS

PART I – SERVICE CENTRE SITE PLAN

PART J – LIGHTING SCOPE OF WORK

END OF SECTION

Page 6: Building Renovation and Lighting Upgrades at Service Centre

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 6 of 39

CITY OF COQUITLAM

TENDER No. 17-05-01

BUILDING RENOVATION AND LIGHTING UPGRADES AT SERVICE CENTRE

PART A

Introduction

Page 7: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART A - INTRODUCTION

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 7 of 39

City of Coquitlam (the “ Owner”)

Project/Contract: Building Renovation and Lighting Upgrades at Service Centre

Project/Contract No.: Tender No. 17-05-01

1.0 Introduction

Tenders for a Stipulated Price Contract (CCDC 2, 2008) are invited by the City of Coquitlam (the “Owner”) for the Building Renovation and Lighting Upgrades at Service Centre

2.0 Project Description/Information

The project consists of all the required construction work for the renovations at Vehicle Service Building (VSB) and the electrical upgrades at the Service Centre as identified herein these tender documents. Local address: 500 Mariner Way, Coquitlam, BC (Austin Works Yard) The work includes the exterior and interior upgrades required to extend the life cycle of the Vehicle Service Building which is about 50 years old. A seismic upgrade was completed in 1996 and the roof was replaced around 1997. The VSB and other Service Centre facilities will remain operational during the course of the renovation and electrical lighting upgrades work. The Contractor will be responsible for:

• Maintaining a safe and clean work environment at all times in accordance with

WorkSafeBC and City of Coquitlam requirements; • Dust control measures and hoarding required at the work area; • Coordinating and scheduling the work to minimize the impact to the buildings

and site operations; • Work with the City, coordinate and provide a phasing plan and construction

schedule detailing the activities for the renovated areas at the VSB and other facilities.

• In order to avoid any disruption to the operations of the garage offices (VSB) on ground floor, the Contractor will make all the provisions necessary to expedite and complete the renovation work during a weekend or long weekend.

• Coordination, temporary relocation and reinstallation of all furniture, equipment and materials in the interior and exterior areas of the building.

The Vehicle Service Building hours of operations are from 7:00am to 4:00pm; Monday to Friday. To expedite the interior work, the Contractor may be able to work after hours provided that the activities are coordinated in advance with the City. To be considered, Tenderers must comply with the following:

Page 8: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART A - INTRODUCTION

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 8 of 39

● Qualified technical and skilled trades personnel h aving a minimum of five (5) years proven experience in commercial construction and renovation projects of similar size, scope and complexity.

The Tender Price is to be inclusive of all supervision, coordination, equipment, labour, disposals, materials and incidentals required to complete the construction work as described herein these Tender Documents.

.1 The Work on this project generally includes, bu t is not limited to: Vehicle Service Building:

● Removal, disposal, reinstallation and installation of roof top equipment

components required to complete the installation of new roofing system ● New roof system • Commercial sectional overhead doors • Storefront glazing and insulated metal doors • New resilient flooring in the locations indicated in the floor plans; to be installed

on concealed and groove plywood sub floor (existing flooring to remain) • New painting on walls and ceiling as indicated in floor plans • New wall-hung lavatory basins and floor mounted tank toilets in ground floor

washrooms • New kitchen millwork/casework in second floor lunch room • New window roller blinds as indicated in floor plans • Lighting Upgrades

Water Sewer Utility & Animal Shelter Buildings, Par ks and Survey temporary building, Auxiliary Storage Portable structures an d Site Yard/Parking Lot:

• Lighting Upgrades (Refer to Parts F, I and J for scope of work and specifications) For a detailed scope of work refer to Part F and Part G – Technical Specifications and Drawings

.2 General

● Submission of Shop drawings as per drawings and specifications ● Any required inspections and certifications ● Roof products manufacturer’s data submission ● Samples and Mock-ups ● Any required testing of materials and assemblies including performance testing of

completed work ● As-Built documentation, warranties and commissioning ● Complete site clean-up

.3 Warranties • Roofing Manufacturer’s Warranty - 10 year labour, material and workmanship

Page 9: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART A - INTRODUCTION

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 9 of 39

.4 Hazardous Building Materials

The Contractor is to be aware of the presence of hazardous materials and shall be responsible, in consultation with a qualified hazardous materials abatement contractor, to determine how to safely complete the work and what constitutes an acceptable means of abatement or encapsulation.

The following hazardous materials have been found in the building: Asbestos (floor tiles, floor levelling compound, filing compound in gypsum board), Lead Paints (walls, ceiling, doors, lead sleeves at toilets) PCB Materials containing Lead, Mercury (light fixtures) asbestos loose fill vermiculate insulation (concealed within concrete block walls cavities), stored chemicals; silica suspected materials (concrete, cement, gypsum board and any other cementitious building materials). Refer to Part H – Hazardous Materials Surveys

3.0 Definitions and Interpretations

In this Tender the following definitions shall apply:

“City” “Owner” means City of Coquitlam;

“Closing Date and time” means the closing date, time and place as set out in Part B section 1.1 of the Instructions to Tenderers;

“Consultant” means the architect, engineer or other professional consultant engaged to provide services to the Owner.

“Contract” or “Agreement” means a formal written contract between the Owner and a Tenderer, whose Tender the Owner has accepted, to undertake the Work, the preferred form of which is attached as Part D of the Tender;

“Contract Document” means the agreement between the Owner and Contractor, the Definitions and the General Conditions shall be based on those contained in Canadian Construction Document’s Committee CCDC 2 Stipulated Price Contract - 2008, amended and supplemented herein;

“Contractor” means a Tenderer whose Tender the Owner has accepted and to whom the Contract has been awarded;

“Drawings” means the graphic and pictorial portions of the Tender Documents issued as an appendix to the ITT;

“Email” address means [email protected]

“Form of Tender” means the Form of Tender in Part C of the ITT;

“GST” means the Goods and Services tax payable and imposed pursuant to Part IX of the Excise Tax Act (Canada) as amended;

Page 10: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART A - INTRODUCTION

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 10 of 39

“ITT” means this Invitation to Tender No. 17-05-01;

“Notice of Award” means a written letter of intent from the Owner to a Tenderer that the Owner accepts the Tenderer’s Tender;

“Notice to Proceed” means a written notice and City Purchase Order issued from the Owner to a Tenderer to whom a Notice of Award has been delivered, directing the Tenderer to proceed with the Work in accordance with the Tender Documents;

“Owner” “City” means the City of Coquitlam.

“Place of the Work” means the Place of the Work the designated site or location of the Work identified in the Tender Documents and Contract Documents;

“Provide” means supervise, supply, deliver, install, commission and warranty.

“Specifications” means the Part F of the Tender Documents consisting of the written requirements and standards for products, systems, workmanship, quality, and the services necessary for the performance of the Work;

“Tender” means the Form of Tender submitted to the Owner in response to this ITT;

“Tenderer” means any person(s) or entity (ies) submitting a Tender in response to this ITT;

“Total Tender Price” means the amount stipulated by the Tenderer in the space provided in the Form of Tender which, for greater certainty, is the Tenderer’s proposed Contract Price;

“Website” means www.coquitlam.ca/BidOpportunities

“Work” means all the labour, materials, equipment, supplies, services and other items necessary for the execution, completion and fulfillment of the requirements of the Contract Documents to be performed and fulfilled by the Contractor; and

“Work Site” means the place or places where the Work is to be performed.

END OF SECTION

Page 11: Building Renovation and Lighting Upgrades at Service Centre

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 11 of 39

CITY OF COQUITLAM

TENDER No. 17-05-01

Building Renovation and Lighting Upgrades at Service Centre

PART B

Instructions to Tenderers

Page 12: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART B – INSTRUCTIONS TO TENDERERS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 12 of 39

1.0 Closing Date and Time and Instructions for Tend er Submission

.1 Tenders must be submitted on the Form of Tender provided, accompanied by a copy of the original 10% Bid Bond and will be received by the Owner on or before:

Tender Closing Date: Thursday, July 13, 2017 Tender Closing Time: 2:00 pm local time

.2 Tenders are to be uploaded through Qfile, the City’s file transfer service accessed at website: qfile.coquitlam.ca/bid

1. In the “Subject Field” enter: Tender Number and Name 2. Add files in .pdf format and “Send” (Ensure your web browser remains open until you receive 2 emails from Qfile to confirm upload is complete) Tenderers are responsible to allow ample time to complete the submission process. For assistance, phone 604-927-3060 or Fax 604-927-3035.

.3 Tenders submitted shall be deemed to be received when displayed as a new email in the in-box of the Owner’s email address. The Owner will not be responsible for any delay or for any Tenders not received for any reason, including technological delays or issues by either party’s network or email program, and the Owner will not be liable for any damages associated with Tenders not received. Late receipt will be a cause for rejection.

.4 The City reserves the right to accept Tenders received by fax, email or hand delivered to Coquitlam City Hall, Front Desk Reception, 3000 Guildford Way, Coquitlam, BC V3B 7N2.

.5 For the purpose of the Tender submission, digital copies of original documents and signatures sent electronically are accepted. Original documents are required upon request by the City.

.6 Unevaluated Tender results will be forwarded to participants by email after the Tender closing.

.7 Tender submissions are subject to the Freedom of Information and Protection of Privacy Act and contents may be disclosed if required to do so pursuant to the Act.

.8 Tenderers will not discuss or communicate with one another, the preparation of their Tenders. Each Tenderer will ensure that its participation and that of its team members, in the Tender process is conducted without collusion or fraud. Failure to comply with this requirement may lead to disqualification without further notice or warning.

Page 13: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART B – INSTRUCTIONS TO TENDERERS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 13 of 39

2.0 Withdrawal of Tenders

.1 Tenders may be withdrawn prior to the Tender Closing Date and time upon written request sent to Email: [email protected]

Request for withdrawal must be made by an authorized representative of the Tenderer.

3.0 Late Tenders

.1 The City reserves the right to accept late Tenders to allow for technological delays.

4.0 Amendments to Tenders

.1 Tenders may not be revised or amended after the closing time.

5.0 Inquiries

.1 All inquiries are to be submitted in writing no later than 3 business days prior to Tender Closing Date quoting the Tender Name and Number

Sent to Email: [email protected]

.2 The Owner reserves the right not to respond to inquiries made within 3 days of the Closing Time. Inquiries and responses will be recorded and may be distributed to all Tenderers at the discretion of the Owner.

.3 Tenderers finding discrepancies or omissions in the Tender documents, or having doubts as to the meaning or intent of any provision, should immediately notify the Owner. If the Owner determines that an amendment is required to this ITT, the Owner will issue an addendum in accordance with section 7. No oral conversation will affect or modify the terms of this ITT or may be relied upon by any Tenderer.

6.0 Addenda

.1 Tenderers are required to check the City’s website for any updated information and addenda issued before the Closing D ate at:

www.coquitlam.ca/BidOpportunities

.2 If the Owner determines that an amendment is required to this Tender, the Owner will issue a written addendum by posting it on the City’s website. Any changes to the Tender Documentation issued by means of written Addenda and posted on the City’s website and will form part of the Tender. No amendment of any kind to the Tender is effective unless it is posted in a formal written Addendum on the City website.

Page 14: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART B – INSTRUCTIONS TO TENDERERS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 14 of 39

.3 Upon submitting a Tender, Tenderers will be deemed to have received notice of all Addenda that are posted on the City’s website and deemed to have considered the information for inclusion in the Tender submitted.

7.0 Tender Documents

.1 Tender Documents are available for downloading from the City of Coquitlam website at:

www.coquitlam.ca/BidOpportunities

.2 The following is the list or description of the Tender Documents referred to in the Tender for the above named project: (a) Cover Page, Consultant Directory and Table of Contents to the ITT; (b) Part A – Introduction (c) Part B – Instructions to Tenderers (d) Part C – Form of Tender, including Appendices and Schedules; (e) Part D – Standard Construction Document CCDC 2, 2008, Agreement,

Definitions, the General Conditions of the Stipulated Price Contract; (f) Part E – City of Coquitlam, Supplementary General Conditions, Stipulated Price

Contract CCDC 2 - 2008; (g) Part F – Technical Specifications (h) Part G – Drawings (i) Part H – Hazardous Materials Survey (j) Part I – Service Centre Site Plan (k) Part J – Lighting Scope of Work (l) All other specifications and drawings for the Work referred to in any of the above

listed documents; and, (m) Any and all amendments, addenda, and questions and answers issued by the

Owner prior to the Closing Time.

8.0 Examination of Contract Documents and Place of Work

.1 By submitting a Tender, Tenderers shall be deemed to have inspected and examined the site (Owner owned property) and surroundings and to have reviewed all applicable Contract Documents in order to obtain a satisfactory comprehension of the Work required and shall satisfy themselves and make all investigations necessary as to the quantities, Place of the Work and nature of the work, the means of access to the site, the accommodation and facilities they may require, and the conditions under which the labour force will be employed, and in general have themselves obtained all necessary information, local or otherwise, as to risks, contingencies, and other circumstances which may influence or affect their Tender. Additional payment will not be allowed for any such site conditions which a Tenderer, experienced in work similar to the Work, would have observed by these inspections.

.2 The Owner gives no guarantee of any kind in relation to any Work site or geotechnical information provided in or with the Tender documents. Tenderers must evaluate such information themselves relative to actual conditions.

Page 15: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART B – INSTRUCTIONS TO TENDERERS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 15 of 39

9.0 Tender Submission Form and Contents

.1 Submission - Tenders should reference the Tenderer’s name, title of the project and Tender reference number.

.2 Form of Tender – Tenderers should complete the Form of Tender attached as Part C, including Appendices 1 to 9 . Tenderers are encouraged to respond to the items listed in Appendices 1 to 8 in the order listed. Tenderers are encouraged to use the forms provided and attach additional pages as necessary. (*Note - Schedules 1 through 3 of Part C – FORM OF TENDER are not to be included with your Tender submission.)

.3 Signature - The legal name of the person or firm submitting the Tender should be signed by a person authorized to sign on behalf of the Tenderer. For the purpose of this Tender, electronic signatures will be accepted as defined by the Electronic Transactions Act.

10.0 Total Tender Price

.1 The Total Tender Price is to be entirely in Canadian currency and will consist of: (a) the total of all prices for all items listed in the Form of Tender; and (b) all applicable taxes and fees, excluding GST

.2 The Total Tender Price will include any and all amounts the Tenderer will accept for performing the Work and any and all costs of any kind that the Tenderer might incur in connection with the Work, including, without limitation, all costs of labour, supervision, materials, equipment, traffic control, provisions required to ensure maintaining the site operational throughout the Term of the project, financing, posting bonds, completion of substantial completion documentation, carrying insurance and overhead and any and all profits.

.3 The Owner, in respect of any Tender, in order to meet budget limitations, or for any reason, may choose to proceed with only some, but not all of the Work, as originally described in the Tender documents, and as bid on in any Tender, and accept a Tender on that basis, in which case the scope of the Work will be reduced to those items identified in a Notice of Award as being the Work with which the City wishes to proceed and the Total Tender Price will be adjusted accordingly.

11.0 Opening of Tenders

.1 Tenders will not be opened in public. The unevaluated Tender results will forwarded by email to participating Tenderers.

12.0 Tender Status

.1 Tenderers will be notified in writing of the award of Tender.

Page 16: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART B – INSTRUCTIONS TO TENDERERS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 16 of 39

13.0 Bonding

.1 Each Tender shall be accompanied by a Bid Bond duly completed by a surety company authorized and licensed to carry on business in British Columbia and having an office in British Columbia, payable to the “City of Coquitlam”, in the amount of ten percent (10%) of the Total Tender Price.

.2 The Contractor shall, no later than 10 business days after receipt of “Notice of Award”, provide to the Owner a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the Contract Price, or as otherwise agreed to in writing from the Owner”. The cost of all Bond premiums shall be included in the Total Tender Price, and noted on the schedule of pricing sheet.

.3 The forms of the Bonds should be those issued by the Canadian Construction Documents Committee as follows:

Bid Bond: CCDC 220 (latest) Performance Bond: CCDC 221 (latest) Labour and Material Payment Bond: CCDC 222 (latest)

14.0 Owner’s Interest (Acceptance of Tenders)

Notwithstanding anything to the contrary contained in the ITT or any other document, material or communication:

.1 The Owner will not necessarily accept the Tender with the lowest Total Tender Price, or any Tender, and the Owner reserves the right to reject any and all Tenders at any time without further explanation and to accept any Tender the Owner considers to be in any way advantageous to it. The Owner’s acceptance of any Tender is contingent on having sufficient funding for the Work and a Contract with a Tenderer. Tenders containing qualifications will be considered to be non-conforming Tenders in that they will fail to conform to the requirements of the Tender documents and on that basis they may be disqualified or rejected. Nevertheless, the Owner may waive any non-compliance with the requirements of the Tender documents, specifications or any conditions, including, without limitation, the timing of delivery of anything required by these Tender documents, and the Owner, at its discretion, may consider non-conforming Tenders and accept a non-conforming Tender.

.2 Where the Owner is of the view, in its sole discretion, that there is an ambiguity or other discrepancy which cannot be discerned or resolved from examining the contents of the Tender, then whether or not such an ambiguity or discrepancy actually exists on the face of the Tender, the Owner may, prior to Contract award, solicit clarification from the Tenderer or accept clarification from the Tenderer on any aspect of its Tender. Such clarification may include the acceptance of any further documents or information which will then form part of the Tender. The soliciting or accepting of such clarification (whether or not solicited) by the Owner will be without any duty or obligation on the Owner to advise any other Tenderers or to allow them to vary their Total Tender Prices as a result of the acceptance of clarification from any one or more Tenderers and the Owner will have no liability to any other Tenderer(s) as a result of such acceptance of clarification.

Page 17: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART B – INSTRUCTIONS TO TENDERERS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 17 of 39

.3 All Tenders will remain open for the Owner to accept at any time for a period of sixty (60) calendar days after the Closing Time.

.4 If the Owner considers that all Tenders are priced too high, it may reject them all.

.5 The Owner, prior to awarding of any Contract, may negotiate with the Tenderer presenting the lowest priced Tender, or any Tenderer, for changes in the Work, the materials, the specifications or any conditions, without having any duty or obligation to advise any other Tenderers or to allow them to modify their Tenders, and the Owner will have no liability to any Tenderer as a result of such negotiations or modifications.

.6 The Owner and its representatives, agents, Consultants and advisors will not be liable to any Tenderer for any claims, whether for costs, expenses, losses, damages, or loss of anticipated profits, or for any other matter whatsoever, incurred by a Tenderer in preparing and submitting a Tender, or participating in negotiations for a final Contract, or other activity related to or arising out of this ITT, including in the event the Owner accepts a non-compliant Tender or otherwise breaches the terms of this ITT.

.7 The Owner may award a Contract on the basis of policies and preferences not stated or otherwise than as stated in the ITT.

.8 The Owner may evaluate Tenders on the basis of experience, qualifications, reputation and resources and will consider favourable Tenderers that have or comply with:

● Qualified technical and skilled trades personnel having a minimum of five (5) years proven experience in construction projects of similar size, scope and complexity.

.9 A pre-award meeting will be conducted with the preferred Contractor prior to award to confirm project details and expectations of the City.

Page 18: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART B – INSTRUCTIONS TO TENDERERS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 18 of 39

15.0 Fees, Permits and Licenses

.1 Except for the Building Permit for the Optional Separate Price 1 (garage door increase height at VSB) that the City will apply and pay for, no Building Permit is required. The Contractor will obtain and purchase all other required permits, licenses including a Coquitlam business license, and certificates required for the performance of the Work. The Contractor shall provide the review authorities with such plans and information as may be required for issue of acceptance certificates. The Contractor shall provide review certificates to the Owner and/or consultant in evidence that Works installed conform to the requirement of the authority having jurisdiction.

.2 The Owner will not be liable in any way for any such costs not included in the contract, except as may otherwise be indicated in the contract documents, and the Contractor will indemnify the Owner for and save it harmless from any and all losses incurred with respect thereto.

16.0 Codes and Standards

The Contractor shall:

.1 Execute the Work in accordance with all applicable codes, standards and authorities having jurisdiction.

.2 Conform to the latest issue of codes and standards specified, as amended and revised on the date of receipt of Tenders unless otherwise required to meet applicable Codes and Standards.

.3 Materials and workmanship must conform to or exceed applicable standards of Canadian Government Specification Board (CGSB), Canadian Standards Association (CSA), American Society for Testing and Materials (ASTM) and other referenced organizations.

.4 If required by the Owner and/or consultant(s), the manufacturer/supplier shall furnish documentation indicating compliance with the requirements of the B.C. Building Code including, and where required, certification by a Professional Engineer registered in the Province of British Columbia.

17.0 Conflict of Interest

.1 By submitting a Tender, the Tenderer represents and warrants that:

a) Prior to submitting the Tender, the Tenderer has disclosed to the Owner in writing any actual or potential conflict of interest;

b) The Tenderer has not and will not offer or provide any gifts or personal benefit to any elected or appointed representative or employee of the Owner;

c) Except as disclosed in writing by the Tenderer, no elected or appointed representative or employee of the Owner: i) Has any interest in the Tenderer by way of ownership or management,

or

Page 19: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART B – INSTRUCTIONS TO TENDERERS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 19 of 39

ii) Is entitled to have any interest in the Contract or any benefit arising therefrom; and

d) The Tenderer has not and will not solicit or lobby any individual elected or appointed representative or employee of the Owner in regard to the award of the Contract.

18.0 Discrepancies in Tender Submission

.1 If there are any obvious discrepancies, errors or omissions in the Appendix 1 Schedule of Prices (Contract Price) then the Owner shall be entitled to make obvious corrections, but only if, and to the extent, the corrections are apparent from the Tender as submitted, and in particular: (a) if there is a discrepancy between a unit price and the extended total, then

the unit prices shall be deemed to be correct, and corresponding corrections will be made to the extended totals;

(b) If a unit price has been given but the corresponding extended total has been omitted, then the extended total will be calculated from the unit price and the estimated quantity;

(c) If an extended total has been given but the corresponding unit price has been omitted, then the unit price will be calculated from the extended total and the estimated quantity.

(d) If there is a discrepancy between the written total Tender price and amount stated in numerical figures, the amount stated in writing shall prevail.

19.0 Product Approval

.1 Wherever any material, machinery, equipment and fixtures (“Product ”) is specified or shown herein by description of proprietary items, model numbers, catalogue numbers, manufacturer, trade names or similar reference, the Tender and award of the Contract will be based upon the use of such products. Use of such product descriptions in the Tender documents is intended to establish a reference by which to measure the quality of the products required for the Work. In respect of specific situations for which two or more interchangeable products are shown or specified in the Tender documents, the Tenderer may choose which to use.

.2 For approval of products for use in substitution fo r those specified in the Tender documents, Tenderers will submit a request i n writing to the Owner at least seven (7) working days prior to the closin g date. Requests will clearly define and describe the product for which approval is requested and be accompanied by manufacturer's literature, specifications, drawings, cuts, performance data or other information necessary to completely describe the product.

20.0 Scheduling, Completion and Coordination

.1 Time is of the essence for all purposes in relation to the ITT, the Contract and the Work. This requirement can be waived only by explicit written waiver by the Owner and any such waiver will not be a general waiver but will be effective only as

Page 20: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART B – INSTRUCTIONS TO TENDERERS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 20 of 39

explicitly stated in the written waiver.

.2 The Tenderer agrees to execute the Contract and start work under the Contract within approximately seven (7) working days of the Notice to Proceed.

Construction shall be substantially complete on or before Monday October 30, 2017.

Note: All work is to be completed as per agreed upon construction schedule.

.3 Within fourteen (14) working days of the receipt of the Notice of Award for the Contract, the successful Tenderer will also be required to submit a site specific safety and health plan addressing as a high-level overview the health and safety issues including, but not limited to hazards; site use plan (showing; access routes, muster station, fire safety equipment, emergency contact numbers, public safety measures, etc.) mitigation measures; site orientations; safety meetings; first aid attendant requirements; and training requirements and record keeping.

21.0 List of SubContractors and Materials Suppliers

.1 The Tenderer will include in the Tender, in Appendices 4 and 5, a list of proposed SubContractors, providing their names, addresses of places of business and the part of the Work to be performed and/or the equipment or materials to be supplied by each of them. Pursuant to Appendix 4, the Owner reserves the right to object to any of the SubContractors and Suppliers listed in a Tender. If the Owner objects to a listed SubContractor and/or Supplier then the Owner will permit a Tenderer to, within five (5) Working days, propose a substitute SubContractor and/or supplier acceptable to the Owner. A Tenderer will not be required to make such a substitution and, if the Owner objects to a listed SubContractor and/or supplier, the Tenderer may, rather than propose a substitute SubContractor and/or supplier, consider its Tender rejected by the Owner and by written notice withdraw its Tender.

22.0 Non-Resident Withholding Tax

.1 If the Tenderer is a non-resident of Canada and does not provide to the Owner a waiver of regulation letter, the Owner will withhold and remit to the appropriate governmental authority the greater of: (a) 15% of each payment due to the Contractor; or (b) the amount required under applicable tax legislation.

23.0 Confidentiality

.1 All Tenders become the property of the Owner and will not be returned to the Tenderer. Tenders will be held in confidence by the Owner unless otherwise required by law. Tenderers should be aware the Owner is subject to the Freedom of Information and Protection of Privacy Act of British Columbia and Tender contents may be disclosed if required to do so pursuant to the Act.

Page 21: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART B – INSTRUCTIONS TO TENDERERS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 21 of 39

24.0 Protection of Public, Work, Property, Material On-site, Access and Site Security

.1 Protection of the public from all construction hazards is the full responsibility of the Contractor. This includes protecting the users of the facilities adjacent to the work site.

Safety hoarding (consisting of minimum 1.8 metre high construction fencing) to the minimum extent shown on the plans, signs warning of construction activity, construction flag personnel and all other appropriate safety measures must be installed and implemented prior to any construction and monitored for effectiveness throughout the Contract. All hoarding and other site protection measures must be completely removed from the project by the Contractor upon completion of all Work.

.2 The Contractor shall adequately protect all work completed or in progress. Any work damaged or defaced due to failure to provide such protection shall be removed and replaced or repaired, as directed by the Owner and/or Consultant(s) at no increase in the Total Tender Price(s).

.3 The Contractor shall assume full responsibility for any damage to existing local roads, paving, walks, adjacent building and property, services, etc., caused by construction operations. The Contractor shall repair and make good same, or bear the expense of such repairing.

.4 Security and care of all material and equipment delivered to site is full responsibility of the Contractor.

.5 The Contractor shall notify the Owner and/or Consultant(s) immediately of any damage to existing amenities or services and shall remove and replace its work at no additional charge to allow repairs or replacement to affected damaged amenities or services.

.6 Special attention is to be given to any existing fire protection and alarm systems. Prevention plan and procedures are to be put in place to eliminate false alarms.

.7 The Contractor will be responsible for site security and site safety throughout the Contract duration.

.8 Designated access to and from the construction site as indicated on the plans. Where the designated access is not shown on the plans, the Contractor will be responsible for identifying the construction access route to the work area and for obtaining the necessary approval from the City of Coquitlam.

All construction traffic must use the designated site access including heavy equipment, trucks and workers‟ personal vehicles.

Page 22: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART B – INSTRUCTIONS TO TENDERERS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 22 of 39

The Contractor will be responsible for maintenance of the construction access, and any temporary accesses constructed to access the field work area. This will include keeping the existing paved access roads and parking lot areas clean of silt and dirt as well as repair of any pavement or concrete curbs broken due to construction activity. The Contractor is also responsible to restore the disturbed areas to existing condition or better after construction, as determined by the consultant or Owner.

25.0 Specifications

.1 The Tenderer shall be responsible for all materials and labour required to complete the Work to the full intent of the Drawings and Specifications including changes made by addenda, supplemental instructions, Change Directives or Change Orders. The Specifications are complementary to the Drawings and details and what is required by any one shall be as binding as if required by all.

.2 The Definitions and General Conditions of the Contract, Supplementary General Conditions, and General Requirements all form an integral part of each individual section of the Specifications and shall be read, interpreted, and coordinated with all other parts.

26.0 Disposal of Waste

.1 Fires, burning or burying of rubbish and waste materials on the site are not permitted.

.2 Disposal of waste or volatile materials, such as mineral spirits, oil or paint thinner into waterways, storm or sanitary sewers are prohibited.

.3 A container for waste must be provided. Any hazardous materials shall be kept separate. Waste materials must be disposed of in accordance with authorities and regulatory bodies having jurisdiction.

27.0 Cleaning During Construction The Contractor shall:

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

.2 Maintain work site and public properties free from accumulations of waste materials on a daily basis.

.3 Provide Street cleaning in the immediate vicinity to remove any construction waste from the site.

Page 23: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART B – INSTRUCTIONS TO TENDERERS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 23 of 39

28.0 Existing Area

.1 The Contractor shall conduct construction operations with minimum interference to adjacent public or private roadways, parking lots, sidewalks and access facilities in general. All work site areas are to be free of material, debris and equipment at all times.

29.0 No Claim

.1 Except as expressly and specifically permitted in these Instructions to Tenderers, no Tenderer shall have any claim for any compensation of any kind whatsoever, relating to this Tender, including accepting a non-compliant bid, and by submitting a Tender, the Tenderer shall be deemed to have agreed that it has no claim.

30.0 Right to Accept or Reject any Tender

.1 The Owner reserves the right to accept or reject any or all Tenders and the lowest or any Tender may not necessarily be accepted.

31.0 Cancellation of Tender

.1 The Owner reserves the right to cancel any request for Tender at any time without recourse by the Tenderer. The Owner has the right to not award this work for any reason including choosing to complete the work with the Owner’s own forces.

32.0 Cost of Tender Preparation

.1 The Owner will not under any circumstances be responsible for any costs incurred by the Tenderer in preparing the Tender.

END OF SECTION

Page 24: Building Renovation and Lighting Upgrades at Service Centre

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 24 of 39

CITY OF COQUITLAM

TENDER No. 17-05-01

Building Renovation and Lighting Upgrade at Service Centre

PART C

FORM OF TENDER

Page 25: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 25 of 39

CITY OF COQUITLAM

Form of Tender

Summary

TENDER No. 17-05-01

Building Renovation and Lighting Upgrades at Servic e Centre

Name of Tenderer:

Tender Price (exclude GST): $ (FROM APPENDIX 1 OF FORM OF TENDER)

Tender submitted must be accompanied by a copy of the original 10% Bid Bond and will be received:

On or before 2:00 pm (local time) on Thursday, July 13, 2017

Instructions for Tender Submission

Tender submissions are to be consolidated into one (1) PDF file uploaded electronically through QFile, the

Owner’s file transfer service accessed at website: qfile.coquitlam.ca/bid

1. In the “Subject Field” enter: Tender Number and Name 2. Add files in .pdf format and “Send” (Ensure your web browser remains open until you receive 2 emails from Qfile to confirm upload is

complete)

Tenderers are responsible to allow ample time to complete the Tender submission process.

If assistance is required, phone 604-927-3060 or fax 604-927-3035.

Tender Submission

Page 26: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 26 of 39

Complete and return this section Part C – Form of Tender including Appendices 1 to 9

Project/Contract: Building Renovation and Lighting Upgrades at Service Centre

Project/Contract No.: Tender No. 17-05-01 OWNER: CITY OF COQUITLAM

PRIME CONSULTANT: MIZA Architects Quantum Lighting Inc. (For Lighting Upgrades)

Having carefully examined the plans, the site and the conditions affecting the Work, and having carefully read the specifications and the conditions of contract, we, the undersigned, offer to furnish all materials, labour, equipment and permits necessary to complete properly the entire Work, in all particulars, in accordance with the Contract Documents and instructions of the Project Manager or his authorized representatives for the sum of:

PRICE of TENDER, which excludes GST is:

DOLLARS In lawful money of Canada. (State in writing) $ (State in numbers)

PRICE of GST of (5%) payable by the Owner to the Contractor

DOLLARS In lawful money of Canada. (State in writing) $ (State in numbers)

TOTAL TENDER PRICE, which includes the Tender and G ST price is:

DOLLARS In lawful money of Canada. (State in writing) $ (State in numbers)

BID BOND: We enclose herewith a copy of an original Bid Bond in the amount of 10% of the Total Tender Price, made out in favour of the Owner issued by a

Page 27: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 27 of 39

company licensed to carry on such business in Canada, and in British Columbia. The original bid bond will be provided to the Owner upon request.

FORFEIT: In the event of this Tender being accepted within the time stated below and our failure to enter into a Contract in the form hereinafter stated for the amount of our Tender, the said security or the difference between this Tender and the Tender for which the Contract is signed, may be forfeited in lieu of damages to which the Owner may be entitled by reason of our failure/refusal to enter into a Contract.

OWNER’S The Owner reserves the right to reject any or all Tenders or to accept INTEREST: any Tender or part of any one Tender as may be deemed to be in their

interests. The lowest or any Tender may not necessarily be accepted.

Where only one Tender is received the Owner may reject such and re-Tender on a selected basis including the sole Tenderer.

IRREVOCABLE In submitting this Tender, it is understood that the Tender is irrevocable TENDER: and is open for acceptance until sixty (60) days have expired from the

(Acceptance Period ) Tender closing time.

SUBSTANTIAL PERFORMANCE: The Tenderer will perform and complete all of the Work and to provide all

the labour, equipment and material specified herein.

The Tenderer is anticipated to start the Work on or about end of July, 2017. The Contractor will proceed with the Work diligently, will perform the Work generally in accordance with the Preliminary Construction Schedule as set out in the ITT as required by the Contract Documents and will achieve Substantial Performance of the Work on or before October 30, 2017.

TENDERERS The Tenderer has no right of claim against the Owner or his INTERESTS: representatives in any way whatsoever in the event that this or any

Tender is not accepted and/or no contract entered into.

APPENDICES: The following Appendices forms are attached: Appendix 1 – Schedule of Values Appendix 2 – Unit Prices Appendix 3 – Optional Prices Appendix 4 – Force Account Labour and Equipment Rates Appendix 5 – SubContractors Appendix 6 – Suppliers Appendix 7 – Experience and References Appendix 8 - Bid Bond Appendix 9 – Preliminary Construction Schedule.

(*Please note, Schedules 1 through 3 (Incl.) of Par t C – FORM OF TENDER are not to be included with your Tender submission.)

Page 28: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 28 of 39

LETTER OF INTENT

If notified in writing by the Owner of the intent of acceptance of this Tender within the Tender Acceptance Period of the Tender Closing Time subject to other periods as may be specified in the Tender documents the City will within ten (10) business days, conduct a pre-award meeting. The tenderer will subsequently deliver to the Owner:

(a) a Performance Bond and a Labour & Material Payment Bond,

each in the amount of fifty percent (50%) of the Total Tender Price, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the Owner;

(b) Agreed upon Schedule of Values;

(c) a finalized critical path Construction schedule;

(d) a detailed traffic management plan addressing vehicular and pedestrian movement, safety and access with specific detailing on methods, building and maintenance of temporary structures signage and materials used to maintain Site operations; and access to staff and public users of the Work Site;

(e) a detailed Site Specific Safety and Health Plan addressing as a high-level overview the health and safety issues including, but not limited to hazards, mitigation measures, site orientations, safety meetings, first aid attendant requirements, and training requirements and record keeping;

(f) A WorkSafeBC “clearance letter” and Prime Contractor

Designation letter indicating that the Tenderer is in WorksafeBC compliance;

(g) A City of Coquitlam or Tri-cities Intermunicipal Business License; (h) A completed and signed Certificate of Insurance (in the form

attached as Schedule to this Form of Tender) indicating that all such insurance coverage is in place;

NOTICE TO Upon the Owner receiving from the successful Tenderer the documents PROCEED: described above, the Owner will give to the Tenderer a Notice to Proceed

and the Tenderer will: (a) Duly execute and return to the Owner the original and two (2)

executable copies of a final form CCDC Document No. 2 Agreement between Owner and Contractor.

(b) Commence construction within seven (7) days of the date of acceptance of this Tender or other longer period as may be approved in writing by the Owner, or his representative.

ADDENDA:

Page 29: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 29 of 39

We, the Tenderer acknowledge receipt of the following Addenda issued and incorporated in this Tender price:

Addendum No. Date Issued

Upon submitting a Tender, Tenderers are deemed to have received all Addenda issued and posted on the Owner’s Website and deemed to have considered the information for inclusion in the Tender submitted.

COMPLETION DATE: The Owner requests Substantial Performance of the Work on or before October 30, 2017 . Final Completion on or before November 14, 2017. The Contractor confirms that Substantial Completion will be performed by:______________ The Contractor confirms that Final Completion will be performed by:___________________

CONFLICT OF INTEREST:

Tenderers shall disclose any actual or potential conflicts of interest and existing business relationships it may have with the City, their elected or appointed officials or employees:

CONFIRMATION OF QUALIFICATIONS: The Contractor confirms that the Roofing trade is a member in good standing with the National Roofing Contractors Association (NRCA) and/or the Roofing Contractors Association of British Columbia (RCABC) and they will employ qualified technical and skilled trades personnel having a minimum of five (5) years proven experience in construction projects of similar size, scope and complexity. Confirmed: (Yes/No) ________ The electrical contractor performing the lighting retrofits must be a certified “Power Smart Alliance Member.” Alliance number confirmation will be required. Confirmed: (Yes/No) ________

Page 30: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 30 of 39

AUTHORIZATION: We hereby submit our Tender for the work as specified and undertake to carry out the work in accordance with the Tender documentation including drawings, specifications and scope of work:

Company Name:

Address:

Phone:

GST Registration No.:

Project Contact: Name and Title of Individual for communication related to this Tender (please print)

Contact Email:

Name & Title of Authorized Signatory: (please print)

Signature:

Date:

The signature is an authorized person of the organization and declares the statements made in their submission are true and accurate.

For the purpose of this Tender, electronic signatures will be accepted.

Page 31: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 31 of 39

APPENDIX 1 - SCHEDULE OF VALUES

Project/Contract: Building Renovation and Lighting Upgrades at Service Centre

Project/Contract No.: Tender No. 17-05-01

From Tenderer: _________________________________(Company name)

BUILDING LOCATION DESCRIPTION PRICES

VEHICLE SERVICE (VSB)

1 ROOF REPLACEMENT AS PER DRAWINGS & SPECIFICATIONS -$

2 REPLACEMENT OF EXTERIOR OVERHEAD DOORS -$

3 REPLACEMENT OF SOUTH ENTRY AND EXIT DOORS -$

4 EXTERIOR AND INTERIOR PAINTING -$

5 NEW RESILIENT SHEET FLOORING -$

6 NEW CARPET FLOORING -$

7 NEW KITCHEN MILLWORK -$

8 NEW WINDOW ROLLER BLINDS -$

9 REPLACEMENT OF PLUMBING FIXTURES -$

-$

VEHICLE SERVICE (VSB)

10 LIGHTING UPGRADES (refer to Appendix 2 and Parts F,I,J) -$

WATER SEWER UTILITY (WSU)

11 LIGHTING UPGRADES (refer to Appendix 2 and Parts F,I,J) -$

LARGE TRAILER (LT-Parks, Survey)

12 LIGHTING UPGRADES (refer to Appendix 2 and Parts F,I,J) -$

AUXILIARY BUILDINGS (AB)

13 LIGHTING UPGRADES (refer to Appendix 2 and Parts F,I,J) -$

ANIMAL SHELTER (AS)

14 LIGHTING UPGRADES (refer to Appendix 2 and Parts F,I,J) -$

YARD/PARKING LOT (YPL)

15 LIGHTING UPGRADES (refer to Appendix 2 and Parts F,I,J) -$

-$

16 MOBILIZATION -$

17 INSURANCE -$

18 LABOUR & MATERIAL BOND - $ /$1,000.00 -$

19 PERFORMANCE BOND - $ /$1,000.00 -$

20 AS-BUILT & CLOSE OUT DOCUMENTATION, WARRANTIES &

COMMISSIONING -$

21 DEMOBILIZATION -$

OTHERS NOT LISTED ABOVE (SPECIFY):

22 -$

23 -$

SUB TOTAL (Lighting Upgrades):

CITY OF COQUITLAM

APPENDIX 1 - SCHEDULE OF VALUES

TOTAL PRICE (EXCLUDE GST): $ -

SUB TOTAL (VSB Renovation):

Page 32: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 32 of 39

APPENDIX 2 – UNIT PRICING

Project/Contract: Building Renovation and Lighting Upgrades at Service Centre

Project/Contract No.: Tender No. 17-05-01

Quantity Luminaire Type Lamp TypeLamp

WattageLamps/

LuminaireBallasts/

LuminaireLuminaire Description Primary Specification Alternate Specification Unit Price Total Price

14 A1-LED-RET LED 37W 1 1 New: 2x4 Recessed LED, 3500K retrofit kit, 37W Philips: EvoKit 2x4 P 42L 38W 835 2 0-10 7 G3, Seismic cable 502435 (x2) n/a $0.00126 A1-LED-RET-B LED 32W 1 1 New: 2x4 Recessed LED, 3500K retrofit kit, 32W Philips: EvoKit 2x4 P 36L 32W 835 2 0-10 7 G3, Seismic cable 502435 (x2) n/a $0.002 C2-LED LED 41W 1 1 New: 4' Wrap LED, 4000lm Lithonia: LBL4 40L EZ1 LP835 n/a $0.0041 E1 LED 2W 1 0 New: Indoor Self-powered LED Exit Sign Beghelli SL-RM-SP-L-U-OLR-M n/a $0.00

2 G2-LED F32T8 15.0W 2 1New 4' Industrial T8 HE ballast, T8 LED lamp (2)

Fixture: Peerless Electric NIRA-4-232, Ballast: Philips Advance IOP-2P32-SC, Lamps: Philips Lighting: 12T8/48-4000 IF 10/1

n/a $0.00

8 H2-LED F32T8 15.0W 4 1New: 8' Vaporproof T8 HE ballast, T8 LED lamps (4)

Fixture: Peerless Electric DCC-8-432, Ballast: Philips Advance IOP-2P32-SC, Lamps: Philips Lighting: 12T8/48-4000 IF 10/1

n/a $0.00

2 K1-LED LED 142W 1 1 New: LED High-bay (20,000lm) Philips: FBX-20L-L-40-UNV-LFA, WG-FBX-2W n/a $0.005 K3-LED LED 178W 1 1 New: LED High-bay (24,000lm) Philips: FBX-24L-L-40-UNV-LFA, WG-FBX-2W n/a $0.0050 K1-LED-OS LED 142W 1 1 New: LED High-bay (20,000lm), integrated O/S Philips: FBX-20L-L-40-120-MD360D-LFA, WG-FBX-2W n/a $0.001 L24D LED12W 12W 1 0 LED: 12W A21 (rated for enclosed fixtures), 3000K GE Lighting: LED12DA21FE/830FE n/a $0.006 P1 LED 16.7W 1 1 New: LED Dish Lithonia: OLCFM15-DDB n/a $0.0037 P5 LED 13W 1 1 New: 6" Diameter LED Downlight Retrofit (dry/damp location) 1000-1200 lm GE: LRX-R6-10-8-35-MD n/a $0.004 R7-LED F25T8LED 10.5W 2 1 Retrofit: T8 HE ballast, F25T8 LED lamps (2) Philips Advance: IOP-2P32-SC, Philips Lighting: 10.5T8/36-4000 IF 10/1 Refer to notes in Product Specifications $0.0048 R9-LED F32T8LED 15.0W 1 1 Retrofit: T8 HE ballast, F32T8 LED lamp (1) Philips Advance: IOP-2P32-SC, Philips Lighting: 12T8/48-4000 IF 10/1 Refer to notes in Product Specifications $0.00

239 R10-LED F32T8LED 15.0W 2 1 Retrofit: T8 HE ballast, F32T8 LED lamps (2) Philips Advance: IOP-2P32-SC, Philips Lighting: 12T8/48-4000 IF 10/1 Refer to notes in Product Specifications $0.00103 R14-LED F32T8LED 15.0W 4 1 Retrofit: T8 HE ballast, F32T8 LED lamps (4) Philips Advance: IOP-4P32-SC, Philips Lighting: 12T8/48-4000 IF 10/1 Refer to notes in Product Specifications $0.003 S1 LED 12W 1 1 New: LED Wall Light - 120V Lithonia: OLWP-11-PE-BZ n/a $0.0019 S3 LED 45W 1 1 New: LED Wall Pack (large) 120V, 45W Lithonia: TWP LED 20C 700 40K T3M MVOLT DBLXD n/a $0.008 S4 LED 67W 1 1 New: LED Wall Pack (large) 120V, 67W Lithonia: TWP LED 30C 700 40K T3M MVOLT DBLXD n/a $0.0011 S6 LED 26W 1 1 New LED Ceiling Fixture (medium) Premier: WF52412-4X5LED35 (4100K) n/a $0.004 S9 LED 42W 1 1 New: LED Floodlight (70W-150W HID Equiv.) Lithonia: DSXF1LED-P2-40K-WFL-MVOLT-YKC62-DBLXD n/a $0.006 S10 LED 78W 1 1 New: LED Floodlight (150W-250W HID Equiv.) Lithonia: DSXF2LED-P2-40K-WFL-MVOLT-YKC62-DBLXD n/a $0.0017 S10B LED 129W 1 1 New: LED Floodlight (250W-400W HID Equiv.) Lithonia: DSXF3LED-P1-40K-WFL-MVOLT-YKC62-DBLXD n/a $0.002 S13 LED 108W 1 1 New: LED Area Light (Type 5) Lithonia: KAX1LED-P2-40K-R4-MVOLT-SPA-DBLXD n/a $0.0014 S10-HO LED 487W 1 1 New: LED Floodlight, high output 487W, 120V-277V Lithonia: HLF2 LED P2 40K MFL MVOLT IS DBLXD n/a $0.007 W21 N/A N/A 0 0 Remove Fluorescent n/a n/a $0.001 W22 N/A N/A 0 0 Remove n/a n/a $0.001 Q1 LED11W 11.2W 1 1 LED Wall Sconce Lithonia: SWBLED, DLSD1 n/a $0.002 LENS n/a 0W 0 0 Replace 4' Wrap Lens Contact Walsh Plastics n/a $0.00

783

Basic Controls

Quantity Primary Specification Alternate Specification Unit Price Total Price

1 SensorSwitch: CM-PDT 9 & PP-20 n/a $0.001 SensorSwitch: WV-PDT-16 & PP-20-2P n/a $0.005 SensorSwitch: PTS-720-WH n/a $0.00

20 SensorSwitch: WSX-PDT-WH n/a $0.004 Sensorswitch: WSX-PDT-D-SA-WH n/a $0.009 Sensorswitch: sPODMRD-WH n/a $0.00

12 Sensorswitch: WSX-PDT-D-SA-WH n/a $0.004 Sensorswitch: SPODMR-WR-WH-K3 n/a $0.002 SensorSwitch: WSX-PDT-2P-WH n/a $0.00

58

Notes: Subtotal: $0.00

1. All unit prices provided shall include both Materials and Labor 2. Pricing may be submitted for one or both specifications. Other: 3. For addional details/requirements, refer to Product Specification Notes and Project Specifications. Other:

Other:

Total Project Price (Exclude GST): $0.00

CT10 - Programmable Timer Switch 12hr-120VCT5-2P - WideView OS & PP (x2)-120V

CT1 - OS only (& PP)-120V

Control Description

CT26-2P - 2 Pole OS Wall Switch-120VCT46A - Wireless ceiling mount occupancy sensor (450sf) & switch

CT39B - 0-10V/1200VA LED DimmerCT39C - 0-10V/1200VA LED Dimmer & O/S

CT26 - OS Wall Switch-120VCT26B - Dimmer & OS Wall Switch-120V, new switch location (re-wiring)

Page 33: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 33 of 39

APPENDIX 3 –OPTIONAL PRICING

Project/Contract: Building Renovation and Lighting Upgrades at Service Centre

Project/Contract No.: Tender No. 17-05-01

From Tenderer: ________________________________________________ Company name

The following is a list of Optional Prices and forms part of this Contract, upon the acceptance of any or all of the Optional Prices. The Optional Prices are a deduction from or addition to the Total Tender Price and do not include GST. DO NOT state a revised Total Tender Price.

Optional Separate Price s (VSB) Price

1.

Increase overhead door height by approximate 2 feet including related structural upgrades and integration with existing surrounding exterior finishes (Refer to drawings A210 , A401, A710 and S1.0)

$

2.

Additional Drains: Price to supply and install new spun copper clamp-tite roof drains in locations determined after the base sheet has been installed. Price per drain shall include all drain related hardware, cutting of the roof deck, supply and installation of the drain and sealing, or closing off, of the drain. Internal plumbing connections and opening the drain to be provided by others at a later date.

$ /per drain

3.

Wood Blocking Replacement: Price to supply and install new matching wood blocking as required to replace any damaged and/or deteriorated existing wood blocking, per board foot. Replacement of wood blocking to be endorsed by QA Observer.

$ /LF

Page 34: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 34 of 39

APPENDIX 4 – FORCE ACCOUNT LABOUR AND EQUIPMENT RAT ES

Project/Contract: Building Renovation and Lighting Upgrades at Service Centre

Project/Contract No.: Tender No. 17-05-01

From Tenderer: ________________________________________________ Company name

1. Contractors Current Own Forces Labour Rates

Tenderers should provide Force Account Labour Rates in the table below for all labour categories that will be involved in the Work. The labour rates will remain firm for the term of the Contract and will be used by the Owner for the purpose of evaluating and valuing changes in the Work in the case of lump sum, or in case of force account valuation.

The labour rates provided below are all inclusive and include without limitation, wages, taxes and assessments and benefits payable in accordance with applicable laws, mobilization and demobilization, supervision, administration, small tool allowance including small tool rental, overhead and profit.

For the purposes of the above, small tools are considered to be any tool worth $2,000 or less in new value. All other tools should be listed as equipment in the table under item 2 below.

Labour Category Straight Time/hr

(exclude GST)

Overtime Rate/hr

(exclude GST)

1 Project Manager $ $

2 Site Superintendent $ $

3 Foreman $ $

4 Carpenter $ $

5 Roofer $ $

6 Painter $ $

7 Plumber $ $

8 Labourer / Helper $ $

9 Electrician $ $

10 Welder $ $

Other (not listed above):

11 $ $

12 $ $

Page 35: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 35 of 39

APPENDIX 4 – FORCE ACCOUNT LABOUR AND EQUIPMENT RAT ES (cont’d)

2. Equipment Rates

Tenderers should provide equipment rates for all equipment that will be involved in the Work. The equipment rates will remain firm for the term of the Contract and will be used by the Owner for the purpose of evaluating and valuing changes in the Work in the case of lump sum, or in case of force account valuation. The rates provided below are all inclusive and include without limitation, operator, fuel, lubrication, service, maintenance, depreciation, mobilization and demobilization, overhead and profit.

It is acknowledged by the Contractor that if any portion of an hour is spent in performing the Work on a force account basis, a pro-rated portion of the force account rate shall only be charged.

Equipment Classification Hourly Rate (exclude GST) Specify Make & Model

$

$

$

$

$

$

$

We confirm that the rates quoted above will remain in force until ___________________, 2017

Page 36: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM TENDER No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 36 of 39

APPENDIX 5 – SUBCONTRACTORS

Project/Contract: Building Renovation and Lighting Upgrades at Service Centre

Project/Contract No.: Tender No. 17-05-01

From Tenderer: ________________________________________________ Company name

The Tenderer agrees that the SubContractors employed will be as listed here and that no changes, additions or deletions will be made to these SubContractors without the written approval of the Contract Administrator.

We submit the following list of trades to be executed by ourselves and by our SubContractors. Substitution of another SubContractor for any trade is subject to the approval of the City’s Consultant and Owner. Before signing of the contract, the successful Tenderer will provide a schedule of values including a breakdown by trade.

TRADE

SUBCONTRACTOR’S LEGAL

NAME/CONTACT NUMBER QUALIFICATIONS/CERTIFICATIONS

Page 37: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 37 of 39

APPENDIX 6 - SUPPLIERS

Project/Contract: Building Renovation and Lighting Upgrades at Service Centre

Project/Contract No.: Tender No. 17-05-01

From Tenderer: ________________________________________________ Company name It is proposed to supply the various products for the construction of work from the following suppliers:

PRODUCT MANUFACTURER SUPPLIER

Page 38: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 38 of 39

APPENDIX 7 – EXPERIENCE AND REFERENCES

Tenderers shall have a minimum of 5 years proven experience in projects of similar size, scope and complexity. By submission of a Tender, the City may contact references provided. Information obtained from references will not be discussed or disclosed to any Tenderer.

Year Started

Year Completed

Description of Contract or Project

Company

Contact Person

Telephone and Email

Contract Value

Year Started

Year Completed

Description of Contract or Project

Company

Contact Person

Telephone and Email

Contract Value

Year Started

Year Completed

Description of Contract or Project

Company

Contact Person

Telephone and Email

Contract Value

Page 39: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 39 of 40

APPENDIX 8 – ATTACH BID BOND

(Submit with your Tender, a copy of the original 10 % Bid Bond)

Page 40: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – FORM OF TENDER

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 40 of 40

APPENDIX 9 – PRELIMINARY CONSTRUCTION SCHEDULE

*A preliminary phasing plan for the new sheet floori ng work is to be submitted along with the Tender Submission.

Completion Date: All work on this project is requested to be substantially complete by October 30, 2017.

Proposed Disposal Site:

17 24 31 7 14 21 28 4 11 18 25 2 9 16 23 30 6 13 20

Contract Award X

Preconstruction Meeting Shop Drawings Mobilization Roof Demolition New Roof Installation New Sheet Flooring Sub Floor * New Sheet Flooring Installation * New Carpet Overhead Doors Removal New Overhead Doors Installation South Entrance and Exit Doors Exterior Painting Interior Painting Plumbing Fixtures New Kitchen Millwork New Windows Roller Blinds Electrical lighting Upgrades (VSB) Electrical Lighting Upgrades (AS) Electrical Lighting Upgrades(WSU) Electrical Lighting Upgrades (LT) Electrical Lighting Upgrades (AB) Electrical Lighting Upgrades (YPL) Site Clean-up Commissioning and close out Demobilization

CONSTRUCTION ACTIVITY August September October NovJulyWeeks 2017

Page 41: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – SCHEDULE 1

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2

City of Coquitlam

Certificate of Insurance Form - Construction (This form is to be completed by the Insurance Broker and will be provided at time of award)

This certifies that policies of insurance as described below have been issued to the Insured named below and are in full force and effect at this time. It is understood and agreed that thirty (30) days' notice of cancellation or reduction in applicable limit of any of the policies listed below, with the exception of ICBC, will be given to the holder of this certificate.

This Certificate is issued to: City of Coquitlam , 3000 Guildford Way, Coquitlam, BC V3B 7N2

Insured Name: Email:

Address: Phone:

NOTE: INSURANCE COMPANIES MUST BE LICENSED TO OPERATE IN CANADA.

Broker Name: Agent’s Name:

Address: Email: Phone: Address and Project to which this Certificate appli es:

Address: 500 Mariner Way, Coquitlam, BC Project: Co ntract 17-05-01 Building Renovation and Lighting Up grades at Service Centre

COMMERCIAL GENERAL LIABILITY coverage is required to insure against liability from the activities arising out of operations or work in

connection with the above-described project, including liability arising out of the use of City property. Type of Insurance Insurer Name and Policy N umber Policy Term dd/mm/yy Limits of Liability/Amounts

Section 1

Commercial General Liability From: Bodily injury, death & property damage

Occurrence Form Claims Made Form

To:

$_______________ Per Occurrence

MINIMUM $5,000,000 $_______________ Aggregate

$_______________ Deductible

Umbrella Liability From: $ ______________ Umbrella Limit

To:

Excess Liability

From: $_______________ Excess Limit

To:

Section 2 Other:

From:

$_______________ Limit

To: $_______________ Deductible Particulars of General Liability Insurance (Section s 1 & 2): indicates that the coverage is included.

City of Coquitlam as Additional Insured Coverage is Primary and not contributory 12 months Completed Operations Premises & Operations Personal Injury 24 months Completed Operations Broad Form Products & Completed Operations Use of explosives for blasting Owners & Contractors Protective Vibration from pile driving or caisson work Aircraft/Aviation Liability Blanket Contractual Demolition

Shoring and Underpinning Hazard Non-owned aircraft liability

Cross Liability/Severability of Interests Watercraft liability Employees As Additional Insureds Water Ingress Coverage Non-owned watercraft liability Non-Owned Automobile Work below ground level over 3 meters Airport Premises liability Attached Machinery (XCU extension) Occurrence Property Damage Pollution Liability Contingent Employer’s Liability Environmental Impairment Broad Form Loss of Use

Section 3: Automobile Liability (owned or leased vehicles)

If insured by ICBC, attach a copy of the ICBC form APV-47

From: To:

Personal Injury & Property Damage $_______________ Limit

MINIMUM $2,000,000 These policies comply with the insurance requirements of the governing contract, permit, lease, license or other requirements of the City of Coquitlam. It is understood and agreed any deductible or reimbursement clause contained in the policy shall be the sole responsibility of the Named Insured.

(Authorized to Sign on Behalf of Insurers and Brokers Stamp ) Date Signed INTERNAL USE ONLY Certificate Approved Not Approved PLEASE COMPLETE, SIGN & RETURN TO CITY OF COQUITLAM , Purchasing Email: [email protected]

Page 42: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – SCHEDULE 2

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2

PRIME CONTRACTOR DESIGNATION

Subject: Prime Contractor Designation

Contract No.: 17-05-01

Tender Name: Building Renovation and Lighting Upgrades at Servic e Centre

(The “Project”)

________________________ (the “Contractor”) represents, acknowledges and agrees that:

1. in accordance with section 118 of the Workers Compensation Act, R.S.B.C. 1996, c. 492 (the “Workers

Compensation Act”), the Contractor shall be the “Prime Contractor” and is qualified to act as the

“Prime Contractor” in respect of the Project ;

2. The Contractor accepts the duties and responsibilities for coordination of health and safety in

accordance with the Workers Compensation Act and further agrees that it will do everything

necessary to establish and maintain a system or process that will insure compliance with the

Workers Compensation Act and the Regulations thereto;

3. the Contractor shall fulfill all the obligations of an “Owner” under section 119 of the Workers

Compensation Act in respect of the Project site; and

4. that the City of Coquitlam has fulfilled its obligations as an “Owner” under section 119 of the

Workers Compensation Act, in respect of the Project site.

Prime Contractor Name & Address:

____________________________ ____________________

Prime Contractor Signature Date

____________________________

Print Name

Please return a signed copy of this memo to the City of Coquitlam. If you have any questions please contact the

City’s Health and Safety Advisor at 604-927-3068.

Page 43: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART C – SCHEDULE 3

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2

RISK, HEALTH & SAFETY

Responsibility of Contractor(s)

The City of Coquitlam strives to maintain a safe work environment for employees and Contractors and insists upon the

enforcement of safe practices and procedures in all premises and in all work activities. It is essential that all

Contractors and their employees and SubContractor(s) perform in the same manner.

As a Contractor to the City of Coquitlam, it is expected that your company will comply with the requirements of the

Workers’ Compensation Act, the WCB Occupational Health and Safety Regulation and to all federal, provincial and local

laws and regulations. Any City of Coquitlam employee has the authority to order an unsafe act to cease or to have an

unsafe piece of equipment removed from the premises or, in extreme situations, to shut down a job entirely.

The following information is provided as typical City of Coquitlam requirements, but does not relieve the Contractor

from complying with all applicable local, provincial and federal laws, regulations and bylaws.

PERSONNEL

1. Contractors will inform employees of any potential hazard in the workplace and advise of appropriate action to be

taken should a hazard be found or a fire or accident occur.

2. Contractors will restrict the premises to allow employees only to enter the work site. No families or friends are

permitted.

3. The Contractor will advise the Owner of any on-site accidents involving the Contractor’s employees, or injuries to

others caused by the Contractor’s business.

GENERAL SAFETY RULES

1. This is a NON-SMOKING site.

2. Horseplay, gambling and the use of alcohol or narcotics will not be tolerated.

3. Orderliness and good housekeeping are basic requirements and must be maintained at all times.

4. Any equipment, which could create a hazard, must be maintained in good condition.

5. Restricted and controlled products will be labeled, used and stored in accordance with the associated regulations,

e.g. WHMIS.

6. Contractors will use a regular system of inspections to detect and correct hazardous conditions, safety violations

and unsafe working practices on the job site.

7. Contractors will ensure their employees utilize proper safety equipment and clothing as required for job site

activities.

8. Contractors must follow and have on site proper written safe work procedures for hazardous work, e.g. confined

space entry, lockout, excavations and shoring, etc.

9. All ladders must be of an approved type and length. Unacceptable ladders must be removed immediately from the

premises.

10. All vehicles and equipment on Owner’s property must be kept in safe mechanical condition at all times, and be

operated only by persons with a valid driver’s license and/or proper training and qualifications.

11. Contractors will not operate any equipment, valves, switches, etc., which are part of the Owner’s operation, unless

specific permission is received from the Department Representative.

12. Accumulation of oily rags, combustible refuse or similar fire hazards will not be tolerated.

Your safety record and attitude are important criteria used to judge your qualification for future bidding on

solicitations with the City of Coquitlam.

You can help ensure employee safety and your eligibility for future business with the Owner if you exhibit and practice

a “Safe Work - Safe City” attitude.

END OF SECTION

Page 44: Building Renovation and Lighting Upgrades at Service Centre

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2

CITY OF COQUITLAM

TENDER No. 17-05-01

Building Renovation and Lighting Upgrades at Service Centre

PART D

FORM OF AGREEMENT (Reference) (Construction Document CCDC-2-2008)

Building Renovation and Lighting Upgrades at Servic e Centre

CONSTRUCTION DOCUMENT – CCDC-2 - 2008 The Agreement between the Owner and Contractor, the Definitions and the General Conditions shall be based on those contained in Canadian Construction Document’s Committee CCDC 2 Stipulated Price Contract - 2008 , amended and supplemented herein (refer to Part E – Supplementary General Conditions).

END OF SECTION

Page 45: Building Renovation and Lighting Upgrades at Service Centre

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 1 of 14

CITY OF COQUITLAM

TENDER No. 17-05-01

Building Renovation and Lighting Upgrades at Service Centre

PART E

SUPPLEMENTARY GENERAL CONDITIONS (Construction Document CCDC-2-2008)

Page 46: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 2 of 14

SUPPLEMENTARY GENERAL CONDITIONS

STIPULATED PRICE CONTRACT CCDC 2 2008

These Supplementary General Conditions modify and amend Standard Construction Document CCDC-2 – 2008 and form a part of this Contract.

In the event of any conflict between the provisions of the Standard Construction Documents and any provision of these Supplementary General Conditions, these Supplementary General Conditions shall govern.

Standard Construction Document CCDC-2—2008 is amended as follows:

AGREEMENT BETWEEN OWNER AND CONTRACTOR

ARTICLE A-3 CONTRACT DOCUMENTS

1. The Agreement is amended by including “Part C – Schedule 1 - City of Coquitlam Certificate of Insurance Form – Construction”.

ARTICLE A-5 PAYMENT

2. The Agreement is amended by deleting Article A-5.3, including all of 5.3.1 and 5.3.2, in its entirety.

NEW ARTICLE

3. The Agreement is amended by adding the following new Article after Article A-8:

ARTICLE A-9 TIME OF THE ESSENCE

9.1 All time limits stated in this Contract are of the essence of the Contract.

GENERAL CONDITIONS OF THE STIPULATED PRICE CONTRACT

PART 1 GENERAL PROVISION

GC 1.1 CONTRACT DOCUMENTS

4. Section 1.1.8 is amended by replacing the term “sufficient copies” with “a pdf copy”.

5. Section 1.1 is amended by adding the following new subsection:

1.1.11 The Contractor is responsible for the installation and the coordination of metric and imperial dimensioned products and materials as may be applicable.

Page 47: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 3 of 14

PART 2 ADMINISTRATION OF THE CONTRACT

GC 2.1 AUTHORITY OF THE CONSULTANT

6. Section 2.1 is amended by adding a new subsection after subsection 2.1.3 as follows:

2.1.4 If a Consultant is not engaged on the Project, the Owner will fulfill the requirements of a Consultant.

GC 2.3 REVIEW AND INSPECTION OF THE WORK

7. Section 2.3 is amended by adding a new subsection after subsection 2.3.7 as follows:

2.3.8 Should the Consultant be required to make more than one review of rejected work or should the Consultant perform additional reviews due to failure of the Work to comply with the contract documents, the Contractor is required to compensate the Owner for such additional Consultant services, including expenses incurred. Adjustments for such compensation should be made as outlined under Part 6 CHANGES IN THE WORK.

PART 3 EXECUTION OF THE WORK

G.C. 3.5 CONSTRUCTION SCHEDULE

8. Section 3.5 is amended by adding the following new subsection after subsection 3.5.1.3:

3.5.1.4 The Contractor will perform the Work in compliance with the construction schedule. If, for any reason, the Work falls behind the schedule for the Work set forth in the construction schedule the Contractor shall as part of the Work either:

(a) if in accordance with the Contract Documents the delay entitles the Contractor to a time extension the Contractor shall forthwith prepare and deliver to the Consultant a revised construction schedule to the reasonable satisfaction of the Consultant indicating the revised dates for the remaining activities of the Work; or

(b) if in accordance with the Contract Documents the delay does not entitle the Contractor to a time extension then the Contractor shall take such steps as required to bring the Work back into conformity with the construction schedule.

Failure to comply with the requirements of this section shall be deemed to be a default under the Contract to which the provisions of GC 7.1.2 apply.

Page 48: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 4 of 14

GC 3.6 SUPERVISION

9. Subsection 3.6.1 is amended by adding the following sentence at the end of the subsection: “The appointed Contractor representative shall not change without consultation with and written acceptance of the Owner, which acceptance will not be unreasonably withheld.”

GC 3.7 SUBCONTRACTORS AND SUPPLIERS

10. Subsection 3.7.2 is amended by adding the following sentence at the end of the subsection: “The Contractor shall not employ any SubContractor, or change SubContractor, without the written approval of the Owner, which approval will not be unreasonably withheld.”

11. Subsection 3.7.3 is deleted in its entirety and replaced with the following:

3.7.3 If the Owner reasonably objects to the performance, qualifications, experience or suitability of any of the Contractor’s personnel, SubContractors or Suppliers, then the Contractor will, on written request from the Owner, replace such personnel, SubContractor or Supplier immediately.

12. Section 3.7 is amended by adding the following new subsections after subsection 3.7.6:

3.7.7 The Contractor will provide only personnel who have qualifications, experience and capabilities to perform the Work.

3.7.8 The Contractor shall coordinate the Work of all of its SubContractors and Suppliers and determine to what extent Work specified in each section of the specifications is effected by Work indicated elsewhere and make all necessary allowances for their integration. All additional Work resulting from the failure to make such determination shall be done at no cost to the Owner.

3.7.12 The Contractor shall indemnify and hold harmless the Owner, its agents, servants and employees, from and against all costs, claims, damages, debts, sums, actions and causes of action whatsoever and whenever arising out of any claim of lien or action by a SubContractor, Supplier or Labourer with whom the Contractor or any of its SubContractors or Suppliers has contracted in relation to the Work.

GC 3.8 LABOUR AND PRODUCTS

13. Subsection 3.8.2 is amended by adding the following after “consultant”: “Products which are not specified shall conform to current applicable specifications and regulations of the Canadian Standards Association, Technical Builders' Bulletin, Canadian Government Specifications Board, National Building Code, British Columbia Building Code, American Society for Testing and Materials, Trade Association Specifications and all authorities having jurisdiction at the Place of the Work.”

14. Section 3.8 is amended by adding the following new subsections after subsection 3.8.3:

Page 49: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 5 of 14

3.8.4 Immediately upon receiving from the Consultant or the Owner a written notice stating the Consultant’s or the Owner’s reasonable objection to the work conduct of any superintendent, foreman or worker on the Project site, the Contractor will remove such persons from the Project site.

3.8.5 No person shall with relation to his employment or eligibility for employment be discriminated against by reason of his or her race, colour, ancestry, place of original, political belief, religion, marital status, family status, physical or mental disability, sex, sexual orientation or age, or because he or she has been convicted of a criminal or summary conviction offence that is unrelated to the employment.

3.8.6 The Contractor shall supply labour that is compatible with other labour employed on the Work. In the event of labour disputes arising from the provision of skilled or unskilled labour by the Contractor or its SubContractors, the Contractor shall, to the satisfaction of the Owner or Consultant, as applicable, make such arrangements as are necessary to preclude delay to the Work or to the work of others at the Project Site.

GC 3.9 DOCUMENTS AT THE SITE

15. Subsection 3.9.1 is amended by inserting the words “reviewed shop drawings” immediately after “Contract Documents”.

16. Section 3.9 is amended by adding the following as a new subsection after subsection 3.9.1:

3.9.2 Record drawings to be maintained and available to view by Consultant and Owner.

GC 3.10 SHOP DRAWINGS

17. Section 3.10 is amended by adding the following new subsections after subsection 3.10.12:

3.10.13 Upon Substantial Performance of the Work, the Contractor will submit all reviewed and revised Shop Drawings to the Owner as a permanent record of the Work. As of the date of issuance of a final certificate for payment, the Shop Drawings will be retained by the Owner as the Owner’s property.

3.10.14 Electronic submissions and electronic review stamp by the Consultant are acceptable.

Page 50: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 6 of 14

PART 4 ALLOWANCES

GC 4.1 CASH ALLOWANCES

18. Subsection 4.1.4 is amended by:

a) in all instances deleting the words “any cash allowance”, and replacing them with “all cash allowances”.

b) at the end of the last sentence, adding the following new sentence: “The Contractor’s overhead and profit on costs exceeding the amount of the allowance shall be ten (10%) percent on Work performed directly by the Contractor and five (5%) percent on Work performed by SubContractors.”

19. Section 4.1 is amended by add the following new subsection after subsection 4.1.7:

4.1.8 Expenditures of the cash allowance are to be directed as per GC 6.2 CHANGE ORDER or GC 6.3 CHANGE DIRECTIVE, at the Owner’s directive. All Work under cash allowance is to be competitively bid unless directed by the Owner. The Contractor shall keep records and submit a monthly update on expenditures of a cash allowance, including all unallocated amounts.

PART 5 PAYMENTS

GC 5.1 FINANCING INFORMATION REQUIRED OF THE OWNER

20. Section 5.1 is deleted in its entirety.

GC 5.2 APPLICATIONS FOR PROGRESS PAYMENT

21. Subsection 5.2.3 is amended by:

a) deleting “and Products delivered to the Place of the Work”; and

b) adding the following at the end of the subsection: “The Contractor will identify separately, with reference to the applicable Change Order, any application for payment for Work performed pursuant to a Change Order. No payment for extras or changes will be made before the issuance of the applicable Change Order.”

22. Subsection 5.2.7 is deleted in its entirety and replaced with:

5.2.7 No claim shall be made for any Product which is delivered to the Place of the Work until it is incorporated into the Work and any claim for Products which are incorporated into the Work shall be supported by such evidence as the Consultant may reasonably require to estimate the value of such Products.

23. Section 5.2 is amended by adding the following new subsections after subsection 5.2.7:

5.2.8 A draft application for payment is to be submitted to the Owner on the 25th of the month.

Page 51: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 7 of 14

5.2.9 An application for payment shall be deemed received only if submitted complete with required supporting documentations as determined by the Owner.

GC 5.3 PROGRESS PAYMENT

24. Subsection 5.3.1.3 is deleted in its entirety and replaced with:

5.3.1.3 The Owner shall use its best efforts to make payment to the Contractor on account as provided in Article A-5 of the agreement, such payment to be net 30 days from the date on which the invoice is delivered to the Owner.

25. Section 5.3 is amended by adding the following new subsections after subsection 5.3.1:

5.3.2 The Owner may set off from payments owing to the Contractor costs, expenses and damages the Owner incurs or suffers as a result of the Contractor’s wrongful or negligent act or omission, or which the Owner incurs on the Contractor’s behalf.

5.3.3 The Owner may, in addition to other holdbacks as provided by the Contract Documents, hold back an amount equal to any lien which has been filed with respect to the Work, plus 10% as security for costs. The Owner may, at its option, after five days written notice to the Contractor, pay such amount into court to discharge the lien. If the lien is discharged without payment of the holdback into court, then the Owner shall pay such holdback to the Contractor, without interest.

5.3.4 In addition to builders lien holdbacks, the Owner may retain holdbacks to cover deficiencies in the Work, in an amount equal to twice the amount the Consultant or Owner estimates as the total cost to complete the deficiencies and three times the amount if less than $10,000.

GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK

26. Section 5.4 is amended by:

a) adding the words “or Owner” after the word “Consultant” in subsection 5.4.2 and 5.4.3; and

b) adding the following new subsection after subsection 5.4.3:

5.4.4 Should the Consultant or Owner find significantly more incomplete or deficient Work than those listed by the Contractor with its application, the Consultant or Owner may elect to terminate its inspection and to not issue a certificate of Substantial Performance. If the Consultant or Owner terminates its inspection, the Contractor shall compensate the Owner for the additional time and expenses incurred by the construction manager, Consultant, Sub consultants and Owner in relation to multiple inspections.

Page 52: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 8 of 14

GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTITAL PERFOR MANCE OF THE WORK

27. Subsection 5.5.3 is deleted in its entirety.

GC 5.7 FINAL PAYMENT

28. In subsection 5.7.4, the words “no later than 5 days after the issuance of a final certificate for payment” are deleted and replaced with “net 30 days from invoice date, on a best effort basis”.

29. Section 5.7 is amended by adding the following new subsection after subsection 5.7.4:

5.7.5 The issuance of a final certificate for payment in no way relieves the Contractor from correcting defects or deficiencies not apparent at the time the certificate is issued.

PART 6 CHANGES IN THE WORK

GC 6.1 OWNER’S RIGHT TO MAKE CHANGES

30. Subsection 6.1.2 is amended by adding the following to the end of the sentence: “[…] or written approval to proceed.”

GC 6.2 CHANGE ORDER

31. Subsection 6.2.1 is amended by adding the following at the end of the subsection: “A Change Order shall be a final determination of adjustments in the Contract Price, Contract Time or both, as applicable. There shall be no adjustment to the Contract Price or Contract Time should the Contractor fail to present a request for a specific adjustment in response to a notice describing a proposed change in the Work.”

32. Subsection 6.2.2 is amended by adding “[…] and be noted on the Change Order schedule of values” at the end of the sentence.

33. Section 6.2 is amended by adding the following new subsection after subsection 6.2.2:

6.2.3 The value of a change in the Work shall be determined in one or more of the following methods as selected by the Consultant in consultation with the Owner: (a) by estimate and acceptance in a lump sum; (b) where unit prices are set out in the Contract Documents or subsequently

agreed upon, in accordance with such unit prices; (c) by costs and a percentage fee for overhead and profit as calculated below:

(i) for Change Orders not covered by allowances, the Contractor’s

overhead and profit and supervision shall be 10% on Work performed directly by the Contractor, and 5% on work performed by SubContractors;

Page 53: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 9 of 14

(ii) the SubContractor’s allowance for overhead and profit and supervision shall be 10% of the actual cost of all Change Orders attributed to the SubContractor’s Work, as determined by this paragraph;

(iii) where the Change Order involves the substitution of one type of Product for another the “actual cost” of the Change Order, whether credit or extra, shall be the net difference in the “actual cost” defined above.

GC 6.3 CHANGE DIRECTIVE

34. Subsection 6.3.7.1 is amended by adding the word “construction” before “personnel”, and after “personnel” adding: “[…] excluding administrative, clerical and supervisory personnel, and for only the portion of their time required for the Work attributable to the change.”

35. Section 6.3. is amended by adding the following new subsection after subsection 6.3.13:

6.3.14 all other costs attributable to the change in the Work including the costs of all administrative or supervisory personnel are included in overhead and profit calculated in accordance with the provisions of section 6.2.3 of GC6.2 CHANGE ORDER.

GC 6.4 CONCEALED OR UNKNOWN CONDITIONS

36. Section 6.4 is amended by adding the following new subsection after subsection 6.4.4:

6.4.5 The Contractor acknowledges that it has inspected the Place of the Work for the physical conditions described in GC 6.4.1 and has disclosed its findings to the Owner. The Contractor agrees not to seek any increases in the Contractor’s cost or time to perform the Work in respect of any conditions that were or ought to have been discovered upon reasonable inspection by the Contractor prior to the date of the Contract.

GC 6.5 DELAYS

37. Subsection 6.5.4 is amended by adding the following at the end of the subsection: “[…]. No claim for additional time arising from a delay will be applicable to the Contractor unless the Contractor has prepared, or caused to be prepared, records of all Work and the costs of the Work, on a daily basis as the Work proceeds, and submits such records in support of the claim.”

GC 6.6 CLAIMS FOR A CHANGE IN CONTRACT PRICE

38. Subsection 6.6.5 is amended by adding the following at the end of the subsection: “[…]. No claim for additional payment arising from a delay will be payable to the Contractor unless the Contractor has prepared, or caused to be prepared, records of all Work and the costs of the Work, on a daily basis as the Work proceeds, and submits such records in support of the claim.”

Page 54: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 10 of 14

PART 7 DEFAULT NOTICE

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

39. Subsection 7.2.3.1. is deleted in its entirety.

PART 8 DISPUTE RESOLUTIONS

GC 8.2 NEGOTIATION, MEDIATION AND ARBITATION

40. Section 8.2 is deleted in its entirety and replaced with the following:

8.2.1 The parties will make reasonable efforts to resolve any dispute, claim, or controversy arising out of this Contract or related to this Contract (“Dispute”) using the dispute resolution procedures set out in this section.

Negotiation

The parties will make reasonable efforts to resolve any Dispute by amicable negotiations and will provide frank, candid and timely disclosure of all relevant facts, information and documents to facilitate negotiations.

Mediation

If all or any portion of a Dispute cannot be resolved by good faith negotiations within 30 days, either party may, by delivery of written notice to the other party, refer the matter to mediation. Within 7 days of delivery of the notice, the parties will mutually appoint a mediator. If the parties fail to agree on the appointment of the mediator, then either party may apply to the British Columbia International Commercial Arbitration Centre for appointment of a mediator. The parties will continue to negotiate in good faith to resolve the Dispute with the assistance of the mediator. The place of mediation will be within metro Vancouver area, British Columbia. Each party will equally bear the costs of the mediator and other out-of-pocket costs, and each party will bear its own costs of participating in the mediation.

Litigation

If within 90 days of the request for mediation the Dispute is not settled, or if the mediator advises that there is no reasonable possibility of the parties reaching a negotiated resolution, then either party may without further notice commence litigation within the metro Vancouver area, BC.

PART 9 PROTECTION OF PERSONS AND PROPERTY

G.C. 9.1 PROTECTION OF WORK AND PROPERTY

41. Section 9.1 is amended by adding the following new subsection after subsection 9.1.4:

Page 55: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 11 of 14

9.1.5 In the event of a delay or shut down which results in a stoppage of the Work, the Contractor shall take all reasonable steps to protect the Work for the entire period of the delay or shut down. The cost of such protection shall be paid as follows:

(a) if under 6.5.1, or 6.5.2, the Owner will pay,

(b) if under 6.5.3, the Contractor will pay.

PART 11 INSURANCE AND CONTRACT SECURITY

G.C. 11.1 INSURANCE

42. Section 11.1 is deleted in its entirety and replaced with the following:

11.1.1 The Contractor shall, without limiting its obligations or liabilities under this Contract or otherwise, and at its own expense, provide and maintain for the duration of the Contract Time and the applicable warranty period, insurance policies in the following forms and amounts:

(a) commercial general liability insurance on an occurrence basis, in an amount not less than five million ($5,000,000) dollars inclusive per occurrence against death, bodily injury and property damage arising directly or indirectly out of the Work or operations of the Contractor, its employees and agents;

(b) automobile liability insurance on all vehicles owned, operated or licensed in the name of the Contractor in an amount not less than three million ($3,000,000) dollars per occurrence for bodily injury, death and damage to property; and

(c) all risk Contractors equipment or property insurance covering all equipment owned or operated by the Contractor or its agents or employees for the performance of the Work, for all risks of loss or damage with coverage in such amounts and on such terms as to allow for immediate replacement.

11.1.2 All insurance policies required under this Contract must:

(a) name the Owner as an additional insured;

(b) be primary and not require the sharing of any loss by the Owner or any insurer of the Owner;

(c) include cross liability and severability of interests clauses such that the coverage shall apply in the same manner and to the same extent as though a separate policy had been issued to each insured;

(d) include, but not be limited to: premises and operators liability, broad form products and completed operations, Owner’s and Contractor’s protective liability, blanket contractual, employees as additional insureds, broad form property damage, non-owned automobile, contingent employers liability, broad form loss of use, personal injury, and incidental medical malpractice;

Page 56: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 12 of 14

(e) be endorsed to provide the Owner with at least 30 days advanced written notice of cancellation or material change restricting coverage;

(f) be issued by insurers licensed to conduct business in British Columbia.

11.1.3 In the event the insurance requirements specified in the City of Coquitlam Insurance Certificate Form—Construction, attached to the Contract differs from the requirements in section 11.1.1 above, then the provisions of the City of Coquitlam Insurance Certificate Form shall prevail.

11.1.4 The Contractor shall provide the Owner with evidence of the required insurance prior to commencement of the Work and as requested by the Owner from time to time.

PART 12 INDEMNIFICATION, WAIVER OF CLAIMS, AND WAR RANTIES

G.C. 12.1 INDEMNIFICATIONS

Section 12.1 is deleted in its entirety and replaced with the following:

12.1.1 The Contractor will indemnify and save harmless the Owner, its employees and agents, including the Consultants, from and against any and all losses, claims, damages, action, causes of action cost and expenses that the owner may sustain, incur, suffer or be put to at any time either before or after the expiration or termination of this Contract, where the same or any of them are based upon, arise out of or occur, directly or indirectly, by reason of any act or omission of the Contractor pursuant to this Contract, excepting always liability arising out of the independent negligent acts of the Owner.

12.1.2 At the Owner’s option, the Contractor shall, at his own expense, promptly assume the defense of any claim, suit or any other proceeding and promptly pay any and all costs that may be incurred by or against the Owner. The Owner may, as a condition precedent to any payment hereunder, require the Contractor to submit waivers or releases extinguishing all claims of any person, firm or corporation.

12.1.3 If any encumbrance be placed upon or obtained against the property comprising the site of the Work, or as a result of any such suit or proceeding, the Contractor shall forthwith cause the same to be discharged. In the event that the Contractor fails to remove the said encumbrance(s), the Owner may pay whatever monies are necessary to fully discharge these encumbrances and all of its cost in that regard may be deducted from monies otherwise payable to the Contractor.

GC 12.2 WAIVER OF CLAIMS

43. Subsections 12.2.3, 12.2.4, 12.2.5, 12.2.9 and 12.2.10 are deleted in their entirety and subsections 12.2.6, 12.2.7 and 12.2.8 renumbered accordingly.

Page 57: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 13 of 14

GC 12.3 WARRANTY

44. Subsections 12.3.1 and 12.3.6 are deleted in their entirety. Subsection 12.3.1 is replaced with the following:

12.3.1 The Contractor agrees to provide a 10 year labour and material warranty/quarantee on corporate letter head covering 100% of all roof areas of the building completed under this project including any tie-in locations to roofing under this contract. Warranty for any tie-in locations to windows, walls, metal panel roofing, or any other fixture or building component that is directly incorporated into the new roof system. RCABC Warranty is not required.

12.3.2 The warranty period under the Contract for all other equipment, materials and workmanship is one year from the date on which final certificate of payment is issued by the Owner under subsection 5.7.3.

45. Subsection 12.3.3 is deleted and replaced with the following:

12.3.3 The Owner, through the Consultant, shall promptly give the Contractor Notice in Writing of observed defects and deficiencies which occur during the one year warranty period, which Notice in Writing may specify the time within which the defects or deficiencies must be rectified. Defects or deficiencies shall include, but not be limited to, shrinkage, expansion and movement.

46. Subsection 12.3.4 is amended by adding the following at the end of the subsection: “The Contractor shall make good all deficiencies within such time period as specified in the Notice of Writing provided under subsection 12.3.3 or, if no time period is specified, then within thirty (30) days from the end of the warranty period. It shall be understood that in effecting the replacement, the Contractor shall also bear all costs involved in removing or replacing adjacent affected materials that may be disturbed and which shall be required in the complete restoration of the original finish.”

47. Subsection 12.3 is amended by adding the following new subsection after subsection 12.3.6:

12.3.7 Acceptance of the Work by the Owner does not relieve the Contractor from correcting deficiencies which are missed at the time of drawing up the list of deficiencies or from correcting hidden deficiencies which become apparent during the warranty period.

ADDITIONAL CONTRACT TERMS

48. Standard Construction Document CCDC-2-2008 is further amended by adding the following new sections after Section 12:

Page 58: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART E – SUPPLEMENTARY GENERAL CONDITIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2 Page 14 of 14

PART 13 FREEDOM OF INFORMATION AND PROTECTION OF PR IVACY ACT

13.1 FREEDOM OF INFORMATION AND PROTECTION OF PRIVA CY ACT

13.1.1 All documents submitted to the Owner will be in the custody or control of, or become the property of, the Owner and as such are subject to the Freedom of Information and Protection of Privacy Act (B.C.) and may be disclosed pursuant to that Act or otherwise required by law.

PART 14 CONFIDENTIALITY

14.1 CONFIDENTIALITY

14.1.1 Except as provided for by law or otherwise permitted or required pursuant to this Contract (including, without limitation, section 13.1), the Owner and the Contractor will keep strictly confidential any information supplied to, obtained by, or which comes to the knowledge of the Owner and the Contractor as a result of the provision of the goods or performance of the services under this Contract, and will not, without the prior express written consent of the Owner, publish, release, disclose or permit to be disclosed any such information to any person or corporation, either before, during or after termination of this Contract, except as reasonably required to provide the goods or complete the services.

14.1.2 The Contractor shall return to the Owner all of the Owner’s property at the completion of the Contract, including any and all copies or originals of reports provided by the Owner.

14.1.3 The Contractor shall not publish any statement, paper, photograph or document, or hold any ceremony with respect to the Contract or the Work performed under the Contract without the prior written approval of the Owner, which approval shall not be withheld unreasonably.

PART 15 SEVERABILITY

15.1 SEVERABILITY

15.1 Any provision of this Contract which is found to be illegal, invalid, void, prohibited or unenforceable will be: (a) separate and severable from this Contract; and (b) ineffective to the extent of such illegality, invalidity, avoidance, prohibition or unenforceability without affecting any of the remaining provisions of this Contract, which will remain in force, be binding upon the parties and be enforceable to the fullest extent of the law.

END OF SUPPLEMENTAL GENERAL CONDITIONS

Page 59: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART F – TECHNICAL SPECIFICATIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2

CITY OF COQUITLAM

TENDER No. 17-05-01

BUILDING RENOVATION & LIGHTING UPGRADES AT SERVICE CENTRE

PART F

TECHNICAL SPECIFICATIONS

Page 60: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART F – TECHNICAL SPECIFICATIONS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2

TECHNICAL SPECIFICATIONS

Section No. Title No of Pages

VEHICLE SERVICE BUILDING ROOFING:

01 11 00 SUMMARY OF WORK 6 PAGES

01 56 00 TEMPORARY BARRIERS & ENCLOSURES 4 PAGES

02 41 19 SELECTIVE DEMOLITION & REMOVAL 5 PAGES

05 51 00 METAL LADDERS 3 PAGES

06 10 00 ROUGH CARPENTRY 5 PAGES

07 52 00 SBS MODIFIED BITUMINOUS MEMBRANE ROOFING 32 PAGES

07 62 00 PREFINISHED SHEET METAL FLASHING & TRIM 7 PAGES

07 92 00 JOINT SEALANTS 6 PAGES

08 63 00 METAL FRAMED SKYLIGHTS 9 PAGES

SERVICE CENTRE ELECTRICAL UPGRADES:

- LIGHTING SPECIFICATIONS 4 PAGES

- LIGHTING PRODUCT SPECIFICATIONS 2 PAGES

Page 61: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM General Requirements – Division 01Austin Works Yard Vehicle Service Building SUMMARY OF WORKIRC No. VB17-040SP-19231 Section 01 11 00

Copyright 2017 IRC Building Sciences Group. Page 1 of 6

PART 1 - GENERAL

1.1 DESCRIPTION

.1 General Contractor to provide all labour, equipment, and materials necessary to perform tocompletion Work as described in these Contract Documents for:

.1 Roof Replacement on designated roof areas atAustin Works Yard Vehicle Service Building located at 500 Mariner Way , Coquitlam, BC,V3K 7B6.

.2 Contract Documents to be reviewed in their entirety with all sections, including Division 1-General Requirements, to be considered interrelated and form part of this section.

1.2 PROJECT SCHEDULE

.1 Contractor to mobilize his forces and trades to commence work on site as soon as possible afterAward of Contract, weather permitting.

.2 Substantial Completion of Work to be completed by a specified date; to be announced later inconsultation with Contractor.

1.3 EXAMINATION OF DRAWINGS, SPECIFICATIONS, AND WORKSITE

.1 Carefully examine and study all Bid Requirements together with existing site conditions and anyother necessary data or conditions that may affect performance of Work in order to determine fullextent of Work.

.1 Under no circumstances will any claims be allowed against Owner resulting from failureto ascertain full extent of Work herein described, specified, or implied.

.2 Contractor to verify to own satisfaction that existing site conditions, roof components, andmeasurements are accurately reported in Bid Requirements. Obtain or check all measurementsand dimensions at worksite as may be necessary and required for performance of Work.

.3 Promptly report in writing any discrepancies, errors, conflicts, or omissions to Consultant whendiscovered and prior to Bid Closing.

.1 Drawings, specifications, and schedules are complementary to each other; what is calledfor by one to be binding as if called for by all.

.2 Should any discrepancy appear between documents leaving doubt as to intent ormeaning, most stringent requirement shall govern unless directed otherwise in writing byConsultant.

.4 Bid submission to be based on products, equipment, and/or suppliers named and identified asapproved or accepted in technical specifications and drawings.

.1 Bid Documents constitute acceptable roofing installations.

.2 No deviation from specifications, drawings, or approved shop drawings allowed withoutprior written approval by Consultant, and if applicable by Manufacturer.

.5 Unless specifically identified in Bid Requirements, any hazardous materials encountered duringWork that requires specialized handling and incurs additional cost to be added to Contract Price.

.6 Weather conditions are considered incidental to Work and will not be considered additional to BidPrice.

ecastane
Text Box
City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Service Centre TECHNICAL SPECIFICATIONS - Vehicle Service Building Roofing
Page 62: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM General Requirements – Division 01Austin Works Yard Vehicle Service Building SUMMARY OF WORKIRC No. VB17-040SP-19231 Section 01 11 00

Copyright 2017 IRC Building Sciences Group. Page 2 of 6

1.4 OWNER OCCUPANCY

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

.2 Cooperate with Owner in scheduling operations to minimize conflict and to facilitate Ownerusage.

1.5 CONTRACTOR USE OF PREMISES

.1 Contractor to limit use of premises for Work, for storage and access.

.2 Coordinate use of premises under direction of Owner and Consultant.

.3 Obtain and pay for use of additional storage or work areas needed for operations under thisContract.

1.6 GENERAL SITE REQUIREMENTS

.1 Temporary Barriers, enclosures and signage will be highly enforced given use of property.

.2 Contractor to ensure safety and proper execution of public routing; ensuring temporary access tofire exists if and when they are affected as part of Work.

.3 Obtain Construction/Building Permit and sidewalk/roadway occupation permits as required bylocal municipality.

.4 Determine nature and extent of all site services above and below grade prior to commencementof Work.

.5 Coordination of trades will be responsibility of Contractor to ensure work is completed as soon aspossible. Provide winter protection and heating as required to perform Work if required and asspecified.

.6 Supply, set-up, maintain and remove scaffolding, man-lift platforms and/or swing-stages duringperformance of Work as required to access work areas. If scaffolding is to be used, Contractor toprovide complete shop drawings bearing seal of a Professional Engineer, licensed to practice inPlace of Work. Work to include review and approval of installed scaffolding by Designer.Allowance should be made for access to all elevations of building.

.7 No public access to Work area to be allowed. Ensure access to fire exits are maintained andhoarded through Work area. Pedestrian access along sidewalks must be maintained as perOwner’s requirements. No areas of access to or around building are to be restricted withoutapproval of Owner.

.8 Install temporary protection at all locations of Work, as required to ensure safe, clean, orderlyremoval and disposal work, and to provide protection for all interior and exterior buildingcomponents, vehicles, pedestrians and occupants.

.9 Provide temporary support to existing structural and cladding components during performance ofwork if required.

.10 Install temporary protection for all materials and building components, which have been exposedduring demolition/removals as specified.

.11 Dispose of all materials at landfill site authorized by authorities having jurisdiction.

ecastane
Text Box
City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Service Centre TECHNICAL SPECIFICATIONS - Vehicle Service Building Roofing
Page 63: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM General Requirements – Division 01Austin Works Yard Vehicle Service Building SUMMARY OF WORKIRC No. VB17-040SP-19231 Section 01 11 00

Copyright 2017 IRC Building Sciences Group. Page 3 of 6

1.7 PROTECTION OF ROOFS

.1 Protect all roof areas within area of Work and where equipment or materials are stored. Do notstore equipment or materials directly on roof surface.

.2 Protect existing roof systems to remain against damage from traffic generated by new Work.

.3 Protection of existing and newly installed roof membranes to use sheets of 25mm (1”) expandedpolystyrene insulation cover with 13mm (0.5”) plywood.

1.8 SCOPE OF WORK: LOW SLOPE ROOFING (BASE BID)

.1 Roof Replacement specified on Roof Area 1.1 and 2.1: Remove existing roof systemcomponents, projection and perimeter flashings and old appurtenances down to existing deckoverlay board including unused curbs, sleepers and obsolete mechanical / electrical services inpreparation for installation of a new roof system in accordance with Section 07 52 10.

.1 Examine surface of exposed deck overlay board for damage and deterioration. Installnew compatible materials where required to repair and make good to match existingboard.

.2 Prime all exposed wood and Install self-adhered flashings to roof perimeters,

.3 Install 20’x 20’ 1% tapered EPS sumps at drains, mechanically fastened,

.4 Install one (1) layer 12mm (0.50”) siliconized gypsum insulation overlay board, Inadhesive,

.5 Install one (1) ply modified bitumen base sheet and flashings, self adhered.

.6 Install one (1) ply granular modified bitumen cap sheet and flashings, torch applied.

.7 Install new metal flashings where required in accordance with Section 07 62 00.

.8 Install new sealants where required in accordance with Section 07 92 00.

1.9 SCOPE OF WORK: SKYLIGHT REPLACEMENT (BASE BID)

.1 Replacement of skylights on Roof Area 1.1: Remove and dispose existing skylights includingsafety guards, and supply and install new skylight system and internal safety screen as perSection 08 63 00. Provide engineered shop drawings for approval.

.1 Skylight Replacement includes replacement and modification of existing steel bracketsupports connected to the concrete wall, existing steel stud wall support includingsheathing, vapour barrier wood blockings, sill and/or head metal flashings, interiorfinishes/ gypsum wall board, electrical, mechanical and plumbing (if any) services directlyadjacent to the skylight.

.2 New Skylights are to be designed to suit the existing structural supports. Contractor toverify and expose connections prior to any shop drawings preparation / procurement.Provide new steel brackets, if required, to support the new skylight systems.

.3 Metal Framed Skylight: New metal framed skylights shall be fabricated and installed inaccordance with the IRC specifications and drawings provided. Contractor to provideengineered shop drawings, stamped by a Professional Engineer registered in BC, forreview and approval by the Consultant and the Owner’s Representative. Contractor tosubmit colour and material samples for approval by the Consultant prior to any fabricationstart.

ecastane
Text Box
City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Service Centre TECHNICAL SPECIFICATIONS - Vehicle Service Building Roofing
Page 64: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM General Requirements – Division 01Austin Works Yard Vehicle Service Building SUMMARY OF WORKIRC No. VB17-040SP-19231 Section 01 11 00

Copyright 2017 IRC Building Sciences Group. Page 4 of 6

.4 Skylight Internal Safety Screen: New internal safety screen shall be installed inaccordance with manufacturer’s instructions and IRC specifications and drawings.

.5 Water Test: Contractor to arrange for a third party water infiltration testing for the newskylight systems. The cost will be included in the base bid. Testing will be coordinatedand scheduled by the Contractor prior to submission of Substantial Completion invoice.

.6 Sheet Metal Flashings and Accessories: Remove and replace related sheet metalflashings and accessories in accordance with IRC drawings provided. New sheet metalflashings shall be fabricated and installed in accordance with the IRC drawings andspecifications provided. Contractor to submit colour samples for approval by theConsultant prior to any fabrication start. Contractor to remove and reinstate existing metalcladding in order to facilitate proper installation of the new Skylight and its accessories.Any damage as a result of the work will be repaired to the satisfaction of the Owner at theexpense of the Contractor.

.7 Interior Repairs: Care shall be taken not to damage the interiors during demolition. Anydamage will be repaired to the satisfaction of the Owner at the expense of the Contractor.Contractor to make good of the new curb. This will include installation of finishes on theinside curb to match existing.

.8 Roof Tie-in: Contractor to provide other Roof Tie-in necessary to ensure proper drainageand function of the new skylights in relation to the existing roof. This will include but notlimited to two-ply roof membrane, insulation, etc. all in accordance with IRC drawingsprovided.

1.10 CLEANING

.1 Perform daily and final clean-up of work area and areas surrounding site.

1.11 WARRANTY

.1 Contractor’s Workmanship Warranty:

.1 Provide Owner with Contractor’s two (2) year Warranty for Workmanship and Materialson Contractor’s letterhead. Warranty period to commence on date of Approved FinalInspection. The Warranty is intended to provide coverage for items not included in theManufacturer’s labour and material warranty. Cost of Contractor’s WorkmanshipWarranty to be included in the contract price.

.2 Manufacturer’s System Warranty:

.1 Provide a written Ten (10) Year Membrane Manufacturer’s No Dollar LimitSystem) Warranty from the date of Approved Final Inspection. Cost ofManufacturer’s Warranty to be included in the contract price.

.3 Cost of all Field Reviews to be paid by Owner:

.1 Costs of Post Final Field Review(s) or extra field reviews due to Contractor notcompleting the work by the contractual Completion Date, if required, shall becharged back to the Contractor at a rate of $750.00 per inspection.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

ecastane
Text Box
City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Service Centre TECHNICAL SPECIFICATIONS - Vehicle Service Building Roofing
Page 65: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM General Requirements – Division 01Austin Works Yard Vehicle Service Building SUMMARY OF WORKIRC No. VB17-040SP-19231 Section 01 11 00

Copyright 2017 IRC Building Sciences Group. Page 5 of 6

END OF SECTION - 01 11 00

ecastane
Text Box
City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Service Centre TECHNICAL SPECIFICATIONS - Vehicle Service Building Roofing
Page 66: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM General Requirements – Division 01Austin Works Yard Vehicle Service Building SUMMARY OF WORKIRC No. VB17-040SP-19231 Section 01 11 00

Copyright 2017 IRC Building Sciences Group. Page 6 of 6

(This page left blank intentionally)

Page 67: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM General Requirements – Division 01Austin Works Yard Vehicle Service Building SUMMARY OF WORKIRC No. VB17-040SP-19231 Section 01 11 00

Copyright 2017 IRC Building Sciences Group. Page 7 of 6

(This page left blank intentionally)

Page 68: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM General Requirements – Division 01Austin Works Yard Vehicle Service Building TEMPORARY BARRIERS & ENCLOSURESIRC No. VB17-040SP-19231 Section 01 56 00

Copyright 2017 IRC Building Sciences Group. Page 1 of 4

PART 1 - GENERAL

1.1 SECTION INCLUDES

.1 Barriers

.2 Environmental Controls

.3 Fall Arrest

.4 Traffic Controls

.5 Fire Routes

1.2 REFERENCES

.1 Canadian General Standards Board (CGSB)

.1 CGSB 1.189M – Primer, Alkyd, Wood, Exterior

.2 CGSB 1.59 – Alkyd Exterior Gloss Enamel

.2 Canadian Standards Association (CSA)

.1 CSA O121M – Douglas Fir Plywood

.3 Occupational Health and Safety Act and regulations for Construction Projects.

.4 Canadian Standards Association (CSA), CSA S350-M, Code of Practice for Safety in Demolitionof Structures.

.5 Comply with National Building Code of Canada, Part 8, “Safety Measures at Construction andDemolition Sites”, and Provincial requirements.

1.3 INSTALLATION AND REMOVAL

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

.2 Remove from site all such work after use.

1.4 WORK AREA HOARDING

.1 Erect temporary site enclosures where required using:

.1 38 x 89mm (2” x 4”) construction grade lumber framing at 600mm (2’) centres and 1200 x2400 x 13mm (4’ x 8’ x .5”) exterior grade fir plywood to CSA O121. Apply plywoodpanels vertically flush and butt jointed.

.2 1800 mm (6’) high interlocking steel fence, with openings no greater than 38 mm (1.5”)

.2 Where required provide a minimum of one lockable truck entrance gate and at least onepedestrian door as directed and conforming to applicable traffic restrictions on adjacent streets.Equip gates with locks and keys.

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

Page 69: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM General Requirements – Division 01Austin Works Yard Vehicle Service Building TEMPORARY BARRIERS & ENCLOSURESIRC No. VB17-040SP-19231 Section 01 56 00

Copyright 2017 IRC Building Sciences Group. Page 2 of 4

.4 Paint public side of site enclosure in selected colours with one coat primer to CAN/CGSB 1.189Mand one coat exterior paint to CAN/CGSB 1.59. Maintain public side of enclosure in cleancondition.

.5 Provide barriers around trees and plants designated to remain. Protect from damage byequipment and construction procedures.

1.5 COVERED HOARDING

.1 Covered hoardings will be required when working over exits that serve as fire exits and locationswhere entrance or exit is required to remain open during work as stipulated by Owner.

.2 Covered hoardings to be erected from vertical face of exit/entrance a minimum of:

.1 a line from top of work extending on 60° angle from vertical, or

.2 6000mm (20’) long.

.3 Covered hoardings to be provided when work occurs overhead of following:

.1 Emergency exits

.2 Safe Areas

.3 Emergency access roads

.4 Entrances and exits determined by Owner to remain open during work

.5 Entrances and exits required to remain open to provide adequate egress in and out ofbuilding

.4 Covered hoardings for pedestrian traffic to be constructed as follows:

.1 Scaffolding frames with X-bracing at 2400mm (8’) o/c;

.2 2”x10’ planks across top of frames tight together fastened to scaffolding frames;

.3 19 mm (3/4”) plywood fastened to top of 2”x10’ planks;

.4 minimum 12 mm (.5”) plywood on 38 x 89 mm framing side walls set inside of overheadframing;

.5 provide and maintain lighting to a minimum of 50 lux, constructed in a fashion that willmitigate vandalism.

.5 Covered hoardings for Access roads and Safe Areas to be designed by a Professional Engineerlicensed in province for Place of Work under guidelines of provincial Occupational Health andSafety Act and with local authorities having jurisdiction.

1.6 WORKING FROM ROOF

.1 If and when work is performed on roof, existing roof composition to be protected by following:

.1 minimum 25mm (1”) rigid insulation;

.2 6 mil polyethylene sheet, lapped at discontinuities by 300mm (12”);

.3 19 mm (.75”) plywood sheathing.

Page 70: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM General Requirements – Division 01Austin Works Yard Vehicle Service Building TEMPORARY BARRIERS & ENCLOSURESIRC No. VB17-040SP-19231 Section 01 56 00

Copyright 2017 IRC Building Sciences Group. Page 3 of 4

1.7 FALL ARREST

.1 Conform to requirements of Occupational Health and Safety Act and regulations for Constructionprojects. Refer to Section 01350 for additional information.

.2 Ani modifications or additions to the building such as guardrails, fall restraint systems, etc. are tobe removed from the site at the completion of the work and the work made good.

.1 Any inability to restore the work to an as built condition is to be brought to the attention ofthe Consultant and Owner for review and discussion.

1.8 WEATHER ENCLOSURES

.1 Weather to be considered incidental to work and to not be claimed as additional.

.2 Applicable standard to be used for materials or building components when enclosures and/orheating is required to complete work.

.3 Provide weather tight closures for, but not limited to:

.1 unfinished door and window openings;

.2 openings in floors and roofs;

.3 openings through walls;

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

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

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

1.9 DUST TIGHT SCREENS

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

.2 Maintain and relocate protection until such work is complete.

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

.4 Ventilate work area when it corresponds with areas used by tenants or patrons concurrently forparking or egress. If dust generation will affect tenants or patrons provide sealed enclosure withadequate ventilation for health and safety of workers.

1.10 ACCESS TO SITE

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

.2 Provide all appropriate signage directing public and building occupants away from work area

.3 Emergency exits: Maintain clear and unobstructed use of all existing exit doors and routes. Thismay include provision of overhead protection and enclosed exit walkways in case of overheadwork. Provide adequate lighting for 24 hour use.

Page 71: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM General Requirements – Division 01Austin Works Yard Vehicle Service Building TEMPORARY BARRIERS & ENCLOSURESIRC No. VB17-040SP-19231 Section 01 56 00

Copyright 2017 IRC Building Sciences Group. Page 4 of 4

1.11 PUBLIC TRAFFIC FLOW

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

1.12 FIRE ROUTES

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

.2 Provide all required signage to inform emergency vehicles of temporary route for access ifmodified as part of work.

1.13 PROTECTION FOR OFF-SITE AND PUBLIC PROPERTY

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

.2 Be responsible for damage incurred.

1.14 PROTECTION OF BUILDING FINISHES

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

.2 Provide necessary screens, covers, and hoardings.

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

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

END OF SECTION - 01 56 00

Page 72: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Existing Conditions – Division 02Austin Works Yard Vehicle Service Building SELECTIVE DEMOLITION & REMOVALIRC No. VB17-040SP-19231 Section 02 41 19

Copyright 2017 IRC Building Sciences Group. Page 1 of 6

PART 1 - GENERAL

1.1 RELATED SECTIONS

.1 Section 01 11 00 – Summary of Work

.2 Section 01 56 00 – Temporary Barriers and Enclosures

.3 Section 07 52 10 – SBS Modified Bituminous Roofing Membrane

1.2 REFERENCES

.1 Latest edition of all listed references to apply:

.1 Canadian Standards Association CSA S350, Code of Practice for Safety in Demolition ofStructures.

.2 National Building Code of Canada, Part 8, “Safety Measures at Construction andDemolition Sites”, and Provincial requirements.

.3 Occupational Health and Safety Act and regulations for Construction Projects.

.4 Canadian Environmental Protection Act (CEPA).

.5 Canadian Environmental Assessment Act (CEAA).

.6 Transportation of Dangerous Goods Act (TDGA).

1.3 ASBESTOS AND DESIGNATED SUBSTANCES

.1 Demolition of spray or trowel applied asbestos can be hazardous to health. Notify Consultant ifmaterial resembling spray or trowel applied asbestos is encountered on site. Stop work and donot proceed with further removal until written instructions have been received from Consultant.

.1 Abatement procedures for Asbestos Containing Materials (ACM) pertinent to successfulperformance of Work to be paid for by Owner, preapproved by Consultant, as an extracost to Contract.

.2 All ACM work to be in compliance with current provincial asbestos abatement regulationsfor Place of Work.

1.4 STORAGE AND PROTECTION

.1 Protect existing items designated to remain and items designated for salvage. In event ofdamage to such items, immediately replace or make repairs to approval of Consultant and at nocost to Owner.

.2 In all circumstances, ensure that demolition work does not adversely affect adjacentwatercourses, groundwater and wildlife, or contribute to excess air and noise pollution.

.3 Protect trees, plants and foliage on site and adjacent properties where indicated.

1.5 EXISTING CONDITIONS

.1 Prior to start of any demolition work, remove contaminated or hazardous materials from site anddispose of at designated disposal facilities.

.2 Record and discuss with Consultant any deviations from existing assumed conditions asindicated by drawings and/or specifications.

Page 73: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Existing Conditions – Division 02Austin Works Yard Vehicle Service Building SELECTIVE DEMOLITION & REMOVALIRC No. VB17-040SP-19231 Section 02 41 19

Copyright 2017 IRC Building Sciences Group. Page 2 of 6

1.6 REGULATORY REQUIREMENTS

.1 Ensure all work is performed in compliance with CEPA, CEAA, TDGA, and all applicableprovincial regulations.

1.7 NOTICE

.1 Provide a minimum twenty-four (24) hour notice to Consultant and Owner prior to proceeding withany work that may disrupt building access or services.

PART 2 - NOT USED

PART 3 - EXECUTION

3.1 PREPARATION

.1 Examine site with Consultant and verify extent and location of items designated for removal,disposal, recycling, salvage and items to remain. Removal of HVAC units require confirmation byOwner’s Representative.

.2 Locate and protect utilities where applicable. Notify and obtain approval of utility companiesbefore starting demolition.

3.2 GENERAL PROTECTION

.1 Prevent movement, settlement, or other damage to adjacent structures, utilities, and parts ofbuilding to remain in place. Provide engineered bracing and shoring as required.

.2 Minimize noise, dust, and inconvenience to occupants.

.3 Protect existing building systems, services and equipment.

.4 Provide temporary dust screens, covers, railings, supports and other protection as required.

.5 Provide required signage, barricades, hoarding, overhead protection and temporary egress.

.6 Support affected structure or building components and if safety of structure being demolished oradjacent structures or services appears to be endangered, take preventative measures and thencease operations and notify Consultant immediately.

.7 Ensure that demolition work does not adversely affect adjacent watercourses, groundwater andwildlife, or contribute to excess air and noise pollution.

.8 Do not dispose of waste or volatile materials such as: mineral spirits, oil, petroleum basedlubricants, or toxic cleaning solutions into watercourses, storm or sanitary sewers. Ensure properdisposal procedures are maintained throughout project.

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

.10 Control disposal or runoff of water containing suspended materials or other harmful substances inaccordance with local authorities.

.11 Prevent extraneous materials from contaminating air beyond application area, by providingtemporary enclosures during demolition work.

Page 74: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Existing Conditions – Division 02Austin Works Yard Vehicle Service Building SELECTIVE DEMOLITION & REMOVALIRC No. VB17-040SP-19231 Section 02 41 19

Copyright 2017 IRC Building Sciences Group. Page 3 of 6

.12 Cover or wet down dry materials and waste to prevent blowing dust and debris. Control dust onall temporary roads.

3.3 DEMOLITION SALVAGE AND DISPOSAL

.1 Remove parts of existing structure or roof system to permit repairs or new installation. Sortmaterials into appropriate piles for recycling and or reuse.

.2 Carry in Base Bid Price all costs to salvage, protect from harm, and re-use following components,unless indicated otherwise elsewhere in specifications:

.1 Existing skylights, mechanical equipment, cladding, stairs and ladders, satellite andcommunications equipment, electrical lines, and service lines, etc.

.3 Refer to drawings and specifications for items identified for reuse or salvage, if applicable.

.4 Remove items to be reused, store in a protected location, and reinstall under appropriate sectionof specification.

.5 Trim edges of partially demolished building elements to suit future use.

.6 Include for disposal of removed materials to appropriate Landfill and/or recycling facilities, exceptwhere specified otherwise, and in accordance with authority having jurisdiction.

.1 Where possible, all existing recyclable materials, gravel, asphalt products, etc. to betransported to an appropriate recycling facility.

.2 Provide location of local facility receiving removed recyclable materials to Owner andConsultant.

.7 Dispose of debris on a continuous basis. Do not stockpile debris in a manner which wouldoverload structure, or impede access around site.

3.4 SEQUENCE OF OPERATION

.1 Removal:

.1 Remove items as indicated in technical sections, including roofing ballast or gravel, metalroofing flashings, roofing membrane and flashings, roofing insulation, and or vapourretarder.

.1 Do not disturb items designated to remain in place.

.2 Restrict roofing demolition work to sections in limited size that will be restored and madewatertight by end of working day.

.3 Use extreme caution when performing demolition work around skylights, sloped glazing,and other force and vibration sensitive roof projections.

.2 Removal From Site:

.1 Interim removal of stockpiled material may be required, if it is deemed to interfere withoperations of Owner.

.2 Do not overload existing roof structures.

Page 75: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Existing Conditions – Division 02Austin Works Yard Vehicle Service Building SELECTIVE DEMOLITION & REMOVALIRC No. VB17-040SP-19231 Section 02 41 19

Copyright 2017 IRC Building Sciences Group. Page 4 of 6

.3 Salvage:

.1 Carefully dismantle items containing materials for salvage and stockpile salvagedmaterials at locations acceptable to Owner and Consultant.

.4 Disposal of Material:

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

.5 Backfill:

.1 Backfill in areas as indicated.

3.5 ABANDONED AND UNUSED ITEMS

.1 Items of unused and/or abandoned rooftop equipment, units, curbs, sleepers, service lines,cabling, and any related supports which are not operational or in use are to be removed anddisposed of. Consult roof plan for additional instructions regarding removal of redundant items.

.2 Existing services for abandoned equipment to be dismantled to below roof deck, and closed off inaccordance with local bylaws and Code requirements. Confirm all electrical lockout procedureswith Owner’s representative.

.3 Existing roof deck openings to be closed using following guidelines:

.1 Openings up to 152mm (6”) in diameter or 152x152mm (6”x6”):

.1 Metal Decking: Install 610x610mm (24”x24”) galvanized steel plate, min. 18ga.secured with 4 screws per side to existing decking.

.2 Openings greater than 152mm (6”) in diameter or 152x152mm (6”x6”):

.1 Wood Planking: Replace with SPF #1 grade boards to match existing thickness.All replacement decking shall have 3 points of bearing. Provide new framing tomatch original as required.

.2 Plywood Decking: Replace with No.1 construction grade plywood sheathing,Good One Side (G1S), to match existing thickness. All replacement deckingshall have 3 points of bearing and installed in logical rectangular shapes. Newplywood decking to be supported by at least half thickness of roof joist, turss, orrafter underneath. Provide galv. H-clips to existing decking on unsupportedsides.

.3 Steel Decking: Obtain ruling from Engineer whether decking is to be replaced orsuitably overlaid with identical decking. Secure all decking with TEK screws ateach lower flute bearing point structure; welding is not permitted.

.4 Concrete Deck: Refer to detail drawing.

.3 Openings greater than 915x915mm (3’x3’):

.1 Consult Structural Engineer for deck review and design of new framing, decking,securement, and any other required support.

3.6 DECK REPAIRS

.1 Wood Decking: Areas of deteriorated wood planking or plywood decking to be cut out andreplaced with new to match existing.

Page 76: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Existing Conditions – Division 02Austin Works Yard Vehicle Service Building SELECTIVE DEMOLITION & REMOVALIRC No. VB17-040SP-19231 Section 02 41 19

Copyright 2017 IRC Building Sciences Group. Page 5 of 6

.2 Metal Decking: Areas of corroded steel decking not requiring replacement to be cleaned using awire brush to completely remove all evidence of corrosion. Remove all dust and coat with zincrich epoxy primer to completely cover all areas where corrosion was evident.

.3 Concrete Decking: Areas of concrete decking with pitted or deteriorated surfaces to be cleanedsufficiently to receive repair material. Repairs to be completed with quick set masonry repairgrout trowelled to a smooth even finish, flush with surrounding areas.

3.7 RESTORATION

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

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

3.8 CLEANUP

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

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

END OF SECTION - 02 41 19

Page 77: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Existing Conditions – Division 02Austin Works Yard Vehicle Service Building SELECTIVE DEMOLITION & REMOVALIRC No. VB17-040SP-19231 Section 02 41 19

Copyright 2017 IRC Building Sciences Group. Page 6 of 6

(This page left blank intentionally)

Page 78: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Metals – Division 05Austin Works Yard Vehicle Service Building METAL LADDERSIRC No. VB17-040SP-19231 Section 05 51 00

Copyright © 2017 IRC Building Sciences Group

PART 1 - GENERAL

1.1 RELATED SECTIONS

.1 Section 01 10 00 – Summary of Works

1.2 REFERENCES

.1 Edit this article after editing the rest of this section. Only list reference standards below, thatare included within the text of this section, when edited for a project specification - deleteother references that do not apply.

.2 ASTM A53/A53M-06a - Pipe, Steel, Black and Hot-Dipped Zinc Coated, Welded andSeamless.

.3 ASTM A153/A153-05 - Zinc Coating (Hot-Dip) on Iron and Steel Hardware.

.4 ASTM A307-04e1 - Carbon Steel Bolts and Studs, 60,000 PSI Tensile Strength.

.5 ASTM A500-03a - Cold-Formed Welded and Seamless Carbon Steel Structural Tubing inRounds and Shapes.

.6 ASTM A501-01 (Reapproved 2005) - Hot-Formed Welded and Seamless Carbon SteelStructural Tubing.

.7 CAN/CGSB-1.40-97 - Anti-corrosive Structural Steel Alkyd Primer.

.8 CAN/CGSB-1.181-99 - Ready-Mixed, Organic Zinc-Rich Coating.

.9 CAN/CSA-G40.20-04/G40.21-04 - General Requirements for Rolled or Welded StructuralQuality Steel/Structural Quality Steel.

.10 CAN/CSA-G164-M92(R2003) - Hot Dip Galvanizing of Irregularly Shaped Articles.

.11 CSA W47.1-03 - Certification of Companies for Fusion Welding of Steel Structures.

.12 CSA W48-06 - Filler Metals and Allied Materials for Metal Arc Welding

.13 CSA W59-03 - Welded Steel Construction (Metal Arc Welding).

.14 CSA W59.2-1991(R2003) - Welded Aluminum Construction.

.15 SSPC (The Society for Protective Coatings) (formerly SSPC - Steel Structures PaintingCouncil) - Steel Structures Painting Manual.

.16 ANSI Standard A14.3-2000 Fixed Ladders

1.3 SUBMITTALS FOR REVIEW

.1 Section 01 33 00: Submittal Procedures.

.2 Product Data: Submit manufacturer’s printed product literature, specifications anddatasheets. Provide component dimensions, describe components within assembly,anchorage and fasteners.

.3 Shop Drawings:

Page 79: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Metals – Division 05Austin Works Yard Vehicle Service Building METAL LADDERSIRC No. VB17-040SP-19231 Section 05 51 00

Copyright © 2017 IRC Building Sciences Group

.1 Indicate materials and profiles and provide scaled details for all components.

.2 Provide structural and physical characteristics of framing members and anchors.Indicate dimensional limitations and special installation requirements, if applicable.

.3 Indicate assembly details, installation details, and sequencing.

1.4 DESIGN REQUIREMENTS

.1 Design to conform to ANSI Standard A14.3 for fixed ladders.

.2 Design fixed ladders to conform to BC Building Code 2006, as well as all local requirementsto withstand structural loads without exceeding the allowable working stresses of thematerials.

.3 Each ladder shall be able to support without failure, the total of the following loads:

.1 Minimum of two loads of 250 pounds (1.1kN) each, concentrated between any twoconsecutive attachments.

.2 Any additional concentrated loads of 250 lbs (1.1 kN) each determined from theanticipated use of the ladder.

.3 Each step or rung shall be capable of supporting a single concentrated load of atleast 250 pounds applied in the middle of the step or rung.

.4 Anticipated loads caused by all of the following:

.1 Ice build-up

.2 Wind load

.3 Rigging attached to the ladder, including the load to be lifted

.4 Impact loads resulting from the use of ladder safety devices

.4 All liveloads to be concentrated at the points that will cause the maximum stress on theladder or structural member.

1.5 QUALITY ASSURANCE

.1 Products of this section should meet the quality assurance requirements included in theSection 05 50 00

.2 Mock Up: Construct mock up. Provide mock up section including intermediate supports.

.3 Conduct pre-installation meeting one week prior to commencing work of this section to verifyproject requirements.

1.6 WARRANTY

.1 Provide Warranties as required in the General Requirements and the Contract.

.2 Manufacturer’s Warranty: Submit standard manufacturer’s warranty document executed byauthorized company official. Manufacturer’s warranty is in addition to and not a limitation ofother rights the Owner may have under the Contract Documents.

Page 80: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Metals – Division 05Austin Works Yard Vehicle Service Building METAL LADDERSIRC No. VB17-040SP-19231 Section 05 51 00

Copyright © 2017 IRC Building Sciences Group

.3 Warranty Period: Five (5) Years commencing on dates of Substantial Completion. Warrantyshall cover repair or replacement of defective material and workmanship.

.4 Protect installed products until completion of project.

.5 Touch-up, repair or replace damaged products before Substantial Completion.

END OF SECTION – 05 51 00

Page 81: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Wood, Plastics and Composites – Division 06Austin Works Yard Vehicle Service Building ROUGH CARPENTRYIRC No. VB17-040SP-19231 Section 06 10 00

Copyright 2017 IRC Building Sciences Group. Page 1 of 6

PART 1 - GENERAL

1.1 RELATED SECTIONS

.1 Section 01 11 00 – Summary of Work

.2 Section 01 56 00 – Temporary Barriers and Enclosures

.3 Section 02 41 19 – Selective Demolition and Removal

.4 Section 07 52 10 – SBS Modified Bituminous Membrane Roofing

.5 Section 07 62 00 – Sheet Metal Flashing and Trim

1.2 REFERENCES

.1 Latest edition of all listed references to apply:

.1 American Lumber Standards Committee (ALSC): Softwood Lumber Standards.

.2 American Plywood Association (APA) Product Guide: Grades and Specifications.

.3 American Wood Preservers Assoc. (AWPA): Timber Products Pressure Treatment.

.4 Canadian Standards Association (CAN/CSA):

.1 CAN/CSA B111: Wire Nails, Spikes and Staples.

.2 CAN/CSA-G164M: Hot Dip Galvanizing of Irregularly Shaped Articles.

.3 CAN/CSA O121M: Douglas Fir Plywood.

.4 CAN/CSA-O141-91: Softwood Lumber.

.5 CAN/CSA O151M: Canadian Softwood Plywood.

.6 CAN/CSA-O325.0: Construction Sheathing.

.5 National Forest Products Association (NFPA): Grading Rules.

.6 National Lumber Grades Authority (NLGA): Stnd. Grading Rules, Canadian Lumber.

1.3 QUALITY ASSURANCE

.1 Lumber identification to be by grade stamp of an agency certified by Canadian Lumber StandardsAccreditation Board.

.2 Plywood identification to be by grade mark in accordance with applicable CSA standards.

.3 Plywood, OSB and wood based composite panel construction sheathing identification to be bygrademark in accordance with applicable CSA standards.

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

.5 Provide shop drawings for Consultant’s review of new wall modifications.

Page 82: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Wood, Plastics and Composites – Division 06Austin Works Yard Vehicle Service Building ROUGH CARPENTRYIRC No. VB17-040SP-19231 Section 06 10 00

Copyright 2017 IRC Building Sciences Group. Page 2 of 6

.6 Mock-up of exposed Carpentry will be made available for review of Owner and Consultant at wallmodifications. This may be submitted by partial constructed components.

1.4 DELIVERY, STORAGE, AND HANDLING

.1 Protect lumber and other products from dampness both during and after delivery at site.

.2 Pile lumber in stacks in such manner as to provide air circulation around surfaces of each piece.

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

.4 Locate stacks on well drained areas, supported at least 152mm (6”) above grade and cover withwell-ventilated sheds having firmly constructed over hanging roof with sufficient end wall toprotect lumber from driving rain.

1.5 WASTE MANAGEMENT AND DISPOSAL

.1 Set aside damaged wood and dimensional lumber off-cuts for acceptable alternative uses (e.g.bracing, blocking, cripples, bridging, finger-joining, or ties). Store this separated reusable woodwaste convenient to cutting station and area of work.

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

.3 Unused preservatives and fire retardant materials are to be diverted from landfill through disposalat a special wastes depot.

.4 Do not burn scrap at project site.

.5 Fold up metal banding, flatten, and place in designated area for recycling.

PART 2 - PRODUCTS

2.1 LUMBER MATERIALS

.1 Materials to be best merchantable lumber, straight and sized and shaped to correct dimensionsfrom nominal sizes noted on drawings. Lumber to be selected from well-seasoned stock, freefrom loose resinous knots, shakes, waxed edges, splits, dry rot or other defects which wouldimpair strength or durability.

.2 Lumber in accordance with following standards:

.1 CAN/CSA-O141.

.2 NLGA Standard Grading Rules for Canadian Lumber.

.3 Unless specified otherwise all framing members to be No.1/No.2 SPF.

.4 All materials directly exposed to exterior to be pressure treated unless noted otherwise ondrawings or elsewhere in specification.

.5 Furring, blocking, nailing strips, grounds, rough bucks, cants, curbs, fascia backing and sleepersto be pressure treated where exposed to exterior elements.

.6 Moisture Content:

.1 At time of delivery and maintained at site.

Page 83: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Wood, Plastics and Composites – Division 06Austin Works Yard Vehicle Service Building ROUGH CARPENTRYIRC No. VB17-040SP-19231 Section 06 10 00

Copyright 2017 IRC Building Sciences Group. Page 3 of 6

.2 Boards and lumber 51mm (2”) and less in thickness: 19% or less.

.3 Lumber over 51mm (2”) thick: 25% or less.

.7 Preservative Treatment:

.1 All wood exposed to exterior environmental conditions, in contact with concrete ormasonry to be treated with roof preservative.

.2 Do not treat Heart Redwood and Western Red Cedar.

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

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

.5 Preservative treat by pressure method complying with ASTM D1760, except any processinvolving use of Chromated Copper arsenate (CCA) for pressure treating wood is notpermitted.

2.2 PANEL MATERIALS

.1 Douglas fir plywood (DFP): to CSA O121, standard construction, Good one side (G1S) when incontact with roofing membrane.

.2 Canadian softwood plywood (CSP): to CSA O151, standard construction, Good one side (G1S)when in contact with roofing membrane.

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

2.3 ACCESSORIES

.1 Bent metal plate: 18ga or 22ga, galvanized metal sheet, formed as required or as indicated ondrawings to provide support for wood blocking or roof assembly components.

.2 Anchorage to hollow masonry and gypsum walls: Galvanized toggle bolts.

.3 Anchorage to solid masonry or concrete: Expansion shields and lag bolts:

.1 Rawl mushroom head lead anchors, min 6mm (0.25”) diameter for sheathing,

.2 Hilti Kwik-Bolts for structural members.

.4 Anchorage of wood members to sheet steel studs: Corrosion coated screws, min #14 thread, oflength to penetrate minimum 19mm (0.75”) through material into base.

.5 Nails: Minimum 6d, hot dip galvanized spiral or ring shank nails, length to penetrate throughmaterial 38mm (1.5”) into base.

.6 Anchorage of wood blocking to masonry: Masonry screws, Tapcon anchors of sufficient length topenetrate 32mm (1.25”) into masonry surfaces.

.7 Batt Insulation: Stone wool mineral fiber batt insulation, Rockwool by Roxul Inc.

.8 Explosive actuated fastening devices are prohibited for use on this project.

Page 84: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Wood, Plastics and Composites – Division 06Austin Works Yard Vehicle Service Building ROUGH CARPENTRYIRC No. VB17-040SP-19231 Section 06 10 00

Copyright 2017 IRC Building Sciences Group. Page 4 of 6

2.4 ACCESSORY FINISHES

.1 Galvanizing: to CAN/CSA-G164:

.1 galvanized fasteners for all exterior work unless otherwise specified

.2 galvanized fasteners for all high interior humid areas unless otherwise specified

.2 Use stainless steel type 304 where noted on drawings

PART 3 - EXECUTION

3.1 PREPARATION

.1 Comply with safety regulations and applicable bylaws governing work included in this section.Provide and maintain necessary barriers, guards and rails.

.2 Scope of work includes parapet wall, roof joint, skylight curbs and wall modifications as indicatedon drawings or as required to provide a secure, smooth surface to receive the new roof andflashing assembly:

.1 Install wood blocking secured into existing surfaces adequately to resist movement andwind uplift forces as per FMG 1-49, minimum 200 pounds/foot.

.2 Install mineral fiber insulation at all voids and as indicated on drawings.

.3 Install plywood sheathing to drawings.

.4 Install skylight curbs as indicated in drawings.

.3 Complete wood blocking and sheathing to walls, curbs and drains as indicated on drawings.

3.2 SITE APPLIED WOOD TREATMENTS

.1 Treat only wood blocking which will remain exposed to the elements.

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

.3 Re-treat surfaces exposed by cutting, trimming or boring with liberal brush application ofpreservative before installation.

3.3 INSTALLATION

.1 Comply with requirements of Provincial Building Code at Place of Work, supplemented byfollowing paragraphs:

.1 Ensure continuity and completeness of vapour retarder membrane as coinciding with newwood blocking installation.

.2 Provide mineral wool insulation to fill voids at roof deck level or as otherwise required orindicated on detail drawings.

.3 Install furring and blocking as required to space-out and support new walls, windowprojections and louver extensions, fascia, soffit, siding and other work as required.

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

.5 Install rough bucks, nailers and linings to rough openings as required to provide backingfor frames and other work.

Page 85: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Wood, Plastics and Composites – Division 06Austin Works Yard Vehicle Service Building ROUGH CARPENTRYIRC No. VB17-040SP-19231 Section 06 10 00

Copyright 2017 IRC Building Sciences Group. Page 5 of 6

.6 Install wood cants, fascia backing, nailers, curbs and other wood supports as requiredand secure with adequate fasteners.

.7 Install sleepers as indicated.

3.4 ERECTION

.1 Frame, anchor, fasten, tie and brace members to provide necessary strength and rigidity.

.2 Countersink bolts where necessary to provide clearance for other work.

END OF SECTION - 06 10 00

Page 86: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Wood, Plastics and Composites – Division 06Austin Works Yard Vehicle Service Building ROUGH CARPENTRYIRC No. VB17-040SP-19231 Section 06 10 00

Copyright 2017 IRC Building Sciences Group. Page 6 of 6

(This page left blank intentionally)

Page 87: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 1 of 32

PART 1 - GENERAL

1.1 SECTION INCLUDES

.1 Installation of a new roof system over prepared substrate.

.2 Existing roofing components and related appurtenances to be removed including existingskylights and safety guards, and all unused curbs, sleepers and equipment as noted on theROOF Plan and specified herein in preparation for installation of a new low slope roof systemincluding but not limited to:

.1 Roof Replacement specified on Roof Area 1.1 and 2.1:

.1 Existing wood roof deck, c/w plywood overlay,

.2 Existing 2 layers 7/16” fiberboard,

.3 1% tapered EPS sumps 20’ x 20’, mechanically fastened,

.4 1 layer 12.7 mm (0.50”) siliconized gypsum overlay board, mechanically fastenedover existing fiberboard and drain sumps,

.5 1 ply modified bitumen base sheet and flashings, self-adhered,

.6 1 ply granular modified bitumen cap sheet membrane and flashings, torchapplied,

.7 Prefinished metal flashings and trim.

1.2 RELATED SECTIONS

.1 Section 01 11 00 – Summary of Work

.2 Section 01 35 23 – Health and Safety

.3 Section 01 56 00 – Temporary Barriers & Enclosures

.4 Section 02 41 19 – Selective Demolition and Removal

.5 Section 05 51 00 – Metal Ladders

.6 Section 06 10 00 – Rough Carpentry

.7 Section 07 62 00 – Sheet Metal Flashing & Trim

.8 Section 07 92 00 – Joint Sealants

.9 Section 08 63 00 – Metal Framed Skylights

.10 Section 11 01 00 – Fall Protection Systems

1.3 REFERENCES

.1 Latest edition of all listed references; most stringent requirements to govern in conflicts:

.1 American Society for Testing and Materials (ASTM) International:

.1 C578: Rigid, Cellular Polystyrene Thermal Insulation.

.2 C726: Mineral Fibre Roof Insulation Board.

Page 88: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 2 of 32

.3 C1177(M): Standard Specification for Glass Mat Gypsum Substrate.

.4 C1289: Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board.

.5 C1396(M): Standard Specification for Gypsum Board.

.6 D41: Asphalt Primer Used in Roofing, Dampproofing, and Waterproofing.

.7 D312: Asphalt Used in Roofing.

.8 D2822: Asphalt Roof Cement.

.9 D4601: Standard for Asphalt Coated Glass Fibre Base Sheet Used in Roofing.

.10 D6162: SBS Mod. Bit. Sheets Using Polyester & Glass Fiber Reinforcements.

.11 D6163: SBS Mod. Bit. Sheets Using Glass Fiber Reinforcements.

.12 D6164: SBS Mod. Bit. Sheets Using Polyester Reinforcements.

.2 Canadian Standards Association (CAN/CSA):

.1 A123.21: Wind Uplift.

.2 A123.2: Asphalt Coated Roofing Sheets.

.3 A123.16: Asphalt Coated Glass Base Sheets.

.4 A231.1: Precast Concrete Paving Slabs.

.5 0121M: Douglas Fir Plywood.

.6 0151M: Canadian Softwood Plywood.

.3 Canadian General Standards Board (CAN/CGSB):

.1 37.29M: Rubber-Asphalt Sealing Compound

.2 37-GP-9M: Primer, Asphalt, unfilled, for Asphalt Roofing and Waterproofing.

.3 37-GP-15M: Application of Asphalt Primer for Asphalt Roofing & Waterproofing.

.4 37-GP-56M: Membrane, Bituminous, Prefabricated and Reinforced for Roofing.

.5 51.26M: Thermal Insulation, Urethane and Isocyanurate, Boards, Faced.

.6 51.33M: Vapour Barrier Sheet, Excluding Polyethylene, for use in Construction.

.7 51.34M: Vapour Barrier Sheet, Polyethylene Sheet for use in Construction.

.4 Underwriters Laboratories of Canada (CAN/ULC):

.1 S701: Thermal Insulation, Polystyrene, Boards and Pipe Covering.

.2 S702: Thermal Insulation, Mineral Fibre, for Buildings.

.3 S704: Thermal Insulation, Polyurethane and Polyisocyanurate, Boards, Fixed.

.5 Roofing Contractors Association of BC (RCABC): Roof Practices Manual, LatestRevision, and includes Technical Updates issued at the time of tender.

Page 89: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 3 of 32

.6 Canadian Roofing Contractors Association (CRCA): Roofing and Waterproofing Manual.

1.4 SUBMITTALS

.1 Provide to Quality Assurance Observer, within five (5) working days after Notice of Award:

.1 Initial project work schedule showing anticipated progress stages and final completion ofwork from Start Date. Do not commence Work before project schedule has beenprovided and reviewed.

.2 Provincial Ministry’s Notice of Project form or equivalent for Place of Work, notarized andexecuted.

.3 Current WorkSafe BC Performance Rate Statement & Clearance Letter for Place ofWork.

.2 Provide to Quality Assurance Observer, at Prestart Meeting:

.1 Finalized project work schedule listing start date, anticipated number of working daysworking, and manpower assignments for project.

.2 Sample of specified warranties from Manufacturer and Contractor for proposed materialsand products to be installed.

.3 Letter and completed Manufacturer’s project warranty application form sent to “WarrantyProvider” advising them of project start and particulars.

.4 Complete Materials List; including installation instructions and product datasheetsproviding characteristics of all proposed materials to be installed.

.5 Material Safety Data Sheets (MSDS) pertaining to all proposed materials to be used onsite to perform Work.

.6 Certifications by manufacturers of roofing and insulating materials that all productssupplied comply with all requirements of current identified ASTM and other industrystandards or practices.

.7 Letter by Contractor certifying that all specified roof system components are compatible,are approved by Manufacturer, meet specified warranty terms, and are compatible withexisting substrates.

.8 Applicable shop drawings for tapered insulation layout and other specified items to bereviewed by Consultant prior to prefabrication and delivery.

.9 Appropriate securement patterns for mechanical fastening of insulation, and deck overlayboards if applicable.

.10 List of “Trained Membrane Approved Applicators” to work and be present duringperformance of Work.

.11 Health & Safety Plan for Specific Work Site including contact list and phone numbers forproject, and twenty-four (24) hour emergency contact numbers.

1.5 CONTRACTOR QUALIFICATION

.1 Roofing Contractor to perform specified Work must:

.1 Have a minimum ten (10) years’ work experience with materials specified or similarcomparable products,

Page 90: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 4 of 32

.2 Be a member in good standing with Roofing Contractors Association of BC (RCABC),

.3 And be licensed and insured for Place of Work.

.2 Roofing Contractor must be pre-approved and certified by Membrane Manufacturer for specifiedmaterials and installation type.

.1 Contractor’s installers must be certified for installation of specified materials.

.2 Contractor’s employees and Subcontractors must be WHMIS certified.

.3 Owner reserves right to reject any proposed Subcontractor for reasonable cause.

1.6 QUALITY ASSURANCE

.1 Compatibility between components of roofing system and wall system is essential. Providewritten declaration to Consultant stating that materials and components, as assembled in newsystem will meet this requirement.

.2 Perform Work in accordance with Contracts Documents and Manufacturer's written instructions.

.3 Make no deviation from Project Specifications or approved shop drawings without prior writtenapproval by Consultant and, if applicable, Manufacturer.

.4 Contractor to arrange for a Technical Representative of Manufacturer to review installed roofsystem wherever a Standard or System Warranty requirement has been specified.

.5 Upon completion of new installation, provide certification that all work has been done in strictaccordance with Contract Documents and to Manufacturer’s requirements.

1.7 QUALITY ASSURANCE OBSERVATION

.1 IRC Building Sciences Group, hereafter known as “Observer”, is an independent QualityAssurance Observation Agency appointed by Owner to observe performance of roof Work:

.1 Roofing Contractor to arrange Prestart site meeting with Observer no more than three (3)weeks prior to commencement of Work on site. Obtain Observer’s instructions andreference procedures to be followed on project.

.2 Provide to Observer date when each phase of work will begin, at least forty-eight (48)hours prior to commencement of Work for phase.

.3 Arrange Final Observation and examination of installed roof with both Observer andManufacturer’s Technical Representative.

.2 Cooperate with Observer and afford all facilities necessary to permit full Quality AssuranceObservations during performance of Work. Act immediately on instructions given by Observer.

.3 When required, provide roof cut-outs and samples in field where directed by Observer and makegood without additional cost to Owner.

.4 When initial tests and observations reveal work failing to meet contract requirements, pay for anyadditional testing and observations required by Observer or third party testing agency forcorrection of Work, without additional cost to Owner.

.5 Copies of Q.A. Observation Reports to be issued by Observer to Owner and Prime Contractor.

Page 91: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 5 of 32

.1 Costs of Post Final Field Review(s) or extra field reviews due to Contractor notcompleting the work by the contractual Completion Date, if required, shall be chargedback to the Contractor at a rate of $750.00 per inspection.

1.8 DELIVERY, STORAGE, AND HANDLING

.1 Site storage is limited. Where applicable, location of storage and related facilities to becoordinated with Prime/General Contractor.

.2 All materials to be delivered and stored in their original packaging bearing manufacturers label,grade and product weight, including all other related standards, specifications, and like.

.3 All materials to be adequately protected from inclement weather conditions and stored in a dry,well ventilated and weather protected location. Use only dry materials and apply only duringweather that will not introduce moisture into roofing system.

.4 Only materials to be installed on same day to be removed from protected location to work site.

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

.6 Modified bitumen rolls to be kept clear of all flames and sparks when not being applied to roof.

.7 All materials in a rolled configuration to be stored on end, elevated off ground, and on a pallet orskid to protect bottom surface from foreign debris and moisture.

.8 Restrict stockpiling of material in one location on roof to prevent exceeding specified deck liveload capacity. Avoid point loading that may compromise structural integrity of roof.

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

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

1.9 ENVIRONMENTAL REQUIREMENTS

.1 Do not apply roofing materials to damp, wet, or frozen deck or substrates.

.2 Do not expose materials vulnerable to water or sun damage in quantities greater than can beweatherproofed during same day.

.3 Only install as much new roofing as can be made weather-tight each day, including all flashingand detail work. All seams to be sealed or heat welded before leaving job site that work day.

.4 All work to be scheduled and executed without exposing interior building areas to effects ofinclement weather. Existing building and its contents to be protected against all risks.

.5 All new and temporary construction, including equipment and accessories, to be secured in sucha manner as to preclude wind blow-off and subsequent roof or equipment damage.

.6 Uninterrupted water-stops to be installed at end of each day's work and to be completelyremoved before proceeding with next day's work. Water-stops to not emit dangerous or unsafefumes and to not remain in contact with finished roof as installation progresses. Contaminatedmembrane to be replaced at no cost to Owner.

.7 Arrange work sequence to avoid use of newly constructed roofing as a walking surface or forequipment movement and storage. Where such access is absolutely required, provide allnecessary protection and barriers to segregate work area and to prevent damage to adjacentareas. A substantial protection layer consisting of plywood over felt or plywood over insulation

Page 92: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 6 of 32

board to be provided for all new and existing roof areas that receive rooftop traffic duringconstruction.

.8 Prior to and during application, all dirt, debris and dust to be removed from surfaces byvacuuming, sweeping, blowing with compressed air, and/or similar methods.

.9 Follow all safety regulations as required by OHS (Occupational Health and Safety) and any otherapplicable authority having jurisdiction.

.10 All roofing, insulation, flashings and metal work removed during construction to be immediatelytaken off site to a legal dumping area authorized to receive such materials. Hazardous materials,such as materials containing asbestos, are to be removed and disposed of in strict accordancewith applicable Local, Provincial, and National requirements.

.11 All new roofing waste material (i.e., scrap roof membrane, empty cans of adhesive) to beimmediately removed from site by Contractor and properly transported to a legal dumping areaauthorized to receive such material.

.12 Take precautions that storage and/or application of materials and/or equipment does not overloadroof deck or building structure.

.13 Flammable adhesives and deck primers to not be stored and not be used in vicinity of openflames, sparks and excessive heat.

.14 All rooftop contamination that is anticipated or that is occurring to be reported to manufacturer todetermine corrective steps to be taken.

.15 Verify that all roof drain lines are functioning correctly (not clogged or blocked) before startingwork. Contractor to report any such blockages in writing to Consultant for corrective action priorto installation of roof system.

.16 Immediately stop work if any unusual or concealed condition is discovered and immediately notifyConsultant of such condition in writing in order to obtain additional instruction.

.17 Site cleanup, including both interior and exterior building areas that have been affected byconstruction, to be completed to satisfaction of Consultant.

.18 All landscaped areas damaged by construction activities to be repaired at no cost to Owner.

.19 Do not install membrane under following conditions without consulting Manufacturer’s TechnicalDepartment for precautionary steps:

.1 Roof assembly permits interior air to pressurize membrane underside.

.2 Any exterior wall has 10% or more of surface area comprised of opening doors orwindows.

.3 Wall to deck intersection permits air entry into wall flashing area.

.20 Take precautions when using adhesives at or near rooftop vents or air intakes. Avoid adhesiveodours from entering building. Coordinate operation of vents and air intakes in such a manner asto avoid intake of adhesive odour while ventilating building. Keep lids on unused cans at alltimes.

.21 Protective wear to be worn when using solvents or adhesives or as required by job conditions.

1.10 PREPARATORY WORK

.1 Review roof levels and advise Consultant of any deviation from specified tolerances.

Page 93: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 7 of 32

.2 Review roof drain locations and number. Advise Consultant of any deviation or alteration fromspecifications.

.3 Sweep roof deck free of dust or dirt and remove all debris prior to any installation work.

.4 When removing vents, skylights, etc, ensure the opening are covered to prevent moisture orodour infiltration into the building. Openings beyond a certain size may require to be identified asa fall hazard and protected appropriately.

1.11 SAFETY AND PROTECTION

.1 Latest edition of all listed references to apply:

.1 CAN/CSA S269.2M: Access Scaffolding for Construction Purposes.

.2 Fire Commissioner of Canada: FC 301 - Standard for Construction Operations.

.2 The Roof Contractor shall be designated as “Prime Contractor” and will be responsible to ensurethat Section 118 of the WSBC Act and Regulation 20.3 are complied with.

.1 The Roofing Contractor / “Prime Contractor” is responsible, among other things, for:

.2 Establishing a system of roof orientations; and

.3 Establishing a system of supervision for all workers on the roof; and

.4 Ensuring all employers’ workers who access the roof comply with regulations, and the actincluding insuring documented fall protection planning, access/egress, first aid &emergency procedure issues are addressed.

.5 The Prime Contractor is responsible for ensuring that every employee and worker whoaccess the roof area for which he / she is primarily responsible, complies with all WSBCregulations.

.6 Workers at the roofing construction site include: sub-trades, delivery personnel, visitors,consultants, & owner’s agents / employees.

.3 Fire Safety:

.1 The Contractor has sole responsibility for fire protection. The Consultant and the Ownerassume no role in managing fire safety. Comments and observations may be made bythe Consultant regarding fire protection materials, such as fire tape, that are incorporatedinto the roofing system to help ensure quality relating to the proper use and installation ofthe materials; this is not to be interpreted as approval of the adequacy for the fireprevention measures that the Contractor is using.

.2 The Consultant or Owner may comment verbally, or in writing, on work activities thatappear unsafe including fire safety measures, as it is everyone’s responsibility on a jobsite to report potentially unsafe conditions to the Prime Contractor. Such comments arebased on isolated observations and are not to be considered safety audits, and are not tobe construed as a safety review, which is not part of the professional obligation of theConsultant. The Consultant and Owner are not assuming an expanded role of monitoringsite safety by providing any safety related comments, and are intended to show supportfor the WSBC “Safety is Everyone’s Business!” initiative.

.3 Contractor is responsible at all times for determining and assessing fire risk and for takingall necessary precautions and to employ whatever means and methods that are required

Page 94: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 8 of 32

to protect the roofing assembly and the building from exposure to flame and the risk offire.

.4 Contractor shall consider all products manufactured or approved by the primarymembrane manufacturer, including self-adhering, cold process and liquid, as approvedfor use in areas they have determined to be flame sensitive as part of their riskassessment process.

.5 The Consultant may review and comment on the Contractor’s use of these materials tohelp ensure conformance with the design intent and performance expectations ofpermanently installed materials.

.6 Contractor must keep charged and ready fire extinguishers on site at all times, includingon roof and at access points to building interior.

.7 Contractor is responsible to provide a minimum two (2) hour fire watch at completion ofeach day’s activities on all projects implementing use of propane torches and/or burners.Longer fire watches may be required is deemed necessary by WSBC or due to sitespecific hazards as determined by the Contractor.

.8 At minimum, a handheld, thermal optic camera suitable for roofing applications and firealert must be kept on site at all times during torching procedures. Check seams andflashings at regular intervals for flare ups. Check adjacent attic spaces to review the backside of the work area when applicable. This activity is to be recorded by the roofingcontractor. If contractors requirements are greater, the higher standard shall be followed.

.4 Solvents, Adhesives, Propane and Membranes:

.1 Store only enough solvents and adhesives on roof for same day’s use. Do not leaveadhesives on roof over night. Manufacturer supplied adhesives should be stored in theirovernight containers. Minimum temperature for solvent based adhesives and primers is -5°C (23°F).

.2 Only load sufficient propane tanks to the roof to achieve the day’s work.

.3 Tanks are to be downloaded from the roof daily or stored in a safety cage designed forthat purpose. At no time are tanks to be left unsecured or stored on the ground.

.4 Do not install roof membrane when temperature remains below 5°C (41°F) for self-adhered installations. Apply materials in accordance with manufacturer’srecommendations and in accordance with Canadian Modified Bitumen Manufacturer’sAssociation.

.5 Refer to Manufacturer’s literature for additional guidelines.

.6 Protect walls where hoisting is required.

.7 Protect roofs from damage due to traffic and materials handling until completion.

.8 Keep a fire extinguisher at access to building interior wherever solvent based productsare stored or used.

1.12 WARRANTY

.1 Contractor’s Workmanship Warranty:

.1 Provide Owner with Contractor’s two (2) year Warranty for Workmanship and Materialson Contractor’s letterhead. Warranty period to commence on date of Approved Final

Page 95: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 9 of 32

Inspection. The Warranty is intended to provide coverage in the event theManufacturer’s labour and material warranty is deleted or to cover items not included inthe Manufacturer’s labour and material warranty. Cost of Contractor’s WorkmanshipWarranty to be included in the contract price.

.2 Manufacturer’s System Warranty:

.1 Provide a written Ten (10) Year Membrane Manufacturer’s No Dollar Limit SystemWarranty from the date of Approved Final Inspection. Cost of Manufacturer’s Warranty tobe included in the contract price.

.3 All other items not specifically noted above to be supplied with a two (2) year Contractor’sWarranty for materials and workmanship.

.4 Cost of Field Reviews to be paid by Owner.

.1 Costs of Post Final Field Review(s) or extra field reviews due to Contractor notcompleting the work by the contractual Completion Date, if required, shall be chargedback to the Contractor at a rate of $750.00 per inspection.

PART 2 - PRODUCTS

2.1 GENERAL

.1 All membrane materials are to be manufactured by Soprema, meeting manufacturer’s materialcompatibility requirements to achieve required System Warranty. Alternate systems may beproposed to IRC, in writing, a minimum 5 days prior to project close. Alternate manufacturers arenot invited at the direction of the owner. All accessory materials must be supplied and / orapproved in writing by the primary membrane manufacturer. Proposals must include producttechnical data sheets, or site-specific descriptions and printed manufacturers installationinstructions and must comply fully with the experience and job reference requirements of Section1.6 Quality Assurance of these specifications.

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

.3 Membrane Manufacturer's acceptance of any other product is only for a determination ofcompatibility with products and not for inclusion in manufacturer’s warranty.

.4 Specifications, installation instructions, limitations, and/or restrictions of respective manufacturersmust be reviewed by Consultant for acceptability for intended use with membrane manufacturer’sproducts.

2.2 FASTENERS, PLATES & FASTENING BARS

.1 Where required all fasteners and plates to meet requirements of Factory Mutual Global 4470Standard for wind uplift and corrosion resistance in roofing.

.2 Insulation

.1 Self-tapping, epoxy coated carbon steel or solid stainless steel deck screws approved bymembrane Manufacturer to meet warranty requirements, complete with securementplates in a fastening pattern meeting CSA 123.21 requirements:

.1 Soprema #12 DP Fastener.

.2 Soprema #14 MP Fastener.

Page 96: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 10 of 32

.3 Soprema #15 HD Fastener.

.1 All fasteners used with Soprema 3” insulation stress plate

.3 Membrane Attachment:

.1 Self-tapping, epoxy coated carbon steel or solid stainless steel deck screws approved bymembrane Manufacturer to meet warranty requirements, complete with securementplates in a fastening pattern meeting CSA 123.21 requirements:

.1 Soprema #12 DP Fastener.

.2 Soprema #14 MP Fastener.

.3 Soprema #15 HD Fastener.

.1 All fasteners used with Soprema 2” Seam Plate.

.4 Wood to steel, wood to wood or steel to steel:

.1 Tru-Fast Ultra Solid Stainless Steel fastener or equal approved by membraneManufacturer, to penetrate substrate by minimum 19mm (.75").

.5 Wood/steel to concrete or concrete block:

.1 Perma-Grip Tap Grip H.D. Truss Head fastener with Perma-Coat Z3 corrosion protectionor equal approved by membrane Manufacturer, to penetrate substrate by 32mm (1.25").

.2 Tru-Fast Tap Grip H.D. Truss Head fastener with Perma-Coat Z3 corrosion protection topenetrate substrate by 32mm (1.25”).

.6 Steel/aluminum to aluminum:

.1 Tru-Fast DP with Trucote PC-3 corrosion protection fastener c/w EPDM galvanized steelsealing washers or equal approved by membrane Manufacturer, to penetrate substrateby 19mm (.75").

.7 Termination bar for membrane:

.1 Extruded aluminum, 1.5mm (0.060") thick x 25mm (1") wide x 3.05m (10') long with 6mmx 9.5mm (.25" x .375") slotted holes on 203mm (8") o/c. Acceptable material: TB-120aluminum termination bar by Tru-Fast or equal approved by membrane Manufacturer.

.8 Termination bar fastener for wood, steel or aluminum:

.1 Tru-Fast Ultra Solid Stainless Steel fastener to penetrate substrate by 19mm (.75") c/wEPDM galvanized steel sealing washers or Construction Fasteners Inc. Woodgrip #14screw complete with Sentri coating on threads, Chromagard colour match head andEPDM washer, or equal approved by membrane Manufacturer,

.9 Termination bar fastener for concrete or masonry:

.1 Tru-Fast Tap Grip Truss Head fastener with Perma-Coat Z3 corrosion protection or equalapproved by membrane Manufacturer, to penetrate substrate by 32mm (1.25") c/w EPDMgalvanized steel sealing washers.

.10 Membrane to wood:

Page 97: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 11 of 32

.1 Galvanized round top roofing nails with minimum 25mm (1") diameter heads or plate andhead combination, to penetrate substrate a minimum 32mm (1.25").

2.3 MEMBRANE PRIMER

.1 General Purpose:

.1 Solvent Based Primer: Composed of volatile solvents, synthetic polymers, and/oradhesive enhancing resins to prepare surfaces for torch application:

.1 Elastocol 500 by Soprema Inc.

.2 High-tack for Self-Adhered Membranes:

.1 Solvent Based Primer: Composed of volatile solvents, synthetic polymers, and/oradhesive enhancing resins to prepare surfaces for self-adhered membranes:

.1 Elastocol Stick by Soprema Inc.

2.4 VAPOUR RETARDER

.1 SBS & Polyethylene Field Membrane:

.1 If and where required for make good of damaged areas, or areas of deck replacement atremoved equipment or units: Self-adhered SBS modified bitumen membrane for steeldecks 0.8mm (32 mil) thick with a tri-laminated woven polyethylene top surface andsilicone release film bottom surface. Roll width to be 1.14m (45”).

.1 Sopravap’r by Soprema Inc.

.2 Base Sheet and Tie-in Flashings:

.1 Self-Adhered grade SBS modified bitumen: minimum 3.0mm with compositereinforcement scrim, and conforming to CGSB 37-GP-56M. Top surface covered withthermofusible polyolefin film with self-adhesive bitumen bottom surface.

.1 Sopralene Flam Stick by Soprema Inc.

2.5 TAPERED INSULATION

.1 Tapered Insulation Type: Expanded Polystyrene Insulation (EPS) for use at 20’ x 20’ drain sumplocations shall be: Closed cell, HCFC-free, lightweight, water resistant, expanded polystyrenefoam insulation boards with smooth top and bottom surfaces; Type II (2) to CAN/ULC-S-701.

.1 Compressive Strength: Minimum of 110 kPa (16 psi) to ASTM D-1621.

.2 Thermal Resistance: Minimum RSI of 0.70 (R 4.0) per 25mm (1.0”) to ASTM C-518.

.2 Acceptable Product:

.1 AR EPS Type 2 EPS Insulation by Airfoam Inc.

.2 Koroslope HD Type 2 EPS Insulation by Mansonville Plastics (BC) Ltd.

.3 Plasti-Span HD Type II EPS Insulation by Plasti-Fab Ltd.

.3 Insulation Board Size: Individual panel size no larger than 1.22m x 1.22m (4’ x 4’).

Page 98: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 12 of 32

.4 Insulation Layer Size: Tapered insulation as indicated on roof plan drawing. Unless otherwisenoted on roof plan drawings, tapered insulation to have a slope of 4%.

.5 All tapered insulation to be factory cut and mitered.

.6 Submit all shop drawings to Consultant for review prior to prefabrication.

2.6 INSULATION

.1 Infill insulation for replacement of damage fiberboard or for infill and make good at removedequipment or units shall be: Closed-cell polyisocyanurate foam rigid insulation boards to ASTMC1289 Type II, Class 1, 2, or 3, Grade 2, manufactured with HCFC-free blowing agent (Pentane)bonded during manufacturing process to inorganic coated glass facers on top and bottomsurfaces:

.1 Approved and listed for a Class 1 Roof Assembly meeting requirements of CSA123.21,and fire resistance without use of sprinkler protection.

.2 Meet physical property requirements of ASTM C 1289 and CAN/ULC S704 with a min.compressive strength of 138 kPa (20 psi).

.3 Dimensional stability change of less than 2% conforming to ASTM D 2126.

.4 Conformity to CAN/ULC S704 and Can/ULC S770 for Long Term Thermal Resistance inpolyisocyanurate insulation. Acceptable Products:

.1 Sopra-ISO Plus (formerly Colgrip “A”) polyisocyanurate by Soprema Inc.

.2 Infill Insulation Thickness:

.1 One layer of 25mm (1”) polyisocyanurate insulation boards.

2.7 COVER BOARD

.1 Gypsum Cover Board: Dimensionally stable, fire resistant, gypsum based roof board with treatedcore for moisture and mould resistance; size no larger than 1.2m x 1.2m (4’x8’):

.2 Glass-Mat Faced: Siliconized gypsum roof board with factory laminated glass-mat facer meetingASTM C 1177.

.3 12.7mm (.50") DensDeck Prime by Georgia-Pacific LP.

.4 Asphaltic Cover Board: Requires prior authorization for use - Mineral fortified, asphaltic roofsubstrate board with glass fiber facers.

.5 Sopraboard 4.8mm (.188”) minimum thickness for horizontal applications, 6.4mm (.25”) minimumthickness for vertical applications, as manufactured by Soprema Inc.

2.8 MODIFIED BITUMEN MEMBRANE

.1 Base Sheet Flashing: Install S. A. flashings before base sheet field membrane at combustibleperimeters and curbs:

.1 Self-Adhered grade modified bitumen: minimum 2.5mm with minimum 180g/m2 non-woven polyester scrim, and conforming to CGSB 37-GP-56M. Top surface covered withthermofusible polyolefin film with self-adhesive bitumen bottom surface.

.1 Sopralene Flam Stick by Soprema Inc.

Page 99: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 13 of 32

.2 Base Sheet Field Membrane:

.1 Semi-adhered modified bitumen, SBS modified bitumen sheet, 2.5mm thick, mass 2.9kg/m2, conforming to CAN/CGSB 37-GP-56M, thermofusible film top and discontinuousself-adhesive strips on the bottom surface. Membrane shall utilize 60% self-adhesive and40% torch welded side laps:

.1 Colvent 830 by Soprema Inc.

.3 Base Sheet Cover-Strip

.1 Torch grade modified bitumen: Minimum 2.5mm thick and 330mm (13”) wide withcomposite reinforcement and conforming to CGSB 37-GP-56M. Top and bottom surfacecovered with thermofusible polyolefin film.

.1 SopraLap by Soprema Inc.

.4 Base Sheet Flashings:

.1 Torch grade modified bitumen: minimum 3.0mm with minimum 180g/m2 non-wovenpolyester scrim, and conforming to CGSB 37-GP-56M. Top surface to have thermofusiblepolyolefin film with bottom surface covered with thermofusible polyolefin film.

.1 Sopralene Flam 180 by Soprema Inc.

.2 Self-Adhered grade modified bitumen: minimum 2.5mm with minimum 180g/m2 non-woven polyester scrim, and conforming to CGSB 37-GP-56M. Top surface to havethermofusible polyolefin film with self-adhesive bitumen bottom surface.

.1 Sopralene Flam Stick by Soprema Inc.

.5 Cap Sheet Field Membrane:

.1 Torch grade modified bitumen, minimum thickness 4mm, with composite reinforcement,and conforming to CGSB 37-GP-56M. Top surface to have ceramic granules and torchgrade bitumen bottom surface covered with sand or thermofusible polyolefin film. Colourto be light grey.

.1 Colvent Traffic Cap 860 by Soprema Inc.

.6 Cap Sheet Flashing:

.1 Torch grade modified bitumen, minimum thickness 4mm, with composite reinforcement,and conforming to CGSB 37-GP-56M. Top surface to have ceramic granules and torchgrade bitumen bottom surface covered with sand or thermofusible polyolefin film. Colourto be light grey.

.1 Colvent Traffic Cap 860 by Soprema Inc.

2.9 LIQUID APPLIED PMMA RESIN FLASHINGS

.1 Catalyzed Acrylic Resin Flashing System: Alsan RS Flashing System by Soprema consisting of aliquid-applied, fully reinforced, multi-component acrylic membrane installed over a prepared orprimed substrate. The flashing system consists of a catalyzed acrylic resin primer, basecoat andtopcoat, combined with a non-woven polyester fleece. The resin and catalyst are mixedimmediately prior to installation. The use of the specialty flashing system shall be specificallyapproved in advance by the Membrane Manufacturer for each application.

Page 100: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 14 of 32

2.10 ROOFING ACCESSORIES

.1 Roofing accessories to be manufactured from spun aluminum or copper as required, andcomplete with removable caps where applicable. Unless otherwise designated by Consultant,pitch pockets are strictly prohibited. All units are to have foamed in place closed cell urethanefoam insulation sprayed into unit at plant under controlled conditions. Flanges to be primed withrubberized asphalt compatible primer.

.1 Roof Drains where pre-approved or for additional drain installations: Clamp-Tite byMenzies Metal Products.

.1 Additional drains: refer to Section 3.10.8.1 herein with respect to the evaluationof roof drainage upon completion of the base sheet and before cap sheet isinstalled.

.2 Overflow Drains: Clamp-Tite Overflow Scupper Drain by Menzies Metal Products.

.3 Plumbing Stack Flashing: Welded Aluminum by Menzies Metal Products.

.4 B-Vent Flashing or similar round duct penetrations: spun Aluminum penetration hardwareas manufactured by Menzies Metal Products, or site constructed curbs complete withshop fabricated ‘square-to-round’ flashings, or approved equivalent complete with 2caulked storm collars on each “B-Vent” flashing. Top of penetration hardware or curb tobe a minimum of 8” above finished roof surface.

.5 Existing cast drains and flow control hardware are to be re-used where possible. Supplyand install new or reuse existing cast metal strainers, plastic strainers are not acceptable.

.1 Zurn strainers are available from Icon Agency Ltd. call Steve or Chris at778.285.4288.

.2 Ancon, RTS or Watts strainers are available from Hy-Line Sales Ltd. call Jerry at604.856.5648.

.6 Roof Walkway Pads: Soprawalk as manufactured by Soprema.

.1 Walkway Pad Attachment: As recommended by manufacturer.

.7 Conduit & gas piping supports: fabricated from UV resistant re-cycled rubber completewith 14ga galvanized channel:

.1 C-Port C-Series Roof Blocks as manufactured by Clearline Technologies Inc.

.8 Membrane Tools: Use tools, hand rollers, weighted rollers, squeegees, etc. asrecommended by membrane Manufacturer for installation of their product to ensurecompatibility and avoid damaging of pressure sensitive membranes.

.9 Pourable Sealer: Elastomeric pourable sealer as approved and/or supplied by Soprema.

.10 Sealing Compound: Rubberized Sealing Compound to CAN/CGSB-37.29, rubberasphalt type as approved and/or supplied by Soprema.

.11 Spray Urethane foam: One or two component polyurethane spray foam insulation. Uselow pressure spray foam insulation at force sensitive areas.

.12 Fire Protection in flame sensitive locations, as determined by the Contractor: 165mmwide tape consisting of a glass fleece reinforcement and SBS modified bitumen:Approved product by Soprema.

Page 101: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 15 of 32

.1 Firestop Sealant: One component, neutral cure silicone sealant meeting ASTME84 and CAN4-S115M, designed for firestop applications at joints and through-wall penetrations; TREMstop Fyre-Sil silicone sealant (red) by Tremco or IRCGroup approved equal.

.13 Sheet Metal Flashings and Trim: As per Section 07 62 00 and fabricated from SMP orPVDF coated 24 gauge prepainted steel. Hook strips to be 2 gauges heavier thanflashings. Colour to match existing.

.14 Sealants: As per Section 07 92 00. Colour of sealants to match component appliedagainst.

PART 3 - EXECUTION

3.1 WORKMANSHIP

.1 Perform roofing work which is not specifically covered by these Specifications in accordance withapplicable industry standards and good roofing practices of:

.1 Canadian Roofing Contractors Association (CRCA),

.2 Roofing Contractors Association of BC (RCABC): Roof Practices Manual, LatestRevision, and includes Technical Updates issued at the time of tender,

.3 Canadian Modified Bitumen Manufacturer’s Association’s recommendations,

.4 Manufacturer’s preprinted and published technical specifications,

.5 ULC Design No. S-107 criteria,

.6 Factory Mutual Global design criteria FM 1-28 and 1.49, or CSA 123.21-14 testingprotocols.

.7 Compliance with local fire insurance requirements,

.8 Compliance with local building codes.

.2 Procedures for application of materials should be in accordance with Manufacturer’s printedinstructions and recommendations.

.1 Advise Consultant of adjustments to specified roofing procedures recommended byManufacturer or due to site conditions.

.2 Written approval by Consultant is required to make any adjustments to specifiedprocedures.

.3 All work to be carried out in accordance with drawings, and specifications provided.

.1 All supplied drawings and details constitute acceptable installations. Any deviance fromthese details must first approved by Consultant prior to installation.

.4 While work is in progress, all steps must be taken to safeguard building from damage due toweather, fire, and structural overloading.

.5 Examine underside of roof deck when installing mechanical fasteners, where possible, to avoidaccidental damage to existing services.

.6 Apply each part of roofing system when surfaces are free of moisture for successful application.

Page 102: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 16 of 32

.7 Do priming for asphalt roofing in accordance with CAN/CGSB 37-GP-15M and as recommendedby membrane manufacturer.

.1 Adhesives or sealants and liquid primers will not be applied until surfaces are dry.

3.2 EXAMINATION OF SITE CONDITIONS

.1 Examine existing site conditions and substrates upon which work of this section is dependent.Report to Consultant in writing any defects or discrepancies. Commencement of work impliesacceptance of existing conditions and assumption of full responsibility for finished condition ofwork.

.2 Defective work resulting from application to unsatisfactory conditions will be consideredresponsibility of those performing work of this section.

3.3 PROTECTION

.1 Adjacent Buildings and Tenants:

.1 Take care to not damage any adjacent or closely located buildings and all relatedgrounds in vicinity of Work during roofing operations.

.2 Protect against infiltration of dust, debris, and other such contaminants and occurrences.

.3 Locate garbage chutes to minimize exposure to adjacent building, its grounds, and itsoccupants.

.4 Protect walls by means of tarpaulins where garbage chutes and hoisting equipment arelocated and operated.

.5 Cover dumpsters and bins to prevent debris from blowing away.

.6 Cover openings in the roof such as curbs for mechanical or skylight, to prevent moisture,disrt / debris, and odour entering the structure.

.7 Do not use spray installation methods on days with significant wind.

.8 Damage to adjacent buildings, grounds, and vehicles to be rectified by Contractor at noadditional cost.

.2 Adjacent Roof Areas and Completed Work:

.1 Take care not to damage any previously performed work or existing roofs.

.2 If work area is accessed across existing roof areas, provide protection to existing roofsystem. Use continuous Protection Walkways consisting of 19mm (0.75”) plywoodsheathing over 38mm (1.5”) extruded polystyrene insulation.

.3 Protect newly installed roof work from traffic and damage using Protection Walkwayswhere warranted by traffic requirements.

.4 Comply with any precautions deemed necessary by Consultant.

.3 Material Storage:

.1 Deliver all materials to site in undamaged condition with original manufacturer’s labelintact and clearly visible for easy verification of specified materials.

.2 Provide security fencing at all times for equipment and materials stored at ground level.

Page 103: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 17 of 32

.3 Protect rolls from flattening by storing on ends on skids.

.4 Whenever possible, store roof materials off roof at designated, protected storage area.

.4 Structural Integrity of Roof:

.1 Use only equipment that will not adversely affect, damage, or alter roof deck.

.2 Do not create point loads that may adversely affect performance of existing deck whenstoring materials on roof.

.5 Inclement Weather:

.1 Immediately halt work during inclement weather, including but not limited to rain fall,snow, drizzle, fog, and hail. Protect exposed building substrates, open building cavities,and moisture sensitive products.

.2 At end of each work day or when stoppage occurs due to inclement weather, providesuitable protection from elements for completed work and materials out of storage.

.3 Place in to heated storage any temperature sensitive materials such as membranes,adhesives, and sealants when temperature falls below 5 °C (40 °F).

.4 Protect all vents, stacks, drains and related deck openings from inclement weather andcontamination from debris.

.6 Roof Safety, Access, and Egress:

.1 Use warning signs and barriers. Maintain in good order until completion of work.

.2 Access to roof to remain unobstructed.

.3 Keep doorways and fire routes clean and clear of any obstacles.

.4 Protect and safeguard all man-size or larger openings in roof deck with warning flags andsuitable temporary barriers or railings.

.7 Damage and / or Defective Work:

.1 Avoid use on roof of any petroleum based and other chemical products that are corrosiveand/or damaging to membrane. Provide protection to membrane from any accidentalspills or drips. Any damage to roof system caused by non-compatible products to be cutout and replaced at no cost to Owner.

.2 Investigate and examine any damage caused by execution of Work for this contract, andrepair or replace with new materials to match original finish. Restoration and repair workto be reviewed and approved by Consultant.

.3 Defective Work resulting from application of material on unsatisfactory surface orsubstrate to be rectified by Contractor at no additional cost.

.4 Defective Work resulting from improper installation of materials to be rectified byContractor at no additional cost.

3.4 SURFACE PREPARATION

.1 Preparation:

Page 104: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 18 of 32

.1 Examine all roof decks and existing site conditions to ensure that they are in satisfactorycondition for commencement of work in this section.

.2 Divide work into logical sections and only tear-off as much existing roof as can be madewatertight in same working day to prevent damage to building interior.

.3 Prior to removal of any roof components, all existing openings (drains, vents, air intakes,etc.) to be covered or plugged to prevent any debris or contaminate from enteringbuilding below. All such coverings are to be removed at end of each working day andreinstalled prior to next day’s start up.

.4 Disconnect and reconnect Electrical Services and Mechanical Equipment as required.

.1 Any roof top equipment requiring disconnection to be responsibility of Contractorin consultation with Owner unless otherwise specified elsewhere in contractdocuments.

.2 Existing Roof Removal:

.1 Remove existing roof membrane down to expose existing deck in preparation forinstallation of new roof system.

.2 At areas designated for roof removal and replacement, remove existing projection andperimeter metal flashings, ballast, gravel, roof membrane and flashings, insulation,vapour retarder and flashings, and old appurtenances. Dispose removed items to anappropriate site for building material waste.

.3 All unused and abandoned pitch pockets, vents, curbs, sleepers, projections, etc. are tobe removed from designated areas and disposed of.

.1 Consult roof plan for confirmation of items to be removed and disposed of.

.2 Obtain verification and authorization from Client before removing and disposingof any suspected unused or abandoned projections.

.3 Install new roof decking as required to close off any deck openings prior beforeproceeding with new roof system installation.

.4 Where existing insulation is exposed, examine insulation for any damage anddeterioration required to be cut out and repaired with new compatible materials.

.3 Substrate Review:

.1 Exposed roof deck surfaces to be reviewed by Contractor with Consultant. Ensure toreview entire roof area to satisfy any warranty requirements of Manufacturer of new roofmembrane system.

.1 Notify Consultant of review at least forty-eight (48) hours prior to site review.

.2 Report any anomalies found that may impact soundness and structural integrity of roofsystem to Consultant and Owner immediately. Areas with damaged decking must bereplaced or repaired before any further work may take place on that particular section.

.3 Ensure roof decks are firm, straight, smooth, dry, free of snow, ice, frost, oils, or othercontaminants. Decking must be properly cleaned of any dust and debris prior toproceeding with new installation. Test whether specified adhesion to deck will beobtained where required.

Page 105: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 19 of 32

.1 Verify that roof drains have been installed at proper elevations relative to finishedroof surface to allow for sufficient drainage of roof surface.

.4 Review securement of existing projections and equipment (electrical conduit, gas lines,etc.). If inadequate securement is found, inform Consultant and halt work around thatarea until situation is rectified.

.5 Review securement of existing plywood sheathing, wood blocking, and cant strips. Donot install new roofing unless such items are adequately secured to withstand stressesimposed by thermal movement of new roofing components.

3.5 CARPENTRY

.1 Refer to detail drawings for carpentry requirements. Install wood blocking, plywood, and cantstrips to accommodate required slopes, insulation, roofing membranes, and prefinished sheetmetal and trim. Carpentry alterations to be performed to accepted trade practices.

.2 Add new wood blocking as necessary to maintain minimum heights at perimeters and roof curbs.

.1 At Existing Roof Curbs: Minimum height to be 203mm (8”) above finished roofmembrane and at least 51mm (2.0”) higher than adjacent roof perimeters, up to amaximum 460mm (1’-6”) above finished roof membrane.

.1 At metal roof curbs: Where extension height required is greater than 102mm(4.0”), install new galvanized metal C-Channel, prefab curb extension, prefabcurb adapter or reducer to raise curb as required to suit new height.

.2 At Existing Parapets: Minimum height to be 102mm (4") above finished roof membrane,unless otherwise indicated on detail drawings.

.1 If wood cant exists at the base of the wall, install a new reversed cant andmechanically attach to the existing cant, creating solid wood blocking to receiveplywood sheathing.

.2 If fibre-cant exists, remove and install blocking to suit to receive new plywoodsheathing.

.3 Replace any seriously damaged or deteriorated wood at perimeters and projections with newconstruction grade SPF wood blocking or exterior grade plywood, good one side, to matchexisting. Determination of suitability to re-use or replace existing wood to be at discretion QAObserver.

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

.4 Install wood blocking as required to ensure that all roof curbs and sleepers supporting H.V.A.C.and mechanical equipment are level.

.5 Modify existing curb as required to accommodate new skylight and internal safety screen. Tomake good of interior curb finishes to match existing.

.6 Wood to wood, wood to metal, wood to masonry or concrete to be secured at 305mm (12”) oncenter with alternating fasteners staggered.

.1 Avoid protruding fastener heads. Where possible, all fasteners to be flush with or slightlysunk below surface of wood blocking being secured.

Page 106: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 20 of 32

.7 All wood blocking and plywood is to be considered part of roof, and to be made watertight by endof each work day to eliminate moisture infiltration into roof system.

3.6 VAPOUR RETARDER

.1 Where required at damaged insulation infill locations or at locations where deck make good isrequired at removed equipment install one (1) ply self-adhered vapour retarder membrane andflashing as per manufacturer’s written instructions, free of blisters, wrinkles and fish-mouths.Installation to be free of blisters, wrinkles and fish-mouths.

.1 Power vacuum deck surfaces to remove any loose dirt and debris. Substrate must beclean, dry, and free of non-bitumen compatible residues, dust, grease, and othercontaminants.

.2 Vapour retarder must be installed on same day as primer application.

.3 Do not install when it is raining or snowing, on wet/humid surfaces, or when inclementweather is expected shortly.

.2 Primer Installation:

.1 Prime all non-metal exposed surfaces to receive vapour retarder membrane and flashing.Apply primer to clean and dry surfaces with a paint brush, roller or sprayer attemperatures 0°C (31°F) and above.

.2 Apply primer at a coverage rate between of 0.1 to 0.5 L/m2 (0.25 to 1.22 gallon/100 ft2)as recommended by membrane manufacturer for surface type.

.3 Ensure all substrates are fully covered with primer leaving no areas bare and avoidpooling.

.4 Allow primer to dry completely prior to installation of new vapour retarder membrane.

.3 Vapour Retarder Installation (Self-Adhered):

.1 Begin application at bottom of roof slope. Unroll self-adhered membrane onto substratewithout adhered for alignment. Do not immediately remove release film.

.2 Overlap each preceding sheet by a minimum of 76mm (3”) lengthwise following referencechalk line and by a minimum of 152mm (6”) at each end. Stagger end laps by at least305mm (12”).

.3 Once aligned, peel back a portion of release film and press membrane onto substrate forinitial adherence. Hold membrane tight and peel back release film by pulling diagonally.

.4 Use a manufacturer recommended weighted roller to press membrane down intosubstrate including laps. Finish by aligning edge of roller with lower end of side laps androlling up membrane.

.5 Do not cut membrane to remove air bubbles trapped under laps. Squeeze out airbubbles by pushing roller to edge of laps.

.6 Carry vapour retarder up all vertical surfaces at parapets and projections where indicatedon detail drawings.

.4 Membrane Flashing Installation:

.1 Prime substrate to receive self-adhered base sheet flashing with primer and rate ofapplication as recommended by manufacturer. Avoid pools and heavy areas and allow

Page 107: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 21 of 32

primer to dry a minimum 30 minutes or until staining does not occur to touch and surfacebecomes tacky.

.2 Ensure complete coverage of primer to both prepared substrates and to field sheetmembrane prior to placement of membrane flashing.

.3 Install membrane flashing onto substrate in strips one membrane roll wide (40” or 1m)and extend over perimeters as shown on detail drawings

.4 Field measure and cut flashing membrane to length required for flashing at each detailand roll up for installation. Allow for encapsulating of new insulation with roof membrane.

.5 Unroll and install membrane flashing onto substrate by removing release paper anddiscarding.

.6 Using weighted roller as recommended by manufacturer, roll all surfaces of roofmembrane to ensure continuous adhesion with membrane to substrate. Firmly pressmembrane into substrate to ensure proper bond.

.7 Lap membrane flashing onto field membrane a minimum 152mm (6”). Side laps betweenadjacent sheets to be a minimum of 127mm (5”) wide.

3.7 TAPERED INSULATION

.1 At each drain location cut out an area of 20’ x 20 and remove the existing fiberboard layers to theexisting deck or vapour retarder level. Reinstate vapour retarder as required and install taperedbase insulation according to layout on reviewed shop drawings and roof plan drawing(s). Reportany discrepancies to Consultant before proceeding.

.2 Do not install more insulation board than can be covered with membrane by end of work day orbefore onset of inclement weather.

.3 Mechanically attach tapered insulation at large drain sumps and specified cover board togetherusing membrane manufacturer accepted screws and plates.

.4 Do not install warped, curled, damaged, or wet insulation boards.

3.8 INSULATION

.1 Where required for replacement of damage fiberboard or for infill and make good at removedequipment or units install insulation boards over prepared vapour retarder in accordance withinsulation manufacturer's instructions.

.1 Insulation boards to be a maximum 1.2m x 2.4m (4' x 8').

.2 Mechanically fasten insulation boards together with cover boards with specified fastenersand plates to wood roof deck meeting CSA 123.21 requirements.

.2 Do not install more insulation board than can be covered with membrane by end of work day orbefore onset of inclement weather.

.3 Do not install warped, curled, damaged, or wet insulation boards.

.4 Install base insulation boards in parallel rows and butt tightly together with joints staggered byone half board length. Where multiple layers of insulation are required, stagger all board joints atleast 305mm (12”) between rows.

.5 Custom cut insulation boards as required at perimeters and projections to suit. Field cuts to beneat and provide tight fit around penetrations, projections, and at perimeters.

Page 108: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 22 of 32

.6 For uneven surfaces, trimming or slitting of boards may be necessary. Fill all gaps larger than3mm (.125”) with insulation slivers.

3.9 COVER BOARD

.1 Install a layer of field cover board panels with joints offset and staggered, mechanically attachedover existing insulation as per manufacturer’s written instructions and to meet CSA 123.21requirements.

.2 Do not use wet or damaged cover board panels. Panels must be dry for proper installation.

.3 Custom cut cover board panels at perimeters and projections to suit. Install cover boards tightlytogether with no gaps between boards larger than 3mm (0.125”).

.1 Cut boards as required to fit snug at all perimeters, walls, and roof projections.

.2 Cut straight lines using proper tools and snap chalk lines.

.3 Cut boards cleanly where slope changes direction. Do not break boards by stepping onthem to acquire changes in deck slope.

.4 Install cover board panels in parallel rows and butt tightly together with end joints staggered by ahalf width of panel. Stagger panel end joints with joints of rigid insulation below by min. 152mm(6”).

.1 Mechanically fasten insulation boards together with cover board with specified fastenersand plates to wood roof deck meeting CSA 123.21 requirements.

.2 Mechanical fasteners to penetrate by no less than 19mm (.75") and by no more than25mm (1").

.3 Check underside of deck before installation to eliminate damaging any existing conditionsbelow deck.

.4 Perimeter area is defined as a 2.4m (8') picture frame at the edge of the building. Cornerarea is defined as 2.4m x 2.4m (8'x8’). Screws and plates shall be spaced equally aroundeach board, no closer than 152mm (6”) to the board edge and no farther than 305mm(12”) away from the board edge.

.1 Fasteners & plates are to be installed at the following rates:

.1 Within the field zone, no fewer than 8 screws and plates shall beinstalled per 1219mm (4’) x 2438mm (8’) board.

.2 Within an 2.44m (8’) wide perimeter zones, no fewer than 12 screws andplates shall be installed per 1219mm (4’) x 2438mm (8’) board.

.3 Within an 2.44m (8’) x 2.44m (8’) wide corner zone, no fewer than 15screws and plates shall be installed per 1219mm (4’) x 2438mm (8’)board.

.5 Where cover board is field primed, allow sufficient time for applied primers to dry and flash-off.Roof board surface must be thoroughly dry before installation of membrane.

3.10 MODIFIED BITUMEN MEMBRANE APPLICATION

.1 Base sheet membrane and flashing membrane are to be self-adhered. Cap sheet field membraneand cap sheet flashings are to be torch applied.

Page 109: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 23 of 32

.2 All membrane materials are to be supplied by same manufacturer in order to meet materialcompatibility requirements necessary to achieve required System Warranty.

.3 All membrane installations to conform to membrane manufacturer’s printed literature,recommendations, guidelines, and instructions.

.4 All membrane and flashing applications to be free of sags, blisters, wrinkles, and fish-mouths.

.5 Base Sheet Field Membrane, Self-Adhered Installation:

.1 Prime concrete and wood surfaces at roof projections and around perimeters to receivenew base sheet membrane and flashings.

.1 Install specified primer at application rate and temperature recommended bymanufacturer to avoid pooling and heavy areas.

.2 Allow primer to dry a minimum of 30 minutes or until staining does not occurupon touch and surface becomes tacky.

.2 Field measure and cut membrane to length of run required and roll up for installation.

.3 Starting at low point of roof, perpendicular to slope, unroll base sheet membrane andposition.

.4 Once aligned in desired position, peel back a portion of release under film and pressmembrane onto substrate for initial adherence.

.5 Hold membrane tight and peel back release under film by pulling diagonally to removefully and discard. Broom sheet into place to ensure full contact with substrate

.6 Overlap each preceding flashing sheet by min. 76mm (3”) on side laps and align bottomedge to a chalk reference line along base sheet membrane. Lap membrane flashing ontofield membrane a minimum 102mm (4”).

.7 Use a membrane manufacturer recommended weighted roller to press membrane downonto substrate including laps. Finish by aligning edge of roller with lower end of side lapsand rolling up membrane.

.1 Do not cut membrane to remove trapped air bubbles. Squeeze out air bubblesby pushing roller to edge of laps.

.8 Membrane gusset reinforcement to be installed on top of base sheet membrane at allinside and outside corners. Consultant to review gusset installation before installation ofcap sheet membrane.

.9 Where required as determined by the contractors’ fire safety risk assessment weld allside and end laps of base sheet with hot air gun.

.6 Base Sheet Flashing, Self-Adhered Installation:

.1 Where required, prime concrete and wood surfaces at roof projections and aroundperimeter to receive new base sheet membrane flashings.

.2 Install membrane flashing onto substrate in strips one membrane roll wide (40” or 1m)and extend over perimeters as shown on detail drawings

.3 Field measure and cut flashing membrane to length required for flashing at each detailand roll up for installation.

Page 110: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 24 of 32

.4 Install base sheet flashing starting at outside face of perimeter, running across perimeterdetail, and down onto flat of roof.

.5 Once aligned in position, peel back a portion of release sheet and press membrane ontosubstrate for initial adherence. Hold membrane flashing tight and peel back releasesheet by pulling diagonally.

.6 Overlap each preceding flashing sheet by min. 76mm (3”) on side laps and align bottomedge to a chalk reference line along base sheet membrane. Lap membrane flashing ontofield membrane a minimum 102mm (4”).

.7 Use a membrane manufacturer recommended weighted roller to press membrane downonto substrate including laps. Finish by aligning edge of roller with lower end of side lapsand rolling up membrane.

.1 Do not cut membrane to remove trapped air bubbles. Squeeze out air bubblesby pushing roller to edge of laps.

.8 Provide preliminary securement of membrane on outside edge or perimeters beforeinstallation of finish metal flashings and trim. Fasten top edge of membrane flashings onoutside face of perimeter details with round top nails spaced every 229mm (9”) o/c.

.7 All side and end laps of base sheet flashing to be heat welded as required with hot air gun ortorch to satisfaction of QA Observer.

.8 Cap Sheet Field Membrane, Torch Installation:

.1 Prior to the installation of the cap sheet field membrane installation contact the consultantto review the completed base sheet installation with regards to locating and installingextra spun copper roof drains to enhance and improve drainage. Failure to observe thismilestone and proceeding with cap sheet installation before drainage is evaluated willresult in any capped areas being fully degranulated and recapped at no expense to theowner.

.2 Complete installation of base sheet flashing prior to installing membrane cap sheet andcap sheet flashings.

.3 Field measure and cut membrane to length of run required and roll up for installation.

.4 Starting at low point on roof, perpendicular to slope, unroll cap sheet, align and re-rollfrom both ends.

.5 Unroll and install cap sheet carefully in straight and parallel rows keeping majority offlame on membrane roll.

.6 Cap sheet to be torched across flat of roof, overtop of base sheet, and terminated atperimeters and vertical surfaces ensuring a good bond.

.7 Lap sheets 76mm (3") for side laps and a minimum 152mm (6") for end laps. Offsetjoints in cap sheet 305mm (12") minimum from those of base sheet.

.8 All side and end laps of cap sheet to be heat welded with hot air gun to satisfaction ofConsultant.

.9 Cap Sheet Flashing, Torch Installation:

.1 Cap sheet membrane flashing to be torched up and over perimeter details.

Page 111: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 25 of 32

.2 Install membrane flashing onto substrate in strips one membrane roll wide (40” or 1m)and extend up perimeters as shown on detail drawings

.3 Field measure and cut flashing membrane to length required for flashing at each detailand roll up for installation.

.4 Set cap sheet to offset base sheet flashing joints by 50% and extend a minimum of152mm (6”) onto roof. All end lap joints to be a minimum 76mm (3”).

.5 Align bottom edge to a chalk reference line along cap sheet membrane.

.6 Install cap sheet flashing onto field membrane a minimum 102mm (4”) at base ofperimeter detail. Run flashing up vertical and across perimeter detail to outside edge.

.7 Overlap each preceding cap sheet flashing sheet by min. 76mm (3”) on side laps. Offsetjoints in cap sheet flashing 305mm (12") minimum from those of base sheet flashing.

.8 Properly secure flashings to their support, without sags, blisters, fish-mouths or wrinkleswith terminations as indicated on drawings and details.

.10 All side and end laps of cap sheet flashing to be heat welded with hot air gun to satisfaction ofConsultant.

.11 General Requirements for Application:

.1 Tools, Rollers, & Squeegees: Use membrane manufacture’s recommended tools andaccessories. Keep tools clean during performance of work and frequently replaceapplication roller tips and squeegee heads with new when clogged.

.2 Surface Review: Apply over wood, metal, gypsum board and concrete decks which areclean, smooth, and free of snow, ice, moisture, and debris. Concrete decks must have allholes filled with quick drying cement and rough patches removed.

.3 Application of Primer: Priming is required for all substrates prior to installation. Avoidpooling primer and allow to completely dry before membrane installation. Drying time willvary according to absorptive qualities of material and ambient weather conditions.

.4 First Roll Starting Point: Base sheet to begin at drain level with side lap aligned to centreof drain. Run rolls perpendicular to slope. Cap sheet to be installed over base sheetcovering base sheet overlap. Center of cap sheet to align up with centre of drain.

.5 Relaxing of Roll Membrane: All roll membranes are to be fully unrolled and allowed torelax for a min. of 15 minutes prior to installation. Wait longer in cooler temperatures.Trace zig-zag pattern with torch as recommended by manufacturer over membranes thatare covered with thermo-fusible film.

.6 Alignment of Rolls: Completely unroll first roll and align with edge of roof. Rerollmembrane from both ends to centre and apply as per specifications.

.7 Staggering of Sheets: End laps between base and cap sheets to be offset a min. of610mm (24”). Side laps between base and cap sheets to be offset a min. of 305mm(12”), centered alignment preferred. Laps in same membrane layer to be min. 76mm (3”)wide for side laps and min. 305mm (12”) wide for end laps. When salvage side laps ofbase and cap sheets are unequal, adjust cap roll width occasionally to maintainalignment.

.8 Procedure to Seal Voids: Where voids are created by overlapping rolls of membrane, cutoff corner of salvage edge where covered by next roll of material.

Page 112: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 26 of 32

.9 Salvage Edge Protection: Granules along edge of membrane to be primed prior toapplication of adhesive to provide good adhesion of laps.

.10 Membrane Flashings: Base flashings to extend min. 102mm (4”) onto field of roof. Capflashings to overlap base sheet flashings and extend min. 152mm (6”) onto field or roof.Use wider overlap widths where required by manufacturer for warranty requirements.

.11 Compound Flow (bleed out) at Seams: When torch applying membrane, provideconsistent, continuous bleed-out along all seams, no less 3mm (.125”) and no greaterthan 6mm (.25”) in width.

.12 All Seams: Check all seams in all sheets with a round nosed trowel while work is inprogress. Repair found deficiencies immediately and before continuing roof installation.

.13 Base Sheet Seams: Butter all seams and laps. Provide additional bitumen at point of90° upturns in base sheet flashings. Recheck self-adhered membrane seams leftexposed within forty-eight (48) hours of installation to repair any revealed seamdeficiencies with clean, heated trowel.

.14 Cap Sheet Seams: At all end laps and membrane flashing overlaps, degranulate area(embed granules) of surface to be bonded by embedding ceramic granules into bitumenof membrane using clean, heated trowel to push in. Measure and use straight chalk linesto mark outline of areas requiring degranulation. Achieve a uniform black surface ofbitumen across 100% of embedment areas to be overlapped.

.15 Reinforcement (membrane gussets): Required at all corners, vents, drains, HVAC units,and gravel stops.

.16 Primer Application: Sanded membrane left exposed overnight or longer to be primedbefore continuing membrane installation to ensure good adhesion.

.17 Torch Application: During windy periods, slow application rate down to ensure goodbond with proper level of heat. Stop and periodically check for proper adhesion.

.12 Correction Requirements for Defects and Deficiencies:

.1 Delamination: Membrane may not be fully bonded to substrate due to:

.1 Moisture present on substrate,

.2 Dirt, dust, or other contaminate on substrate acting as a parting agent,

.3 Inadequate application of primer or adhesive.

.2 Misalignment: Alignment of row to starting line is lost due to swerving during applicationor to roll not being unrolled, aligned, and rerolled straight prior to application.

.1 Misaligned roll to be cut at point where swerve begins and restarted.

.2 Ensure membrane rolls are allowed to relax. Use heat in a zig-zag pattern torelax thermo-fusible films and membrane reinforcement.

.3 Ensure pressure is applied evenly across roll during application to avoid drifting.

.3 Wrinkles: Undulations located on surface of membrane after it has been applied:

.1 Cross-Sheet Undulations: Waves in membrane due to installation in a stop andgo fashion.

Page 113: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 27 of 32

.2 Continuous Ridging of Membrane: Formed by movement of substrateunderneath membrane. Ensure substrate is secure before continuing.

.4 Blisters: Pocket of air trapped under membrane where full adhesion was not achieved ortrapped moisture released from substrate:

.1 Remove and repair significant blisters.

.2 Cut blister and adhere any loose membrane.

.3 Apply patch membrane over repair area, extend a min. 152mm (6") on all sides.

.5 Membrane Patches: Cap sheet membrane patches to be installed from seam to seam.Minimum size of membrane patch to be 915 x 915 mm (36” x36”).

3.11 LIQUID APPLIED PMMA RESIN FLASHINGS

.1 Where specifically indicated in detail drawings and at any junctions where conventionalinstallation of membrane flashings are not feasible, install new liquid applied resin flashingsystem.

.2 Resin system to be a layered application consisting of two coats of thixotropic catalyzedpolymethylmethacrylate (PMMA) resin encapsulating a layer of polyester fleece reinforcement.

.3 Installation of liquid applied flashing system to follow in strict accordance with manufacturer'swritten instructions.

.4 Ensure that substrates are free from gross irregularities, loose, unsound or foreign material suchas dirt, ice, snow, water, grease, oil, bituminous products, release agents, laitance, paint, looseparticles/friable matter, rust or any other material that would be detrimental to adhesion ofcatalyzed primer and/or resin to substrate.

.1 Some surfaces may require scarification, shot-blasting, or grinding to achieve a suitablesubstrate. Wipe surfaces with a clean cloth saturated with specified cleaner/solvent toremove grease, oils or dust that may affect adhesion and to cured PMMA surfaces toreceive a subsequent coat of resin.

.2 Concrete substrates to receive an application of specified PMMA roofing system to havea maximum moisture content of 6% and a maximum internal relative humidity of 75%.

.5 Preparation/Mixing/Catalyzing Resin Products:

.1 Pour desired quantity of resin into a clean container and using a spiral mixer or mixingpaddle, stir liquid for time period specified by resin manufacturer.

.2 Calculate amount of catalyst powder needed using manufacturer's guidelines and addpre-measured catalyst to resin component.

.3 Mix again for time period specified by resin manufacturer, ensuring that product is freefrom swirls and bubbles.

.4 Ensure that air is not entrained into product during mixing process. To avoid aeration, donot use a spiral mixer unless spiral section of mixer can be fully contained in liquid duringmixing process.

.5 Mix only enough product to ensure it can be applied before expiration of resin pot life.

.6 Primer Application:

Page 114: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 28 of 32

.1 Apply primer resin using a roller or brush at minimum rate specified by primermanufacturer over poured reinforced concrete substrates.

.2 Apply primer resin using a roller or brush at increased rate specified by primermanufacturer over DensDeck, DensDeck Prime, and granule surfaced membranesubstrates.

.3 Increase application rates over other absorbent substrates. Do not let resin pool or pond.Do not under-apply or over-apply primers as this may interfere with proper primercatalyzation.

.4 Make allowances for saturation of roller covers and application equipment.

.7 Paste Application:

.1 Allow primer to set and apply catalyzed preparation paste using a trowel.

.2 Before application of resin over catalyzed paste surface, specified cleaner/solvent, wipesurface of paste using specified cleaner/solvent and allow to dry.

.3 Treat surface again if not followed up by resin application within 60 minutes.

.8 Flashing Membrane Application:

.1 Using masking tape, mask perimeter of area to receive flashing system.

.2 Apply resin primer to substrates requiring additional preparation and allow primer to set.

.3 Pre-cut fleece to ensure a proper fit at transitions and corners prior to membraneapplication.

.4 Apply an even, generous base coat of flashing resin using a roller at minimum ratespecified by resin manufacturer to prepared surfaces requiring flashing coverage.

.5 Work fleece into wet, catalyzed resin using a brush or roller to fully embed fleece in resinand remove trapped air.

.6 Lap fleece layers a minimum of 51mm (2”) and apply an additional coat of catalyzed resinbetween layers of overlapping fleece.

.7 Again using a roller, apply an even top coat of catalyzed resin at minimum rate specifiedby resin manufacturer immediately following embedment of fleece, ensuring fullsaturation of fleece.

.8 Ensure that flashing resin is applied to extend a 6mm (0.25”) beyond fleece. Removetape before catalyzed resin sets. Make allowances for saturation of roller covers andapplication equipment.

.9 Should work be interrupted for more than 12 hours or surface of catalyzed resin becomesdirty or contaminated by elements, wipe surface to be lapped with new flashing resinusing specified cleaner/solvent.

.10 Allow surface to dry for a minimum 20 minutes and a maximum 60 minutes beforecontinuing work.

Page 115: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 29 of 32

3.12 ROOF PENETRATIONS & ACCESSORIES

.1 Install vent stack flashings, support flashings, and other roof penetration flashings, and seal withroof membrane in accordance with Manufacturer’s instructions and as indicated on detaildrawings.

.2 Coordinate and cooperate with the supply and installation of fall protection anchors and relatedaccessories / accessories. Ensure all penetrations and installations are sealed and watertight atthe end of each day.

.1 Prime all metal flanges with modified bitumen compatible primer, and allow any solventsto flash-off and dry completely prior to installation.

.2 Set metal flange in bed of manufacturer recommended and system compatible roofingcement applied over base sheet membrane, ensuring a positive bond.

.3 Install an additional ply of base sheet membrane flashing over metal flange prior toinstalling cap sheet membrane. Additional ply of base membrane to extend a minimumof 152mm (6”) past all edges of metal flange.

.4 Install cap sheet ply over base flashing ensuring a full bond to base ply membrane.

.5 Apply continuous bead of manufacturer’s recommended and system compatible sealantaround penetration at point where membrane terminates.

3.13 ROOF DRAINS

.1 General Practice:

.1 Reuse cast roof drains and include for drilling and tapping in new studs and thereplacement of clamping rings and screens if the existing ones are damaged or broken.Membrane installation at cast drains to include 915mm x 915mm (36” x 36”) lead sheets.

.1 Drain inserts and seals are not approved without prior approval from theconsultant.

.2 Ensure existing roof drains, rain gutters, and down pipes are clear of debris and are freeflowing prior to installation of new roof system.

.1 Any blockages are to be reported prior to start of Work. Once Work has begun,Contractor assumes responsibility for free flowing drains and clearing blockagesat no additional cost to Owner.

.2 Where required for new roof drains and interior plumbing, Contractor to provideinterior plumbing and hook-up to existing storm water drainage system and co-ordinate installation of same with Owner.

.3 Prior to installation of new roof, ensure that all drains are located at a height where newroof system is able to clear majority of roof top water caused by rainfall within a seventy-two (72) hour period.

.4 Once work has begun, no roof area to be left overnight without adequate provision fordrainage.

.5 Install drains in accordance with detail drawings and as per manufacturer’s writteninstructions and guidelines.

Page 116: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 30 of 32

.2 Where applicable, downpipes to be connected to all existing subsurface drains. Fabricate andinstall a new, fully soldered square to round transition to attach new downpipe to existing subsurface drain as required.

.3 Roof Drain Installation:

.1 Re-use existing cast drain body, install new threaded rod & bolts, clamps and strainers.

.1 Clean drain ring receivers of all contaminants.

.2 If existing threaded rod(s) cannot be removed, tap new threaded holes asnecessary to allow installation of new hardware.

.3 Notify Consultant of any concerns with reuse of the existing drains.

.2 Drain Inserts (If required and approved in advance by the Consultant): Menzies ClampTite spun copper or aluminum drains. Flange to be secured to substrate with min. four(4) fasteners per drain as required to properly secure drain body.

.1 Affix Fernco connector seal to bottom of drain stem before insert into existingstorm drainage pipe.

.2 Set metal flange of drain body into continuous bed of manufacturerrecommended and system compatible roofing cement applied over base sheetmembrane.

.3 Mechanically secure drain body to deck and substrate with min. four (4) fastenersper drain through drain flange or by underdeck clamping ring.

.3 Additional drains: refer to Section 3.10.8.1 herein with respect to the evaluation of roofdrainage upon completion of the base sheet and before cap sheet is installed.

.1 Additional, unit cost, drains where required shall be specified spun copper andinstalled as noted herein and sealed or covered over to prevent drainage untilsuch time that internal plumbing can be supplied and installed by others.

.4 At all existing roof drains employing control flow weir devices, it is mandatory to reinstateexisting devices or provide new control flow devices with equivalent flow rates inside newroof drains.

.5 Install target patch of membrane reinforcement over metal drain flange. Use a square of1m x 1m (39” x 39”) base sheet membrane and install over drain at a 45° angle todirection of base sheet rolls.

.6 Install cap sheet over base sheet membrane with drain in center of roll and withoutseams in drain area.

.1 All end laps of cap sheet to be min. 915mm (36”) away from drain.

.2 Where seams of cap sheet do not align properly with drain location, install capsheet over drain area first and picture-frame cap sheet into remainder of roof.

.3 At drain sump areas larger than 1.2m x 1.2m (4’ x 4’), install cap sheet oversump area first without any end laps and picture-frame into remainder of roof.

.7 Place Clamping Ring over raised bolt studs. Install stainless steel self-locking nuts totighten Clamping Ring against membrane flashings until secure.

.8 Install ballast guard strainer dome and secure with cotterless pin or wing nut screw.

Page 117: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 31 of 32

3.14 MISCELLANEOUS MECHANICAL & ELECTRICAL

.1 Unless stated in writing elsewhere, Contractor responsible for all Mechanical and Electrical Workrequired to perform complete installation of new roofing. Any and all costs associated with HVACdisconnection, lifting, removal, and reconnection, including modification of gas and conduit lines,to be included in Bid Pricing, unless specified otherwise on Bid Form.

.1 Coordinate any planned disruptions 5 working days advance notice with Owner tominimize inconvenience.

.2 HVAC and Rooftop Equipment: Disconnect, lift (if necessary), modify, and reconnect all Heating,Ventilation, Air Conditioning, and Mechanical units as required to for new roof system.

.1 Modify existing sleepers, curbs, and supports as required to suit new roof systeminstallation and configuration as detailed. Ensure modified sleepers, curbs, and supportsare made watertight with new membrane and flashings as required.

.2 Remove and dispose of identified and designated abandoned, redundant, and unusedHVAC equipment from roof and worksite.

.3 Gas Lines and Conduits: Disconnect, modify, and reconnect all gas lines, electrical lines, andconduits as required to suit new roof installation height and configuration of projection detailing.

.1 All gas line work must be performed by a qualified Gas Fitter and must conform torequirements of CSA B149.1-10.

.2 Re-install gas lines and conduits at a height of 150mm (6”) to 200mm (8”) above finishedroof surface. Secure all loose cabling and conduits off surface of roof membrane.

.3 Ensure that all gas line penetrations are separated from all electrical line penetrationswith their own roof flashing supports. Provide any new sleeves, goosenecks, or curbsrequired using IRC Group approved flashing supports and installation methods.

.4 At threaded gas line piping, which cannot be permanently enclosed or covered, constructnew insulated and waterproof dog house detail with removable lid for periodic threadinspection.

.5 Paint all gas lines on areas of roof work with exterior grade, yellow paint for metalsurfaces; Rust Paint by Tremclad or IRC Group approved equivalent.

.4 Underdeck Securement: Where existing sections of roof decking are to be removed, ensure anycabling, conduits, and attachments (plumbing, electrical wiring, lighting fixtures, etc.) secured tounderside are disconnected, removed, and relocated. Notify Owner’s Representative, ifnecessary, to have interior services disconnected, removed, and relocated by Owner.

.5 Temporary Security: Provide overnight security, at no additional cost to Owner, where removal ofany venting or HVAC equipment results with an opening in roof deck that cannot be permanentlysealed on same day. Security company must be preapproved by both Owner and Consultant inadvance.

3.15 TEMPORARY WATER CUT-OFFS

.1 All membrane flashings to be installed concurrently with roof membrane in order to keep roofsystem watertight during performance of work.

.2 Temporary waterproof seals to be placed on daily work as required. All temporary water-stops tobe constructed to provide a one hundred (100) percent watertight seal.

Page 118: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building SBS MODIFIED BITUMINOUS MEMBRANE ROOFINGIRC No. VB17-040SP-19231 Section 07 52 00

Copyright 2017 IRC Building Sciences Group Page 32 of 32

.3 New roofing membrane to be carried into water-stop. Water-stop to be sealed to roof deck and/orsubstrate to prevent water travel and infiltration under new or existing roofing.

.4 Edge of roof membrane to be sealed in a continuous heavy application of sealant. Temporaryseals to be removed and cleaned up before proceeding with remaining work.

.5 When work resumes, cut out and dispose of all contaminated membrane. All sealant,contaminated membrane, insulation fillers, etc. to be removed from work area and properlydisposed of offsite. Reuse of these materials in new work is strictly prohibited.

.6 If inclement weather occurs while a temporary water-stop is in place, Contractor to provide allnecessary labour required to monitor situation and maintain watertight condition.

.7 If any water is allowed to penetrate under newly completed roofing, then affected area to be cutout, removed, and replaced with new materials at Contractor's own expense.

3.16 METAL FLASHINGS

.1 On All Roof Replacement Areas: After installation of roof membrane and membrane flashings,new perimeter metal and metal flashings to be installed as detailed in Section 07 62 00 and asindicated on detail drawings.

3.17 SEALANTS

.1 On All Roof Replacement Areas: After installation of roof membrane and membrane flashings,install sealants as per Section 07 92 00 – Sealants and as recommended by membranemanufacturer.

3.18 CLEAN-UP

.1 On All Roof Replacement Areas: Clean up and remove from job site on a daily basis, all rubbishand surplus materials resulting from this work.

.2 Drag a magnetic bar across work area and grounds to ensure removal of all discarded fastenersand sharp metal debris.

END OF SECTION - 07 52 00

Page 119: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building PREFINISHED SHEET METAL FLASHING & TRIMIRC No. VB17-040SP-19231 Section 07 62 00

Copyright 2017 IRC Building Sciences Group. Page 1 of 8

PART 1 - GENERAL

1.1 SECTION INCLUDES

.1 Supply and installation of new prefinished sheet metal flashings and counter flashings tocomplete roof system installation. Unless specifically indicated otherwise, all references to SheetMetal Flashings in specifications and drawings to refer to new pre-painted steel.

.2 Form, break, and install metal flashings to suit perimeter and projection details as specified andas shown on detail drawings.

.3 Coordination of all work in this section with other sections and trades as required to ensureproper installation of specified components.

1.2 RELATED SECTIONS

.1 Section 01 11 00 – Summary of Work

.2 Section 02 41 19 – Selective Demolition & Removal

.3 Section 07 52 10 – SBS Modified Bituminous Membrane Roofing

.4 Section 07 92 00 – Joint Sealants

1.3 REFERENCES

.1 Latest edition of all listed references; most stringent requirements to govern in conflicts:

.1 American National Standards Institute/Single Ply Roofing Industry (ANSI/SPRI):

.1 ES-1: Wind Design Standard for Edge Systems (Low Slope Roofing).

.2 American Society for Testing and Materials (ASTM).

.1 A606: Steel Sheet, High-Strength, Low-Alloy, Hot-Rolled and Cold-Rolled, withImproved Atmospheric Corrosion Resistance.

.2 A653/A653M: Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated(Galvannealed) by Hot-Dip Process.

.3 A792/A792M: Steel Sheet, 55% Alum.-Zinc Alloy-Coated by Hot-Dip.

.3 Canadian Standards Association (CAN/CSA):

.1 B111: Wire Nails, Spikes and Staples.

.4 Canadian General Standards Board (CAN/CGSB):

.1 51.32M: Sheathing, Membrane, Breather Type.

.2 93.1-M: Sheet, Aluminum Alloy, Prefinished.

.5 Sheet Metal and Air Conditioning Contractors National Association (SMACNA):

.1 Architectural Sheet Metal Manual

.6 Roofing Contractors Association of BC (RCABC): Roof Practices Manual, LatestRevision, and includes Technical Updates issued at the time of tender.

.7 Canadian Roofing Contractors Association (CRCA): Roofing and Waterproofing Manual.

Page 120: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building PREFINISHED SHEET METAL FLASHING & TRIMIRC No. VB17-040SP-19231 Section 07 62 00

Copyright 2017 IRC Building Sciences Group. Page 2 of 8

1.4 SUBMITTALS

.1 Mock-ups: Create mock-up sample of irregular metal flashing details and related accessories forreview by Consultant. Examples: irregular parapet saddle flashings or gum edge flashings.

.1 Provide any additional mock-up samples as reasonably requested by Consultant.

.2 Mock up must include at least one outside or inside corner.

.3 Finished and approved mock-ups to remain as example of standard to be met, and mayremain in place as part of installed and completed work.

.2 Warranty: Upon completion of the project provide Owner with guarantees and warranties listed inSection 1.8 of this specification.

1.5 CONTRACTOR QUALIFICATIONS

.1 Sheet metal installers must be pre-approved by membrane manufacturer and Consultant ifinstalling membranes.

.2 Contractor must be a member in good standing with Roofing Contractors Association of BC(RCABC) and have a minimum ten (10) years relevant experience with similar roof materials.

1.6 STORAGE AND HANDLING

.1 Do not store metals in direct contact with earth, road surface, roof deck, or other metals.

.2 Provide protection where sheet metal flashings will be stored on finished roof surfaces.

.3 Place suitable supports or pallets under metal stock upon delivery. Protect metal from scratches,dents, punctures, and moisture.

.4 Store caulking and sealants at +5ºC minimum.

.5 Handle and store products in a manner to prevent damage, oxidization, and deterioration.

.6 Remove and replace damaged products at own expense and to satisfaction of Quality AssuranceObserver/Consultant.

.7 Store membranes and related accessory materials in accordance with Manufacturer’srecommendations.

1.7 SAFETY AND PROTECTION

.1 References:

.1 CAN/CSA S269.2M: Access Scaffolding for Construction Purposes.

.2 FCC No. 301: Standard for Construction Operations.

.3 Comply with all safety requirements as per current printed edition of applicable healthand safety Act, Regulations, and Code applicable in the jurisdiction for the Work, and withRCABC standards.

.2 Solvents, Adhesives and Membranes

.1 Store only enough solvents and adhesives on roof for same day’s use.

.2 Manufacturer supplied adhesives should be stored in their overnight containers.Minimum temperature for solvent based adhesives and primers is -5°C.

Page 121: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building PREFINISHED SHEET METAL FLASHING & TRIMIRC No. VB17-040SP-19231 Section 07 62 00

Copyright 2017 IRC Building Sciences Group. Page 3 of 8

.3 Hoisting:

.1 Protect walls and roof perimeters where hoisting is required.

.2 Protect roofs from damage due to traffic and material handling until completion of project.

1.8 WARRANTY

.1 Sheet Metal Flashings:

.1 Material and Workmanship Warranty covering sheet metal flashing material andworkmanship for two (2) years on Contractor’s letterhead.

.2 Work under this section is to be included in RGC RoofStar Year Guarantee as stated inSection 07 52 16.

1.9 QUALITY ASSURANCE OBSERVATION

.1 IRC Building Sciences Group, hereafter known as “Observer”, is an independent QualityAssurance Observation agency appointed by Owner to observe installation of sheet metalflashing Work:

.1 Arrange Prestart site meeting with Observer no more than three (3) weeks prior tocommencement of Work on site. Obtain Observer’s instructions and referenceprocedures to be followed on project.

.2 Provide to Observer date when work will begin, at least forty-eight (48) hours prior tocommencement of Work for phase.

.3 Arrange Final Review of installed work with QA Observer, and where required withmembrane Manufacturer’s technical representative.

.2 Cooperate with Observer and afford all facilities necessary to permit full Quality AssuranceObservations during performance of Work. Act immediately on instructions given by Observer.

.3 When required, provide cut-outs and samples in field where directed by Observer and make goodwithout additional cost to Owner.

.4 Pay for any additional testing and observations required by Observer for correction of Work,without additional cost to Owner, when initial tests and observations reveal work failing to meetcontract requirements and when construction extends beyond the schedule submitted by thecontractor.

.5 Copies of Q.A. Observation Reports to be issued by Observer to Owner and Prime Contractor.

1.10 PREPARATORY WORK

.1 Examine drawings and specifications and any other necessary data which may affect installationto determine extent of Work involved in this Section. No additional claims against Owner to beallowed resulting from failure to ascertain full extent of Work required as described or implied.

.2 Prior to application of flashings, review roof perimeters and projections.

.3 Examine installed membrane flashings for any defect of level or construction before proceedingwith work.

.4 Advise Consultant of any deficiencies that may affect performance of roof system and anydeviations from specified tolerances.

Page 122: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building PREFINISHED SHEET METAL FLASHING & TRIMIRC No. VB17-040SP-19231 Section 07 62 00

Copyright 2017 IRC Building Sciences Group. Page 4 of 8

.5 Defective or improper work must be corrected before proceeding with installation of sheet metalflashings.

PART 2 - PRODUCTS

2.1 PRE-FINISHED METAL FLASHINGS

.1 Compatibility between materials is essential. Use only materials that are known to be compatiblewhen incorporated in a completed assembly.

.2 Prefinished Metal Flashing: 24 gauge (0.026” or 0.66mm) steel with G90 (Z275) zinc coatingconforming to ASTM A653A/A653M. Surface with Silicone Modified Polyester (SMP) orPolymerizing VinyliDenediFluoride (PVDF) factory-baked finish. Colour selected by Owner fromManufacturer’s standard colour range.

.3 Cascadia Metals Inc. and Makin Metals are pre-approved manufacturers. Alternatemanufacturers requires Approval by Consultant.

.4 Cleats and Hook Strips Not Otherwise Specified: Two gauges heavier of material matching thatof flashing being employed; minimum 22 gauge (0.032” or 0.82mm).

2.2 ACCESSORIES

.1 Underlay: To be specified base sheet and cap sheet membranes unless otherwise detailed. Self-adhered membrane conforming to CSA A123.3M, minimum 1.0mm thick of SBS modifiedbitumen, with a top surfacing of tri-laminate polyethylene film and an underside with a protectiverelease film.

.2 Joint Filler: Extruded polyethylene, closed cell, Shore A hardness 20, tensile strength 140 to 210kilopascals (20 to 30 psi), 25% to 30% wider than joint to be caulked.

.3 Touch-up paint: As recommended by pre-finished material manufacturer.

.4 Sealants: as per Section 07 92 00.

2.3 FASTENERS

.1 Use galvanized, copper, aluminum, stainless steel or coated screws most compatible withmaterials being employed. Use fasteners as most generally suitable to not cause a galvanicreaction.

.2 Fasteners to Wood: No. 8 screws of a suitable length to penetrate into substrate a minimum 19mm (0.75”). Install according to manufacturer’s instructions.

.1 When Alkaline Copper Quaternary (ACQ) treated wood is present, fasteners shall beupgraded to hot-dipped galvanized steel, stainless steel, silicon bronze, copper orspecially coated suitable for use in ACQ.

.3 Fasteners to Steel: Phillips Modified Truss Head fastener as manufactured by UCAN FasteningProducts or approved equal, of sufficient length to penetrate into substrate a minimum 6mm(0.25”), zinc plated. Install according to manufacturer’s instructions.

.4 Fasteners to Masonry or Concrete: MNA635R Nylon Drive Screw Anchor as manufactured byUCAN Fastening Products, of a suitable length to penetrate into substrate minimum 38mm (1.5")minimum unless otherwise shown. Install according to manufacturer’s instructions.

.1 Drill hole 6mm (0.25”) deeper than embedment.

.2 Install colour matching plastic cap or paint to match sheet metal flashings.

Page 123: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building PREFINISHED SHEET METAL FLASHING & TRIMIRC No. VB17-040SP-19231 Section 07 62 00

Copyright 2017 IRC Building Sciences Group. Page 5 of 8

.5 Exposed Fasteners: UDrill Self Drilling Screws with hex washer head and bonded EPDMfastener as manufactured by UCAN Fastening Products or approved equal, of sufficient length topenetrate into substrate a minimum 6mm (0.25”). Install according to manufacturer’s instructions.

.6 Pop Rivets: 3mm (0.125”) shank diameter, all stainless steel, blind pop rivets meetingASME/ANSI B18.1.1. Head diameter to be 6mm (0.25”) and with a grip range of 4.7mm to6.4mm (0.1875 to 0.25”). Body and mandrel to be constructed from high-shear, 300 seriesstainless steel.

2.4 FABRICATION

.1 Fabricate all possible work in shop in 3.05m (10') lengths by brake forming, bench cutting, drillingand shaping.

.1 On vertical sections over 406mm (16”) and under 1.22m (48”) in elevation install metal in1.52m (5') section as specified and detailed. Profiled metal to include cross or horizontalstiffener breaks.

.2 On coping or flashing with a horizontal dimension of 508mm (20”) or greater, fabricate metalflashings in maximum 1.5m (5’) sections.

.3 On coping or flashing with a horizontal dimension of 508mm (20”) or greater, use 25mm (1”) lockfolded standing seam joints.

.1 Clips for Standing Seams must be a minimum 24 gauge in thickness, 38 mm (1-0.5”)wide.

.4 Form bends with straight sharp lines, angles and corners into true planes, free from twists,buckles, dents and other visual distortions.

.5 Double-back exposed metal edges at least 13mm (0.5”). Exposed raw edges will not bepermitted.

.6 Drip edge flashings that will engage a hook strip shall be hemmed to allow a full .5” ofengagement.

.7 Supply all accessories required for installation of sheet metal work of this Section. Fabricateaccessories of same materials to which they will be used.

PART 3 - EXECUTION

3.1 INSTALLATION

.1 Install sheet metal flashings at copings, walls, joints, roof openings and other componentsrequired to protect membrane flashings as shown on drawings, or otherwise required.

.2 Install continuous concealed hook strips at all exterior faces. Install cleats as required to protectmembrane roofs and flashings from damage at lock joints and as required to permanently holdflashing in place. Secure cleats at 305mm (12”) on center keeping fastener within 32mm (1.25”)of drip edge to a maximum 3” away from drip edge. Use of screw type fasteners are required,nails are not acceptable.

.1 No fastening of flashing is permitted within 87.7 mm (3 ½") of the roof surface.

.2 Discontinuous clips are not to be used without design authority written approval and therequest shall have just cause.

.3 Install in a uniform manner, true to line, free of dents, warping and distortion.

Page 124: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building PREFINISHED SHEET METAL FLASHING & TRIMIRC No. VB17-040SP-19231 Section 07 62 00

Copyright 2017 IRC Building Sciences Group. Page 6 of 8

.4 Install sheet metal with concealed fasteners at lock joints. Exposed fastening will be permittedonly with approval of Consultant. Space all fasteners evenly in an approved manner. Use ofscrew type fasteners are required, nails are not acceptable. Use nylon plugs and screws wherefasteners are exposed, otherwise use concrete drive fasteners where metal flashings are installedover concrete or masonry. Nails are not acceptable into any substrate.

.5 Install underlay under sheet metal, installed directly over wood or masonry surfaces. Overlapjoints 51mm (2") and turn up 76mm (3") at edges where horizontal surfaces intersect verticalplanes.

.6 Join sheet metal by “S” lock seams and / or standing seams. Space joints evenly whereexposed. Form inside and outside corners by means of standing seams. Do not use pop rivets.

.1 Lap seams on vertical corners are acceptable only where the vertical run is less than 100mm (4"). Otherwise corner mating to be completed with a standing seam.

.2 For s-lock applications 1 screw type fastener every 200mm (8”) of length is requiredwithin the seams.

.3 For standing seam applications, clips must be secured with a minimum 2 screw typefasteners, and placed a minimum of 1 clip every 200 mm (8”).

.7 The top surfaces of all walls (parapets, expansion joints, roof dividers, etc) will be constructed toprovide a minimum of 2% drainage to the interior of the roof.

.1 All cap flashings shall be fully supported by a rigid substrate;

.2 Do not form open joints or cupping that fails to drain water.

.8 Caulk all sheet metal joints.

.9 Where existing reglets cannot be reused, provide new saw cut into substrate sized minimum25mm (1") deep and to suit site conditions.

.1 Clean saw cuts free of contaminates and dust.

.10 At reglets or sawcuts wider than 10mm (0.38") and deeper than 19mm (0.75") providepolyethylene rod, 25% wider than joint width. Caulk all reglets to provide a continuous waterproofseal. Use colour to match materials. Conform to manufacturer’s latest printed recommendationsfor use of products being employed.

.11 Gum edge or gum lip flashings (also known as surface reglets) should be avoided in allcircumstances. If job conditions allow for no other alternative, written permission from IRC for useof gum edge flashing must be obtained.

.1 Unless otherwise detailed or stated all surface reglet flashings shall be double gum lipflashings.

.12 Saddle flashing at parapet to wall transitions shall be site or shop fabricated, with a vertical upturnonto vertical surfaces a minimum 2”. Punch joints are acceptable however require colourmatchedsealants at the joint.

.13 Prepare cut sheet and mock-up installations of metal flashing details for approval by QA Observerprior to installation of sheet metal flashings.

.1 If existing substrate conditions are expected to create deflection or oil-canning in thefinished flashings, this concern should be brought to the attention of the design authorityfor discussion prior to installation. Installation of the flashing will indicate the roofingcontractors’ acceptance of the existing conditions.

Page 125: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building PREFINISHED SHEET METAL FLASHING & TRIMIRC No. VB17-040SP-19231 Section 07 62 00

Copyright 2017 IRC Building Sciences Group. Page 7 of 8

3.2 FINISH

.1 At project’s conclusion, leave surface and adjacent work areas free of damage and clean ofdebris. Finished surfaces of formed metal flashings to be free of oil canning, dents and beperfectly colour matched.

.2 Changes in colour between sheets and dented or oil canned surfaces that detract from visualappearance of finished product will be rejected. Remove and replace damaged, defaced ordefective work.

.3 Paint all exposed metal due to cutting.

.4 After erection touch-up finish surfaces damaged during handling and erection in conformancewith manufacturer’s recommendations. Refinish shop applied finishes as approved by Consultant.

.5 Remove deposits or protections and wash metals left unpainted and exposed to view as specifiedby metal manufacturer.

3.3 CLEAN-UP

.1 Daily as work proceeds and on completion, remove all surplus materials and debris resulting fromforegoing work.

.2 Drag a magnetic bar across work area and grounds to ensure removal of all discarded fastenersand sharp metal debris.

.3 Remove all stains, caulking or other adhesive from all affected surfaces.

END OF SECTION - 07 62 00

Page 126: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building PREFINISHED SHEET METAL FLASHING & TRIMIRC No. VB17-040SP-19231 Section 07 62 00

Copyright 2017 IRC Building Sciences Group. Page 8 of 8

(This page left blank intentionally)

Page 127: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building JOINT SEALANTSIRC No. VB17-040SP-19231 Section 07 92 00

Copyright 2017 IRC Building Sciences Group. Page 1 of 6

PART 1 - GENERAL

1.1 RELATED SECTIONS

.1 Section 01 11 00 – Summary of Work

.2 Section 02 41 19 – Selective Demolition and Removal

.3 Section 07 52 10 – SBS Modified Bituminous Roofing Membrane

.4 Section 07 62 00 – Prefinished Sheet Metal Flashing & Trim

.5 08 63 00 – Metal Framed Skylights

1.2 REFERENCES

Latest edition of all listed references to apply:

.1 ASTM C920 – Elastomeric Joint Sealants

.2 CAN/CGSB-19.13 – Sealing Compound, One-component, Elastomeric, Chemical Curing

.3 Sealants: Professionals’ Guide, Sealant, Waterproofing and Restoration Institute

.4 SWRI (Sealant, Waterproofing and Restoration Institute) – Sealant and Caulking GuideSpecification

1.3 QUALITY ASSURANCE OBSERVATION

.1 Observation of work will be carried out by designated QA Observer.

.2 Prior to mobilizing on site, prepare and install sealant samples for adhesion testing, a minimum oftwo (2) samples for each substrate combination, according to manufacturer’s written guidelines.Test sealant in contact with samples of materials to be caulked to ensure that proper adhesionwill be obtained and no staining of material will result. Testing to be completed prior tomobilization on site. Do not proceed with Work until samples have been approved.

.3 Adhesion tests on new sealant will be performed at random locations at discretion of Owner’srepresentative. Any work that is found to be sub-standard, is to be removed and replaced at nocost to Owner. Contractor is to assist with sealant adhesion tests as directed.

.4 Execute Work of this Section by Subcontractors approved by manufacturers of materialsincorporated in Work; who has equipment, adequate for Project, and skilled tradesmen to performit expeditiously; and is known to have been responsible for satisfactory installations similar to thatspecified during a period of at least immediate past five years.

.5 Remove sealant and re-caulk disapproved joints.

.6 Approved joints will establish minimum acceptable quality of workmanship and will serve asstandard by which subsequent Work will be compared for Acceptance.

1.4 DELIVERY, STORAGE, AND HANDLING

.1 Deliver and store materials in original wrappings and containers with manufacturer's seals andlabels, intact.

.2 Protect from freezing, moisture, water and contact with ground or floor.

Page 128: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building JOINT SEALANTSIRC No. VB17-040SP-19231 Section 07 92 00

Copyright 2017 IRC Building Sciences Group. Page 2 of 6

1.5 ENVIRONMENTAL AND SAFETY REQUIREMENTS

.1 Comply with requirements of Workplace Hazardous Materials Information System (WHMIS)regarding use, handling, storage, and disposal of hazardous materials; and regarding labelingand provision of material safety data sheets acceptable to local Labour regulations.

.2 Conform to manufacturer's recommended temperatures, relative humidity, and substrate moisturecontent for application and curing of sealants including special conditions governing use.

1.6 WASTE MANAGEMENT AND DISPOSAL

.1 Place materials defined as hazardous or toxic waste in designated containers.

.2 Ensure emptied containers are sealed and stored safely for disposal away from children.

.3 Dispose of surplus chemical and finishing materials in accordance with federal regulations.

.4 Fold up metal banding, flatten, and place in designated area for recycling.

.5 Use trigger operated spray nozzles for water hoses.

.6 Return solvent and oil soaked rags for contaminant recovery and laundering or for properdisposal.

.7 Use least toxic sealants, adhesives, sealers, and finishes necessary to comply with requirementsof this section.

.8 Close and seal tightly all partly used sealant containers and store protected in well ventilated fire-safe area at moderate temperature.

.9 Place used hazardous sealant tubes and other containers in areas designated for hazardousmaterials.

PART 2 - PRODUCTS

2.1 SEALANT MATERIALS

.1 Sealant shall be a high performance, high movement, single component, medium modulus, lowVOC, UV Stable, non-sag material.

.2 Sealants and caulking compounds must:

.1 meet or exceed all applicable governmental and industrial safety and performancestandards.

.2 be manufactured and transported in such a manner that all steps of process, includingdisposal of waste products arising therefrom, will meet requirements of all applicablegovernmental acts, by laws and regulations.

.3 be of a hybrid nature, utilizing silyl-modified polyurethanes, also identified as an MSPolymer.

.3 Sealant and caulking compounds must be accompanied by detailed instructions for properapplication so as to minimize health concerns and maximize performance, and informationdescribing proper disposal methods.

.4 Caulking that emits strong odours, contains toxic chemicals or is not certified as mould resistantto not be used in or near air handling units.

Page 129: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building JOINT SEALANTSIRC No. VB17-040SP-19231 Section 07 92 00

Copyright 2017 IRC Building Sciences Group. Page 3 of 6

2.2 SEALANT MATERIAL DESIGNATIONS

.1 Acceptable single component neutral cure silicone sealants for skylight related work include:

.1 Tremco Dymonic 100 or Approved Alternate Hybrid Sealants discussed with ConsultantColour of sealant to be selected to match cladding components.

.2 Primer: As recommended by sealant manufacturer to assure adhesion of compound, toprevent staining of substrate.

.3 Joint Backing: Polyethylene, urethane, neoprene, or vinyl, extruded closed cell foam incircular shape with diameter 25% greater than joint width before installation; jointbreaking tape approved by sealant manufacturer where specified.

.4 Cleaning Material: As recommended by sealant manufacturer.

.2 Concealed Sealants: To be Tremco Dymonic 100 or Approved Alternate Hybrid Sealantsdiscussed with Consultant.

.3 Butyl (for concealed skylight related sealant joints): Tremco Curtainwall Sealant or approvedalternate.

.4 Primers:

.1 TREMprime Silicone Porous Primer for porous surfaces and TREMprime Silicone MetalPrimer for metals or plastics, or primers as recommended by sealant manufacturer.

.5 Cleaners:

.1 Acceptable cleaners:

.1 Dow Corning Primer/Surface Prep Solvent,

.2 Methylethylketone (MEK)

.3 Isopropyl Alcohol

.2 Surfaces to receive sealants to not be cleaned with Xylol.

.3 All substrate materials to be cleaned with compatible cleaners.

2.3 PREFORMED COMPRESSIBLE AND NON-COMPRESSIBLE BACK-UP MATERIALS

.1 Polyethylene:

.1 Extruded closed cell foam backer rod.

.2 Size: oversize 30 to 50 %.

.2 Bond Breaker Tape.

.1 Polyethylene bond breaker tape.

.2 Compatibility: All materials in a sealant system to be compatible with each other, with substrateand any coating or waterproofing to be installed. Sealants used with elastomeric coating orwaterproofing systems must be approved by coating or waterproofing manufacturer.

2.4 JOINT PRIMER

.1 Non-corrosive and non-staining type, compatible with joint forming materials and sealant. Primeras recommended by sealant manufacturer.

Page 130: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building JOINT SEALANTSIRC No. VB17-040SP-19231 Section 07 92 00

Copyright 2017 IRC Building Sciences Group. Page 4 of 6

PART 3 - EXECUTION

3.1 PROTECTION

.1 Protect existing facades from staining or contamination.

.2 Protect public from falling debris during installation.

.3 At end of each day's work or when stoppage occurs due to inclement weather, provide protectionfor completed work and materials out of storage. At no time shall unsealed joints be left open. Ifprotection is required, then entire drop/bay to be adequately protected.

3.2 EXAMINATION

.1 Before commencing Work, verify that joint configuration and surfaces have been provided asspecified under Work of other Sections to meet intent of sealant Specification, that joint conditionswill not adversely affect execution, performance or quality of completed Work and that they canbe put into acceptable condition by means of preparation specified in this Section. Verify Siteconditions together with manufacturer's representative of sealant to be applied.

.2 Examine existing conditions and substrates upon which work of this section is dependent. Reportto Consultant in writing any defects or discrepancies. Commencement of work impliesacceptance of existing conditions and assuming full responsibility for finished condition of work.

.3 Ascertain that sealers applied to sealant substrates are compatible with sealant used and that fullbond between sealant and substrate is attained. Request samples of sealed or coated substratefrom their fabricators for testing of compatibility and bond if necessary.

.4 Examine sealant configuration for width and depth. Depth of joint should be half joint width with aminimum depth of 6mm (0.25”) and a maximum depth of 13mm (0.5”) unless specified otherwise.For fillet joints, a minimum of 6mm (0.25”) adhesion between sealant and substrate must beachieved on both sides of joint unless specified otherwise.

.5 Defective work resulting from application to unsatisfactory joint conditions will be consideredresponsibility of those performing work of this section.

3.3 SURFACE PREPARATION

.1 Prepare surfaces in accordance with manufacturer's directions.

.2 Before any sealant repairs are made, type of existing sealant to be determined. If uncertain as totype, then a sealant manufacturer technical representative to be contacted to confirm type. Onlysealant compatible with existing to be installed as part of repairs. Urethane based sealants arenot to be applied over existing silicone sealants.

.3 Where existing, remove sealant completely. In no case shall new sealant be applied over old. Inaddition:

.1 Remove existing sealants, dust, oil, grease, oxidation, mill scale, coatings and all otherloose material by cutting, brushing, scrubbing, scraping and/or grinding. In no case,however, shall components be damaged during surface preparation.

.2 Clean substrates with recommended solvent cleaner. Apply solvent with a clean cloth,pad or soft paper towel. Applicator cloth or towel to not leave fiber residue on substratesurface. Surface should be wiped clean and dried with a second clean cloth to ensureremoval of contaminants. If substrate surfaces is still not clean, repeat procedures asneeded. Change cloths frequently to prevent depositing contaminants from cloth ontosubstrate surface.

Page 131: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building JOINT SEALANTSIRC No. VB17-040SP-19231 Section 07 92 00

Copyright 2017 IRC Building Sciences Group. Page 5 of 6

.3 Use method of surface preparation suitable for substrate, as recommended by sealantmanufacturer and that does not damage existing finishes.

.4 Examine joint sizes and conditions to establish correct depth to width relationship for installationof backup materials and sealants.

.5 Do not apply sealants to joint surfaces treated with sealer, curing compound, water repellent, orother coatings unless tests have been performed to ensure compatibility of materials. Removecoatings as required.

.6 Ensure joint surfaces are dry and frost free.

.7 Remove loose particles present or resulting from routing by sweeping particles out with a drybrush, blowing out joints with oil free compressed air or by vacuuming joints prior to solventcleaning.

3.4 PRIMING

.1 Where necessary to prevent staining or for neat appearance, mask adjacent surfaces prior topriming and caulking.

.2 Prime sides of joints in accordance with sealant manufacturer's instructions immediately prior tocaulking.

.3 Use only primer approved by sealant manufacturer for particular installation, applying in strictaccordance with manufacturers printed recommendations.

.4 Always pour primers onto rag or brush, do not dip rag or brush into container.

.5 Prime only as much area that can be packed and caulked in a single day.

.6 Do not apply excess primer, and apply primer only to areas which it will be contacted by sealant.

3.5 BACKUP MATERIAL

.1 Apply bond breaker tape where installation of backer rod is not possible, three point adhesionneeds to be eliminated or throat to width ratio needs to be created as per manufacturersrecommendations.

.2 When using backing material comprised of tubular or rod stock, avoid lengthwise stretching ofmaterial. Do not twist or braid backer material.

.3 Provide a stiff blunt-surfaced wood or plastic installation tool, having shoulders designed to rideon finished surface and a protrusion of required dimensions to assure a uniform depth of backupmaterial below sealant. Do not puncture exterior skin or surface of backer material. Ascrewdriver is prohibited for use on this project.

.4 Using approved tool, smoothly and uniformly place backup material to depth indicated ondrawings or otherwise required, compressing backer material 25% to 50% and securing a positivefit.

.5 Install backing material to a depth to provide a caulked joint meeting depth requirement as set outin sealant manufacturer's specifications.

3.6 MIXING

.1 Mix materials in strict accordance with sealant manufacturer's instructions.

Page 132: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM Thermal and Moisture Protection – Division 07Austin Works Yard Vehicle Service Building JOINT SEALANTSIRC No. VB17-040SP-19231 Section 07 92 00

Copyright 2017 IRC Building Sciences Group. Page 6 of 6

3.7 APPLICATION

.1 Sealant:

.1 Apply sealant in accordance with manufacturer's written instructions.

.2 Mask edges of joint where irregular surface or sensitive joint border exist to provide neatjoint.

.3 Apply sealant in continuous beads.

.4 Apply sealant using gun with proper size nozzle.

.5 Ensure that new sealant is adhered to substrates a minimum of 6 to 10 mm at each sideof joint.

.6 Use sufficient pressure to fill voids and joints solid.

.7 Form surface of sealant with full bead, smooth, free from ridges, wrinkles, sags, airpockets, embedded impurities.

.8 Tool exposed surfaces before skinning begins to give slightly concave shape. Tooling tobe performed by proper metal or wood tool. Finger tooling joints will not be accepted.

.9 Remove excess compound promptly as work progresses and upon completion.

.2 Curing:

.1 Cure sealants in accordance with sealant manufacturer's instructions.

.2 Do not cover up sealants until proper curing has taken place.

3.8 CLEAN-UP

.1 Clean adjacent surfaces immediately and leave work neat and clean.

.2 Remove excess and droppings, using recommended cleaners as work progresses.

.3 Remove masking tape after initial set of sealant.

END OF SECTION - 07 92 00

Page 133: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Openings – Division 08Austin Works Yard Vehicle Service Building METAL FRAMED SKYLIGHTSIRC No. VB17-040SP-19231 Section 08 63 00

Copyright© 2016 IRC Building Sciences Group Page 1 of 10

PART 1 - GENERAL

1.1 RELATED SECTIONS

.1 Section 01 11 00 – Summary of Work

.2 Section 07 62 00 – Sheet Metal Flashings and Trims

.3 Section 07 92 00 – Joint Sealants

.4 General Requirements and provisions of the Contract

1.2 SUMMARY

.1 Provide labour, materials and equipment necessary to complete work of this section. This is aperformance specification and is issued in conjunction with the drawings which indicate thegeneral arrangement of work, the dimensions, structural system, and the major elements of theconstruction. As performance documents, the drawings and specifications do not necessarilyindicate or describe all items required for the full design, performance and completion of work ofthis section.

.2 Section includes:

.1 Structural design, engineering and fabrication of complete Metal-Framed Skylight system,including aluminum framing, integral closures, trim, perimeter flashings and surfacereglets as indicated on IRC drawings provided.

.2 Acrylic glazing for metal-framed skylight system including gaskets, sealants, spacers,blocking and related materials.

.3 Fasteners, anchors and related reinforcement of framing system as required to resistdesign loads.

1.3 REFERENCES

.1 BC Building Code 2012

.2 CAN/CSA 3-S157.20-M83, Strength Design in Aluminum

.3 CAN/ CGSB-12.20-M89 Structural Design of Glass for Buildings

.4 British Columbia Energy Efficiency Act Information Circular (Windows, Glazing, Doors andSkylights)

.5 AAMA 501.2-94

1.4 SYSTEM DESCRIPTION

.1 Performance Requirements: Provide metal-framed skylights which have been manufactured,fabricated and installed to withstand loading required by current BC Building Code. Provideperformance criteria required by these specifications without defects, damage or failure.

.2 Energy Efficiency Requirements: The system must meet the maximum heat transfer rate (U-Value) performance standard of 3.10 watts per square meter of product area per degree Kelvin.

.3 The skylight system shall be designed in accordance with the following standards:

.1 BC Energy Efficiency Act Information Circular

Page 134: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Openings – Division 08Austin Works Yard Vehicle Service Building METAL FRAMED SKYLIGHTSIRC No. VB17-040SP-19231 Section 08 63 00

Copyright© 2016 IRC Building Sciences Group Page 2 of 10

.2 NAFS08

.3 CSA A440.2-04, Energy Performance of Windows and Other Fenestration Systems

.4 Skylight systems must have adequate resistance to pressure differentials.

.5 Skylight systems must have adequate provision for thermal movement without thermal fracturesof framing members, glazing and/or sealants.

.6 Skylight systems must have adequate provision for live, dead, wind, snow and rain loads withoutfailures, distortion or fracture.

.7 Skylight systems must have adequate support and anchorage of components taking intoconsideration all loading factors and combination.

.8 Skylight systems must have a water and weather-tight installation with gaskets, seals, andsealants to effectively prevent water entry into building.

.9 Skylight system must conform with the "open rainscreen principle" (i.e., be pressure-equalizedand self-drained to the exterior). Provide pressure equalized and self-drained vents at exteriorframe members without causing air flow around glazing.

.10 Skylight system must have continuous air and vapour seals to control transfer of moisture vapourinto system of insulated glass units.

1.5 SUBMITTALS

.1 Product Data: Submit product data, including manufacturer’s product literature for specifiedsystem.

.2 Samples: Submit selection and verification samples for finishes, colours and textures.

.1 Aluminum Finish: Submit 2 sets colour charts or range samples for initial color selection.Submit finished sample of color selected for use.

.2 Glazing Materials: Submit 2 pieces verification sample 12” square, of the specifiedglazing including any integral tints, coatings as specified.

.3 Submit standard sealant colours for selection and approval.

.3 Engineer-Stamped Shop drawings: Submit shop drawings showing layout, profiles and productcomponents, including anchorage, accessories, finish colours, patterns and textures. Submitshop drawings for review and approval by the Owner/Consultant prior to fabrication. Includedetailed plans, elevations, details of framing members, glazing infill materials (if any), sealants,fasteners, anchors and thicknesses and types of formed flashing and closures and relationshipwith adjacent materials.

.1 Do not proceed with the work until shop drawings are acceptable to the Owner.

.4 Submit Letters of Assurance by a Professional Engineer registered with the Association ofProfessional Engineers and Geoscientists of BC.

.5 Upon request, submit verification of Skylight System U-Value certified by a Professional Engineerregistered with the Association of Professional Engineers and Geoscientists of BC.

.6 Quality Assurance / Test Reports: Include manufacturer’s air and water resistance test reportsshowing compliance with specified performance requirements.

Page 135: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Openings – Division 08Austin Works Yard Vehicle Service Building METAL FRAMED SKYLIGHTSIRC No. VB17-040SP-19231 Section 08 63 00

Copyright© 2016 IRC Building Sciences Group Page 3 of 10

.1 Certification for Structural Sealant: Submit written documentation from sealantmanufacturer stating that the sealant selected has been tested for adhesion andcompatibility on representative samples of metal, glass and other glazing components,and that the sealant joint design and application procedures shown on the shop drawingsare suitable for this project.

.7 Close Out Submittals:

.1 Provide Operations and Maintenance Manual to be submitted to the Consultant with thefollowing documents included:

.2 Include the following information:

.1 Maintenance instruction for materials, finishes, operation and cleaning.

.2 Parts list indicating make, size, serial number, manufacturer, telephone numberand address of the suppliers.

.3 Arrange with and demonstrate to the Consultant, cleaning, re-glazing andgeneral maintenance procedures.

.3 Warranty: Submit warranty documents specified herein.

1.6 WARRANTY

.1 Contractor’s Obligation: The contractor must submit a signed written warranty to the Consultantfor the installation of work specified in this Section covering for a period of Two (2) Years fromdate of the Certificate for Substantial Performance.

.2 Contractor must submit ten (10) years Manufacturer’s Material Warranty.

.3 In addition to the above, provide a two (2) year written guarantee on the following:

.4 Aluminum: Guarantee against the following:

.1 Excessive Non-Uniformity: Any non-uniform fading during guarantee period.

.2 Pitting or Corrosion: No pitting or other type of corrosion resulting from natural elementsin local atmosphere.

.5 Sealants: Guarantee shall state that installed sealants are guaranteed against:

.1 Adhesive, cohesive or shear failure of joints.

.2 Staining of surfaces adjacent to joints by sealant or primer by migration through buildingmaterials in contact with them.

.3 Chalking or visible colour change on surface of the cured sealant materials.

.6 Glazing: Guarantee to remove and replace at the Subcontractor’s expense any and all glasslights that fail to meet the design and performance requirements. Insulated sealed double glazingunits shall be guaranteed against obstruction of vision as a result of dust or firm formation on theinner glass surfaces for a period of ten (10) years from the date of Substantial Performance. Anyunits failing to comply with this guarantee shall be replaced without cost to the Owner.

.7 Defective work shall be removed and replaced with acceptable work at no cost to the Owner, andat such times as designated by the Owner.

Page 136: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Openings – Division 08Austin Works Yard Vehicle Service Building METAL FRAMED SKYLIGHTSIRC No. VB17-040SP-19231 Section 08 63 00

Copyright© 2016 IRC Building Sciences Group Page 4 of 10

.8 The cost of all warranties shall be included in the Contract price.

1.7 QUALITY ASSURANCE

.1 Skylight System Manufacturer shall have a minimum Ten (10) years experience in the fabricationand installation of custom architectural metal-framed skylights. Manufacturer shall be capable ofproviding structural calculations, applicable independent product test reports, installationinstructions, review of the application methods, customer approval, and periodic field servicerepresentation during construction.

.2 Skylight System Installer shall have a minimum Ten (10) years experience in glazing andinstallation of metal-framed skylights. Installer shall be experienced to perform work of thissection and has specialized in the installation of work similar to that required for this project andwho is acceptable to product manufacturer.

.3 The Contractor, in the presence of the Consultant and the Owner, will perform field watertesting after installation of the skylight framing and glazing, but prior to the installation ofthe exterior beauty caps. The testing shall be deemed fail if any water enters into thebuilding or past the drainage channels during or after the testing.

.4 Skylights failing to perform to the required test levels will be modified such that they pass and re-testing will be conducted by the Consultant at the Contractor’s expense.

.5 The inspection and testing service does not relieve the Contractor of his responsibility for qualitycontrol of production and for subsequent mistakes.

.6 Skylight systems shall conform, meet or exceed the following ratings:

.1 Air Tightness:

.1 Fixed – 0.2 L/(s.m2) of crack length (as per Fixed Rating).

.2 Water Tightness:

.1 Skylight water tightness shall meet B5 rating with no water infiltration at 500 Pawhen tested in accordance with CSA A440-00 and ASTM E1105.

.2 No water shall penetrate the assembly and cause wetting of the interior roomsurfaces.

1.8 FIELD TESTING

.1 Water Test: Contractor to provide a price to arrange for a third party water infiltration testing forthe new skylight systems. Testing will be coordinated and scheduled by the Contractor prior tosubmission of Substantial Completion invoice.

.2 All testing will be conducted using the following procedures:

.1 ASTM Standard E1105-00, Field Determination of Water Penetration of Installed ExteriorWindows, Skylights, Doors, and Curtain Walls, by Uniform or Cyclic Static Air PressureDifference.

.3 In situ testing will be conducted on the sample installation for compliance with the followingratings:

.1 Air Tightness:

.1 Fixed – 0.2 L/(s.m2) of crack length (as per Fixed Rating).

Page 137: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Openings – Division 08Austin Works Yard Vehicle Service Building METAL FRAMED SKYLIGHTSIRC No. VB17-040SP-19231 Section 08 63 00

Copyright© 2016 IRC Building Sciences Group Page 5 of 10

.2 Water Tightness:

.1 Skylight water tightness shall meet B5 rating with no water infiltration at 500 Pawhen tested in accordance with CSA A440-00 and ASTM E1105.

.2 No water shall penetrate the window assembly and cause wetting of the interiorroom surfaces.

.4 Failure to perform to the required test levels will mean modification such that they pass and re-testing will be conducted by the Owner, at the Contractor’s expense.

.5 Contractor to arrange for sealant representative to be on site during installation of Mock-up.Sealant representative to return after curing period has elapsed and perform pull test, providingreport to Owner, Consultant and Contractor.

.6 The inspection and testing service does not relieve the Contractor of his responsibility for qualitycontrol of production and for subsequent mistakes.

1.9 PROJECT SITE CONDITIONS:

.1 Field Measurements: Verify actual measurements / openings by taking field measurementsbefore fabrication. Show recorded measurements on shop drawings. Coordinate fieldmeasurements and fabrication schedule with construction progress to avoid construction delays.

.2 Field-verify existing dimensions against approved submittal drawings and advise Consultant ofany deviations prior to commencing installation.

1.10 DELIVERY STORAGE AND HANDLING

.1 Deliver materials with identification labels and in unopened, undamaged containers.

.2 Store materials protected from exposure to harmful weather conditions, temperature, andhumidity. Handle skylight material and components to avoid damage. Protect skylight materialagainst damage from sunlight, weather, excessive temperatures, construction activities, and otherhazards.

PART 2 - PRODUCTS

2.1 METAL-FRAMED SKYLIGHTS & INTERIOR SAFETY SCREEN

.1 Acceptable Manufacturers/Products: Velux skylights or other approved equal. Contractor mustsubmit a request for approval of equal system, complete with brochures and technical data, atleast 7 days prior to RFQ closing.

.1 Fixed Curb Mounted Unit Skylight: Model CT by Velux.

.2 Interior Safety Screen: CRGA ICD by Velux.

.2 New Skylight System is to be designed to suit the existing structural supports.

2.2 MATERIALS

.1 All materials shall be compatible and by the same manufacturer.

.2 Extrusions:

.1 Extrusions to be designed in accordance with CAN/CSA-S157.

Page 138: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Openings – Division 08Austin Works Yard Vehicle Service Building METAL FRAMED SKYLIGHTSIRC No. VB17-040SP-19231 Section 08 63 00

Copyright© 2016 IRC Building Sciences Group Page 6 of 10

.2 Extruded aluminum: Aluminum Association Alloy AA6063-T5 with minimum yieldstrength 110 MPa for thickness up to 12.7 mm.

.3 Sheet Steel: Stainless steel or hot-dipped zinc coating at least equal to ASTM A525Mcoating designated Z275 and with sufficient ductility to permit necessary formingoperation.

.4 Exposed Aluminum Sheet and Plate: AA1100-H14, alloy and temper. Minimumthickness of flashings shall be 1.0 mm (0.040”) for exposed flashings and 0.6mm (0.024”)for interior or concealed flashings.

.5 The main frame depth shall be not less than 62mm (2-0.5”) complete with frameextension if necessary (confirm existing conditions).

.3 Aluminum Finish:

.1 Clear Anodized Finish:

.1 Finish aluminum components in accordance with “Aluminum AssociationDesignation System for Aluminum Finishes – AAC22A31

.2 Anodized to attain a Type II (Class 1 for exterior) and (Class 2 for interior) anodiccoating; exterior coating not less than 0.7mil (18 microns); interior coating notless than 0.4 mil (10 microns).

.3 Coating mass when tested to ASTM B137; Class 2, density shall not be less than24.0 g/m2 except for interior trim which shall have a minimum coating areadensity of 12.0 g/m2.

.4 Exposure to Salt Spray to ASTM B117: Class 2, capable of withstanding 250h ofexposure without pitting; interior trim Class 3, minimum time exposure of 100hwithout pitting.

.4 General Configuration:

.1 Skylight shall incorporate internal drainage systems.

.2 Glazing shall be fixed with external pressure plates at both the purlins and rafters.

.3 Purlins to incorporate a structural sealant joint with no exposed pressure plates.

.4 Pressure plates shall be provided with a snap cap.

.5 Silicone sealant needle bead shall be installed at all of the up slope sides of the purlinpressure plates and extended a minimum of 150mm (6”) up the adjacent rafters.

.6 All joints shall be fully sealed with butyl tape.

.5 Glazing: Sealed Insulating Glass Units, IGMAC certified to meet specified requirements ofCAN/CGSB-12.8 with a dual perimeter edge seal, 13mm air space and glass which meets thespecified requirements of CAN/CGSB-12.3. Spacer shall be stainless steel. Glass thickness tomeet BC Building Code and CAN/CGSB-12.20 requirements but not less than 6 mm (0.25”) thickfor each lite. Glass and glazing materials to meet specified requirements of Section 08 63 00.

.6 Sealants: Refer to Section 07 92 00 Sealants

Page 139: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Openings – Division 08Austin Works Yard Vehicle Service Building METAL FRAMED SKYLIGHTSIRC No. VB17-040SP-19231 Section 08 63 00

Copyright© 2016 IRC Building Sciences Group Page 7 of 10

.7 Isolating Coating: Alkali resistant bituminous enamel paint conforming to CGSB 1-GP-108M toprevent deterioration due to corrosion or electrolytic action, as recommended by manufacturer.Isolate aluminum from following components:

.1 Dissimilar metals except stainless steel, zinc, or white bronze of small area.

.2 Concrete, mortar and masonry.

.3 Wood.

.8 Perimeter Insulation: non-shrinking, low expansion (25%), closed cell, no CFC, single componentpolyurethane foam, complying with CAN/CGSB 51-GP-23M.

.9 Fasteners: Screws, nuts, bolts, etc. to be of 300/400 series stainless steel where exposed todampness and moisture. Cadmium plated steel may be used where fastenings are not exposedto dampness and moisture.

.10 Thermal break: Continuous high density polyurethane. As recommended by the SkylightManufacturer.

.11 Glazing gaskets: as recommended by Skylight Manufacturer.

.12 Exterior Sealants: As recommended by Skylight Manufacturer and conforms to applicableCGSB-19-GP Series.

.13 Isolating Coating: Alkali resistant bituminous enamel paint conforming to CGSB 1-GP-108M toprevent deterioration due to corrosion or electrolytic action, as recommended by manufacturer.Isolate aluminum from following components:

.1 Dissimilar metals except stainless steel, zinc, or white bronze of small area.

.2 Concrete, mortar and masonry.

.3 Wood.

.14 Perimeter Insulation: non-shrinking, low expansion (25%), closed cell, no CFC, single componentpolyurethane foam, complying with CAN/CGSB 51-GP-23M. Minimum R-5 per inch.

2.3 FABRICATION

.1 Fabricate components per manufacturer’s installation instructions and with minimum clearancesand shim spacing around perimeter of assembly, yet enabling installation and dynamic movementof perimeter seal.

.2 Accurately fit and secure joints and corners. Make joints flush, hairline and weatherproof.

.3 Dimensions shown on drawings are diagrammatic only. Field measurements of rough skylightopening shall be performed by contractor and shown on submitted shop drawings. Maintain sightlines indicated and clearances to other construction components.

.4 Aluminum Flashings:

.1 Fabricate flashings and starter strips to dimensions and profiles indicated on reviewedshop drawings and to meet specified requirements. Determine dimensions from sitemeasurements.

.2 Provide required joint covers and concealed anchoring devices. Do not use exposedfasteners or anchors except these indicated on reviewed shop drawings.

Page 140: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Openings – Division 08Austin Works Yard Vehicle Service Building METAL FRAMED SKYLIGHTSIRC No. VB17-040SP-19231 Section 08 63 00

Copyright© 2016 IRC Building Sciences Group Page 8 of 10

.3 Hem all exposed edges a minimum of 13 mm for appearance and stiffening.

.5 Fastenings:

.1 Where fastenings are exposed, use Series 300 stainless steel for steel-to-steel,aluminum for aluminum-to-aluminum.

.2 Where fastenings are not exposed to dampness or moisture, cadmium plated steel mayadditionally be used for all combinations of metal noted in preceding subparagraphs.

.3 Thermal Movement: Fabricate units and assemblies to provide for expansion andcontraction of component members and between units when subjected to surfacetemperatures from -34ºC to 82ºC.

2.4 FINISHES

.1 Submit colour samples for approval by the Owner prior to any fabrication start.

PART 3 - EXECUTION

3.1 INSTALLATION

.1 Install Skylights plumb and level, and true to line, without warp or rack of frames withmanufacturer’s prescribed tolerances and installation instructions. Provide support and anchor inplace.

.2 Dissimilar Materials: Provide separation of aluminum materials from sources of corrosion actioncontact points.

.3 Glazing: Glass and glazing materials shall be outside glazed and held in place with extrudedaluminum pressure plates anchored using stainless steel fasteners.

.4 Comply with manufacturer’s product data, including product technical bulletins, product erection /installation instructions, and product carton instructions for installation.

3.2 FIELD QUALITY CONTROL

.1 Mock-up test is required.

.2 In-situ testing is not required, however, if testing is conducted by the Owner or an agencyemployed by the Owner, and the installed system fails to meet the specifications, the Contractorshall repair or replace the system and re-test the system at no cost to the Owner.

.3 Verify that substrate conditions are acceptable for product installation in accordance withmanufacturer’s instructions.

.4 Should testing is to be required, testing shall be performed per AAMA 503 by a qualifiedindependent testing agency.

3.3 PROTECTION AND CLEANING

.1 Protect installed product’s finish surfaces from damage during construction. Protect aluminumskylight system from damage from grinding and polishing compounds, plaster, lime, acid, cement,or other harmful contaminants.

.2 Cleaning: Repair or replace damaged installed products. Clean installed products in accordancewith manufacturer’s instructions prior to owner’s acceptance. Remove construction debris fromproject site and legally dispose of debris.

Page 141: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Openings – Division 08Austin Works Yard Vehicle Service Building METAL FRAMED SKYLIGHTSIRC No. VB17-040SP-19231 Section 08 63 00

Copyright© 2016 IRC Building Sciences Group Page 9 of 10

.3 Final cleaning of skylight installation shall be performed by the Contractor.

END OF SECTION - 08 63 00

Page 142: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam. Openings – Division 08Austin Works Yard Vehicle Service Building METAL FRAMED SKYLIGHTSIRC No. VB17-040SP-19231 Section 08 63 00

Copyright© 2016 IRC Building Sciences Group Page 10 of 10

(This page left blank intentionally)

Page 143: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Service Centre LIGHTING SPECIFICATIONS

Page 1 of 4

1. Intent of Project

This project is being undertaken as an energy reduction initiative with incentive funding by BC Hydro Power Smart. The achievement of the planned energy savings is a key element of the project. The project involves the removal of existing lighting fixtures, the installation of new lighting fixtures, retrofitting existing fixtures and the addition or upgrade of lighting controls. The key items include:

Replace existing 2x4 recessed fixtures in offices and selected areas with LED

retrofit kits. Fixtures will generally be installed on a one for one basis. Install dimmers (some with integral occupancy sensors) for administrative areas

(private offices and meeting rooms) LED high bays will be installed in the light and heavy duty vehicle service shops. Most of the T8 fixtures will be retrofitted with T8 LED lamps and new instant start

ballasts. Only selected T8 fixtures will be replaced with new LED fixtures. All exit signs shall be replaced. Floodlights in the works yard and animal shelter will be replaced one for one with Exterior lighting (including wallpacks, floodlights) will be replaced (one for one)

with LED luminaires and the existing poles shall be re-used.

2. Workmanship All workmanship and materials shall be in accordance with well-established practice and standards accepted by the Industry and Trades for this class of facility, and shall conform to all applicable Codes and Regulations.

Regarding the wallpack lighting upgrades:

All existing penetrations to the wall surface shall be sealed (whether or

not a mounting plate is used).

Regarding the low/high mast lighting upgrades (including floodlights):

All existing poles are to be re-used All connections made to the metal poles shall be sealed properly to

prevent moisture from entering the interior of the pole Any unused holes (in the metal poles) shall be covered by a plate of a

suitable size and sealed properly to prevent moisture from entering the inside of the pole

It is the Tenderer’s responsibility to confirm the mounting type required for the specified LED fixtures, and identify any additional hardware (eg. adapters, brackets) to properly mount the fixtures onto the existing poles

The Owner shall have the right to reject any work that does not meet this standard.

Page 144: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Service Centre LIGHTING SPECIFICATIONS

Page 2 of 4

3. Products to be Installed (Equivalent Products): Only those lighting and control products specified in “Product Specifications” will be accepted for this project. Shop drawings for alternate exterior lighting products MUST be submitted at least 5 working days before tender closing and must be approved by the Consultant. The Contractor shall provide and the Consultant must approve the shop drawings for all products and fixtures before they are ordered by the Contractor.

4. Wiring Methods

Where surface mounted wiring is required, suitable quality copper wire shall be run in EMT conduit. Armored or plenum rated cable may only be used for short runs or wire drops and must be neatly secured. 4.1 All ballasts and electronic drivers shall be fitted with a disconnect device as

specified in the Canadian Electrical Code. The disconnect device manufactured by Ideal Industries shall be used.

4.2 All control wiring (low voltage) shall be #18 AWG LVT copper in a plenum rated

cable.

5. Labeling and Recertification

The contractor shall be responsible to label all retrofit fixtures to satisfy Province of BC Electrical Safety Branch requirements. BC Safety Authority Bulletin B-E3-100224 1 "Minimum Requirements - Retrofit of Fluorescent Fixtures" should be referenced.

6. Specified Work

6.1 The work to be performed is as outlined in the “Scope of Work” document, and shall

fully comply with BC Hydro Power Smart requirements. The contractor shall provide all labour, materials and equipment required to complete the work and maintain the work site in a clean and tidy manner. All shipping and packing material shall be removed from each job site at the end of each working day.

Ballast Sorting and Inspection Requirements: 6.2 It is a BC Hydro Power Smart requirement that all old magnetic fluorescent ballasts

shall be removed from the fixtures, sorted into the categories of standard and electronic types and retained on site in a location specified by the Owner for inspection by the consultant. All wire leads on magnetic ballasts shall be cut off close to the ballast to prevent re-use. All magnetic ballasts containing PCBs shall be identified and segregated from non-PCB ballasts. Non-PCB ballasts shall be removed by the Contractor after inspection by the Consultant. PCB ballast removal is excluded from the contract and is an Owner’s responsibility.

Page 145: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Service Centre LIGHTING SPECIFICATIONS

Page 3 of 4

6.3 Any instant-start Electronic fluorescent ballasts should be removed with the wire leads intact and retained on site segregated from the magnetic ballasts. Following inspection of the ballasts by the Consultant, the electronic ballasts shall be delivered to the Owner with the ballast leads intact.

6.4 The balance of the lighting and electrical equipment removed in the course of the

work shall be disposed of or delivered to the Owner, at the Owner’s direction. The owner anticipates that the quantity of items to be retained will be minimal.

Changes to Scope of Work 6.5 The Owner reserves the right to amend the Scope of Work prior to the start of the

work by the contractor, and to use the unit costs specified in the bid documents to amend the contract price at any time. Where unit costs are not available for changes, changes to the contract price shall be based on the labour rates and material markup specified in the bid documents.

6.6 No additional work shall be undertaken without the written approval of the Owner.

The Owner shall not make payment for any additional work that has not been approved.

Hours of Work

6.7 All work shall be performed in a manner that will coordinate with the operation of the

facility. Work in all areas shall be scheduled and coordinated with the facility.

Recycling of Lamps and Metals

6.8 Lamp recycling shall be the responsibility of the Contractor. Due to environmental concerns, it is recommended that a licensed lamp recycler be engaged to dispose of the lamps properly.

7. Scope of Work Clarification

7.1 Since the successful tenderer will be registered with the BC Hydro Power Smart

Alliance, it is expected that they will be very familiar with the type of work involved in the project as noted in the Scope of Work. Bidders finding discrepancies,

ambiguities, or omissions in the Scope of Work, or having doubt as to the meaning or intent shall immediately advise the Owner, who may issue instruction or clarification, in the form of an Addendum to all bidders. All such Addenda shall become a part of the Bid Documents.

8. Workplace Safety Practices

8.1 The Contractor shall provide the Owner with written electrical lock-out procedures to

be followed by all Contractor personnel during the course of the project.

9. Substantial Completion

Page 146: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Service Centre LIGHTING SPECIFICATIONS

Page 4 of 4

9.1 The Contractor shall advise the Owner when the work has been substantially complete and shall review all completed work with the Owner and his Consultant for the purposes of final inspection and commissioning. Any deficiencies identified shall be promptly corrected to the satisfaction of the Owner and his Consultant.

10. Warranties

10.1 The Contractor shall provide, in writing, a 1-year warranty of all products and

workmanship. Incidental lamp replacement labour shall be the responsibility of the Owner, but replacing lamps resulting from “group product failures” shall be the responsibility of the Contractor.

10.2 The Contractor shall also provide the Owner with copies of all manufacturer

warranties and product literature for lighting products and fixtures used in the project (see item 12 below). Manufacturer warranties for LED fixtures, electronic T8 ballasts, and lamps shall be for a minimum of 5 years.

11. Additional Products to be Provided

The Contractor shall provide the following additional product as maintenance spares on site at the completion of the contract:

11.1 F32T8 LED lamps as specified for “R10-LED-NBF” (quantity = 20 for Works

Yard) 11.2 F32T8 LED lamps as specified for “R10-LED-NBF” (quantity = 20 for Animal

Shelter)

12. Installation Documentation The Contractor shall provide the Consultant with 2 hardcopy binders and an electronic (PDF) copy of the project documentation which shall include the manufacturer’s product specifications, warranty and maintenance documentation for each type of product used in the project, excluding wire, conduit and fittings. This includes instructions on adjusting the sensitivity of occupancy sensors.

Page 147: Building Renovation and Lighting Upgrades at Service Centre

Tender No. 17-05-01_Electrical Lighting Upgrades_Specifications

Tender 17-05-01_Building Renovation and Electrical Upgrades at Service Centre - LIGHTING PRODUCT SPECIFICATIONS

Installation Building Name: Vehicle Service Building, Water Sewer Utility and Animal Shelter Buildings, Park and Survey Portable Building, Auxiliary Storage Portable Structure and Site Yard/Parking LayoutInstallation Address: 500 Mariner Way, Coquitlam, BC

Revision Date:

Quantity Luminaire Typewith BF Lamp Type Lamp

Wattage# Lamps / Luminaire

Ballasts/Luminaire Luminaire Description Primary Specification Alternate Specification

14 A1-LED-RET LED 37W 1 1 New: 2x4 Recessed LED, 3500K retrofit kit, 37W Philips: EvoKit 2x4 P 42L 38W 835 2 0-10 7 G3, Seismic cable 502435 (x2) n/a126 A1-LED-RET-B LED 32W 1 1 New: 2x4 Recessed LED, 3500K retrofit kit, 32W Philips: EvoKit 2x4 P 36L 32W 835 2 0-10 7 G3, Seismic cable 502435 (x2) n/a2 C2-LED LED 41W 1 1 New: 4' Wrap LED, 4000lm Lithonia: LBL4 40L EZ1 LP835 n/a

41 E1 LED 2W 1 0 New: Indoor Self-powered LED Exit Sign Beghelli SL-RM-SP-L-U-OLR-M n/a

2 G2-LED-NBF F32T8 15.0W 2 1 New 4' Industrial T8 HE ballast, T8 LED lamp (2)Fixture: Peerless Electric NIRA-4-232, Ballast: Philips Advance IOP-2P32-SC, Lamps:

Philips Lighting: 12T8/48-4000 IF 10/1 n/a

8 H2-LED-NBF F32T8 15.0W 4 1 New: 8' Vaporproof T8 HE ballast, T8 LED lamps (4)Fixture: Peerless Electric DCC-8-432, Ballast: Philips Advance IOP-2P32-SC, Lamps:

Philips Lighting: 12T8/48-4000 IF 10/1 n/a

2 K1-LED LED 142W 1 1 New: LED High-bay (20,000lm) Philips: FBX-20L-L-40-UNV-LFA, WG-FBX-2W n/a5 K3-LED LED 178W 1 1 New: LED High-bay (24,000lm) Philips: FBX-24L-L-40-UNV-LFA, WG-FBX-2W n/a

50 K1-LED-OS LED 142W 1 1 New: LED High-bay (20,000lm), integrated O/S Philips: FBX-20L-L-40-120-MD360D-LFA, WG-FBX-2W n/a1 L24D LED12W 12W 1 0 LED: 12W A21 (rated for enclosed fixtures), 3000K GE Lighting: LED12DA21FE/830FE n/a6 P1 LED 16.7W 1 1 New: LED Dish Lithonia: OLCFM15-DDB n/a

37 P5 LED 13W 1 1 New: 6" Diameter LED Downlight Retrofit (dry/damp location) 1000-1200 lm GE: LRX-R6-10-8-35-MD n/a4 R7-LED-NBF F25T8LED 10.5W 2 1 Retrofit: T8 HE ballast, F25T8 LED lamps (2) Philips Advance: IOP-2P32-SC, Philips Lighting: 10.5T8/36-4000 IF 10/1 Refer to notes #2,4-7 below

48 R9-LED-NBF F32T8LED 15.0W 1 1 Retrofit: T8 HE ballast, F32T8 LED lamp (1) Philips Advance: IOP-2P32-SC, Philips Lighting: 12T8/48-4000 IF 10/1 Refer to notes #2,4-7 below239 R10-LED-NBF F32T8LED 15.0W 2 1 Retrofit: T8 HE ballast, F32T8 LED lamps (2) Philips Advance: IOP-2P32-SC, Philips Lighting: 12T8/48-4000 IF 10/1 Refer to notes #2,4-7 below103 R14-LED-NBF F32T8LED 15.0W 4 1 Retrofit: T8 HE ballast, F32T8 LED lamps (4) Philips Advance: IOP-4P32-SC, Philips Lighting: 12T8/48-4000 IF 10/1 Refer to notes #2,4-7 below3 S1 LED 12W 1 1 New: LED Wall Light - 120V Lithonia: OLWP-11-PE-BZ n/a

19 S3 LED 45W 1 1 New: LED Wall Pack (large) 120V, 45W Lithonia: TWP LED 20C 700 40K T3M MVOLT DBLXD n/a8 S4 LED 67W 1 1 New: LED Wall Pack (large) 120V, 67W Lithonia: TWP LED 30C 700 40K T3M MVOLT DBLXD n/a

11 S6 LED 26W 1 1 New LED Ceiling Fixture (medium) Premier: WF52412-4X5LED35 (4100K) n/a4 S9 LED 42W 1 1 New: LED Floodlight (70W-150W HID Equiv.) Lithonia: DSXF1LED-P2-40K-WFL-MVOLT-YKC62-DBLXD n/a6 S10 LED 78W 1 1 New: LED Floodlight (150W-250W HID Equiv.) Lithonia: DSXF2LED-P2-40K-WFL-MVOLT-YKC62-DBLXD n/a

17 S10B LED 129W 1 1 New: LED Floodlight (250W-400W HID Equiv.) Lithonia: DSXF3LED-P1-40K-WFL-MVOLT-YKC62-DBLXD n/a2 S13 LED 108W 1 1 New: LED Area Light (Type 5) Lithonia: KAX1LED-P2-40K-R4-MVOLT-SPA-DBLXD n/a

14 S10-HO LED 487W 1 1 New: LED Floodlight, high output 487W, 120V-277V Lithonia: HLF2 LED P2 40K MFL MVOLT IS DBLXD n/a7 W21 N/A N/A 0 0 Remove Fluorescent n/a n/a1 W22 N/A N/A 0 0 Remove n/a n/a1 Q1 LED11W 11.2W 1 1 LED Wall Sconce Lithonia: SWBLED, DLSD1 n/a2 LENS n/a 0W 0 0 Replace 4' Wrap Lens Contact Walsh Plastics n/a

783

Basic Controls

Quantity Primary Specification Alternate Specification

1 SensorSwitch: CM-PDT 9 & PP-20 n/a1 SensorSwitch: WV-PDT-16 & PP-20-2P n/a5 SensorSwitch: PTS-720-WH n/a

20 SensorSwitch: WSX-PDT-WH n/a4 Sensorswitch: WSX-PDT-D-SA-WH n/a9 Sensorswitch: sPODMRD-WH n/a

12 Sensorswitch: WSX-PDT-D-SA-WH n/a4 Sensorswitch: SPODMR-WR-WH-K3 n/a2 SensorSwitch: WSX-PDT-2P-WH n/a

58

CT46A - Wireless ceiling mount occupancy sensor (450sf) & switchCT26-2P - 2 Pole OS Wall Switch-120V

CT39C - 0-10V/1200VA LED Dimmer & O/SCT39B - 0-10V/1200VA LED Dimmer

CT26 - OS Wall Switch-120VCT26B - Dimmer & OS Wall Switch-120V, new switch location (re-wiring)

CT10 - Programmable Timer Switch 12hr-120V

CT1 - OS only (& PP)-120VCT5-2P - WideView OS & PP (x2)-120V

Description

May 25, 2017

Page 1 of 2

Page 148: Building Renovation and Lighting Upgrades at Service Centre

Tender No. 17-05-01_Electrical Lighting Upgrades_Specifications

IMPORTANT: Additional Product Specification Notes:1. Line item/unit pricing to be provided for each fixture type. Unit pricing includes installation and materials.2. T8 "high efficiency" ballasts shall be:

a. For 120VAC - electronic Instant Start (IOPA Series from Philips Advance or approved equivalent from GE Lighting or Osram Sylvania. b. For 347VAC - electronic Instant Start (GOPA Series) from Philips Advance or approved equivalent from GE Lighting or Osram Sylvania. c. Note ballast factor (LBF, NBF or HBF) in "Luminaire Type" column

3. T8 0-10V dimming ballasts shall be from Philips Advance Mark 7: IZT-2S32-SC (2-lamp), IZT-3S32-SC (3-lamp) or IZT-4S32 (4-lamp) or approved equivalent (ballast only) from GE Lighting or Universal Lighting Technologies4. Ballasts shall carry a manufacturer's warranty of 5 years and lamps shall carry a manufacturer's warranty of 3 years.5. F32T8 LED Lamps shall be GE LED12ET8G4840, Philips 12T8/48-4000 IF 10/1 or Sylvania LED12T8/L48/F/841/SUB/G56. F25T8 LED Lamps shall be GE LED11ET8/G/3/840, Philips 10.5T8/36-4000 IF 10/1 or Sylvania LED12T8/L36/F/841/SUB/G57. F17T8 LED Lamps shall be GE LED8ET8/G/2/840, Philips 8.5T8/24-4000 IF 10/1 or Sylvania LED08T8/L24/F/841/SUB/G58. All lamp sockets shall be replaced with new lamp sockets, properly wired according to the ballast manufacturer, whenever ballasts are replaced (ie. retrofits) with the exception of turret sockets in good condition.9. Luminaires shall be properly certified and labeled as per electrical code requirements.

10. Retrofitted luminaires shall be properly certified and labeled as per electrical code requirements.11. Lighting Controls:

a. Wall switch occupancy sensors to replace existing switches in defined areas (refer to Scope of Work).b. Decora plates will need to be provided for the wall swictch occupancy sensors, color to match existing plates.c. Ceiling mount occupancy sensors and power packs to be installed in defined areas (refer to Scope of Work).d. 0-10V photosensors are to be mounted onto the T-bar or ceiling panel for selected fixtures in defined areas (refer to Scope of Work)e. For all wall switch occupancy sensors not located in washrooms, they shall be programmed to operate in the "Manual On" mode if this feature is available.f. If the "minimum ON time" feature is available, this parameter for ALL specified occupancy sensors shall be set to 15 minutes and 30 minutes when used with program start ballasts and instant start ballasts respectively and

the "time delay" shall be set to 10 minutes unless otherwised noted in the Scope of Work.g. If the "minimum ON time" feature is not available, then the "time delay" for ALL specified occupancy sensors shall be set to 15 minutes and 30 minutes when used with program start ballasts and instant start ballasts respectively

unless otherwised noted in the Scope of Work.NOTE: "13e." and "13f." do NOT apply to occupancy sensors where the time delay setting is automatically self-adjusted.

12. Contractor to verify and specify voltage of all fixtures and ballasts required.13. Goods to be warehoused/stored off-site by supplier and delivered as required.14. For additional information, refer to Lighting Project Specifications and Scope of Work.15. Additional spare products to be provided as listed in Lighting Project Specifications.16. Alternate acceptable fixture manufacturers subject to advance consultant approval.17. Alternate acceptable LED exit sign manufacturers subject to advance consultant approval:Lithonia, Beghelli, Lumacell.18. All product Shop Drawings must be submitted to Consultant for approval prior to ordering.19. All new fixtures and re-located fixtures are to be supported or braced with struts or wires as required to resist seismic forces and avoid injury to occupants, as described in the ECA Seismic Restraint Handbook.20. For all specified fixtures with prismatic lens, use acrylic 0.125" thick K12 diffuser.21. Contractor to verify mounting details and provide additional hardware if necessary.22. Specified fixtures (type P5) may require additonal goof ring (to be provided by Contractor if required)

Page 2 of 2

Page 149: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART G – DRAWINGS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2

CITY OF COQUITLAM

TENDER No. 17-05-01

BUILDING RENOVATION & LIGHTING UPGRADES AT SERVICE CENTRE

PART G

DRAWINGS

Page 150: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART G – DRAWINGS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2

DRAWINGS

No. TITLE Date Rev.

A001 COVER SHEET

MAY 25, 2017

ISSUED FOR TENDER

A100 SPECIFICATIONS

A210 FLOOR PLANS

A401 BUILDING ELEVATIONS

A710 DETAILS/OPENINGS

A720 DETAILS/MILLWORK

S1.0 GENERAL NOTES & DETAILS

R1 ROOF PLAN

VCMM916 SKYLIGHT CURB DETAIL

VCMM917 CURB DETAIL

VCMM918 PREFABRICATED CURB

VCM919 STEEL POST DETAIL

VDMM373 DRAIN DETAIL

VEMM050 SLEEPER DETAIL

VPMM131 PARAPET DETAIL

VPMM132 PARAPET DETAIL

VRMM741 WALL DETAIL

VRMM742 WALL DETAIL

VSMM789 PLUMBIN STACK DETAIL

VSMM790 CONDUIT DETAIL:ELECTRICAL ROOF FLASHING

VSMM791 B-VENT DETAIL

VSMM792 GAS VENT FLASHING DETAIL

VSMM793 GOOSENECK VENT DETAIL

VVMN033 WALKWAY/PAVER DETAIL

FPO STRUCTURAL GENERAL NOTES

FP1 ROOF FALL PROTECTION PLAN

FP2 LADDER 1 DETAIL

FP3 LADDER 2 DETAIL

Page 151: Building Renovation and Lighting Upgrades at Service Centre

BUILDING ELEVATION

BUILDING SECTION

WALL SECTION

DETAIL REFERENCE

OR

GRID LINE

INTERIOR ELEVATION

22

2A2.22

sim

sim22

A2.22

MATCH LINE

DOOR TAG

ASSEMBLY TAG

MATERIAL KEYNOTE

KEYNOTE

ROOM NAMEROOM NUMBERROOM AREA

SIGNAGE INDICATOR

07.1

D222b

ROOM NAME222

2222 SF

LEVEL DATUM

WORK POINT

NameElevation [Elevation]

LEVEL NAMEPRIMARY UNITS [ALT UNITS]

SPOT ELEVATION(PROPOSED)

SPOT ELEVATION(EXISTING)

NORTH ARROWNORT

H

PROJECT NORTH

REVISION INDICATORCLOUD AROUND REVISIONREVISION NUMBER

1

WINDOW NUMBERM2 GLAZING OPENING

VIEW TITLE1:2000DRAWING NAME22

DRAWING NUMBERDRAWING SCALE

DRAWING NUMBERSHEET NUMBER

2A2.22

sim

DRAWING NUMBERSHEET NUMBER

A2.222 DRAWING NUMBERSHEET NUMBER

A2.222 DRAWING NUMBERSHEET NUMBER

A2.22ADJACENT SHEET NUMBER

sim22

A2.22DRAWING NUMBERSHEET NUMBER

DRAWING NUMBERSHEET NUMBER

ROOM TAG

W22F2FLOOR WALL ROOF

R2

2-2

CENTER LINE

PROPERTY LINE

WP

AW22 CASEWORK/MILLWORK TAG

CON1

STAIR TAG22 TR @ 11"/TR

23 R @ 7"/RNUMBER OF TREADS AND SIZENUMBER OF RISERS AND SIZE

ARCHITECTURALGRAPHIC SYMBOL LEGEND

FIRE-RATED PARTITION1 HOUR2 HOURS

AUSTIN WORKS YARD VEHICLE SERVICES BUILDING500 MARINER WAY

AUSTIN AVE

MARI

NER

WAY

NORT

H

ABBREVIATIONSAB AIR BARRIERABC ALBERTA BUILDING CODEABV ABOVEAD AREA DRAINAFF ABOVE FINISHED FLOORAHU AIR HANDLING UNITALUM ALUMINUMANN ANNUNCIATORARCH ARCHITECTURALAW ARCHITECTURAL WOOD WORKAWP ACOUSTIC WALL PANEL

BB BULLETIN BOARDBBH BASEBOARD HEATERBCBC BRITISH COLUMBIA BUILDING CODEBLDG BUILDINGBLW BELOWBOC BOTTOM OF CURBBOS BOTTOM OF STEELBOW BOTTOM OF WALLBSMT BASEMENTBTWN BETWEEN

CG CORNER GUARDCIP CAST-IN-PLACECJ CONTROL JOINTCL CENTERLINECLG CEILINGCLR CLEARCM CONSTRUCTION MANAGERCO CLEANOUTCONC CONCRETECONT CONTINUOUSCPT CARPETCT CERAMIC TILECUST CUSTODIALCW COLD WATERC/W COMPLETE WITH

DB DECIBELDIA DIAMETERDIM DIMENSION(S)DCW DOMESTIC COLD WATERDHW DOMESTIC HOT WATERDHWT DOMESTIC HOT WATER TANKDN DOWNDS DOWNSPOUTDW DISHWASHERDWG DRAWING

E/A EXHAUST AIREF EXHAUST FANEJ EXPANSION JOINTELEC ELECTRICALELEV ELEVATIONEPS EXPANDED POLYSTYRENEERV ENERGY RECOVERY VENTILATOREXT EXTERIOR

FCP FIBER CEMENT PANELFE FIRE EXTINGUISHERFFE FINISH FLOOR ELEVATIONFNDN FOUNDATION FOC FACE OF CONCRETEFOF FACE OF FINISHFR FRIDGE / REFRIGERATORFRR FIRE RESISTANCE RATINGFT FOOT / FEETFTG FOOTINGFURN FURNITURE

GALV GALVANIZEDGC GENERAL CONTRACTORGFI GROUND FAULT INTERRUPTERGL GLASS / GLAZING / GLAZEDGND GROUNDGWB GYPSUM (WALL) BOARD

HB HOSE BIB (WALL HYDRANT)HM HOLLOW METALHORIZ HORIZONTALHRV HEAT RECOVERY VENTILATORHSS HOLLOW STEEL SECTIONHW HOT WATERHWH HOT WATER HEATERHWR HOT WATER RETURNHWS HOT WATER SUPPLYHWT HOT WATER TANK

ID INSIDER DIAMETERIN INCHESINTINFO INFORMATIONINSUL INSULATE / INSULATEDINV INVERT

JAN JANITOR / JANITORIAL

L "L" ANGLE LAM LAMINATEDLAV LAVATORY

LB POUNDLF LINEAR FOOTLH LEFT HANDLHR LEFT HAND REVERSELVL LAMINATED VENEER LUMBER

M METERSMAX MAXIMUMMECH MECHANICALMEZZ MEZZANINEMDF MEDIUM DENSITY FIBERBOARDMIL THOUSANDTH OF AN INCH (0.001")MIN MINIMUMMIR MIRRORMM MILLIMETERSMTL METALMW MICROWAVEMWP METAL WALL PANEL

NA / N/A NOT APPLICABLENIC NOT IN CONTRACTNOM NOMINALNTS NOT TO SCALE

O/A OUTDOOR AIROC / O.C. ON CENTEROD OUTSIDE DIAMETEROPNG OPENINGOSB ORIENTED STRAND BOARD

PL PROPERTY LINEPL PLATE (STEEL)PLAM PLASTIC LAMINATEPNT PAINTPREFAB PREFABRICATEDPTD PAPER TOWEL DISPENSER

R RISERR/A RETURN AIRRB RUBBER BASERB ROLLER BLINDRCP REFLECTED CEILING PLANREF REFER TOREQD REQUIREDREV REVISIONRD ROOF DRAINRM ROOMRO ROUGH OPENINGROW RIGHT OF WAYRWL RAINWATER LEADER

S/A SUPPLY AIRSAM SELF-ADHERED MEMBRANESAN SANITARYSD SOAP DISPENSERSF SQUARE FOOTSND SANITARY NAPKIN DISPENSERSNW SANITARY NAPKIN WASTE (BIN)SPF SPRAY-APPLIED POLYURETHANE FOAMSST STAINLESS STEELSTC SOUND TRANSMISSION CLASSSTL STEELSTRC STRUCTURAL

T&G TONGUE & GROOVETBC TO BE CONFIRMEDTBD TO BE DETERMINEDTEL TELEPHONETOC TOP OF CONCRETE / TOP OF CURBTOS TOP OF STEELTOW TOP OF WALLTPD TOILET PAPER DISPENSERTR TREADTR# TRIM TYPE NUMBER #TYP TYPICAL

UNO UNLESS NOTED OTHERWISEUR URINALUTIL UTILITY

VB VAPOUR BARRIERVCT VINYL COMPOSITION TILEVERT VERTICALVIF VERIFY IN FIELDVR VAPOUR RETARDER

W/ WITHW/O WITHOUTWB WHITEBOARDWC WATERCLOSETWD WOODWF WIDE FLANGEWP WORK POINT

XPS EXTRUDED POLYSTYRENE

& AND@ AT± PLUS/MINUS

EP1 EXTERIOR PAINT 1 (BASE BUILDING)COLOUR: TO BE SELECTED BY OWNER/ARCHITECT

EXTERIOR PAINT 2 (TRIMS AND FEATURES)COLOUR: TO BE SELECTED BY OWNER/ARCHITECT

EXTERIOR PAINT 3COLOUR: TO BE SELECTED BY OWNER/ARCHITECT

EXTERIOR PAINT 4COLOUR: SAFETY YELLOW

INTERIOR PAINT 1 (WALLS)COLOUR: TO BE SELECTED BY OWNER

INTERIOR PAINT 2 (CEILINGS ON SECOND FLOOR)COLOUR: TO BE SELECTED BY OWNER

PLASTIC LAMINATE 1FORMICA 3505-58 "STORM SOLIDZ"

PLASTIC LAMINATE 2FORMICA 949-90 "WHITE - POLISHED FINISH"

EP2

EP3

MATERIALS & FINISHES LEGEND

EP3

IP1

IP2

PLAM1

PLAM2NOT FOR

CONSTRUCTION

Copyright reserved. This design and drawing is the exclusive property of the Architect and cannot be used for any purpose without the written consent of the Architect. This drawing is not to be used for construction until issued for that purpose by the Architect. Prior to commencement of the Work, the Contractor shall verify all dimensions, datums and levels to identify any errors or omissions; ascertain any discrepancies between this drawing and the full Contract Documents; and bring these items to the attention of the Architect for clarification.

303 - 2425 QUEBEC ST VANCOUVER BC V5T 4L6TEL 604 800 6147 EMAIL [email protected]

PROJECT CODE STATUS

DATE

SHEET

SCALE

ISSUES + REVISIONSNO DATE DESCRIPTION

CIVIC ADDRESS

SEAL

As indicated

5/24/2

017 1

2:43:2

1 PM

AUSTIN WORKS YARDVEHICLE SERVICESBUILDING RENOVATION500 MARINER WAY, COQUITLAM, BC

033 CD

25 MAY 2017

A001COVER SHEET

DRAWING INDEX

A0 GENERALA001 COVER SHEET

A1 SPECIFICATIONSA101 SPECIFICATIONSA102 SPECIFICATIONS EXTERIOR PAINTINGA103 SPECIFICATIONS INTERIOR PAINTING

A2 FLOOR PLANSA210 FLOOR PLANS

A4 ELEVATIONSA401 BUILDING ELEVATIONS

A7 DETAILSA710 DETAILS / OPENINGSA720 DETAILS / MILLWORK

ISSUED FOR TENDER25 MAY 2017 1" = 80'-0"

SITE/KEY PLAN1

1. VERIFY AND COORDINATE SITE CONDITIONS AND DIMENSIONS. BRING INCONSISTENCIES TO ATTENTION OF ARCHITECT BEFORE PROCEEDING WITH WORK.

2. WHERE APPLICABLE, PERFORM EXCAVATION AND FOUNDATION WORK IN CONFORMANCE WITH THE REQUIREMENTS OF THE GEOTECHNICAL ASSESSMENT AND CONSTRUCTION DOCUMENTS.

3. PROVIDE BUILDING SUBSURFACE DRAINAGE SYSTEM IN ACCORDANCE WITH THE GEOTECHNICAL ASSESSMENT.

4. IMMEDIATELY BRING ERRORS AND OMISSIONS FOUND IN THESE DRAWINGS TO ATTENTION OF ARCHITECT.

5. DO NOT SCALE DRAWINGS. FOLLOW DIMENSIONS SHOWN ON DRAWINGS AND ACTUAL FIELD MEASUREMENTS. NOTIFY ARCHITECT OF DISCREPANCIES.

6. ALL DIMENSIONS ARE IN FEET AND/OR INCHES AND ARE TO FINISH FACE OF PARTITION OR CEILING, FACE OF CONCRETE AND MASONRY, AND CENTERLINE OF COLUMNS, UNLESS NOTED OTHERWISE. QUANTITIES ARE BRACKETED AND TYPICALLY PRECEDE DIMENSIONS. ADJUST LOCATION OF GYPSUM BOARD ASSEMBLY TYPES TO ALLOW FOR SCHEDULED APPLICATION OF SKIM AND FEATHER COATS, TAPE AND SPACKLE, VENEER PLASTERS, AND TRIM SHAPES AS REQUIRED IN ORDER TO MAINTAIN DIMENSIONS AND CRITICAL ALIGNMENTS INDICATED AT DRAWINGS.

7. COMPLY WITH BRITISH COLUMBIA BUILDING CODE 2012 VOLUME 1 AND VOLUME 2, AND OTHER APPLICABLE CODES AND ORDINANCES.

8. DRAWINGS AND SPECIFICATIONS: EXAMINE AND BRING DISCREPANCIES BETWEEN ARCHITECT AND CONSULTANT WORK TO ATTENTION OF ARCHITECT BY WRITTEN NOTICE FOR CLARIFICATION. WORK INSTALLED IN CONFLICT WITH CONSTRUCTION DOCUMENTS WILL BE CONSIDERED IN NON-CONFORMANCE AND CORRECTED AT NO EXPENSE TO OWNER.

9. COORDINATION: COORDINATE WORK TO COMPLY WITH DRAWINGS AND SPECIFICATIONS AND TO ACCURATELY LOCATE OPENINGS FOR MECHANICAL, ELECTRICAL, AND EQUIPMENT TO NOT INTERFERE WITH STRUCTURAL FRAMING.

10. FOLLOW MANUFACTURER'S INSTRUCTIONS, EXCEPT WHERE MORE STRINGENT REQUIREMENTS ARE INDICATED OR REQUIRED BY CODE.

11. PROVIDE AND INSTALL SOLID BLOCKING AND BACKING FOR WALL- AND CEILING-MOUNTED ITEMS.

12. INSTALL GYPSUM BOARD ON BOTH SIDES OF WALL FRAMING UNINTERRUPTED FROM FLOOR TO UNDERSIDE OF ROOF DECK UNLESS NOTED OTHERWISE.

13. ATTACH PIPING IN SOUND WALLS WITH VIBRATION ISOLATORS. ISOLATE PIPING IN CONTACT WITH CONSTRUCTION.

14. MOUNT SWITCHES 48" [1220] ABOVE FINISHED FLOOR UNLESS NOTED OTHERWISE. VERIFY SWITCH AND OUTLET HEIGHTS ABOVE CASEWORK TO CLEAR BACKSPLASH.

15. ISOLATE AND OFFSET OUTLETS ONE STUD SPACE MINIMUM AT SOUND WALLS TO PREVENT SOUND TRANSMISSION.

16. COORDINATE SIZES AND LOCATIONS OF OPENINGS AND ROUGH-INS FOR MECHANICAL EQUIPMENT WITH MECHANICAL CONTRACTOR, AND SHOP DRAWINGS REVIEWED BY ARCHITECT, BEFORE PROCEEDING WITH THE WORK.

17. VERIFY SIZES AND LOCATIONS OF MECHANICAL EQUIPMENT PADS, BASES, POWER, WATER AND DRAIN INSTALLATION WITH EQUIPMENT MANUFACTURERS BEFORE PROCEEDING WITH THE WORK. PROVIDE AND INSTALL SEISMIC BRACING & FASTENING IN ACCORDANCE WITH CODE REQUIREMENTS.

18. COORDINATE EXACT LOCATION OF PLUMBING AND PIPING WORK INTERFACING OTHER BUILDING SYSTEMS AND ASSEMBLIES WITH PLUMBING SUBCONTRACTOR.

19. FINISHES: IN FINISHED INTERIOR AREAS, NO EXPOSED PIPE, CONDUITS, DUCTS, ETC. CONCEAL UTILITY LINES BEHIND FINISHED CONSTRUCTION UNLESS NOTED AS EXPOSED TO VIEW CONSTRUCTION ON DRAWINGS OR APPROVED BY ARCHITECT. IF WORK CANNOT BE CONCEALED WITHIN FINISHED CONSTRUCTION OF THE CONTRACT DOCUMENTS, THE CONTRACTOR SHALL PROVIDE & INSTALL FURRED & FINISHED HORIZONTAL & VERTICAL CHASES TO MATCH ADJACENT FINISH TO CONCEAL WORK, COORDINATE WITH ARCHITECT.

20. OFFSET AND ADJUST FRAMING TO MAKE FINISHED SURFACES FLUSH AND TRUE TO LINE.

21. PROVIDE GALVANIC ISOLATION BETWEEN DISSIMILAR METALS.

22. LOCATE FIRE EXTINGUISHER CABINETS AS SHOWN ON PLANS. PROVIDE EXTINGUISHER TYPE AND ADDITIONAL FIRE EXTINGUISHERS AS REQUIRED BY BUILDING CODE AND NFPA 10: STANDARD FOR PORTABLE FIRE EXTINGUISHERS. COORDINATE EXACT LOCATION OF SUPPLEMENTAL FIRE EXTINGUISHERS AND FIRE EXTINGUISHER CABINETS WITH ARCHITECT.

23. COORDINATE INSTALLATION OF FIRE PROTECTION SYSTEM WITH STRUCTURAL, MECHANICAL, PLUMBING, AND ELECTRICAL WORK TO ENSURE NO CONFLICT AS A RESULT OF FIRE PROTECTION SYSTEM INSTALLATION.

24. REFER TO FINISH SYMBOLS LEGEND WHERE APPLICABLE FOR ADDITIONAL ABBREVIATIONS AND FINISH MATERIAL ACRONYMS INDICATED AT DRAWINGS AND SPECIFICATIONS.

25. REFER TO ENLARGED TOILET ROOM PLANS AND ELEVATIONS FOR TOILET ROOM ACCESSORIES ABBREVIATIONS AND ACRONYMS.

26. PROMPTLY BRING CONFLICTS AND OMISSIONS IN FINISH MATERIALS LIST AND OTHER GRAPHIC INDICATORS TO ARCHITECT'S ATTENTION FOR INTERPRETATION AND DIRECTION.

27. REFER TO ARCHITECTURAL DRAWINGS FOR EXACT LOCATIONS OF ALL EXPOSED TO VIEW DEVICES AND EQUIPMENT PROVIDED UNDER WORK OF OTHER DISCIPLINES INCLUDING, BUT NOT LIMITED TO MECHANICAL, ELECTRICAL, SECURITY, AND AUDIO VISUAL.

28. ALL EXISTING AND NEW SERVICE PENETRATIONS THROUGH FIRE-RATED ASSEMBLIES TO BE FIRESTOPPED, INCLUDING BUT NOT LIMITED TO: CUSTODIAL ROOM, MECHANICAL ROOM, AND FLOOR ASSEMBLY BETWEEN MAIN FLOOR AND BASEMENT

GENERAL NOTES

STRUCTURALS1.0 GENERAL NOTES AND DETAILS

ROOFING DRAWINGSR1 ROOF PLAN

ROOFING DETAILSVCMM916 SKYLIGHT CURB DETAILVCMM917 CURB DETAILVCMM918 PREFABRICATED CURBVCMM919 STEEL POST DETAILVDMM373 DRAIN DETAILVEMM050 SLEEPER DETAILVPMM131 PARAPET DETAILVPMM132 PARAPET DETAILVRMM741 WALL DETAILVRMM742 WALL DETAILVSMM789 PLUMBING STACK DETAILVSMM790 CONDUIT DETAIL: ELECTRICAL ROOF FLASHINGVSMM791 B-VENT DETAILVSMM792 GAS VENT FLASHING DETAILVSMM793 GOOSENECK VENT DETAILVVMN033 WALKWAY/PAVER DETAIL

FALL PROTECTION DRAWINGSFP0 STRUCTURAL GENERAL NOTESFP1 ROOF FALL PROTECTION PLANFP2 LADDER 1 DETAILFP3 LADDER 2 DETAIL

OWNERCity of Coquitlam640 Poirier Street, Coquitlam, BC V3J, 6B1Ed Castaneda, Capital Construction (Project Manager)E: [email protected]: 604-927-6057M: 604-307-2544

ARCHITECTMIZA Architects Inc303 - 2425 Quebec St, Vancouver, BC, V5T 4L6T: 604-800-6147David Zeibin, Architect AIBC MRAIC LEED AP BD+CE: [email protected]: 604-220-6921

STRUCTURALBush Bohlman and Partners1550-1500 W. Georgia St, Vancouver, BC, V6G 2Z6Mark Anderson, P.Eng., Struct.Eng., MIStructEE: [email protected]: 604-688-9861

ROOFING CONSULTANTIRC Building Sciences Group250 - 21900 Westminster Highway, Richmond, BC, V6V 0A8Monty Klein, TQ, RROE: [email protected]: 604-295-8070 ext 7223

PROJECT TEAM

AUSTIN WORKS YARDVEHICLE SERVICES BUILDINGRENOVATION

ARCHITECTURAL

1 01 MAY 2017 REVIEW / COORDINATION2 15 MAY 2017 95% REVIEW3 25 MAY 2017 TENDER

ecastane
Text Box
TENDER No. 17-05-01 BUILDING RENOVATION AND LIGHTING UPGRADES AT SERVICE CENTRE
ecastane
Text Box
Page 152: Building Renovation and Lighting Upgrades at Service Centre

NOT FOR

CONSTRUCTION

Copyright reserved. This design and drawing is the exclusive property of the Architect and cannot be used for any purpose without the written consent of the Architect. This drawing is not to be used for construction until issued for that purpose by the Architect. Prior to commencement of the Work, the Contractor shall verify all dimensions, datums and levels to identify any errors or omissions; ascertain any discrepancies between this drawing and the full Contract Documents; and bring these items to the attention of the Architect for clarification.

303 - 2425 QUEBEC ST VANCOUVER BC V5T 4L6TEL 604 800 6147 EMAIL [email protected]

PROJECT CODE STATUS

DATE

SHEET

SCALE

ISSUES + REVISIONSNO DATE DESCRIPTION

CIVIC ADDRESS

SEAL

5/24/2

017 1

2:49:1

6 PM

AUSTIN WORKS YARDVEHICLE SERVICESBUILDING RENOVATION500 MARINER WAY, COQUITLAM, BC

033 CD

25 MAY 2017

A101SPECIFICATIONS

1 01 MAY 2017 REVIEW / COORDINATION2 15 MAY 2017 95% REVIEW3 25 MAY 2017 TENDER

SECTION /KEYNOTE DESCRIPTION SUBMITTAL REQ’TS

01 GENERAL/ADMINISTRATIVE REQUIREMENTSCORRESPONDENCEThe City Project Manager, Architect, and Contractor must be copied on all email correspondence. Generally, all team members are to be kept informed of anything related to their particular scope of work.

— Consultants are to relay information to the Contractor through the Architect (including response to RFIs, Reviewed Shop Drawings, Revisions, Change Orders and the like)

— Subtrades are to relay information through the Contractor and should avoid contacting Consultants directly without the knowledge of the Contractor.

— Phone calls should be followed up with emails and the appropriate team members copied and notifi ed of any pertinent information or decisions discussed in the call

— Emails should contain in the subject line: "Project Name - Subject Description" to avoid emails identifi ed with only the project name. (Sample subject line: "VSB Reno - RFI-01 Response")

All project communication is to be directed through the Architect. This includes: — Requests for Information (RFI) — Supplemental Instructions (SI) — Proposed Change Orders (PCO) / Change Orders (CO) / Change Directives (CD) — Submittals: Product Data, Shop Drawings, Samples (SU) — Substitution Requests — Inspection Reports — Field Review Reports (FRR)

Generally, reviewed Submittals and Responses to RFIs will be returned to the Contractor within a week of receiving them, or within two weeks if review by multiple consultants is required. Additional review time may be required for unusually large or complex submittals (e.g. steel shop drawings).

01 11 00 SUMMARY OF WORK Renovations to an existing two-storey municipal works yard Vehicle Services Building.

1. Replace exterior overhead doorsReplace overhead doors where and as indicated on the drawings and overhead door schedule.

2. Replace fl ooringRefer to architectural drawings and specifi cations. Provide new resilient fl ooring and carpet tile where indicated. Provide new rubber wall base in all areas receiving new fl ooring. Provide door thresholds where indicated and/or as required.

3. Interior and exterior paintingRefer to fl oor plans for interior painting scopeRefer to building elevations for exterior painting scope

4. Replace select plumbing fi xturesReplacement of plumbing fi xtures in main fl oor washrooms and upper fl oor lunch room millwork

5. New roller shadesRefer to architectural fl oor plans for locations or new roller shades

6. Replace kitchen millworkRefer to architectural fl oor plans and related details

7. Roofi ng replacementRefer to roofi ng consultant drawings and specifi cations, including "Section 01 11 00 Summary of Work (Roofi ng)."

SEPARATE PRICE ITEMSA. Enlarge overhead door opening D46Refer to architectural drawings for location of doorRefer also to structural drawings & details, and related architectural details

01 31 19 SITE MEETINGS — The Architect will meet on site with the Contractor and Consultants on an as-needed

basis at the request of Architect, Consultant or Contractor. — Minutes will be recorded by the Architect and distributed to the Owner, Consultants, and

Contractor within three (3) days of the meeting.01 32 16 CONSTRUCTION PROGRESS SCHEDULE / CONSTRUCTION PHASING PLAN

— Submit a Construction Progress Schedule timeline to the Owner and Architect, prior to beginning construction, indicating individual scopes, start dates, durations, end dates, and critical path dependencies. Indicate specialty scopes or products which may have long lead times.

— Contractor is to submit an updated construction schedule with each Progress Claim. — Contractor is to submit a detailed Construction Phasing Plan for review and approval

prior to beginning construction. — The building will remain in operation during the course of construction. Interior and

exterior work is to occur in phases throughout the building and must be coordinated with the building users to minimize disruption to staff and the facility operations.

Construction Progress Schedule

Construction Phasing Plan

01 32 29 PERIODIC WORK OBSERVATION / FIELD REVIEWSContractor should contact the Authority Having Jurisdiction for any inspections required.

— Field Reviews will be performed at the Architect's discretion, usually no less than once per month.

— Contractor should contact the Architect for a Field Review prior to covering any waterproofi ng, fl ashing, framing, pre-boarding, and/or any other details of interest or concern.

— The Contractor is required to call for Field Reviews by the Architect prior to completion of each of the following progress milestones, where applicable:

— prior to concrete foundation/slab pours (to verify general arrangement and any cast-in elements)

— primary superstructure erection (i.e. steel) — exterior envelope: continuity and airsealing of air/vapour/weather-resistive barriers,

thermal insulation — glazing and exterior door installation — interior envelope — mechanical/electrical rough-in — exterior fi nishing (claddings, fl ashings, etc) — interior fi nishing — systems commissioning (mechanical, electrical, etc) — substantial completion — defi ciency walkthrough/review

For repetitive scopes (e.g. glazing), it is recommended that a single installation mockup be prepared for Consultant review prior to proceeding with the remainder of the Work in order to address any defi ciencies or concerns. (Refer to "Mockups" below.)

01 33 00 SUBMITTAL PROCEDURES — Submit a Schedule of Submittals to the Architect, prior to beginning construction,

indicating individual scopes and the anticipated date of submission for Consultant review.

— Submit product data, installation instructions, samples, etc, as appropriate per submittal requirements in each section.

— Submittals are to be provided for Consultant review and comment prior to ordering of material and installation on site.

— Contractor will be solely responsible for materials and work installed without a reviewed submittal, which may be subject to removal at the Consultant's discretion if deemed to be non-compliant with the Contract Documents or applicable building regulations.

— Submittals shall be reviewed fi rst by the Contractor for confi rmation of quantities, dimensions, accuracy, completeness and compliance with project specifi cations.

— Submittals provided without Contractor review (e.g. stamp indicating as such) may be rejected outright by the Consultants.

Schedule of Submittals

01 41 00 REGULATORY REQUIREMENTS — All work is to be performed in accordance with governing local building codes, laws,

rules and regulations. — When a Building Permit is required, submit PDF copy of Building Permit to the Architect,

as issued by the Authority Having Jurisdiction — Submit copies of any and all inspection reports performed by third-party organizations/

individuals to the Architect. This may include but is not limited to: concrete delivery slips, welding inspection reports, geotechnical site observations, material testing certifi cates, inspection reports by the Authority Having Jurisdiction, etc

PDF copy of Building Permit

SECTION /KEYNOTE DESCRIPTION SUBMITTAL REQ’TS01 25 00 SUBSTITUTIONS

— All proposed substitutions must be submitted with demonstration of equivalent functionality, durability, warranty, fi nish, etc to the specifi ed system/product, and include a sample of the alternate proposed product with proposed fi nish for the Architect to review.

— All proposed substitutions must be approved by both Architect and Owner.01 43 39 MOCKUPS

— Provide on-site mock-ups of siding, fl ashing, window and roofi ng installations (and any other areas at the request of the Consultants) to be reviewed by the Consultant before proceeding with rest of work.

— Provide at least two (2) days notice to the Architect to schedule a review of the mock-up.

01 26 63 CHANGE ORDERS — Any change from the approved Construction Cost should be brought to the attention of

both the Architect and Owner prior to proceeding. — Proposed Change Orders (PCO) will be coordinated by the Architect, and issued to the

Contractor for pricing. Once proposed work and associated costs have been reviewed and agreed to, the City Project Manager will formalize and issue the Change Order.

— Only Change Orders that have been approved and issued by the Owner can be included in progress claims.

01 56 00 TEMPORARY BARRIERS & ENCLOSURESRefer to specifi cations prepared by Roofi ng ConsultantJOB SITE

— One set of Building Permit Drawings should be kept on site in a secure location at all times along with the Building Permit.

— Any permits required and obtained by trades should be kept on site in a secure location.

— One set of up-to-date, Issued for Construction Drawings should be kept on site at all times.

— The Job Site should be kept clean and clear of debris for safety and to maintain neighbourly relations.

— Parking, Waste Removal and the location of temporary washroom facilities should all be conducted with sensitivity to surrounding sites and acceptable locations should be coordinated with the Owner.

02 EXISTING CONDITIONS02 41 19 SELECTIVE DEMOLITION & REMOVAL

Refer to specifi cations prepared by Roofi ng Consultant

05 METALS05 51 00 METAL LADDERS

Refer to specifi cations prepared by Roofi ng Consultant

06 WOOD, PLASTICS & COMPOSITES06 10 00 ROUGH CARPENTRY

Refer to specifi cations prepared by Roofi ng Consultant06 40 00 MILLWORK AND CASEWORK

PLAM1PLAM2

1. Quality Assurance — All millwork/casework including built-in storage and various cabinetry, to be

supplied by an AWMAC certifi ed woodworker. — All fi nish carpentry to be in accordance with AWMAC minimum Premium Grade

Quality Standard requirements. Materials, workmanship, and installations that do not meet these standards shall be replaced by this Trade Contractor at no additional cost to the Owner.

— All fi nish lumber shall also be in accordance with NLGA Standard Grading Rules for Canadian Lumber, latest edition including supplements.

— All plywood types and grades shall be urea-formaldehyde free and be in accordance with CSA requirements.

2. Seismic Restraint: — Seismic Anchorage is required on all cabinets and shelving over 1200mm high

or where units are likely to be a hazard from overturning, in accordance with BC Building Code 4.1.8.18 and Table 4.1.8.18 (Category 11) for Structural restraint of Non-Structural Components.

3. Inspection: — All architectural millwork shall be manufactured and installed in accordance with

AWMAC Quality Standard requirements and shall be subject to inspection at the plant and at installation site by an appointed inspector, approved by AWMAC BC (Architectural Woodwork Manufacturers Association of Canada, BC Chapter).

— This inspection shall also include review of shop drawings before any work is commenced.

— Any work which does not meet AWMAC Quality Standards as specifi ed shall be replaced by the Contractor, at no additional cost to the Owner and to the satisfaction of the Consultant and the Inspector.

4. Guarantee: — Furnish a two (2) year AWMAC Guarantee Certifi cate or an equivalent maintenance

bond, to the full value of the architectural woodwork subcontract, certifying that the architectural woodwork has been manufactured and installed in accordance with AWMAC Quality Standards.

— The cost for the AWMAC Guarantee Certifi cate or equivalent Maintenance Bond including required inspections and shop drawing review shall be included in the Contract Price for this work.

5. Materials: — Panels: Plastic Laminate Finish: high-pressure laminate on phenolic impregnated

kraft paper backing (or solid coloured impregnated melamine backing) to CAN3-A172 and NEMA and AWMAC Quality Standards, suitable for particular application and location, with grades, thicknesses and adhesives to suit horizontal, vertical and post-forming requirements with colour / pattern, texture and fi nish as selected by the Consultant from manufacturer's standard range. Type: General Purpose (GP) Grade: regular-duty grade, minimum 1.15 mm (0.045") thick.

— Countertops: Factory fabricate counter tops from minimum 16mm [5/8"] medium-density particle board or 19mm [3/4"] exterior-grade plywood base with side and back splashes where and as indicated in the Drawings. Plastic Laminate Counter Top Surfacing: one-piece plastic laminate to CAN3-A172, with colour, texture and gloss as selected by the Consultant and as noted in the Drawings. Plastic laminate to be continuously bonded to counter top substrate and post formed to suit edge and splash requirements noted above.

— Hinges: full metal, nickel plated, concealed, spring loaded, self-closing, 110 and 170 degree hinges, minimum one pair per door (or as required per manufacturer’s recommendations). Basis of Design: Blum “module 90” hinges.

— Drawer Slides: electro-plated zinc screw mounted, full extension type with captive profi le to eliminate side movement, positive in and out stops and ball bearing nylon rollers, load capacity to suit drawer size with minimum static load ratings of 27kg [60 lb] for drawers 150mm [6"] and less and 40kg [90lb] for drawers over 150mm [6"] in depth x lengths required. Basis of Design: Knape & Vogt 8405

— Pulls: Richelieu "Functional Metal Pull - 221" with 4" center-to-center mounts, Product Number BP2214175, Finish: Brush Chrome,

6. Fabrication: — Casework base and wall cabinets where /as noted on drawings shall be frameless

type complete with fl ush overlay doors with fi nishes applied to all exposed faces including face, backs and edges of drawers and doors, gables and underside of wall hung cupboards with doors and drawers to have square edges unless otherwise noted.

Submit complete shop drawing package for Consultant review as follows:

— Shop drawings for all fabricated items for review prior to fabrication, clearly indicating all construction details, connections, attachments, anchorages, and locations of exposed fastenings. Shop drawings shall show plans, elevations, sections, details as well as all materials, grain directions, schedule of fi nishes, specialty items, and all internal and external fi nish hardware.

— All overall individual millwork elements to be scheduled with unique ID marks.

— Shop drawings to be dimensioned in units consistent with Architectural/Interior Design drawings.

— Finish samples of veneer/fi nish on substrate, minimum 8"x8" illustrating expected range of component fi nish colour and/or grain.

07 THERMAL AND MOISTURE PROTECTION07 52 00 SBS MODIFIED BITUMINOUS MEMBRANE ROOFING

Refer to specifi cations prepared by Roofi ng Consultant07 62 00 PREFINISHED SHEET METAL FLASHING & TRIM

PMF1PMF2

— Refer to roofi ng drawings and specifi cations for type, location and extents of prefi nished metal fl ashings at roof parapet

— Unless noted otherwise, provide minimum 18ga prefi nished metal fl ashing, colour to match adjacent siding, roofi ng or wall panels.

ReservedColour to match paint EP2

Submit: 1. One 6"x6" or larger sample of specifi ed prefi nished metal fl ashing in each colour used on the Project.

07 92 00 JOINT SEALANTSRefer to specifi cations prepared by Roofi ng Consultant

08 OPENINGSINSULATED HOLLOW METAL EXTERIOR DOORS W/ PRESSED STEEL FRAMES

— Refer to Door Schedule, Door Hardware Schedule, Plans and Elevations — Factory assembled hollow metal insulated doors, with thermally broken pressed-steel

frames

Provide: 1. Schedule of doors to be provided

SECTION /KEYNOTE DESCRIPTION SUBMITTAL REQ’TS08 36 13 SECTIONAL OVERHEAD DOORS

1. Provide new Sectional Overhead Doors as indicated in the Drawings and Overhead Door Schedule

2. Existing overhead doors interlock system must be disconnected prior to removal of existing doors. Reconnect and test interlock system once new doors are installed and verify correct operation.

3. Dispose of existing removed doors and associated waste.4. Acceptable Product(s): Northwest Door TX450 Series Commercial Overhead Doors, or

pre-approved alternate5. Specifi cation:

— 3" track and hardware, solid shaft, 25,000 cycle springs — 1-3/4" polyurethane foamed-in-place insulated door sections with 26ga steel skin — Three (3) glazed sections per door, V130G Full-View Glazing Sections, powder-

coated white c/w double-glazed clear tempered glass — Colour/Finish: To be selected by Architect from manufacturer's standard colour/

fi nish options. — Options: Full perimeter weatherstripping (head, sill, jambs) — Supply and install new chain hoist, or connect to existing operators, access, and

safety equipment6. Provide ten (10) year manufacturer's warranty for degradation of fi nish, including but not

limited to racking, rust through, or delamination.7. Provide fi ve (5) year manufacturer's warranty for any electric operating equipment.

Provide:1. Product Data Sheet2. Samples of manufacturer's standard fi nishes/colours3. Door Schedule indicating verifi ed door dimensions, glazed sections, fi nishes, options, manual/automatic operators, etc.4. Confi rmation of required tolerances, installation details, and anchorage requirements. 5. Operations and Maintenance data

08 43 13 ALUMINUM-FRAMED STOREFRONTS AND DOORS1. Acceptable Manufacturers: Kawneer, CRL/US Aluminum, or other pre-approved

alternate2. Basis of Design: Kawneer Trifab 451UT w/ Center Set Glazing3. Finish: Standard Anodized Aluminum4. Glazing: Maximum center-of-glass (COG) U-value of 0.20 Btuh/h ft² ºF to achieve

maximum overall system U-value of 0.32 Btuh/h ft² ºF5. Aluminum Doors

— Basis of Design: Kawneer 260 Narrow Stile Insulclad Thermal Entrances — Paired Door Opening Dimension: 68" wide x vertical dimension to suit existing opening — Hardware: Hardware Set #1

Provide:1. Signed and sealed storefront glazing Shop Drawings in dimensions consistent with Architectural Drawings, with all materials and fi nishes noted.

08 63 00 METAL FRAMED SKYLIGHTSRefer to specifi cations prepared by Roofi ng Consultant

08 80 00 GLAZINGAll exterior glazing to be, at minimum, double-glazed, argon-fi lled units with low-e coating on the #2 surface, unless noted otherwise.

08 70 00 DOOR HARDWARE1. Refer to Section 08 70 05 Door Hardware Schedule below.2. Provide blocking in doors and jambs as required.3. Provide 'dummy' construction cylinders. Cylinders and keying by Owner.4. Unless otherwise noted or pre-approved all hardware shall be manufactured in Canada

or the USA and shall conform to the latest applicable CSA, CGSB, BHMA, and ANSI requirements.

5. Finish: Brushed/Satin Stainless Steel, Brushed Chrome, Brushed Nickel or Clear Anodized Aluminum, as available from manufacturer's standard fi nish options, unless noted otherwise

6. Guarantee: Provide a one (1) year written guarantee from date of Substantial Completion for all fi nish hardware items specifi ed against defects in design, materials and workmanship including no cost replacement.

Submit:1. Hardware Schedule indicating door IDs, hardware sets/groups, hinges, locksets, levers, automatic closers, exit devices, weathersealing accessories, etc, plus manufacturer's data sheets indicating all specifi ed product options.

08 70 05 DOOR HARDWARE SCHEDULEThe Door Hardware Schedule is a reasonably accurate summary of fi nish hardware required. It is supplied for convenience only and does not relieve the hardware supplier of the responsibility of providing all hardware required to complete the work.

HARDWARE SET #1 - MAIN ENTRY DOOR — Hinging (6): Single-acting top, bottom and intermediate offset pivots on each leaf — Exit Device (2): Falcon 1690 Concealed Rod Exit Device with rimtype cylinder. — Exterior Pulls (2): Architects Classic Hardware "CO-12" Pull — Door Closer (1): Norton 1601 adjustable surface closer without hold open — Threshold (1): Pemko Flush Threshold R.75FA — Weather seals: Perimeter weather seals (colour: black) — Door Bottom (2): EPDM blade gasket sweep strip — Automatic Door Operator (1): Refer to Section 08 71 13 "Automatic Door Operators"

HARDWARE SET #2 - DOOR B2 — Hinging(3): McKinney TA3331 NRD 4.5"x4" FT — Exit Device (1): Sargent 12 21 8844 ETNF with rimtype cylinder and strike — Door Closer (1): Sargent DA MC 1431 PSH — Kick Plate (2): Rockwood K1050 10" BEV CSK — Threshold (1): Pemko 171AK x door width (replace only if required) — Weather seals: Perimeter weather seals (colour: black) Pemko S88BL — Door bottom (1): Pemko 308AV sweep

08 71 13 AUTOMATIC DOOR OPERATORS1. Opening-Force Requirements for Egress Doors: In the event power failure to the

operator, swinging automatic entrance doors shall open with a manual force, not to exceed 30 lbf (133 N) applied at 1” (25 mm) form the latch edge of the door.

2. Coordinate installation with Section 08 43 13 Aluminum-Framed Storefronts and Doors and any related door hardware.

3. Warranty — Automatic door operators shall be free of defects in material and workmanship for a

period of one (1) year from the date of substantial completion. — During the warranty period, the Owner shall engage a factory-trained technician

to perform service and affect repairs. A safety inspection shall be performed after each adjustment or repair and a completed inspection form shall be submitted to the Owner.

— During the warranty period, all warranty work, including but not limited to emergency service, shall be performed during normal working hours.

4. Basis of Design Product: Stanley Access Technologies "Magic-Force" series automatic door operator with "Swing-Guard" and "Low Energy" features

5. Specifi cations: — Single-leaf operator (install on right-hand leaf of paired doors when viewed from

building exterior — Self-contained low-energy operator unit with power opening and fi eld-adjustable

spring closing (convertible to full-energy operator with no tools) — Mounting: Surface mount above door opening — Provide automatic sensing to keep door open when pedestrian is in swing path — rated for door panels weighing up to 350lb [159kg] — Features: Adjustable opening and closing speeds; Adjustable opening and closing

force; Adjustable back-check; Adjustable hold-open time between 0 and 30 seconds; Reverse on obstruction; Closed loop speed control with active braking and acceleration; Variable obstruction recycle time delay; Optional Switch to open/Switch to close operation; Optional push-to-activate operation

— Quiet Performance: The operator shall be designed to output audible noise ratios less than or equal to 50dba.

6. Activation Devices: — Push-button operators to be located on interior and exterior in accessible location;

provide adequate access to push-button when door is in fully open position — Provide 1.75"W x 4"H press switches, with "Push To Open" text and wheelchair

logo (Stanley press-switch option "HC PTO"), in manufacturer's surface-mounted junction box/enclosure

Submit:Shop drawing including installation confi guration in plan, section and elevation, push-button locations, mounting details, product options, fi nishes, and electrical connections.

Provide Owner's Manual and Warranties at Project Closeout.

09 FINISHES09 91 10 PAINTING (INTERIOR AND EXTERIOR)

1. Refer to Materials & Finishes legend for specifi ed paint colours2. Refer to detailed "09 91 13 Exterior Painting" and "09 91 16 Interior Painting" technical

specifi cations prepared by MPDA Specifi cation Services Inc. on the following sheets.3. The successful Painting Contractor will be required to provide proof of possession i.e.

serial number of the of the Master Painters Institute Manual Latest Edition, and have a working knowledge of the Degree of Surface Degradation (DSD) covered in the MPI Repainting Manual.

4. Prior to commencement of the Contract, a Pre-Job Conference involving all parties to discuss and resolve administrative procedures and responsibilities shall be scheduled by the Owner's Representative. Owner's Representative, Contractor and his Supervisor, Subcontractors, and MPDA Technical Representative must be in attendance.

5. Guarantee: — Furnish a two (2) year Painting Association Guarantee in accordance with MPI

Repainting Manual requirements. — All interior and exterior repainting work shall be in accordance with MPI Repainting

Manual requirements and shall be inspected by the Painting Association. The cost for such Painting Association inspections as well as either the Painting Association Guarantee or Maintenance Bond shall be included in the Base Bid Price.

Submit within ten (10) days of contract award: 1. MPI Approved Products Intended For

Use Form2. Two copies of all MSDS sheets for

products to be used.3. Forward the MPDA Assignment

of Inspector Form to the MPDA Inspection Agency. Form is available at http://www.paintinfo.com/assoc/mpda/MPDA007%20-%20Request%20for%20Inspection.pdf

4. Evidence of required insurance coverages.

5. Proof of registration and good standing with Workers’ Compensation Board of BC (WCB).

SECTION /KEYNOTE DESCRIPTION SUBMITTAL REQ’TS

6. Quality Assurance: — The Contractor shall have a minimum of fi ve (5) years proven satisfactory

experience and shall show proof before commencement of work that he will maintain a qualifi ed crew of painters throughout the duration of the work.

— All surfaces requiring repainting shall be inspected by the Painting Contractor who shall notify the MPDA Inspection Agency, Owner or Authorized Representative in writing of any defects or problems, prior to commencing repainting or after preparation work.

7. Inspection: — The MPDA Technical Representative will not be responsible for and will not have

control, or supervise the Painting Contractor or Subcontractors in performance of the Work.

— The MPDA Technical Representative will be responsible to observe and report and shall not be responsible for the Painting Contractor or Subcontractor’s failure to carry out the Work in accordance with the Contract Documents.

— Additional Final Inspection: The contractor will be responsible for paying all inspection costs required under this Contract, which also includes one fi nal follow-up inspection. Any additional fi nal inspections will be charged to the Contractor at the rate of $100.00 per hour.

6. Copies of all necessary permits, licenses, approval certifi cates and other authorizations required by municipal, provincial or federal authorities.

7. Copies of maintenance bonds or proposed guarantees to be used.

8. Copies of proposed manufacturer’s guarantee if applicable.

9. MPI Repainting Manual registration number.

Submit, no later than three (3) weeks prior to the beginning of painting1. Min. 12"x12" "drawdowns", one for

each specifi ed paint colour

09 65 00 RESILIENT SHEET FLOORINGNSF — Provide new resilient sheet fl ooring in the locations indicated on the fl oor plans.

— New resilient fl ooring to be installed on 5/8"-thick Select Grade (or better) tongue-and-groove (T&G) plywood sub-fl oor. Install sub-fl oor and anchor into existing fl oor structure in accordance with manufacturer's recommendations

— Note: Install sub-fl oor and new fl ooring on top of existing asbestos-containing vinyl composition tile fl ooring (which is to remain in place)

— Cut affected existing doors to suit and provide aluminum transition thresholds where required with minimum possible slope

— Where required/applicable, remove existing mechanical fl oor grilles to install subfl oor and new fl ooring. Re-install existing fl oor grilles, or provide new grille(s) if grille is damaged or if not feasible to re-use existing grille.

— Basis of Design Product: Patcraft "Forge Ahead", style I500V resilient sheet fl ooring — Colour: To be selected by Owner from manufacturer's standard colour range

Submit: 8"x8" or larger sample(s) of fl ooring product/material with specifi ed fi nish(es).

09 65 13 RUBBER WALL BASEWB 1. Replace all rubber wall base in renovated areas. Dispose of removed materials

2. Acceptable Products/Manufacturers: — Forbo, Johnsonite, Armstrong Flooring, other pre-approved alternate

3. Standard: To meet or exceed all technical requirements per ASTM F 1861 "Standard Specifi cation for Resilient Wall Base" (Type TP, Group 2)

4. Specifi cation: — 1/8" gauge, 4" high, cove base — Colour: To be selected by Owner from manufacturer's standard colour range

5. Installation: — Area to be clean, fully enclosed and weathertight. HVAC system to maintain a

minimum of 20ºC for seven (7) days prior to, during, and seven (7) days after installation.

— Unroll wall base and allow to relax for minimum 24 hours before installing. — Wall surface must be thoroughly dray, smooth, and free from dirt, wallpaper,

grease, old adhesives, and other contaminants. — Adhesive: Use a quality acrylic wall base adhesive.

6. Provide two (2) year warranty.7. Cleaning: Allow fi ve (5) days for adhesive to properly bond and cure. Wipe with damp

cloth and neutral pH detergent as required.

Submit: Sample of specifi ed wall base

09 65 13.23 PRESHAPED STAIR TREADS AND RISERSPST — Provide new all-in-one (nosing, riser and tread) pre-shaped rubber stair coverings in the

locations indicated on the drawings. — Provide textured striping at tread nosing-edge in high-contrasting colour to primary

tread colour — Provide new stair substrate as required to maintain consistent stair riser heights

throughout full run of stair, as stair landing elevations may differ from existing conditions due to installation of plywood sub-fl oor. (Refer to Resilient Sheet Flooring specifi cations.)

— Basis of Design Product: Nora "Norament Round Stairtreads" — Colour: To be selected by Owner

Submit: 8"x8" or larger sample(s) of fl ooring product/material with specifi ed fi nish(es).

09 68 00 CARPET TILENC — Provide new carpet tile in the locations indicated on the fl oor plans. Remove and

dispose of existing carpet. Prepare surface to receive new carpet in accordance with manufacturer's guidelines.

— Basis of Design Product: Patcraft "Speak In Colour" carpet tile — Colour: To be selected by Owner

Submit: 8"x8" or larger sample(s) of fl ooring product/material with specifi ed fi nish(es).

11 EQUIPMENT11 01 00 FALL PROTECTION SYSTEMS

Refer to specifi cations prepared by Roofi ng Consultant

12 FURNISHINGS12 21 00 WINDOW BLINDSNRB Provide window blinds where indicated on Floor Plans (keynote "NRB") and related Details.

Basis of Design: — Colour and Fabric: White — Finish: White — Options: Valence with white fabric insert, fabric-wrapped bottom rail, and steel chain for

manual operation — Screening: Provide blind screening levels as follows:

— South-Facing Windows: 1% Screen — East-/West-Facing Windows: 3% Screen — North-Facing Windows: 5% Screen

— Contractor to verify all opening dimensions and blind sizes on site to ensure full coverage of windows at noted locations

Submit: 1. Schedule of blinds to be supplied, noting blind location, opening dimensions, colour/fi nish, screen level, and any other options2. Manufacturer's product data and installation instructions.3. 6"x6" or larger fabric sample(s) in specifi ed colour

22 PLUMBINGPLUMBING FIXTURES

LAV1

WC1

SK1

NEW WALL-HUNG LAVATORY BASINwith 'no-touch,' solar-powered faucet and below-deck mechanical mixing valve Basis of Design:

— American Standard #0955.001EC/0059.020EC 'Murro With Everclean' Basin, White Finish

— Sloan #EAF-275 'Solis' electronic 'No-Touch' solar-powered faucet, 1.9LPM, Chrome-Plated Finish, Center Hole Only, Multi-Stream Laminar Spray Head, Dual Infrared Sensor W/ Automatic Setting Feature And Automatic Self-Adapting Technology, Concealed Above-Deck Magnetic Solenoid Valve, Microprocessor-Based Logic, 6 VDC Lithium Battery, solar cell that will harvest power from artifi cial indoor light

— Lawler #TMM-1070, Below-Deck Mechanical Water Mixing Valve, Integral Checks — McGuire #155A Open Grid Drain — McGuire #LFH170BVRB, Polished Brass Faucet Supplies — McGuire #8872C, P-Trap — Watts #WCA-411-CA-481, Basin Carrier — Provide tee, adaptors and fl exible copper tubing to suit installation

FLOOR-MOUNTED TANK TYPE TOILET Basis of Design:

— American Standard #2467.016.020, 'Cadet Right-Height Pressure-Assisted Elongated', 419mm High Toilet, Vitreous China, Floor-Mounted, 6L per fl ush, two (2) piece, elongated bowl, siphon jet fl ush action, raised sanitary bar

— Centoco #820STS.001, Extra Heavy Duty Toilet Seat, Solid Plastic, Open Front With Cover

— McGuire #LFH172BV Polished Brass Toilet Supply — Provide fl oor fl ange (same material as the connecting pipe drain), with all brass bolts

and with rubber gasket

STAINLESS STEEL DOUBLE-BASIN SINK Basis of Design:

— Franke #LBD7508-1/3, 3 holes, 8" center, double compartment self-rimming drop-in sink, 3-1/2" crumb cup waste assembly, Type 302 stainless steel with #4 satin fi nished exposed surfaces, Spillway partition between bowls

— American Standard #6409F15.170 Monterrey two-handle faucet, 8" centerset, rigid/swing gooseneck spout, 1.5.7 LPM aerator outlet

— McGuire #H170BVRB faucet supplies — provide P-trap

Submit: 1. Manufacturer's product data with product options indicated, and installation instructions.

Page 153: Building Renovation and Lighting Upgrades at Service Centre

NOT FOR

CONSTRUCTION

Copyright reserved. This design and drawing is the exclusive property of the Architect and cannot be used for any purpose without the written consent of the Architect. This drawing is not to be used for construction until issued for that purpose by the Architect. Prior to commencement of the Work, the Contractor shall verify all dimensions, datums and levels to identify any errors or omissions; ascertain any discrepancies between this drawing and the full Contract Documents; and bring these items to the attention of the Architect for clarification.

303 - 2425 QUEBEC ST VANCOUVER BC V5T 4L6TEL 604 800 6147 EMAIL [email protected]

PROJECT CODE STATUS

DATE

SHEET

SCALE

ISSUES + REVISIONSNO DATE DESCRIPTION

CIVIC ADDRESS

SEAL

5/24/2

017 1

2:49:1

7 PM

AUSTIN WORKS YARDVEHICLE SERVICESBUILDING RENOVATION500 MARINER WAY, COQUITLAM, BC

033 CD

25 MAY 2017

A102

SPECIFICATIONSEXTERIOR PAINTING

3 25 MAY 2017 TENDER

PART 1 - GENERAL

1.1 Description:Work Included:

.1 Section Includes: All labor, materials, tools and other equipment, services and supervision required to complete all exterior repainting work of all previously painted surfaces as indicated on Finish Schedules and to the full extent of the drawings and specifications.

.2 Work under this Contract shall also include, but not necessarily be limited to:

.a Surface preparation of substrates as required for acceptance of paint, including cleaning, small crack repair, patching, caulking, and making good surfaces and areas to the limits defined under MPI Repainting Manual Preparation requirements.

.b Specific pre-treatments noted herein or specified in the MPI Repainting Manual.

.c Sealing / priming surfaces for repainting in accordance with MPI Repainting Manual requirements including, but not limited to:

.3 Include all incidental items not specifically noted above but considered part of the finished surface.

.4 Refer to Finish Schedule for type, location and extent of exterior repainting required scheduled or specified.

.5 This Section along with the Finish Schedule forms part of the Contract documents and is to be read, interpreted and coordinated with all other parts.

.6 Division 0, and Division 1, General Requirements form an integral part of this Section of Work. The Painting Contractor shall refer to these and all other related parts.

1.2 Related Sections – Work Excluded:

.1 Unless otherwise noted, the following work is not included under this Section of work

.a Condition of substrates, correction of DSD-4 defects and deficiencies in substrates which may adversely affect repainting work, except for minimal work performed by this trade and preparation of surfaces to receive paint and finishes under this section of work.

.b Correction of leaking windows, flashings, decks, membranes, scuppers, stucco or other jurisdictional items.

.c All factory-finished metal work, flashings, parking lines, and symbols.

1.3 Regulatory Requirements:

.1 Conform to work place safety regulations for storage, mixing, application and disposal of all paint related materials to requirements of those authorities having jurisdiction.

.2 Conform to safety precautions in accordance with the latest requirements to Industrial Health and Safety Regulations, latest edition, of authorities having jurisdiction.

.3 Notify the MPDA Inspection Agency on award of contract and make application for assignment of an MPDA Technical Representative using appropriate forms supplied by the Agency as well as, finish schedule and list of MPI Approved Products Intended for Use on the Project for verification purposes prior to commencement of work.

.a Fully cooperate at all times with the requirements of the MPDA Paint Inspection Agency in the performance of their duties, including providing access and assistance as required to complete inspection work.

.4 To reduce the amount of contaminants entering waterways, sanitary / storm drain systems or into the ground the following procedures shall be strictly adhered to but not limited to:

.a Retain cleaning water for water-based materials to allow sediments to be filtered out.

.b Retain cleaners, thinners, solvents and excess paint and place in designated containers and ensure proper disposal.

.c Return solvent and oil soaked rags used during painting operations for contaminant recovery, proper disposal, or appropriate cleaning and laundering.

.d Dispose of contaminants in an approved legal manner in accordance with hazardous waste regulations.

.e Empty paint cans are to be dry prior to disposal or recycling (where available).

.f Close and seal tightly partly used cans of materials including sealant and adhesive containers and store protected in well ventilated fire-safe area at moderate temperature.

.g Where paint recycling is available, collect waste paint by type and provide for delivery to recycling or collection facility.

.h The Contractor shall be responsible for recovering and removing from the property paint chips dislodged from the building exterior surfaces as a consequence of surface preparation. Recovery will be done as an integral part of surface preparation through scraping, pressure washing or other means. The use of tarpaulins is recommended to collect and remove paint chips. At the conclusion of the work, leave the premises neat and clean to the satisfaction of the Owner.

1.4 Mock-Ups:

.1 When requested by the Owner, Authorized Representative or MPDA Technical Representative, prepare and repaint a designated exterior surface area or item to requirements specified herein, with specified paint or coating showing selected colors, gloss / sheen, texture and workmanship to MPI Repainting Manual standards for review and approval. When approved, the exterior surface area and/or item shall become the acceptable standard of finish quality and workmanship for similar on-site repainting work.

1.5 Submittals:

.1 All submittals shall be in accordance with the requirements of Section 01300 - Submittals.

.2 Submit written proof of ability to supply a 100% two (2) year Maintenance Bond, if Paint Association warranty option is not used with Bid Submission.

.3 Submit list of all MPI Approved Products Intended for Use on the Project to the MPDA Inspection Agency for review prior to ordering materials, including sundries.

.4 Submit two sets of Material Safety Data Sheets (MSDS) prior to commencement of work for review and for posting at job site as required.

.5 Submit certification reports for ecologo paint products used.

.6 If requested submit an invoice list of all paint materials ordered for the Work to the Paint Inspection Agency indicating manufacturer, types and quantities for verification and compliance with specification.

.7 Submit work schedule for various stages of the Work to the Owner or Authorized Representative for approval if requested.

.8 At project completion provide an itemized list complete with manufacturer, paint type and color coding for all colors used for Owner's later use in maintenance.

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP17-04-6258 EXT NM

1.6 Product Delivery, Storage and Handling:

.1 Deliver all painting materials in sealed, original labeled containers bearing manufacturer's name, brand name, type of paint or coating and color designation, standard compliance, materials content as well as mixing and/or reducing and application requirements.

.2 Store all paint materials in original labeled containers in a secure (lockable), dry, heated and well ventilated single designated area meeting the minimum requirements of both paint manufacturer and authorities having jurisdiction and at a minimum ambient temperature of 45 F (7 C). Only materials used on this project are to be stored on site.

.3 Where toxic and/or volatile / explosive / flammable materials are being used, provide adequate fireproof storage lockers and take all necessary precautions and post adequate warnings (e.g. no smoking) as required.

.4 Take all necessary precautionary and safety measures to prevent fire hazards and spontaneous combustion and to protect the environment from hazard spills. Materials that constitute a fire hazard (paints, solvents, drop clothes, etc.) shall be stored in suitable closed and rated containers and removed from the site on a daily basis.

.5 Comply with requirements of authorities having jurisdiction, in regard to the use, handling, storage and disposal of hazardous materials.

1.7 Temporary Facilities

.1 The temporary use of existing electrical power and water services shall be subject to the conditional approval of the Owner. Disconnect all such temporary services as required and remove at job completion; the Painting Contractor shall supply their own hoses, cords, etc.

.2 Unless otherwise approved or supplied by the Owner, provide temporary dry, heated, ventilated and secure portable self-contained field office/material, equipment and tool storage shed(s) as required for the execution of the work to the requirements of the authorities having jurisdiction.

.3 Unless otherwise approved or supplied by the Owner, provide and maintain clean, enclosed and screened sanitary facilities for use of trades in accordance with the authorities having jurisdiction.

.4 At completion ensure all areas are cleaned and made good to the Owner’s satisfaction.

1.8 Project /Environmental Requirements:

.1 It is the Painting Contractors responsibility to conduct all required tests such as moisture content, pH tests, air and surface temperature and all other testing prior to the application of any coatings.

.2 UNLESS specifically pre-approved by the Owner, Authorized Representative, MPDA Inspection Agency and the applied product manufacturer, perform no exterior repainting work when the ambient air and substrate temperatures are below 50 F (10 C).

.3 Perform no exterior repainting work unless environmental conditions are within the MPI and paint manufacturer’s requirements.

.4 Perform no exterior repainting work when the relative humidity is above 85% or when the dew point is less than 5 F (3 C) variance between the air and surface temperature.

.5 Perform no exterior repainting work when the maximum moisture content of the substrate exceeds:

15% for wood

.6 Conduct all moisture tests using a properly calibrated electronic Moisture Meter.

.7 Test concrete and masonry surfaces for alkalinity as required.

1.9 Protection

.1 The Painting Contractor shall guard or otherwise protect the Work including all material, plant and real property related to the Work against loss or damage from any cause.

.2 All ladders, scaffolds, lift equipment and general plant shall be securely locked when not in use to prevent access to the balconies, roofs or through windows by other parties than the Contractor.

.3 Protect all exterior surfaces and areas, including landscaping, walks, drives, all adjacent building surfaces (including glass, aluminum surfaces, etc.) and equipment and any labels and signage from repainting operations and damage by drop cloths, shields, masking, templates, or other suitable protective means and make good any damage caused by failure to provide such protection.

1.10 Scheduling:

.1 Schedule repainting operations to prevent disruption of Owner’s operations or building occupants. Obtain written authorization from Owner or Authorized Representative for changes in work schedule.

1.11 Maintenance Materials:

.1 At project completion provide a minimum of 4 liters (1 gallon) of each type and color of paint from same production run (batch mix) used in unopened cans, properly labeled and identified for Owner's later use in maintenance.

PART 2 - PRODUCTS

2.1 Materials:

.1 All materials (primers, paints, coatings, varnishes, stains, etc.) shall be products listed in the latest edition of the MPI Approved Product List and shall be from a single manufacturer for each system used.

.2 Other paint sundries such as linseed oil, shellac, solvents, shall be the highest quality product and shall be compatible with other coating materials as recommended by the MPI Approved product manufacturer.

.3 All materials and paints shall be lead and mercury free.

.4 Where required, paint products shall meet MPIEnvironmentally Friendly" [E1] [E2] [E3] ratings based on VOC (EPA Method 24) content levels.

.5 Caulking and filling compounds shall be as recommended by the Painting Contractors chosen paint manufacturer.

.6 All paint materials shall have good flowing and brushing properties and shall dry or cure free of blemishes, sags, air entrapment, etc. Refer to 3.5, Field Quality Control / Standard of Acceptance requirements.

.7 Slip Resistant Additives (SRA): rubber aggregate or clean / washed silica sand for use with or as a component part of paint (usually floor / porch / stair enamel) on exterior horizontal surfaces as required to provide slip resistance. Where site applied, material to either mixed into paint and mixed constantly to keep material in suspension.

2.2 Equipment:

.1 Painting Equipment: to best trade standards for type of product and application.

.2 Spray-Painting Equipment: of ample capacity, suited to the type and consistency of paint or coating being applied and kept clean and in good working order at all times.

2.3 Mixing and Tinting:

.1 Unless otherwise specified or pre-approved, all paints shall be ready-mixed and pre-tinted. Re-mix all paint in containers prior to and during application to ensure break-up of lumps, complete dispersion of settled pigment, and color and gloss uniformity.

.2 Catalyzed paint mixes shall be mixed in strict accordance with manufacturer's written instructions.

.3 Where thinner is used, addition shall not exceed paint manufacturer's recommendations.

.4 If required, thin paint for spraying in strict accordance with paint manufacturer's instructions. If directions are not on container, obtain instructions in writing from manufacturer and provide copy of instructions to the MPDA Inspection Agency.

2.4 Finish and Colors:

.1 Unless otherwise specified herein, all exterior repainting work shall be done in accordance with MPI Premium Grade requirements.

.2 Colors shall be as selected by the Owner or Authorized Representative from a manufacturer's full range of colors. Refer to the Finish Schedule for identification and location.

.3 Color selection will be based on four (4) base colors and two (2) accent colors. No more than (six (6)) colors will be selected for exterior painting work on this project unless specified otherwise.

.4 Provide a slip resistant additive to exterior painted stair treads, landings etc.

2.5 Gloss / Sheen:

.1 Paint gloss shall be defined as the sheen rating of applied paint, in accordance with the following MPI gloss / sheen standard values:

Gloss Level

Description Units@ 60 degrees

Units@ 85 degrees

G1 Matte or Flat finish 0 to 5 10 maximum G2 Velvet finish 10 maximum 10 to 35 G3 Eggshell finish 10 to 25 10 to 35 G4 Satin finish 20 to 35 35 minimum G5 Semi-Gloss finish 35 to 70 G6 Gloss finish 70 to 85 G7 High-Gloss finish > 85

.2 Gloss level ratings of all painted surfaces shall be as specified herein and as noted on Finish Schedule.

09 91 13 EXTERIOR PAINTING

PART 3 - EXECUTION

3.1 Condition of Surfaces:

.1 Prior to commencement of repainting work, thoroughly examine (and test as required) all exterior conditions and surfaces scheduled to be repainted and report in writing to the Owner, Authorized Representative and MPDA Inspection Agency where applicable; any conditions or surfaces that will adversely affect work of this section.

.2 The degree of surface deterioration (DSD) shall be assessed using the assessment criteria indicated in the MPI Maintenance Repainting Manual. In general the MPI DSD ratings and descriptions are as follows:

Condition Description DSD-0 Sound Surface (may include visual (aesthetic) defects that do not

affect films protective properties). DSD-1 Slightly Deteriorated Surface (may show fading; gloss reduction,

slight surface contamination, minor pin holes scratches, etc.) / Minor cosmetic defects (runs, sags, etc.).

DSD-2 Moderately Deteriorated Surface (small areas of peeling, flaking, slight cracking, staining, etc.).

DSD-3 Severely Deteriorated Surface (heavy peeling, flaking, cracking, checking, scratches, scuffs, abrasion, small holes and gouges).

DSD-4 Substrate Damage (repair or replacement of surface required by others).

.3 No repainting work shall commence until all such DSD-4 adverse conditions and defects have been corrected and surfaces and conditions are acceptable to the Painting Contractor. The Painting Contractor shall not be responsible for the condition of the substrate or for correcting defects and deficiencies in the substrate, which may adversely affect the painting work except for minimal work normally performed by the Painting Contractor and as, indicated herein. It shall always, however, be the responsibility of the Painting Contractor to see that surfaces are properly prepared before any paint or coating is applied.

.4 It shall also be the Painting Contractor’s responsibility to paint the surface as specified providing that the owner accepts responsibility for uncorrected DSD-4 substrate conditions.

3.2 Preparation of Surfaces:

.1 Prepare and test all exterior surfaces scheduled for repainting in accordance with MPI Repainting Manual requirements. Refer to the MPI Repainting Manual in reference to specific requirements for the following:

.2 Remove all mildew, moss, dirt, and other contaminates from surfaces and treat in accordance with MPI Repainting Manual requirements. Hand scrub all areas with mildew in evidence with a solution of one (1) part of household bleach mixed in five (5) parts of water. Let solution sit for approximately 10 to 20 minutes, then rinse all surfaces to remove all traces of solution, repeat procedure until all evidence of mildew has been removed from the surface. This procedure is to be carried out before pressure washing commences.

.3 Pressure wash exterior surfaces scheduled for painting in accordance with MPI Standards for type of surfaces and recommended pressures to ensure complete removal of all loose and peeling paint, stains, dirt, contaminates and other foreign matter. This work shall be carried out only by qualified tradesman experienced in pressure water cleaning. The use of water hose cleaning will not be considered satisfactory, unless specifically specified. Allow sufficient drying time and test all surfaces using an electronic moisture meter before commencing work.

.4 All metal surfaces shall be cleaned using a heavy duty metal cleaner such as Devprep 88 or equivalent to remove all surface contaminates such as grease, oils and dirt deposits.

.5 Prior to paint application review all surfaces and remove all remaining loose and peeling paint and non-adhering coating material by the appropriate preparation method for the condition.

.6 Remove all building attachments such as downspouts and signage not permanently attached to the buildings unless directed by the Owner or Authorized Representative, re-install and clean at completion of Work.

.7 Keep clean by masking exterior light fixtures.

.8 Following all cleaning, apply Solvent Based anticorrosive primer over any rust stains.

3.3 Application:

.1 Do not commence repainting unless substrates and all environmental conditions are acceptable for the application of products.

.2 Apply primer, paint or stain in accordance with MPI Painting Manual Premium Grade finish requirements unless otherwise specified.

.3 If the Painting Contractor elects to utilize spray application methods then all coating applications will require back-rolling/brushing unless approved otherwise by the Owner, Authorized Representative or MPDA Inspection Agency.

.4 Apply primer, paint or stain in a workmanlike manner using skilled and trade qualified applicators as noted under Quality Assurance.

.5 Apply primer, paint or stain within an appropriate time frame after cleaning and preparation to prevent weathering or water staining of substrate or before environmental conditions encourage flash-rusting, rusting, contamination or when the manufacturer's paint specifications require earlier applications.

.6 Primer, paint or stain coats specified are intended to cover surfaces satisfactorily when applied at proper consistency and in accordance with manufacturer's recommendations.

.7 Tint each coat of paint progressively darker to enable confirmation of number of coats unless approved by the MPDA Inspection Agency.

.8 Where deep or bright colors are used allow for the application of additional finish coats to achieve satisfactory results.

.9 Sand and dust between each coat to provide an anchor for next coat and to remove surface defects such as runs, sags, etc. on existing and new coatings were applicable for the surface texture.

.10 Do not apply finishes on exterior surfaces that are not sufficiently dry. Unless manufacturer's directions state otherwise, each coat shall be sufficiently dry and hard before a following coat is applied.

.11 To avoid air entrapment in applied coats, apply materials in strict accordance with manufacturer’s spread rates and application requirements.

.12 Where touch-up painting is undertaken and found to be noticeable, the entire surface will require repainting from break to break or corner to corner.

3.4 Priming and Back Priming

.1 Exterior new woodwork which is to receive a paint finish, shall be primed with an MPI Approved primer compatible with the finish system.

.2 Top and bottom edges of wood and metal doors exposed to the exterior shall be coated with the finish system.

.3 Factory-finished metals and PVC piping shall be primed with an MPI Approved solvent based bonding primer where applicable.

3.5 Field Quality Control / Standard of Acceptance:

.1 All surfaces, preparation and paint applications shall be inspected by the MPDA Inspection Agency.

.2 Repainted exterior surfaces shall be considered to lack uniformity and soundness if any of the following defects are apparent to the MPDA Technical Representative and not limited to:

.a brush/roller/tracking, streaks, laps, runs, sags, drips, heavy stippling, hiding or shadowing by inefficient application methods, skipped or missed areas, and foreign materials in paint coatings.

.b spray application defects such as dry spray, gun spits, heavy orange peel etc.

.c damage due to touching before paint is sufficiently dry or any other contributory cause.

.d damage due to application on moist surfaces.

.e damage and/or contamination of paint due to wind blown contaminants (dust, sand blast materials, salt spray, etc.).

.3 Repainted exterior surfaces shall be considered unacceptable if any of the following are evident under natural lighting conditions:

.a visible defects are evident on vertical surfaces when viewed at 90 degrees to the surface from a distance not less than 1000 mm (39”).

.b visible defects are evident on horizontal surfaces when viewed at 45 degrees to the surface from a distance not less than 1000 mm (39”).

.c visible defects are evident on soffit and other overhead surfaces when viewed at 45 degrees to the surface

.d when the final coat on any surface exhibits a lack of uniformity of sheen across full surface area.

.4 Repainted surfaces rejected by the Owner or Authorized Representative or MPDA Technical Representative shall be made good at the expense of the Painting Contractor.

3.6 Clean-up:

.1 Remove all paint where spilled, splashed, splattered or sprayed as work progresses using means and materials that will not cause damage to the finished surfaces.

.2 Keep work area free from any unnecessary accumulation of tools, equipment, surplus materials and debris.

.3 Remove combustible rubbish materials and empty paint cans each day and safely dispose of same in accordance with requirements of authorities having jurisdiction.

.4 Clean equipment and dispose of wash water / solvents as well as all other cleaning and protective materials (e.g. rags, drop cloths, masking papers, etc.), paints, thinners, paint removers/strippers in accordance with the safety requirements of authorities having jurisdiction.

.5 All brushes, rollers and spray equipment solvent residue shall not be disposed into site drains, utility sinks or any other water drainage systems.

3.7 Exterior Finish Schedule:

.1 Repaint exterior surfaces in accordance with the following MPI Repainting Manual requirements:

Location and Substrate DSD No. Paint System Gloss Level

Concrete Block Walls 2 REX 4.2A Latex G – 3-4 MPI 15 Exterior Low Sheen

Structural Steel & Metal Fabrications; Antenna Tower, Seismic Steel Bracing, Corner Guards, Pipes.

2REX 5.1D Alkyd (Modified) G5 – Alkyd Water Based Semi Gloss MPI 169

Primer – MPI 79

Topcoats – MPI 169 Galvanized Metal; Metal Canopies, Doors, Frames, Overhead Roll Up Doors, (if any)

3REX 5.3B Alkyd (Modified) G5 – Alkyd Water Based Semi Gloss MPI 169

Primer – MPI 69

Topcoats – MPI 169 Aluminum; Windows (existing painted) 3

REX 5.4A Alkyd (Modified) G5 – Alkyd Water Based Semi Gloss MPI 169

Primer – MPI 69

Topcoats – MPI 169 Dimension Lumber; Columns, Beams, Exposed Joists, Siding, Underside of decking, Soffits.

2REX 6.2A Latex For Raw wood – Prime MPI 5 Solvent Based Oil Primer

G- 3-4 MPI 15 Exterior Low Sheen

Dressed Lumber; Doors, Frames 3

REX 6.3B Alkyd (Modified) G5 – Alkyd Water Based Semi Gloss MPI 169

Primer – MPI 5

Topcoats – MPI 169 Stucco Surfaces 2 REX 9.1A Latex G – 3-4 MPI 15

West elevation - southend. DSD - 4 Metal frame - Severe corrosion. Bottom of metal frame; both sides severe corrosion. DSD-4 - Could temporarily repair by removing all loose material and generously priming with MPI # 79. Then fill with epoxy bondo compound.

Steel corner guard - DSD 3. Apply solvent- based DSD-3 Prime MPI # 5 anticorrosive primer MPI # 79

Mask to protect light fixtures. DSD-2 Spot prime MPI # 79

DSD- 3. Aluminum windows.

Vegetation requires pruning away from Remove existing silicone prior to repaintpainted surfaces by owner. (south elevation) Near east end.

X-cut adhesion test - Results 2A indicates some removal of existing coating from the surface to the u/s of the tape. DSD-3. Prime MPI # 69 Bonding primer.

Mask Sprinkler heads. Red fire stopping compound. (Do not paint over)

Wood door. DSD-4. Veneer checking and splitting.

Paint existing overhead door. (Exterior side) Severe corrosion. DSD-4. North Elevation. including seismic steel bracing.

Mildew algae

Mildew algae

Metal Canopy

Page 154: Building Renovation and Lighting Upgrades at Service Centre

NOT FOR

CONSTRUCTION

Copyright reserved. This design and drawing is the exclusive property of the Architect and cannot be used for any purpose without the written consent of the Architect. This drawing is not to be used for construction until issued for that purpose by the Architect. Prior to commencement of the Work, the Contractor shall verify all dimensions, datums and levels to identify any errors or omissions; ascertain any discrepancies between this drawing and the full Contract Documents; and bring these items to the attention of the Architect for clarification.

303 - 2425 QUEBEC ST VANCOUVER BC V5T 4L6TEL 604 800 6147 EMAIL [email protected]

PROJECT CODE STATUS

DATE

SHEET

SCALE

ISSUES + REVISIONSNO DATE DESCRIPTION

CIVIC ADDRESS

SEAL

5/24/2

017 1

2:49:1

7 PM

AUSTIN WORKS YARDVEHICLE SERVICESBUILDING RENOVATION500 MARINER WAY, COQUITLAM, BC

033 CD

25 MAY 2017

A103

SPECIFICATIONSINTERIOR PAINTING

3 25 MAY 2017 TENDER

PART 1 - GENERAL 1.1 Description:

Work Included:

.1 Section Includes: All labor, materials, tools and other equipment, services and supervision required to complete all interior repainting work as indicated on Finish Schedules and to the full extent of the drawings and specifications.

.2 Work under this Contract shall also include, but not necessarily be limited to:

.1 Surface preparation of substrates as required for acceptance of paint, including cleaning, small crack repair, patching, caulking, and making good surfaces and areas to the limits defined under MPI Repainting Manual Preparation requirements.

.2 Specific pre-treatments noted herein or specified in the MPI Repainting Manual.

.3 Sealing / priming surfaces for repainting in accordance with MPI Repainting Manual requirements including, but not limited to:

.4 Provision of safe and adequate ventilation as required over and above temporary ventilation supplied by others, where toxic and/or volatile / flammable materials are being used.

.5 Moisture testing, air and surface temperature, Ph tests

.3 Include all incidental items not specifically noted above but considered part of the finished surface.

.4 Refer to drawings and schedules (e.g., Finish Schedule) for type, location and extent of interior repainting required scheduled or specified.

.5 This Section along with the Finish Schedule forms part of the Contract documents and is to be read, interpreted and coordinated with all other parts.

.6 Division 0, and Division 1, General Requirements form an integral part of this Section of Work. The Painting Contractor shall refer to these and all other related parts.

.7 Interior gyproc, concrete block, wood: doors, frames, window frames, handrails, wood tongue & groove ceilings, metal doors, frames, window frames, seismic steel braces, pipes.

1.2 Related Sections – Work Excluded:

.1 Unless otherwise noted, the following work is not included under this Section of work: .a Condition of substrates, correction of DSD-4 defects and deficiencies in substrates

which may adversely affect repainting work, except for minimal work performed by this trade and preparation of surfaces to receive paint and finishes under this section of work.

.b Temporary heat and light, scaffolding and platforms and housekeeping.

.c Factory Finished radiant heaters and storage rooms.

1.3 Quality Assurance:

.1 This Painting Contractor shall have a minimum of five (5) years proven satisfactory experience and shall show proof before commencement of work that he will maintain a qualified crew of painters throughout the duration of the work. When requested, the Painting Contractor shall provide a list of the last three comparable interior repainting jobs including, name, location, Specifying Authority / Project Manager/ Property Management, start / completion dates and value of the work.

.2 Only trades qualified journeypersons, as defined by local jurisdiction, shall be engaged in interior repainting work. Registered apprentices may be employed provided they work under the direct supervision of a qualified journeyperson in accordance with trade regulations.

.3 All materials, preparation and workmanship shall conform to the standards contained in the latest edition of the Master Painters Institute (MPI) Maintenance and Repainting Manual (herein referred to as the MPI Repainting Manual) as issued by the local MPI Accredited Quality Assurance Association having jurisdiction.

.4 All interior repainting work shall be inspected by the MPDA Inspection Agency acceptable to the local MPI Accredited Quality Assurance Association. The Painting Contractor shall notify the MPDA Inspection Agency a minimum of one week prior to commencement of work and provide all documents defined in Section 1300 Submittals.

.5 All surfaces requiring repainting shall be inspected by the Painting Contractor who shall notify the MPDA Inspection Agency, Owner or Authorized Representative in writing of any defects as defined by MPI (DSD4 assessment) or other problems relating to the execution of the work, prior to commencing repainting or after preparation work.

1.4 Inspection:

.1 The MPDA Technical Representative will not be responsible for and will not have control, or supervise the Painting Contractor or Subcontractors in performance of the Work.

.2 The MPDA Technical Representative will be responsible to observe and report and shall not be responsible for the Painting Contractor or Subcontractors failure to carry out the Work inaccordance with the Contract Documents.

1.5 Regulatory Requirements:

1. Conform to work place safety regulations for storage, mixing, application and disposal of all paint related materials to requirements of those authorities having jurisdiction.

2. Conform to safety precautions in accordance with the latest requirements to Industrial Health and Safety Regulations, latest edition, of authorities having jurisdiction.

3. Notify the MPDA Inspection Agency on award of contract and make application for assignment of an MPDA Technical Representative using appropriate forms supplied by the Agency as well as, finish schedule and list of MPI Approved Products Intended for Use on the Project for verification purposes prior to commencement of work.

4. Fully cooperate at all times with the requirements of the MPDA Paint Inspection Agency in the performance of their duties, including providing access and assistance as required to complete inspection work.

5. To reduce the amount of contaminants entering waterways, sanitary / storm drain systems or into the ground the following procedures shall be strictly adhered to but not limited to:

.a Retain cleaning water for water-based materials to allow sediments to be filtered out.

.b Retain cleaners, thinners, solvents and excess paint and place in designated containers and ensure proper disposal.

.c Return solvent and oil soaked rags used during painting operations for contaminant recovery, proper disposal, or appropriate cleaning and laundering.

.d Dispose of contaminants in an approved legal manner in accordance with hazardous waste regulations.

.e Empty paint cans are to be dry prior to disposal or recycling (where available).

.f Close and seal tightly partly used cans of materials including sealant and adhesive containers and store protected in well ventilated fire-safe area at moderate temperature.

.g Where paint recycling is available, collect waste paint by type and provide for delivery to recycling or collection facility.

.h Note: Clean only, (“no sanding”) surfaces scheduled for new paint that may contain lead or asbestos; owners representative to advise where these conditions may exist.

1.6 Mock-Ups:

.1 When requested by the Owner, Authorized Representative or MPDA Technical Representative, prepare and repaint a designated interior surface area or item to requirements specified herein, with specified paint or coating showing selected colors, gloss / sheen, texture and workmanship to MPI Repainting Manual standards for review and approval.When approved, the interior surface area and/or item shall become the acceptable standard of finish quality and workmanship for similar on-site repainting work.

1.7 Submittals:

.1 All submittals shall be in accordance with the requirements of Section 01300 - Submittals.

.2 Submit written proof of ability to supply a 100% two (2) year Maintenance Bond, if Paint Association warranty option is not used with Bid Submission.

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. 05/02/2017, SP17-04-6258-INT, NM.

.3 Submit list of all MPI Approved Products Intended for Use on the Project to the MPDA Inspection Agency for review prior to ordering materials, including sundries.

.4 Submit two sets of Material Safety Data Sheets (MSDS) prior to commencement of work for review and for posting at job site as required.

.5 Submit certification reports for ecologo paint products used.

.6 If requested submit an invoice list of all paint materials ordered for the Work to the Paint Inspection Agency indicating manufacturer, types and quantities for verification and compliance with specification.

.7 Submit work schedule for various stages of the Work to the Owner or Authorized Representative’s approval if requested.

.8 At project completion provide an itemized list complete with manufacturer, paint type and color coding for all colors used for Owner's later use in maintenance.

.9 At project completion provide a minimum of 4 liters (1 gallon) of each type and color of paint from same production run (batch mix) used in unopened cans, properly labeled and identified for Owner's later use in maintenance.

1.8 Product Delivery, Storage, and Handling:

.1 Deliver all painting materials in sealed, original labeled containers bearing manufacturer's name, brand name, type of paint or coating and color designation, standard compliance, materials content as well as mixing and/or reducing and application requirements.

.2 Store all paint materials in original labeled containers in a secure (lockable), dry, heated and well ventilated single designated area meeting the minimum requirements of both paint manufacturer and authorities having jurisdiction and at a minimum ambient temperature of 45°F (7°C). Only material used on this project are to be stored on site.

.3 Where toxic and/or volatile / explosive / flammable materials are being used, provide adequate fireproof storage lockers and take all necessary precautions and post adequate warnings (e.g. no smoking) as required.

.4 Take all necessary precautionary and safety measures to prevent fire hazards and spontaneous combustion and to protect the environment from hazard spills. Materials that constitute a fire hazard (paints, solvents, drop clothes, etc.) shall be stored in suitable closed and rated containers and removed from the site on a daily basis.

.5 Comply with requirements of authorities having jurisdiction, in regard to the use, handling, storage and disposal of hazardous materials.

1.9 Project /Environmental Requirements:

.1 It is the Painting Contractor’s responsibility to conduct all required tests such as moisture content, pH tests, air and surface temperature and all other testing prior to the application of any coatings.

.2 UNLESS specifically pre-approved by the Owner, Authorized Representative, MPDA Inspection Agency and the applied product manufacturer, perform no interior repainting work when the ambient air and substrate temperatures exceeds manufacturer’s stated limits.

.3 Perform no interior repainting work unless adequate continuous ventilation and sufficient heating facilities are in place to maintain minimum ambient air and substrate temperatures for 24 hours before, during and after paint application. Provide supplemental ventilating and heating equipment if ventilation and heating from existing system is inadequate to meet minimum requirements. Because of moisture generation and potential fire hazard, the use of gas fired heating units is not advised, unless otherwise approved by the Owner Authorized Representative and authorities having jurisdiction.

.4 Test suspect surfaces (concrete, masonry, plaster and wood surfaces) for moisture and alkalinity as required. Conduct all moisture tests using a properly calibrated electronic Moisture Meter, except test concrete floors for moisture using a simple "cover patch test". The maximum moisture shall not exceed:

.a 15% for wood

.b 12 % for plaster and gypsum board

.5 Perform no repainting work unless a minimum lighting level of 323 Lux (30 foot candles) is provided on surfaces to be repainted. Adequate lighting facilities shall be provided by the Owner.

.6 Apply paint only to dry, clean, and adequately prepared surfaces in areas where dust is no longer generated by construction activities such that airborne particles will not affect the quality of finished surfaces.

1.10 Protection:

.1 Protect all interior surfaces and areas (including glass, aluminum surfaces, etc.) and equipment and any labels and signage from repainting operations and damage by drop cloths, shields, masking, templates, or other suitable protective means and make good any damage caused by failure to provide such protection.

1.11 Scheduling:

.1 Schedule interior repainting operations to prevent disruption of and by other trades when applicable.

.2 Schedule interior repainting operations to prevent disruption of occupants in and about the building. Obtain written authorization from the Owner, or Authorized Representative for changes in work schedule.

.3 Repainting in occupied facilities to be carried out during hours in accordance with Owner's operating requirements. Schedule work such that painted surfaces will have dried before occupants are affected.

1.12 Guarantee:

.1 Furnish a two (2) year Painting Association Guarantee or a 100% two (2) year Maintenance Bond both in accordance with MPI Repainting Manual requirements. The Maintenance Bond shall be obtained from an approved bonding company and shall warrant that all repainting work has been performed in accordance with MPI Repainting Manual requirements.

.2 All interior repainting work shall be in accordance with MPI Repainting Manual requirements and shall be inspected by the Painting Association whether using the Painting Association Guarantee or the Maintenance Bond option.

.3 The cost for such Painting Association inspections as well as either the Painting Association Guarantee or Maintenance Bond shall be included in the Base Bid Price and any Separate Pricing or Cost Plus items awarded to the Painting Contractor.

.4 Painting Subcontractors choosing the Maintenance Bond option shall provide written proof of their ability to supply same at time of bidding.

1.13 Maintenance Materials:

.1 At project completion provide a minimum of 4 liters (1 gallon) of each type and color of paint from same production run (batch mix) used in unopened cans, properly labeled and identified for Owner's later use in maintenance.

.5 Where required, paints and coatings shall meet flame spread and smoke developed ratings designated by local Code requirements and/or authorities having jurisdiction.

.6 Caulking and filling compounds shall be as recommended by the Painting Contractor’s chosen paint manufacturer.

.7 All paint materials shall have good flowing and brushing properties and shall dry or cure free of blemishes, sags, air entrapment, etc. Refer to 3.5, Field Quality Control / Standard of Acceptance requirements.

.8 Slip Resistant Additives (SRA): rubber aggregate or clean / washed silica sand for use with or as a component part of paint (usually floor / porch / stair enamel) on interior horizontal surfaces as required to provide slip resistance. Where site applied, material to either mixed into paint and mixed constantly to keep material in suspension.

2.2 Equipment:

.1 Painting Equipment: to best trade standards for type of product and application.

.2 Spray-Painting Equipment: of ample capacity, suited to the type and consistency of paint or coating being applied and kept clean and in good working order at all times.

2.3 Mixing and Tinting:

.1 Unless otherwise specified or pre-approved, all paints shall be ready-mixed and pre-tinted. Re-mix all paint in containers prior to and during application to ensure break-up of lumps, complete dispersion of settled pigment, and color and gloss uniformity.

PART 2 - PRODUCTS

2.1 Materials:

.1 All materials (primers, paints, coatings, varnishes, stains, etc.) shall be products listed in the latest edition of the MPI Approved Product List and shall be from a single manufacturer for each system used.

.2 Other paint sundries such as linseed oil, shellac, solvents, shall be the highest quality product and shall be compatible with other coating materials as recommended by the MPI Approved product manufacturer.

.3 All materials and paints shall be lead and mercury free.

.4 Where required, paint products shall meet MPI Environmentally Friendly [E1] [E2] [E3] ratings based on VOC (EPA Method 24) content levels.

.2 Paste, Powder or Catalyzed paint mixes shall be mixed in strict accordance with manufacturer's written instructions.

.3 Where thinner is used, addition shall not exceed paint manufacturer's recommendations.

.4 If required, thin paint for spraying in strict accordance with paint manufacturer's instructions. If directions are not on container, obtain instructions in writing from manufacturer and provide copy of instructions to the MPDA Inspection Agency.

2.4 Finish and Colors:

.1 Unless otherwise specified herein, all interior repainting work shall be done in accordance with MPI Premium Grade requirements.

.2 Colors shall be as selected by the Owner or Authorized Representative from a manufacturer's full range of colors. Refer to the Finish Schedule for identification and location.

.3 Color selection will be based on five (5) base colors and three (3) accent colors with a maximum of one (1) deep or bright color. No more than eight (8) colors will be selected for the entire project and no more than three (3) colors will be selected in each area. Note that this does not include factory-finished items unless specifically scheduled.

.4 Provide a slip resistant additive to interior painted stair treads, landings, etc.

.5 Unless otherwise noted, repaint walls within a given area using the same color as selected.

.6 Ceilings including those having a spray textured coating, unless otherwise noted shall be repainted.

.7 Designated rooms / spaces shall be repainted using different colors or more than one color than typical rooms in accordance with Finish Schedule requirements with a minimum of [two (2)] colors required.

.8 Except as noted herein or indicated on the Finish Schedule, walls and ceiling surfaces shall be repainted in accordance with the following criteria:

.a all areas (except as noted)high performance or institutional latex with G5 (Semi-Gloss) finish.

.b All doors and frames will be repainted with an alkyd paint or varnish finish were defined by the Owners.

.9 Access doors, registers, radiators and covers, exposed piping and electrical panels shall be repainted to match adjacent surfaces (i.e. color, and sheen), unless otherwise noted or where factory-finished.

2.5 Gloss / Sheen:

.1 Paint gloss shall be defined as the sheen rating of applied paint, in accordance with the following MPI gloss / sheen standard values:

Gloss Level

Description Units@ 60 degrees

Units@ 85 degrees

G1 Matte or Flat finish 0 to 5 10 maximum G2 Velvet finish 10 maximum 10 to 35 G3 Eggshell finish 10 to 25 10 to 35 G4 Satin finish 20 to 35 35 minimum G5 Semi-Gloss finish 35 to 70 G6 Gloss finish 70 to 85 G7 High-Gloss finish > 85

.2 Gloss level ratings of all painted surfaces shall be as specified herein and as noted on Finish Schedule.

PART 3 - EXECUTION

3.1 Condition of Surfaces:

.1 Prior to commencement of repainting work, thoroughly examine (and test as required) all interior conditions and surfaces scheduled to be repainted and report in writing to the Owner, Authorized Representative and MPDA Inspection Agency where applicable; any conditions or surfaces that will adversely affect work of this section.

.2 The degree of surface deterioration (DSD) shall be assessed using the assessment criteria indicated in the MPI Maintenance Repainting Manual. In general the MPI DSD ratings and descriptions are as follows:

Condition Description DSD-0 Sound Surface (may include visual (aesthetic) defects that do not

affect films protective properties). DSD-1 Slightly Deteriorated Surface (may show fading; gloss reduction,

slight surface contamination, minor pin holes scratches, etc.) / Minor cosmetic defects (runs, sags, etc.).

DSD-2 Moderately Deteriorated Surface (small areas of peeling, flaking, slight cracking, staining, etc.).

DSD-3 Severely Deteriorated Surface (heavy peeling, flaking, cracking, checking, scratches, scuffs, abrasion, small holes and gouges).

DSD-4 Substrate Damage (repair or replacement of surface required by others).

.3 No repainting work shall commence until all such DSD-4 adverse conditions and defects have been corrected and surfaces and conditions are acceptable to the Painting Contractor. The Painting Contractor shall not be responsible for the condition of the substrate or for correcting defects and deficiencies in the substrate, which may adversely affect the painting work except for minimal work normally performed by the Painting Contractor and as, indicated herein. It shall always, however, be the responsibility of the Painting Contractor to see that surfaces are properly prepared before any paint or coating is applied.

.4 It shall also be the Painting Contractor’s responsibility to paint the surface as specified providing that the Owner accepts responsibility for uncorrected DSD-4 substrate conditions.

3.2 Preparation of Surfaces:

.1 Prepare all interior surfaces for repainting in accordance with MPI Repainting Manual requirements. Refer to the MPI Repainting Manual in regard to specific requirements for the following:

.2 Wash all surfaces requiring paint application prior to sanding and filling with an appropriate cleaning agent, such as TSP. All surfaces specified for coatings require full sanding to de-gloss the surface.

.3 Remove and securely store all miscellaneous hardware and surface fittings / fastenings (e.g. electrical plates, mechanical louvers, door and window hardware (e.g. hinges, knobs, locks, trim, frame stops), removable rating / hazard / instruction labels, washroom accessories, light fixture trim, etc. from wall and ceiling surfaces, doors and frames, prior to repainting and replace upon completion. Carefully clean and replace all such items upon completion of repainting work in each area. Do not use solvent or reactive cleaning agents on items that will mar or remove finishes (e.g. lacquer finishes). Doors shall be removed before repainting to paint bottom and top edges and then re-hung.

.4 Protect all adjacent interior surfaces and areas, including rating and instruction labels on doors, frames, equipment, piping, etc., from repainting operations and damage by drop cloths, shields, masking, templates, or other suitable protective means and make good any damage caused by failure to provide such protection.

.5 Caulk and fill any dents, voids or cracks on the surface after the prime coat application and spot prime prior to the application of the intermediate finish coat.

.6 All areas exhibiting staining will require the application of an MPI Approved stain blocking, material prior to the application of the specified paint system.

3.3 Application:

.1 Do not commence repainting unless substrates are acceptable and until all environmental conditions (heating, ventilation, lighting and completion of other subtrade work, if applicable) are acceptable for applications of products.

.2 Apply primer, paint or stain in accordance with MPI Painting Manual [Premium] Grade finish requirements.

.3 Apply primer, paint or stain in a workmanlike manner using skilled and trade qualified applicators as noted under Quality Assurance.

.4 Apply primer, paint or stain within an appropriate time frame after cleaning when environmental conditions encourage flash-rusting, rusting, contamination or the manufacturer's paint specifications require earlier applications.

.5 Primer, paint or stain coats specified are intended to cover surfaces satisfactorily when applied at proper consistency and in accordance with manufacturer's recommendations.

.6 Tint each coat of paint progressively lighter to enable confirmation of number of coats.

.7 Unless otherwise approved by the painting inspection agency, apply a minimum of four coats of paint where deep or bright colors are used to achieve satisfactory results.

.8 Sand and dust between each coat to provide an anchor for next coat and to remove defects in previous coat (runs, sags, etc.) visible from a distance up to 1000 mm (39").

.9 Do not apply finishes on interior surfaces that are not sufficiently dry. Unless manufacturer's directions state otherwise, each coat shall be sufficiently dry and hard before a following coat is applied.

.10 To avoid air entrapment in applied coats, apply materials in strict accordance with manufacturer’s spread rates and application requirements.

.11 Where touch-up painting is undertaken and found to be noticeable, the entire surface will require repainting from break to break or corner to corner.

3.4 Priming and Back Priming:

.1 Interior new woodwork, which is to receive a paint finish, shall be primed with an MPI Approved primer compatible with the finish system.

.2 Top and bottom edges of wood doors shall be coated with the finish system.

.3 Factory-finished metals and PVC piping shall be primed with an MPI Approved solvent based bonding primer where applicable.

3.5 Field Quality Control / Standard of Acceptance:

.1 All surfaces, preparation and paint applications shall be inspected by the MPDA Inspection Agency.

.2 Repainted interior surfaces shall be considered to lack uniformity and soundness if any of the following defects are apparent to the MPDA Technical Representative and not limited to:

.a brush / roller /tracking, streaks, laps, runs, sags, drips, heavy stippling, hiding or shadowing by inefficient application methods, skipped or missed areas, and foreign materials in paint coatings.

.b damage due to touching before paint is sufficiently dry or any other contributory cause.

.c damage due to application on moist surfaces.

.d damage and/or contamination of paint due to contaminants (dust, sand blast materials, roller lint, etc.

.3 Repainted interior surfaces shall be considered unacceptable if any of the following are evident under natural lighting conditions:

.a visible defects are evident on vertical surfaces when viewed at 90 degrees to the surface from a distance not less than 1000 mm (39”).

.b visible defects are evident on horizontal surfaces when viewed at 45 degrees to the surface from a distance not less than 1000 mm (39”).

.c visible defects are evident on other overhead surfaces when viewed at 45 degrees to the surface

.d when the final coat on any surface exhibits a lack of uniformity of sheen across full surface area.

.4 Repainted surfaces rejected by the Owner or Authorized Representative or MPDA Technical Representative shall be made good at the expense of the Painting Contractor.

3.6 Clean-up:

.1 Remove all paint where spilled, splashed, splattered or sprayed as work progresses using means and materials that will not cause damage to the finished surfaces.

.2 Keep work area free from any unnecessary accumulation of tools, equipment, surplus materials and debris.

.3 Remove combustible rubbish materials and empty paint cans each day and safely dispose of same in accordance with requirements of authorities having jurisdiction.

.4 Clean equipment and dispose of wash water / solvents as well as all other cleaning and protective materials (e.g. rags, drop cloths, masking papers, etc.), paints, thinners, paint removers/strippers in accordance with the safety requirements of authorities having jurisdiction.

3.7 Interior Finish Schedule:

.1 Repaint interior surfaces in accordance with the following MPI Repainting Manual requirements:

.2 Items noted with an asterisk (*) require a transition primer such as MPI # 17 or # 69.

Location and Substrate DSD No. Paint System Finish/Gloss Level

Concrete block walls. 2 RIN 4.2KHigh Performance Architectural Latex.

G3 – Offices MPI 139 G5 – High Traffic areas; MPI 141 Semi-Gloss.

Structural Steel & Metal fabrications -seismic steel braces.

2 RIN 5.1RHigh Performance Architectural Latex.

G5 – MPI 141 - Semi-Gloss.

* Galvanized Metal - Doors, frames, handrails.

3 RIN 5.3C Alkyd (Modified); Alkyd Water Based.

Prime – MPI 17 - Water Based Bonding Primer G5 – MPI 169 Semi-Gloss.

Dimension Lumber; wood tongue & groove ceilings.

2 RIN 6.2D Latex, flat (over Water Based primer).

Spot prime MPI 39 Topcoats: MPI 53 G1

*Dressed lumber; blue panel below vs. office counter; doors, frames, window frames, handrails, stair stringers & risers.

3 RIN 6.3BAlkyd (Modified) Alkyd Water Based.

Primer – MPI 17 - Water Based Bonding Primer. G5 – MPI 169 Semi-Gloss.

Plaster and Gypsum Board; ceilings, walls.

2 RIN 9.2B High Performance Architectural Latex.

G3 – Offices MPI 139 G5 – High Traffic areas; MPI 141 Semi- Gloss.

P

S

Photos:

Seismic steel

Steel column

l brace.

.

Interior natural finish on oak. Suggest clean, apply MPI 17 water based bonding primer. Top coats: MPI 169 - Alkyd Water Based Semi-Gloss.

09 91 16 INTERIOR PAINTING

Page 155: Building Renovation and Lighting Upgrades at Service Centre

UP

OFFICE OFFICE OFFICEOFFICE

PUBLIC ENTRANCE

PURCHASING OFFICE

GARAGE OFFICE

WEST STAIR

EAST STAIR

HEAVY VEHICLE SERVICEAREA

WELDING ROOM PAINT BOOTHMINOR EQUIPMENT

MAINTENANCE SMALL EQUIPMENTSTORES

NRB

NRB NRB NRB NRB NRB

EFREFR EFR EFR

NPWNPW NPWNPW

NSFNPW

NPW

NPW

NSF

EFR

BOILER ROOM

SPRINKLER ROOM

EFR

EFR

NPWNPW

NSF

NPW

NPW

NSF

LOCKER/LUNCH ROOM

TOOL ROOM

HEAVY VEHICLE STORES

EFR

EFR

EFR

OPTIONAL SEPARATE PRICE AINCREASE OVERHEAD DOOR HEIGHT 2'-0"± INCLUDING RELATED STRUCTURAL UPGRADES AND INTEGRATION WITH EXISTING SURROUNDING EXTERIOR FINISHES

NSF

MENS WCNPW

EFR

CORRIDOR

NPW

NSF

EFR

PARTS STORAGE

EFR

EFR

LAV1WC1

LAV1

WC1

D46 D47

D42D39 D37

D36 D31

D19

D12

D15

D16

LIGHT VEHICLE SERVICEAREA

EXISTING OHD AND STEEL BRACING TO

REMAIN

EXIS

TING

OHD

TO

REM

AIN

EFR

STORAGE

EFR

EFR

EXISTING INFILL WALL AND MAN

DOOR TO REMAIN

EXIS

TING

OHD

TO

REM

AIN

EXISTING SERVICE COUNTERTO REMAIN

EXISTING LADDER TO ROOF TO BE REPLACED / REFER TO ROOFING SCOPE DRAWINGS

PAINT EXISTING BOLLARDS (EP4)

EXISTING CHAINLINKCOMPRESSORENCLOSURE

REPLACE FASCIA AND SHINGLES ON ROOF OF COMPRESSOR ENCLOSURE

EXISTING ANTENNA TOWER ABOVE W/ GUY WIRES / CONTRACTOR TO ENSURE CONTINUOUS OPERATION AND STABILITY OF TOWER THROUGHOUT RENOVATIONS / PROVIDE TEMPORARY SUPPORT AS REQUIRED

LOCKERS

LOCK

ERS

LOCK

ERS

CONTRACTOR TO ARRANGE FOR TRIMMING AND/OR TEMPORARY RESTRAINT OF VEGETATION/PLANTING AS REQUIRED TO ALLOW FOR EXTERIOR PAINTING

REMOVE & DISPOSE OF EXISTING WOOD DOOR / REPLACE W/ NEW INSULATED HOLLOW METAL DOOR C/W NEW HARDWARE / REF DOOR B2 SPECIFICATION

REPLACE EXISTING MAIN ENTRY DOORS AND SIDELIGHTS / REF SPECIFICATIONS

EXISTING NONFUNCTIONAL GENERATOR TO BE REMOVED AND DISPOSED OF / CONC PLINTH TO REMAIN / REMOVE EXISTING CHAIN-LINK FENCE

EXIS

TING

CON

CRET

E LO

ADIN

G DO

CK

EXTERIOR COVERED WORK/STORAGE AREA

TH

TH

TH

TH

TH

TH

TH

TH

TH

TH

TH

TH

TH

PAINT EXISTING BUILT-IN LOCKERS (IP1)

NST

NST

NST

REFER TO GENERAL NOTE 4

EXISTING LUNCH ROOM TABLE TO BE REMOVED AND DISPOSED OF

TH

1A710

12A710

2A710

3A710

5A710

4A710

HEAD

SILL

9A710

DB2

8A710

HEAD

NRB NRB

NRB NRB NRB NRB NRBNRB NRB

JANITOR

LOCKER ROOM

STORAGE

STORAGE

EOC ROOM

LUNCH ROOM

RADIO ROOM

EAST

STA

IR

CORRIDOR

WASHROOMWEST STAIR

EFR

EFR

NSF

EFR

NSF

EFR

EFR

NSF

NST

NPWC

NPWC

NC

NPWC

NSF

NPWC

NPWC

NPWC

NPWC

REPLACE KITCHEN MILLWORK INCLUDING OVERHEAD CABINETS / NEW KITCHEN SINK / REF MILLWORK DETAILS

1A720

CONTRACTOR TO COORDINATE RADIO ROOM WORK CLOSELY WITH STAFF AS ROOM IS OCCUPIED NEARLY CONTINUOUSLY

TH

TH

TH

TH

TH

TH

NST

NSTTH

SK1

ADD DEDICATED ELECTRICAL RECEPTACLE FOR SECOND FRIDGE / CONFIRM LOCATION ON SITE WITH CITY PROJECT MANAGERAND COORDINATE W/ MILLWORK LOCATION

GENERAL NOTES1. CONTRACTOR TO RELOCATE ALL FURNITURE & EQUIPMENT FOR THE REQUIRED PAINTING AND FLOORING WORK. RELOCATION TO BE COORDINATED WITH THE CITY STAFF AND BUILDING USERS TO MINIMIZE THE IMPACT TO THE OPERATIONS. BUILDING AND EQUIPMENT IS TO REMAIN OPERATIONAL FOR THE DURATION ON THE RENOVATION.

2. CONTRACTOR IS NOT TO DISTURB EXISTING PAINTED SURFACES (NO SANDING, DRILLING, ETC) DUE TO POSSIBLE PRESENCE OF HAZARDOUS MATERIALS

3. REFER TO SPECIFICATIONS FOR CONSTRUCTION PHASING AND COORDINATION REQUIREMENTS. CONTRACTOR TO COORDINATE WITH FACILITY STAFF FOR TEMPORARY RELOCATION OF MATERIALS NEAR EXTERIOR WALLS TO ALLOW FOR PAINTING WORK AND/OR ANY OTHER CONSTRUCTION ACTIVITIES.

4. CONTRACTOR TO COORDINATE FOR TEMPORARY RELOCATION OF ALL CUBICLES AND EQUIPMENT IN GARAGE OFFICE. WORK MAY BE REQUIRED OUTSIDE OF REGULAR FACILITY HOURS TO MINIMIZE DISRUPTION TO STAFF AND REGULAR OPERATIONS.

FLOOR PLAN LEGENDNRB NEW ROLLER BLIND

REF SPEC 12 21 00

NPW

NEW PAINT — WALLS ONLY (1ST FLOOR)COLOUR: TO MATCH IP1

NPWC

NEW PAINT — WALLS & CEILINGS (2ND FLOOR)COLOUR:— WALLS TO MATCH IP1— CEILINGS TO MATCH IP2

NEW RESILIENT SHEET FLOORINGREF SPEC 09 65 00

NEW CARPETREF SPEC 09 68 00

EFR EXISTING FLOOR TO REMAIN

PAINTING LEGEND

PLUMBING FIXTURESNEW WALL-HUNG LAVATORY BASINREMOVE AND DISPOSE OF EXISTING LAVATORY BASINREFER TO PLUMBING FIXTURES SPECS

LAV1

WC1 FLOOR-MOUNTED TANK TYPE TOILET REMOVE AND DISPOSE OF EXISTING TOILETREFER TO PLUMBING FIXTURES SPECS

REFER TO PAINTING SPECIFICATIONSPAINT COLOURS TO BE CONFIRMED BY OWNER

SK1 STAINLESS STEEL DOUBLE-BASIN SINK REMOVE AND DISPOSE OF EXISTING SINK AND FAUCETREFER TO PLUMBING FIXTURES SPECS

NSF

NEW PRESHAPED STAIR TREADS AND LANDINGSREF SPEC 09 65 13.23

NST

NC

NOT FOR

CONSTRUCTION

Copyright reserved. This design and drawing is the exclusive property of the Architect and cannot be used for any purpose without the written consent of the Architect. This drawing is not to be used for construction until issued for that purpose by the Architect. Prior to commencement of the Work, the Contractor shall verify all dimensions, datums and levels to identify any errors or omissions; ascertain any discrepancies between this drawing and the full Contract Documents; and bring these items to the attention of the Architect for clarification.

303 - 2425 QUEBEC ST VANCOUVER BC V5T 4L6TEL 604 800 6147 EMAIL [email protected]

PROJECT CODE STATUS

DATE

SHEET

SCALE

ISSUES + REVISIONSNO DATE DESCRIPTION

CIVIC ADDRESS

SEAL

1/8" = 1'-0"

5/24/2

017 1

2:43:2

5 PM

AUSTIN WORKS YARDVEHICLE SERVICESBUILDING RENOVATION500 MARINER WAY, COQUITLAM, BC

033 CD

25 MAY 2017

A210FLOOR PLANS

1/8" = 1'-0"FLOOR PLAN / MAIN FLOOR1

1/8" = 1'-0"FLOOR PLAN / SECOND FLOOR2

OVERHEAD DOOR SCHEDULEMARK ROOM

DOORTYPE

DIMENSIONSLIFT

PANELFINISH

FRAMEFINISH COMMENTS / NOTESWIDTH HEIGHT

D12 LIGHT VEHICLE SERVICE AREA OHD-D 12' - 2" 12' - 9" 18" CONNECT TO OPERATORD15 LIGHT VEHICLE SERVICE AREA OHD-C 10' - 2" 12' - 0" 6' CHAIN HOISTD16 LIGHT VEHICLE SERVICE AREA OHD-C 10' - 2" 12' - 0" 6' CHAIN HOISTD19 LIGHT VEHICLE SERVICE AREA OHD-D 12' - 2" 12' - 9" 12" CONNECT TO OPERATORD31 MINOR EQUIPMENT MAINTENANCE OHD-B 10' - 2" 12' - 0" STANDARD LIFT CHAIN HOISTD36 PAINT BOOTH OHD-B 10' - 2" 12' - 0" STANDARD LIFT CHAIN HOIST / NO GLAZED SECTIONSD37 HEAVY VEHICLE SERVICE AREA OHD-A 12' - 2" 12' - 9" 4' CONNECT TO OPERATORD39 HEAVY VEHICLE SERVICE AREA OHD-A 12' - 2" 12' - 9" 4' CONNECT TO OPERATORD42 WELDING ROOM OHD-A 12' - 2" 12' - 9" 4' CHAIN HOIST / NO GLAZED SECTIONSD46 HEAVY VEHICLE SERVICE AREA OHD-A 12' - 2" 12' - 9" 4' CONNECT TO OPERATORD47 HEAVY VEHICLE SERVICE AREA OHD-A 12' - 2" 12' - 9" 4' CONNECT TO OPERATOR

OVERHEAD DOOR NOTESREFER TO SPECIFICATION SECTION 08 36 13 FOR OVERHEAD DOOR REQUIREMENTS

NORT

H

NORT

H

1 01 MAY 2017 REVIEW / COORDINATION2 15 MAY 2017 95% REVIEW3 25 MAY 2017 TENDER

Page 156: Building Renovation and Lighting Upgrades at Service Centre

MAIN FLOOR+100' - 0" [+30.48 m]

SECOND FLOOR+110' - 0" [+33.53 m]

T/O ROOF+119' - 8" [+36.47 m]

D19 D31 D36 D37 D39 D42

E6.1

7.11

EP2

8.1 8.18.1

E7.1

EP2 EP1 EP1

EP2E7.1 E7.1

8.1 8.1

E6.1

E7.1BEYOND

8.1

EP2EP2EP1 EP1 EP1 EP2EXISTING DOOR AND BRACING

EP2CANOPY

EP2CANOPY

EP1 EP1 EP1EP2CANOPY

EP2

EXISTING COMPRESSOR ENCLOSURE

EP1ON WALL RETURN

EP1

PAINT COMM. TOWER LOWER SECTION/

RETAIN EXISTING RED ON UPPER SECTION REPAIR DAMAGE AT EXISTING

STUCCO WALL PRIOR TO PAINTING

NEW ROOF ACCESS LADDER / REF FP2 "LADDER 1 DETAIL"

MAIN FLOOR+100' - 0" [+30.48 m]

SECOND FLOOR+110' - 0" [+33.53 m]

T/O ROOF+119' - 8" [+36.47 m]

D12D47D46

E6.1

7.11

EP2

EP1

EP2

8.18.18.1

EP2

E7.1

EP1EP1EP1EP1EP2EP2EP2EP2EP2EP2

TYP AT ALL WINDOW FRAMES, MULLIONS, SASHES, ETC

EP2TYP AT ALL WINDOW FRAMES, MULLIONS, SASHES, ETC

EP2

EP1EP2EP1EP1

EP2 EP2

EP2

E7.1E7.1

EP1AT WALL BEYOND

AND ALL OTHER FACING SURFACES OF COVERED

AREA, UNLESS NOTED OTHERWISE

EP2EP2

TYP AT STEEL COLUMNS AND

BRACKETS

TYP AT TIMBER BEAMS IN

COVERED AREA

EP2

STUCCO BEYOND

OPTIONAL SEPARATE PRICE AINCREASE OVERHEAD DOOR HEIGHT 2'-0"± INCLUDING RELATED STRUCTURAL UPGRADES AND INTEGRATION WITH EXISTING SURROUNDING EXTERIOR FINISHES / RELOCATE EXISTING 'WALL PACK' LIGHT ABOVE OVERHEAD DOOR

EP1ON WALL RETURN

E6.1

8.2

8.45

A401

RELOCATE EXISTING EXPOSED CABLES ATTACHED TO EXISTING ROOF FLASHING TO 6-8" BELOW NEW ROOF PARAPET FLASHING

MAIN FLOOR+100' - 0" [+30.48 m]

SECOND FLOOR+110' - 0" [+33.53 m]

T/O ROOF+119' - 8" [+36.47 m]

D15 D168.1

EP1

8.1

EP1 EP1

E6.1

E7.1

E6.1

E7.1E7.1

3.13.1

EP2 EP2

EP2

MAIN FLOOR+100' - 0" [+30.48 m]

SECOND FLOOR+110' - 0" [+33.53 m]

T/O ROOF+119' - 8" [+36.47 m]

E7.1

EP1 EP1EXISTING BRACING

E6.1

E7.1

EP1 EP2 EP1EP1 EP1 EP1EXISTING BRACING

E6.1 E6.1

EP1 EP1TYP

EP2

EP2EP2

EP2 EP2

MAIN FLOOR+100' - 0" [+30.48 m]

4A710

5A710

NOT FOR

CONSTRUCTION

Copyright reserved. This design and drawing is the exclusive property of the Architect and cannot be used for any purpose without the written consent of the Architect. This drawing is not to be used for construction until issued for that purpose by the Architect. Prior to commencement of the Work, the Contractor shall verify all dimensions, datums and levels to identify any errors or omissions; ascertain any discrepancies between this drawing and the full Contract Documents; and bring these items to the attention of the Architect for clarification.

303 - 2425 QUEBEC ST VANCOUVER BC V5T 4L6TEL 604 800 6147 EMAIL [email protected]

PROJECT CODE STATUS

DATE

SHEET

SCALE

ISSUES + REVISIONSNO DATE DESCRIPTION

CIVIC ADDRESS

SEAL

As indicated

5/24/2

017 1

:07:51

PM

AUSTIN WORKS YARDVEHICLE SERVICESBUILDING RENOVATION500 MARINER WAY, COQUITLAM, BC

033 CD

25 MAY 2017

A401

BUILDINGELEVATIONS

1/8" = 1'-0"BUILDING ELEVATION / NORTH3

1/8" = 1'-0"BUILDING ELEVATION / SOUTH1

1/8" = 1'-0"BUILDING ELEVATION / EAST2

1/8" = 1'-0"BUILDING ELEVATION / WEST4

KEYNOTES — ELEVATIONS3.1 EXISTING CONCRETE TO REMAIN AS-IS7.11 REPLACE DAMAGED METAL TRIM WITH NEW

METAL FLASHING/TRIM TO MATCH EXISTING8.1 NEW OVERHEAD DOOR / PREFINISHED / REF

DOOR SCHEDULE, NOTES, AND SPECS8.2 NEW ALUM ENTRY DOORS W/ SIDELIGHTS AND

AUTOMATIC OPERATOR / REF DOOR OPENINGELEVATION AND DETAILS

8.4 NEW HOLLOW METAL INSULATED DOOR INPRESSED STEEL FRAME / REF DOOR ELEVATIONAND DETAILS

10.2 EXISTING ELEC RECEPTACLE / COORDINATEBACKSPLASH INSTALL W/ EXISTING LOCATION /REMOVE AND REINSTALL COVERPLATE

E6.1 REPLACE EXISTING DETERIORATED WOODFASCIA WITH NEW PRESSURE-TREATED WOODFASCIA / PAINT TO MATCH EP2

E7.1 EXISTING STUCCO FINISH

1/4" = 1'-0"MAIN ENTRY / NEW DOOR ELEVATION5

1 01 MAY 2017 REVIEW / COORDINATION2 15 MAY 2017 95% REVIEW3 25 MAY 2017 TENDER

Page 157: Building Renovation and Lighting Upgrades at Service Centre

EXTERIOR

INTERIOR

6.6

7.3

8.3

7.1

6.4

E6.3

E9.1

1 5/8"

1 1/2" TO SUIT

E9.2

E4.1

6.1

E4.1

E6.2

8.1

LINE OF DOOR OPENING ABOVE

E6.36.3

7.2

8.3

8.2

BELOW

8.14

EXTERIOR

INTERIOR

8.2

BELOW

8.14

INTERIOR

EXTERIOR

MAIN FLOOR+100' - 0" [+30.48 m]

8.14

8.2

EXTERIORINTERIOR

NSF

BEYOND

6.4

BEYOND

8.3

E3.2

SWING

8.2

+6' - 8" ±

DOOR HEIGHT TO SUIT EXISTING OPENING

EXTERIORINTERIOR

8.3

7.3

1 5/8"

1 1/2"

6.4

E9.1

E6.3

E9.2

7.6

BEYOND

6.4

7.1

1/2"

COURSE 19

COURSE 20

COURSE 21

COURSE 22

COURSE 23

+12' - 8" ±

+14' - 8" ±

EXISTING OVERHEADDOOR OPENING

PROPOSED NEW OVERHEADDOOR OPENING

OVERHEAD DOOR SHAFT AND SPRING MECHANISM

OVERHEAD DOOR TRACK BEYOND AT DOOR JAMB

COURSE 24

COURSE 25

COURSE 26

COURSE 27

BEYOND

7.2

12A710

5.1

E4.2

E4.1

8.1

5.2

BEYOND

E6.3

7.2

E7.1

BEYOND

E4.1

22 1/4" ±

24" ±

EXISTING 'WALL PACK' LIGHT TO BE RELOCATED TO ABOVE ENLARGED OPENING / MODIFY EXISTING CONDUIT AND JUNCTION BOXES AS REQUIRED TO SUIT NEW LOCATION

RELOCATED 'WALL PACK ' LIGHT FIXTURE

8"±

MAIN FLOOR+100' - 0" [+30.48 m]

NSF

E3.2

BEYOND

E8.1E9.5

E9.3

8.14 SWING

8.4

E8.1

E6.3

E9.1

E9.2

8.4

E8.1

E6.3

E9.1

SECOND FLOOR+110' - 0" [+33.53 m]

NSF

E3.2

NSF

E3.2

REMOVE, CLEAN & REINSTALL EXISTING MECHANICAL FLOOR GRILLES WHERE LOCATED IN NEW FLOORING / REPLACE DAMAGED OR OTHERWISE UNUSABLE GRILLES IF REQUIRED

8.4 E8.1

E6.3

E9.1

NOT FOR

CONSTRUCTION

Copyright reserved. This design and drawing is the exclusive property of the Architect and cannot be used for any purpose without the written consent of the Architect. This drawing is not to be used for construction until issued for that purpose by the Architect. Prior to commencement of the Work, the Contractor shall verify all dimensions, datums and levels to identify any errors or omissions; ascertain any discrepancies between this drawing and the full Contract Documents; and bring these items to the attention of the Architect for clarification.

303 - 2425 QUEBEC ST VANCOUVER BC V5T 4L6TEL 604 800 6147 EMAIL [email protected]

PROJECT CODE STATUS

DATE

SHEET

SCALE

ISSUES + REVISIONSNO DATE DESCRIPTION

CIVIC ADDRESS

SEAL

3" = 1'-0"

5/25/2

017 9

:01:46

AM

AUSTIN WORKS YARDVEHICLE SERVICESBUILDING RENOVATION500 MARINER WAY, COQUITLAM, BC

033 CD

25 MAY 2017

A710

DETAILS /OPENINGS

3" = 1'-0"PLAN DETAIL / MAIN ENTRY SIDELIGHT JAMB1

3" = 1'-0"PLAN DETAIL / OVERHEAD DOOR JAMB AT ENLARGED OPENING (SEPARATE PRICE A)12

3" = 1'-0"PLAN DETAIL / MAIN ENTRY DOOR JAMB2 3" = 1'-0"

PLAN DETAIL / MAIN ENTRY MEETING STILES3

3" = 1'-0"SECTION DETAIL / MAIN ENTRY DOOR SILL5

3" = 1'-0"SECTION DETAIL / MAIN ENTRY DOOR HEAD4

3" = 1'-0"SECTION DETAIL / OVERHEAD DOOR HEAD AT ENLARGED OPENING (SEPARATE PRICE A)13

KEYNOTES — DETAILS3.1 EXISTING CONCRETE TO REMAIN AS-IS5.1 NEW STEEL CHANNEL / REF STRC5.2 NEW STEEL MOUNTING PLATE / REF STRC6.3 NEW WOOD FRAMING/BLOCKING AS REQUIRED6.4 NEW WOOD OR MDF TRIM / PAINT TO MATCH

ADJACENT WALLS6.6 WOOD BLOCKING6.10 MILLWORK HARDWARE (HANDLE/PULL)7.1 SEALANT & BACKER ROD7.2 PREFINISHED METAL SOFFIT/JAMB ON 3/4"

PLYWOOD BACKING / FINISH COLOUR TO MATCHEP2

7.3 SEMI-RIGID INSULATION7.6 PREFINISHED ANODIZED ALUMINUM FLASHING7.11 REPLACE DAMAGED METAL TRIM WITH NEW

METAL FLASHING/TRIM TO MATCH EXISTING8.1 NEW OVERHEAD DOOR / PREFINISHED / REF

DOOR SCHEDULE, NOTES, AND SPECS8.2 NEW ALUM ENTRY DOORS W/ SIDELIGHTS AND

AUTOMATIC OPERATOR / REF DOOR OPENINGELEVATION AND DETAILS

8.3 NEW ALUM STOREFRONT GLAZING8.4 NEW HOLLOW METAL INSULATED DOOR IN

PRESSED STEEL FRAME / REF DOOR ELEVATIONAND DETAILS

8.14 NEW DOOR THRESHOLD / REF HARDWARE SPEC10.2 EXISTING ELEC RECEPTACLE / COORDINATE

BACKSPLASH INSTALL W/ EXISTING LOCATION /REMOVE AND REINSTALL COVERPLATE

E3.2 EXISTING CONCRETE FLOORE4.1 EXISTING CONCRETE MASONRY UNITE4.2 EXISTING CONCRETE MASONRY UNIT TO BE

REMOVED / REF STRCE6.1 REPLACE EXISTING DETERIORATED WOOD

FASCIA WITH NEW PRESSURE-TREATED WOODFASCIA / PAINT TO MATCH EP2

E6.2 EXISTING WOOD MOUNTING BRACKETE6.3 EXISTING WOOD BLOCKING/FRAMING / EXACT

CONFIGURATION MAY VARYE7.1 EXISTING STUCCO FINISHE8.1 EXISTING DOOR FRAME TO REMAIN / REFER TO

PAINTING SPECE9.1 EXISTING GYPSUM WALL BOARDE9.2 EXISTING T&G WOOD SIDINGE9.3 EXISTING CARPET TO REMAINE9.5 EXISTING DOOR / PAINT DOOR PANEL AND

FRAME / REMOVE DOOR HARDWARE PRIOR TOPAINTING AND RE-INSTALL

3" = 1'-0"SECTION DETAIL / TYPICAL INTERIOR DOOR THRESHOLD10

3" = 1'-0"PLAN DETAIL / DOOR B2 JAMBS9

3" = 1'-0"SECTION DETAIL / MECH FLOOR GRILLE11

3" = 1'-0"SECTION DETAIL / DOOR B2 HEAD8

1 01 MAY 2017 REVIEW / COORDINATION2 15 MAY 2017 95% REVIEW3 25 MAY 2017 TENDER

Page 158: Building Renovation and Lighting Upgrades at Service Centre

A720

2

A7205

4A720

36"36"36"36"3/4"

25"

1"24

"

3A720

SK1

LINE OF CABINETS ABOVE

144 3/4"

36"

24"

36"

1 1/2"

7"23

1/2"

4"1"

PLAM1

PLAM1

PLAM2

BACKSPLASH

10.1 10.2 10.2PLAM2

BACKSPLASH

APPROXIMATE LOCATION OF NEW FINISHED FLOOREXISTING SUBFLOOR

96"

TYP

TYP

SK1

6.10TYP

SECOND FLOOR+110' - 0" [+33.53 m]

PLAM1

PLAM1

PLAM1

PLAM1

PLAM1

PLAM2

PLAM1

LINE OF WALL BEYOND

LED STRIP LIGHTFULL WIDTH OF UPPER CABINETS

FINGER PULL

3/4" 13 1/4"

14"

34"

2"

36"

3/4"

3/4"

3/4"

24"

37"

4"

32"

5"

6.10TYP

LED STRIP LIGHTFULL WIDTH OF UPPER CABINETS

PLAM1

PLAM2

PLAM1

SK1

LINE OF WALL BEYOND

FINGER PULL

6.10TYP

NOT FOR

CONSTRUCTION

Copyright reserved. This design and drawing is the exclusive property of the Architect and cannot be used for any purpose without the written consent of the Architect. This drawing is not to be used for construction until issued for that purpose by the Architect. Prior to commencement of the Work, the Contractor shall verify all dimensions, datums and levels to identify any errors or omissions; ascertain any discrepancies between this drawing and the full Contract Documents; and bring these items to the attention of the Architect for clarification.

303 - 2425 QUEBEC ST VANCOUVER BC V5T 4L6TEL 604 800 6147 EMAIL [email protected]

PROJECT CODE STATUS

DATE

SHEET

SCALE

ISSUES + REVISIONSNO DATE DESCRIPTION

CIVIC ADDRESS

SEAL

1" = 1'-0"

5/24/2

017 1

2:43:4

1 PM

AUSTIN WORKS YARDVEHICLE SERVICESBUILDING RENOVATION500 MARINER WAY, COQUITLAM, BC

033 CD

25 MAY 2017

A720

DETAILS /MILLWORK

1" = 1'-0"KITCHEN MILLWORK / PLAN1

1" = 1'-0"KITCHEN MILLWORK / FRONT ELEVATION2 1" = 1'-0"

KITCHEN MILLWORK / SIDE ELEVATION5 1" = 1'-0"MILLWORK SECTION AT TYPICAL CABINET4 1" = 1'-0"

MILLWORK SECTION AT SINK3

KEYNOTES — DETAILS3.1 EXISTING CONCRETE TO REMAIN AS-IS5.1 NEW STEEL CHANNEL / REF STRC5.2 NEW STEEL MOUNTING PLATE / REF STRC6.3 NEW WOOD FRAMING/BLOCKING AS REQUIRED6.4 NEW WOOD OR MDF TRIM / PAINT TO MATCH

ADJACENT WALLS6.6 WOOD BLOCKING6.10 MILLWORK HARDWARE (HANDLE/PULL)7.1 SEALANT & BACKER ROD7.2 PREFINISHED METAL SOFFIT/JAMB ON 3/4"

PLYWOOD BACKING / FINISH COLOUR TO MATCHEP2

7.3 SEMI-RIGID INSULATION7.6 PREFINISHED ANODIZED ALUMINUM FLASHING7.11 REPLACE DAMAGED METAL TRIM WITH NEW

METAL FLASHING/TRIM TO MATCH EXISTING8.1 NEW OVERHEAD DOOR / PREFINISHED / REF

DOOR SCHEDULE, NOTES, AND SPECS8.2 NEW ALUM ENTRY DOORS W/ SIDELIGHTS AND

AUTOMATIC OPERATOR / REF DOOR OPENINGELEVATION AND DETAILS

8.3 NEW ALUM STOREFRONT GLAZING8.4 NEW HOLLOW METAL INSULATED DOOR IN

PRESSED STEEL FRAME / REF DOOR ELEVATIONAND DETAILS

8.14 NEW DOOR THRESHOLD / REF HARDWARE SPEC10.2 EXISTING ELEC RECEPTACLE / COORDINATE

BACKSPLASH INSTALL W/ EXISTING LOCATION /REMOVE AND REINSTALL COVERPLATE

E3.2 EXISTING CONCRETE FLOORE4.1 EXISTING CONCRETE MASONRY UNITE4.2 EXISTING CONCRETE MASONRY UNIT TO BE

REMOVED / REF STRCE6.1 REPLACE EXISTING DETERIORATED WOOD

FASCIA WITH NEW PRESSURE-TREATED WOODFASCIA / PAINT TO MATCH EP2

E6.2 EXISTING WOOD MOUNTING BRACKETE6.3 EXISTING WOOD BLOCKING/FRAMING / EXACT

CONFIGURATION MAY VARYE7.1 EXISTING STUCCO FINISHE8.1 EXISTING DOOR FRAME TO REMAIN / REFER TO

PAINTING SPECE9.1 EXISTING GYPSUM WALL BOARDE9.2 EXISTING T&G WOOD SIDINGE9.3 EXISTING CARPET TO REMAINE9.5 EXISTING DOOR / PAINT DOOR PANEL AND

FRAME / REMOVE DOOR HARDWARE PRIOR TOPAINTING AND RE-INSTALL

2 15 MAY 2017 95% REVIEW3 25 MAY 2017 TENDER

Page 159: Building Renovation and Lighting Upgrades at Service Centre
Page 160: Building Renovation and Lighting Upgrades at Service Centre
ecastane
Text Box
TENDER No. 17-05-01 BUILDING RENOVATION AND LIGHTING UPGRADES AT SERVICE CENTRE
Page 161: Building Renovation and Lighting Upgrades at Service Centre
Page 162: Building Renovation and Lighting Upgrades at Service Centre
Page 163: Building Renovation and Lighting Upgrades at Service Centre

©

Page 164: Building Renovation and Lighting Upgrades at Service Centre
Page 165: Building Renovation and Lighting Upgrades at Service Centre
Page 166: Building Renovation and Lighting Upgrades at Service Centre
Page 167: Building Renovation and Lighting Upgrades at Service Centre
Page 168: Building Renovation and Lighting Upgrades at Service Centre
Page 169: Building Renovation and Lighting Upgrades at Service Centre
Page 170: Building Renovation and Lighting Upgrades at Service Centre

©

Page 171: Building Renovation and Lighting Upgrades at Service Centre
Page 172: Building Renovation and Lighting Upgrades at Service Centre
Page 173: Building Renovation and Lighting Upgrades at Service Centre
Page 174: Building Renovation and Lighting Upgrades at Service Centre
Page 175: Building Renovation and Lighting Upgrades at Service Centre
Page 176: Building Renovation and Lighting Upgrades at Service Centre
Page 177: Building Renovation and Lighting Upgrades at Service Centre

A) SCOPE OF WORK

LADDERS

1. REMOVE & REPLACE LADDER TO RA 1.1 & 2.1 PER DRAWINGS FP2 & FP3.

2. HAZMAT ABETMENT PROCEDURES REQUIRED DUE TO VERMICULATE IN THE MASONRY WALL

CAVITY.

FALL PROTECTION

1. PROVIDE TEMPORARY FALL RESTRAINT ANCHORS & RAISED WARNING LINES AS DEPICTED

ON DRAWING FP1.

B) DESIGN

1) ALL WORK SHALL CONFORM TO THE 2012 BRITISH COLUMBIA BUILDING CODE.

2) ROOF ANCHORS DESIGNED TO O.H.S.R. (BC REGULATION 420/2004) OF WORKSAFEBC AND

CAN/CSA-Z259.16.04.

3) ALL STRUCTURAL STEEL IS DESIGNED AS PER CSA/CAN-S16.1.

4) ALL HSS MEMBERS ARE TO BE A500 GRADE C ACCORDING TO CSA/CAN3-G40.21 WITH FY=317

Mpa.

5) ALL PLATE STEEL, CHANNELS AND ANGLES SHALL HAVE FY= 250 Mpa IN ACCORDANCE WITH

CSA/CAN3-G40.21

6) STAINLESS STEEL IS TO BE TYPE 316 FOR CABLE AND TYPE 304 FOR MEMBERS AS PER ASTM

A193.

7) ALL BOLTS SHALL BE GALVANIZED TYPE A325 OR STAINLESS STEEL TYPE 304 WITH

COMPATIBLE NUTS AND WASHERS.

8) ALL RIVETS SHALL BE STAINLESS STEEL A304.

9) ALL ANCHOR BOLTS SHALL BE STAINLESS STEEL TYPE 304 WITH COMPATIBLE NUTS AND

WASHERS.

10) ALL WELDING SHALL CONFORM TO CSA W47.1 AND WELDERS ARE TO BE CERTIFIED UNDER

DIVISION 1 OR 2.1

C) DESIGN FORCES

1. ALL TEMPORARY ROOF ANCHORS ARE DESIGNED FOR ONE WORKER PER ANCHOR FOR FALL

RESTRAINT.

2. APPROVED TEMPORARY ANCHOR SYSTEMS

1) KEE ANCHOR : WEIGHTANKA BY KEE SAFETY

2) APPROVED EQUAL

3. WORKERS SHALL USE A MAXIMUM 3 FT LONG SHOCK ABSORBING LANYARD RATED FOR 4 KN

(900 LBS) MAXIMUM ARREST FORCE.

4. THE BASE BUILDING HAS BEEN REVIEWED AND IS CAPABLE OF SAFELY SUPPORTING THE

DESIGN LOADS NOTED ABOVE. IF UPGRADING IS REQUIRED, REQUIREMENTS ARE NOTED ON

THE ATTACHED PLANS AND DETAILS.

5. WORKERS SHALL USE THE ROOF ANCHORS WHENEVER THEY ARE REQUIRED TO BE

CLOSER THAN 2M (6.5 FT) FROM AN UNPROTECTED ROOF EDGE OR UTILIZE SOME OTHER

FORM OF ACCEPTABLE FALL PROTECTION AND/OR PROCEDURES AS PERMITTED BY

WORKSAFE BC.

D) INSTALLATION

1) REPORT ANY DISCREPANCIES BETWEEN THE STRUCTURAL ROOF ANCHOR PLANS AND

DETAILS SHOWN IN THESE DRAWINGS WITH SITE CONDITIONS.

2) GENERAL CONTRACTOR SHALL BE RESPONSIBLE FOR SITE VERIFICATION OF ALL ROOF

MEASUREMENTS AND FALL PROTECTION EQUIPMENT LOCATIONS PRIOR TO ORDERING,

MANUFACTURING & INSTALLING COMPONENTS.

3) ROOF ELEVATIONS ON DRAWINGS ARE APPROXIMATE DUE TO SLOPED ROOFS AND EXISTING

GRADE SLOPE.

4) IF ROOF ANCHORS ARE DESIGNED TO BE TIED INTO EXISTING ROOF FRAMING MEMBERS

BELOW, VERIFY THESE MEMBERS ARE AS ASSUMED BEFORE ORDERING, MANUFACTURING

& INSTALLING THE ROOF ANCHORS.

5) GENERAL CONTRACTOR SHALL CONFIRM THAT THE PROPOSED ROOF ANCHOR LOCATIONS

DO NOT INTERFERE WITH ROOF DRAINS, ROOF MOUNTED EQUIPMENT, ETC.

6) TAKE CARE WHEN EXPOSING THE STRUCTURE BELOW AND OPENING THE ROOF MEMBRANE.

PROTECT THE ROOF AS REQUIRED TO PREVENT WATER DAMAGE TO THE INTERIOR OF THE

BUILDING.

7) IF DRILLING THE EXISTING MEMBERS TO CONNECT THE ROOF ANCHORS, ANY DRILLING NOT

SHOWN ON THESE DRAWINGS SHALL BE REPORTED BY THE CONTRACTOR PRIOR TO

DRILLING.

8) WHEN INSTALLING EXPANSION OR ADHESIVE ANCHOR BOLTS, THOROUGHLY CLEAN THE

HOLE PRIOR TO INSTALLING THE EXPANSION ANCHOR OR THE EPOXY GROUT.

9) ALL SITE WELDING SHALL BE COORDINATED WITH THE BUILDING MAINTENANCE PERSONNEL

TO VERIFY IF ANY SPECIAL REQUIREMENTS EXIST PRIOR TO WELDING. PROVIDE ADEQUATE

FIRE PROTECTION TO EXISTING STRUCTURE WHEN WELDING.

10) ALL SITE WELDING SHALL CONFORM TO CSA W59 BY WELDERS QUALIFIED TO CSA W47.1.

11) ENSURE ALL ROOF AND / OR WALL AREAS AFFECTED BY ANCHOR INSTALLATIONS ARE

REPAIRED IN ACCORDANCE WITH PROJECT SPECIFICATIONS AND ARE WATERTIGHT.

12) THE CONTRACT DOCUMENTS ARE BASED ON ASSUMED AS BUILT DIMENSION FOR THE

EXISTING BUILDING STRUCTURE AND ASSUMPTIONS MAY VARY FROM THE ACTUAL ON SITE

CONDITIONS. THE CONTRACTOR SHALL IMMEDIATELY INFORM THE CONSULTANT OF ANY

ACTUAL VARIATION FROM THE ASSUMED CONDITIONS.

13) MINOR MODIFICATIONS WILL BE REQUIRED TO THE WORK INDICATED ON THESE DRAWINGS

TO REFLECT ACTUAL SITE CONDITIONS. THE CONTRACTOR WILL COOPERATE WITH THE

CONSULTANT AND OWNER IN THIS REGARD. MINOR MODIFICATIONS WILL BECOME THE

RESPONSIBILITY OF THE CONTRACTOR AND WILL NOT RESULT IN A CHANGE IN THE

CONTRACT PRICE.

STRUCTURAL GENERAL NOTES

Page 178: Building Renovation and Lighting Upgrades at Service Centre
Page 179: Building Renovation and Lighting Upgrades at Service Centre
Page 180: Building Renovation and Lighting Upgrades at Service Centre
Page 181: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART H – HAZARDOUS BUILDING MATERIALS SURVEYS

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2

CITY OF COQUITLAM

TENDER No. 17-05-01

BUILDING RENOVATION & LIGHTING UPGRADES AT SERVICE CENTRE

PART H

HAZARDOUS BUILDING MATERIALS SURVEYS

Page 182: Building Renovation and Lighting Upgrades at Service Centre

February 16, 2017

CITY OF COQUITLAM640 Poirier StreetCoquitlam, BC V3J 6B1

Attention: Mr. Ed Castaneda, Civic Facilities Project Coordinator

Ref: PRE-PROJECT HAZARDOUS BUILDING MATERIALS SURVEY FOR THE PLANNED INTERIORRENOVATION PROJECT AT THE AUSTIN WORKS YARD - VEHICLE SERVICE BUILDING LOCATEDAT 500 MARINER WAY, COQUITLAM, BC

1.0 INTRODUCTION

Astech Consultants were retained by the City of Coquitlam to conduct a Pre-Renovation Hazardous BuildingMaterials Survey and compile a detailed report on the presence and location of asbestos containing buildingmaterials and lead based paints to be impacted by the Planned Interior Renovation Project at the AustinWorks Yard - Vehicle Service Building located at 500 Mariner Way, Coquitlam, BC.

Astech Consultants Ltd. survey and report format is designed specifically to satisfy the current applicableregulation from the Workers' Compensation Board of British Columbia Occupational Health and SafetyRegulation 20.112 regarding hazardous building material assessments by a Qualified Person for buildingsand structures.

The survey was conducted on February 14, 2017 by Scott Price assisted by Amanda Higgins of AstechConsultants. It must be emphasized that this survey was concerned exclusively with representative buildingmaterials which are likely to be impacted by the Planned Interior Renovation Project. Representativematerials were collected from specific affected areas of the building. Building materials not likely to beimpacted by the project were not investigated. Inaccessible areas such as wall cavities and ceiling spaceswhich would require dismantling portions of the building in order to gain access were also not investigated.No attempt was made to investigate other areas of the building, underground services, or the surroundingproperty. Therefore, if during work activities, other hazardous materials, asbestos containing materials, orpotential asbestos containing materials not included in this report are discovered, work should immediatelycease in the affected area. At that time, Astech Consultants Ltd. should be contacted so that they caninitiate immediate appropriate action so that there are no undue delays.

2.0 METHODOLOGY

2.1 ASBESTOS CONTAINING MATERIALS

A visual inspection was undertaken in order to determine the type, location, and homogeneous nature ofasbestos and potential asbestos containing building materials to be impacted by the project. During thisinspection, fourteen (14) representative bulk samples of potential asbestos containing materials werecollected from specific locations of the subject building. The number of samples collected during thissurvey are in accordance with the guidelines established by WorkSafeBC in their publication Safe Work

#101-Bldg.C-17802-66th AvenueCloverdale, BC, Canada V3S 7X1

Tel: 604-575-1122 Fax: 604-575-1152Page 1 of 5

Page 183: Building Renovation and Lighting Upgrades at Service Centre

Astech Consultants Ltd. Ref:17161HE01.SWP

Practices for Handling Asbestos (2012 Edition), and as indicated by actual site conditions. The samplescollected were submitted for analysis at our in-house laboratory in accordance with the Workers'Compensation Board of British Columbia Occupational Health and Safety Regulation, utilizing polarized lightmicroscopy, and dispersion staining techniques. Results of laboratory analysis of samples collected duringthis survey are attached.

2.2 LEAD PAINTS

A visual inspection was undertaken in order to determine the type and location of paints suspected ofcontaining lead at the subject building. During this inspection, three (3) bulk samples of potential lead paintwere collected from specific locations of the building. The samples collected were submitted for analysisat our in-house laboratory in accordance with US EPA methods and the requirements of the Workers’Compensation Board of British Columbia Occupational Health and Safety Regulation. Results of laboratoryanalysis of samples collected during this survey are attached.

2.3 PCB CONTAINING MATERIALS, LEAD, MERCURY, STORED CHEMICALS, AND SILICA

A visual inspection was undertaken in order to determine the presence of:

- fluorescent light fixtures & HID light fixtures suspected of containing PCB ballasts or capacitors,- construction materials suspected of containing lead and other heavy metals,- thermostats and associated equipment suspected of containing mercury,- stored chemicals suspected of being toxic, flammable, or explosive, and- building materials suspected of containing silica in crystalline and non-crystalline forms.

3.0 INSPECTION RESULTS

3.1 ASBESTOS CONTAINING MATERIALS

The visual inspection and/or analytical results determined that asbestos containing materials or assumedasbestos containing materials are located at the following specific locations.

GROUND FLOOR

Stores 1 Room- Non-asbestos filling compound on gypsum board.- Non-asbestos vinyl tape on ductwork.- Non-asbestos pipe thread compound at fittings of sprinkler piping system.- Non-asbestos sealant in window of interior metal door.

Vestibule within Stores 1 Room- Non-asbestos 12" floor tiles and floor tile adhesive.- Non-asbestos filling compound on gypsum board.- Non-asbestos cove base and cove base adhesive.- Non-asbestos ceiling tiles.

Wall Cavities- Loose fill vermiculite insulation (concealed within concrete block), if present, is assumed asbestoscontaining until laboratory analysis determines otherwise. Not to be impacted by project.

Page 2 of 5

Page 184: Building Renovation and Lighting Upgrades at Service Centre

Astech Consultants Ltd. Ref:17161HE01.SWP

3.2 PCB CONTAINING MATERIALS

The visual inspection determined that there are eight (8) fluorescent light fixtures at the subject areas. PCBballast identification requires the disassembly of the light fixture in order to locate the manufacturer'sidentification code.

3.3 LEAD PAINT

The visual inspection and/or laboratory analytical results at the subject areas determined the following:

- white paint containing lead was used on interior wood surfaces,- dark green paint containing lead was used on interior wood surfaces,- light green paint containing lead was used on interior wood door,- off-white paint likely containing lead was used on interior metal door, (some of which is in adeteriorated condition and flaking),

- dark grey paint likely containing lead was used on interior metal door trim, and- gypsum board is painted with a latex paint that is not suspected of containing lead.

3.4 MERCURY

The visual inspection determined that there are no wall mounted thermostats at the subject areas thatcontain mercury. However, there are a several fluorescent light tubes at the subject areas that containmercury.

3.5 STORED CHEMICALS AND OTHER HAZARDOUS MATERIALS

The following list of materials were present at the subject areas at time of inspection (including items likelyto be retained by current occupants):

- several containers of cleaners and petroleum products,- numerous fire extinguishers, and- batteries within a key scan box.

3.6 SILICA

All concrete, cement, gypsum board, and any other cementitious building materials are suspected ofcontaining silica in crystalline and non-crystalline forms.

3.7 NON-ASBESTOS GYPSUM BOARD

The visual inspection and/or analytical results determined that there is gypsum board with non-asbestosfilling compound throughout the subject areas.

4.0 RECOMMENDATIONS

4.1 ASBESTOS CONTAINING MATERIALS

Prior to the renovation of a building or it's components, the asbestos or assumed asbestos containingmaterials that are directly impacted by the work must first be removed and disposed of by a qualifiedhazardous materials abatement contractor’s trained and authorized personnel. Asbestos containingmaterials not impacted by the work may remain in place as long as they are in a stable condition in which

Page 3 of 5

Page 185: Building Renovation and Lighting Upgrades at Service Centre

Astech Consultants Ltd. Ref:17161HE01.SWP

they are considered to be safely enclosed or encapsulated. Workers must be advised in writing of theirpresence and location so that the asbestos containing materials are not inadvertently disturbed. Removing,enclosing, encapsulating, or otherwise disturbing (e.g. drilling) asbestos containing materials must beperformed by a qualified contractor’s trained personnel in accordance with the Workers' CompensationBoard of British Columbia Occupational Health and Safety Regulation. Disposal of asbestos containingmaterials must be performed in accordance with the BC Ministry of Environment - EnvironmentalManagement Act - Hazardous Waste Regulation.

4.2 POLYCHLORINATED BIPHENYL (PCB) CONTAINING BALLASTS

Where affected by the renovation project, it is recommended that the identification of PCB ballasts beperformed by qualified personnel prior to or in conjunction with the renovation of the building, at a timewhen it becomes feasible to isolate electrical power and disassemble/disconnect the light fixtures. Theballasts that are identified as PCB containing must be removed in accordance with the Workers'Compensation Board of British Columbia Occupational Health and Safety Regulation, and disposed of inaccordance with the BC Ministry of Environment - Environmental Management Act - Hazardous WasteRegulation.

4.3 LEAD BASED PAINTS

Where lead or potential lead based paints and/or primers are affected by a project, the work must beperformed by a qualified contractor in accordance with the Workers' Compensation Board of BritishColumbia Occupational Health and Safety Regulation and the WCB publication entitled Lead-ContainingPaints and Coatings - Preventing Exposure in the Construction Industry.

Where the base substrate material is to be removed in conjunction with lead paint removal, the basesubstrate and lead based paints and/or primers should be removed intact by the contractor, in accordancewith the contractor’s risk assessment and site specific work procedures. The workers conducting the workand workers in close proximity to the work being performed, should be protected with personal protectiveequipment as determined by the contractor’s risk assessment and site specific work procedures.

Lead containing paints which remain attached to concrete and/or other building materials must be labelledas lead based paints (LBP) for transporting to a licensed/approved disposal site or recycling facility. Alicensed/approved facility receiving the waste must be informed of the lead content of these materials andbe agreeable to receiving these materials. Prior to acceptance of waste with lead paints at a licensed/approved disposal facility, the contractor generating the waste must ensure that all waste materialscontaining LBPs are sampled intact, fastened directly to the base substrate, and representative of the wastestream created by demolition. The contractor shall have the representative sample analyzed utilizing aToxicity Characteristic Leachate Procedure for lead (TCLP lead) test to determine the potential for soiland/or groundwater contamination, if deemed necessary by the site receiving the waste.

If the lead paints are to be separated or removed from the building materials by means of sanding, scraping,abrading, blasting, etc., more stringent work procedures would apply. The removed lead paints, dependingon lead concentrations and leachate results, may become a Hazardous Waste and therefore must bedisposed of in accordance with the BC Ministry of Environment - Environmental Management Act -Hazardous Waste Regulation.

4.4 MERCURY

Where affected by the renovation project, the mercury containing light tubes must first be removed, andbe relocated for future use, recycled or disposed of, in accordance with the BC Ministry of Environment -Environmental Management Act - Hazardous Waste Regulation.

Page 4 of 5

Page 186: Building Renovation and Lighting Upgrades at Service Centre

Astech Consultants Ltd. Ref:17161HE01.SWP

4.5 STORED CHEMICALS AND OTHER HAZARDOUS MATERIALS

Stored ChemicalsPrior to a renovation project that affects the listed materials, stored chemicals must first be removed, andbe retained for future use, recycled, or disposed of, in accordance with the BC Ministry of Environment -Environmental Management Act - Hazardous Waste Regulation.

4.6 SILICA

Where cementitious building materials that are suspected of containing silica in crystalline form are directlyimpacted by the project (i.e. drill, cut, or abrade), the work should be performed in a controlled manner toavoid the release of crystalline silica dust. Cutting, drilling, or otherwise disturbing these building materialsmust be performed by a qualified contractor's trained personnel in accordance with the Workers'Compensation Board of British Columbia Occupational Health and Safety Regulation.

4.7 NON-ASBESTOS GYPSUM BOARD

Where affected by the renovation project, the gypsum board with no asbestos finishes (a provinciallyregulated construction waste) must first be removed by a qualified contractor, and be recycled or disposedof in accordance with the BC Ministry of Environment - Environmental Management Act - Hazardous WasteRegulation. Landfills are issued operational certificates from the BC Ministry of Environment, and for locallandfills and others their certificate specifies that gypsum board cannot be accepted for disposal, andtherefore local depots offer recycling services.

5.0 OWNER'S RESPONSIBILITIES

For the remediation of hazardous building materials, contract specifications, quality control, and finalacceptance of the work remain the responsibility of the Owner. In order to ensure that the Owner hasacted in a responsible manner, and to ensure regulatory board compliance, it is recommended that the workbe performed by a qualified and properly insured (with proof of necessary asbestos inclusion rider)Hazardous Materials Abatement Contractor. As well, the abatement contractor upon completing the workshall have their “Qualified Person” inspect the worksite in its entirety to confirm that asbestos and otherhazardous building materials have been properly removed, then promptly provide the Owner with a signedLetter of Completion. Project Documentation should also be provided including, but not necessarily limitedto, a Notice of Project for work involving Asbestos, Risk Assessment, Exposure Control Plan, and SiteSpecific Work Procedures, Worker Respirator Fit Test Forms/Logs and Training Acknowledgement Forms,Certification of DOP Testing of HEPA Filtered Equipment used on site, Air Sample Results, Material SafetyData Sheets (MSDS) for products used on site, Transportation Waybills, and Waste Manifest Forms.

We hope you have found the above information useful. If you have any questions, or require clarificationplease contact this office.

Sincerely,

Scott PriceAstech Consultants Ltd.Ref: 17161HE01.SWP

Page 5 of 5

Page 187: Building Renovation and Lighting Upgrades at Service Centre

ASBESTOS BULK SAMPLE REPORT

Date: February 16, 2017

Client: CITY OF COQUITLAM

Location: Austin Works Yard - Vehicle Service Building500 Mariner WayCoquitlam, BC

Comments: 1) Analyzed as per NIOSH 9002, except for Vermiculite as per EPA/600/R-04/004.2) WCB defines asbestos containing material as 0.5% or more asbestos, with the

exception of Vermiculite which is defined as “any asbestos”.3) Samples will be disposed of after 90 days, unless the Client requests otherwise.

Samples Collected on February 14, 2017

Non-Asbestos Asbestos

Sample Location Description Layer: Colour % Type % Type

17161BS01 Ground Floor - Stores 1Room

PaintFilling Compound onGypsum Board (NorthWall)

1:2:

BeigeWhite 100% Non-Fibrous None Detected

17161BS02 Ground Floor - Stores 1Room

PaintFilling Compound onGypsum Board (East Wall)

1:2:

TanWhite 100% Non-Fibrous None Detected

17161BS03 Ground Floor - Stores 1Room

PaintFilling Compound onGypsum Board (WestWall)

1:2:

WhiteWhite 100% Non-Fibrous None Detected

17161BS04 Ground Floor - Stores 1Room

PaintFilling Compound onGypsum Board (Ceiling)

1:2:

WhiteWhite 100% Non-Fibrous None Detected

17161BS05 Ground Floor - Store 1Room

Vinyl Tape (on Ductwork) 1: Grey 75% Cellulose 25% Non-Fibrous

None Detected

17161BS06 Ground Floor - Stores 1Room

Pipe Thread Compound(at Fitting of SprinklerPiping)

1: Brown 5% Cellulose 95% Non-Fibrous

None Detected

17161BS07 Ground Floor - Stores 1Room

Sealant (in Interior Metal-Framed Door Window)

1: Black 5% Cellulose 95% Non-Fibrous

None Detected

17161BS08 Ground Floor - Stores 1Room

Sealant (in Interior Metal-Framed Door Window)

1: Black 5% Cellulose 95% Non-Fibrous

None Detected

#101-Bldg.C-17802-66th Avenue

Cloverdale, BC, Canada V3S 7X1

Page 1 of 2 Tel: 604-575-1122 Fax: 604-575-1152

Page 188: Building Renovation and Lighting Upgrades at Service Centre

Austin Works Yard - Vehicle Service Bay located at 500 Mariner Way, Coquitlam, BC Astech Consultants Ltd.

Non-Asbestos Asbestos

Sample Location Description Layer: Colour % Type % Type

17161BS09 Ground Floor - Stores 1Room

Sealant (in Interior Metal-Framed Door Window)

1: Black 5% Cellulose 95% Non-Fibrous

None Detected

17161BS10 Ground Floor - Vestibule(within Stores 1 Room)

12" Floor Tile 1: Beige 100% Non-Fibrous None Detected

17161BS11 Ground Floor - Vestibule(within Stores 1 Room)

Floor Tile Adhesive 2: Black 3% Cellulose 97% Non-Fibrous

None Detected

17161BS12 Ground Floor - Vestibule(within Stores 1 Room)

PaintCeiling Tile (MediumFissures)

1:2:

WhiteGrey 65% Cellulose

30% Glass 5% Non-Fibrous

None Detected

17161BS13 Ground Floor - Vestibule(within Stores 1 Room)

Cove Base 1: Brown 100% Non-Fibrous None Detected

17161BS14 Ground Floor - Vestibule(within Stores 1 Room)

Cove Base Adhesive 2: Beige 100% Non-Fibrous None Detected

Analyst(s): Jesse James

American Industrial Hygiene Association (AIHA) Bulk Asbestos Proficiency Analytical Testing (BAPAT)Astech Consultants Ltd. Laboratory Participant ID# 200542

Page 2 of 2 Bulk Sample Report

Page 189: Building Renovation and Lighting Upgrades at Service Centre

LEAD (in Paint) BULK SAMPLE REPORT

Date: February 16, 2017

Client: CITY OF COQUITLAM

Location: Austin Works Yard - Vehicle Service Building500 Mariner WayCoquitlam, BC

Comments: 1) Analyzed by X-Ray Fluorescence (XRF) with direct read PPM.2) Sample results report lead only.3) WCB defines lead-containing surface coating material as a paint or other similar

material that dries to a solid film that contains over 90 PPM (90 mg/kg or 90 µg/g or0.009%) dry weight of lead.

4) Samples will be disposed of after 25 days, unless the client requests otherwise.5) < means less than.

Samples Collected on February 14, 2017

Bulk Sample # 17161LS01 : Ground Floor - Stores 1 RoomSample Type : Paint (White) (on Interior Wood Door)Result : 185 PPM

Bulk Sample # 17161LS02 : Ground Floor - Stores 1 RoomSample Type : Paint (Light Green) (on Interior Wood Door)Result : 528 PPM

Bulk Sample # 17161LS03 : Ground Floor - Stores 1 RoomSample Type : Paint (Dark Green) (on Interior Wood Door)Result : 1,018 PPM

Analyst: Gina Foley

#101-Bldg.C-17802-66th Avenue

Cloverdale, BC, Canada V3S 7X1

Page 1 of 1 Tel: 604-575-1122 Fax: 604-575-1152

Page 190: Building Renovation and Lighting Upgrades at Service Centre

February 27, 2015

CITY OF COQUITLAM640 Poirer StreetCoquitlam, BC V3J 6B1

Attention: Mr. Ed Castaneda, Civic Facilities Project Coordinator

Ref: CONTRACTOR VERSION - PRE-RENOVATION HAZARDOUS BUILDING MATERIALS SURVEY OF THESECOND FLOOR SHOWER ROOM AND TOILET ROOM AT AUSTIN WORKS YARD SERVICE CENTRELOCATED AT 500 MARINER WAY, COQUITLAM, BC

1.0 INTRODUCTION

Astech Consultants were retained by the City of Coquitlam to conduct a Pre-Renovation Hazardous BuildingMaterials Survey and compile a detailed report on the presence and location of asbestos containing buildingmaterials, PCB containing ballasts, lead, mercury, and stored chemicals in the Second Floor Shower Roomand Toilet Room at Austin Works Yard Service Centre located at 500 Mariner Way, Coquitlam, BC.

Astech Consultants Ltd. survey and report format is designed specifically to satisfy the current applicableregulation from the Workers' Compensation Board of British Columbia Occupational Health and SafetyRegulation 20.112 regarding hazardous building material assessments by a Qualified Person for buildingsand structures constructed year 1989 and prior, which is listed below.

PART 20: CONSTRUCTION, EXCAVATION AND DEMOLITION

Hazardous 20.112 Before work begins on the demolition or salvage of machinery, equipment, buildingsmaterials or structures, the employer or owner must

(a) ensure that a qualified person inspects the site to identify any asbestos-containingmaterials, lead or other heavy metal or toxic, flammable or explosive materials thatmay be handled, disturbed or removed,

(b) have the inspection results available at the worksite, including any drawings, plans orspecifications, as appropriate, to show the locations of any hazardous substances,

(c) ensure that any hazardous materials found are safely contained or removed, and

(d) if hazardous materials are discovered during demolition work that were not identifiedin the inspection required by paragraph (a), ensure that all work ceases until suchmaterials are contained or removed.

This survey was conducted on February 19, 2015 by Scott Price and Trent Litchfield of AstechConsultants. It must be emphasized that this survey was concerned exclusively with the subject areas ofthe building. Although the site survey was thorough in investigating layered floor, wall, and ceilingsystems, inaccessible floor cavities, wall cavities, and ceiling cavities which would require dismantlingportions of the building in order to gain access were not investigated. No attempt was made to investigate the remainder of the building, underground services, or the surrounding property.

#101-Bldg.C-17802-66th AvenueCloverdale, BC, Canada V3S 7X1

Tel: 604-575-1122 Fax: 604-575-1152Page 1 of 5

Page 191: Building Renovation and Lighting Upgrades at Service Centre

Astech Consultants Ltd. Ref: 13819HE01.GF

2.0 BUILDING DESCRIPTION

The building can be described as a two-storey concrete public works service center building with a fewminor renovations over the years. The building is heated by a forced air natural gas furnace and ductwork. The subject of this report is the Second Floor Shower Room and Toilet Room of the building. At the timeof survey, the subject areas were in good condition.

3.0 METHODOLOGY

3.1 ASBESTOS CONTAINING MATERIALS

A visual inspection was undertaken in order to determine the type, location, and homogeneous nature ofasbestos and potential asbestos containing building materials located at the subject areas of the building. During this inspection, fifteen (15) bulk samples of potential asbestos containing materials were collectedfrom specific locations of the building. The samples collected were submitted for analysis at our in-houselaboratory in accordance with the Workers' Compensation Board of British Columbia Occupational Healthand Safety Regulation, utilizing polarized light microscopy, and dispersion staining techniques. Results oflaboratory analysis of samples collected during this survey are attached.

3.2 LEAD PAINTS

A visual inspection was undertaken in order to determine the type and location of paints suspected ofcontaining lead at the subject areas of the building. During this inspection, one (1) bulk sample of apotential lead paint was collected from a specific location of the building. The sample collected wassubmitted for laboratory analysis in accordance with US EPA methods and the requirements of the Workers’Compensation Board of British Columbia Occupational Health and Safety Regulation. Results of laboratoryanalysis of the sample collected during this survey is attached.

3.3 PCB CONTAINING MATERIALS, LEAD, MERCURY, AND STORED CHEMICALS

A visual inspection was undertaken in order to determine the presence of:

- fluorescent light fixtures & HID light fixtures suspected of containing PCB ballasts or capacitors,- construction materials suspected of containing lead and other heavy metals,- thermostats and associated equipment suspected of containing mercury, and- stored chemicals suspected of being toxic, flammable, or explosive.

4.0 INSPECTION RESULTS

4.1 ASBESTOS CONTAINING MATERIALS

SECOND FLOOR

Shower Room- Asbestos containing floor tiles and asbestos containing floor levelling compound (bottom layers) atentrance to Hallway (concealed beneath layers of non-asbestos floor tiles, non-asbestos floor tileadhesive, non-asbestos floor levelling compound, and/or other building materials).

- Asbestos containing filling compound on gypsum board (some concealed).

Page 2 of 5

Page 192: Building Renovation and Lighting Upgrades at Service Centre

Astech Consultants Ltd. Ref: 13819HE01.GF

Toilet Room- Asbestos containing filling compound on gypsum board (some concealed).

4.2 PCB CONTAINING MATERIALS

The visual inspection determined that there are approximately six (6) fluorescent light fixtures at the subjectareas of the building that may have PCB containing ballasts. PCB ballast identification requires thedisassembly of the light fixture in order to locate the manufacturer's identification code.

4.3 LEAD

The visual inspection and/or laboratory analytical results determined the following at the subject areas ofthe building:

- paints containing lead were used on wood walls and ceilings,- glazing finishes of ceramic tiles are likely lead containing, and- there may be lead sleeves at the toilets.

4.4 MERCURY

The visual inspection determined that there are no wall mounted thermostats in the subject areas of thebuilding that contain mercury. However, there are several fluorescent light tubes/bulbs in the subject areasof the building that contain mercury.

4.5 STORED CHEMICALS AND OTHER HAZARDOUS MATERIALS

The visual inspection determined that there are a few containers of cleaners in the subject areas of thebuilding at time of inspection that would be retained for future use.

5.0 RECOMMENDATIONS

5.1 ASBESTOS CONTAINING MATERIALS

Prior to the renovation of a building or it's components, the asbestos or potential asbestos containingmaterials that are directly impacted by the work must first be removed and disposed of by a qualifiedhazardous materials abatement contractor’s trained and authorized personnel. Asbestos and potentialasbestos containing materials not impacted by the work may remain in place as long as they remain in theirexisting stable condition in which they are considered to be safely enclosed or encapsulated. Workers mustbe advised in writing of their presence and location so that the asbestos containing materials are notinadvertently disturbed. Removing, enclosing, encapsulating, or otherwise disturbing (e.g. drilling) asbestoscontaining materials must be performed by a qualified contractor’s trained personnel in accordance with theWorkers' Compensation Board of British Columbia Occupational Health and Safety Regulation. Disposalof asbestos containing materials must be performed in accordance with the BC Ministry of Environment -Environmental Management Act - Hazardous Waste Regulation.

5.2 POLYCHLORINATED BIPHENYL (PCB) CONTAINING BALLASTS

It is recommended that the identification of PCB ballasts be performed by qualified personnel prior to or inconjunction with the renovation of the building, at a time when it becomes feasible to isolate electricalpower and disassemble/disconnect the light fixtures. The ballasts that are identified as PCB containingmust be removed in accordance with the Workers' Compensation Board of British Columbia Occupational

Page 3 of 5

Page 193: Building Renovation and Lighting Upgrades at Service Centre

Astech Consultants Ltd. Ref: 13819HE01.GF

Health and Safety Regulation, and disposed of in accordance with the BC Ministry of Environment -Environmental Management Act - Hazardous Waste Regulation.

5.3 LEAD BASED PAINTS AND LEAD BUILDING MATERIALS

Lead based paints on building materials not impacted by a renovation project may remain in place as longas they remain in their existing stable condition in which the lead is considered to be safely encapsulatedwithin the paint. Lead based paints that are in good repair (stable condition) do not pose a hazard tobuilding occupants.

Where lead or potential lead based paints and/or primers are affected by a project, the work must beperformed by a qualified contractor in accordance with the Workers' Compensation Board of BritishColumbia Occupational Health and Safety Regulation and the WCB publication entitled Lead-ContainingPaints and Coatings - Preventing Exposure in the Construction Industry.

Where the base substrate material is to be removed in conjunction with lead paint removal, the basesubstrate and lead based paints and/or primers should be removed intact by the contractor, in accordancewith the contractor’s risk assessment and site specific work procedures. The workers conducting the workand workers in close proximity to the work being performed, should be protected with personal protectiveequipment as determined by the contractor’s risk assessment and site specific work procedures.

Lead containing paints which remain attached to wood and/or other building materials must be labelled aslead based paints (LBP) for transporting to a licensed/approved disposal site or recycling facility. Alicensed/approved facility receiving the waste must be informed of the lead content of these materials andbe agreeable to receiving these materials. Prior to acceptance of waste with lead paints at a licensed/approved disposal facility, the contractor generating the waste must ensure that all waste materialscontaining LBPs are sampled intact and still fastened directly to the base substrate, and analyzed utilizinga Toxicity Characteristic Leachate Procedure (TCLP) test to determine the potential for soil and/orgroundwater contamination, if deemed necessary by the site receiving the waste.

If the lead paints are to be separated or removed from the building materials by means of sanding, scraping,abrading, blasting, etc., more stringent work procedures would apply. The removed lead paints, dependingon lead concentrations and leachate results, may become a Hazardous Waste and therefore must bedisposed of in accordance with the BC Ministry of Environment - Environmental Management Act -Hazardous Waste Regulation.

If affected by the renovation project lead sleeves at toilets must first be removed, and be recycled ordisposed of, in accordance with the BC Ministry of Environment - Environmental Management Act -Hazardous Waste Regulation.

5.4 MERCURY

If affected by the renovation project, the mercury containing light bulbs/tubes must first be removed, andbe relocated for future use, recycled or disposed of, in accordance with the BC Ministry of Environment -Environmental Management Act - Hazardous Waste Regulation.

5.5 STORED CHEMICALS AND OTHER HAZARDOUS MATERIALS

Stored ChemicalsPrior to a renovation project that affects the listed materials, stored chemicals must first be removed, andbe retained for future use, recycled, or disposed of, in accordance with the BC Ministry of Environment -Environmental Management Act - Hazardous Waste Regulation.

Page 4 of 5

Page 194: Building Renovation and Lighting Upgrades at Service Centre

Astech Consultants Ltd. Ref: 13819HE01.GF

Natural GasThe natural gas that is contained in some piping must be shut off and purged by Fortis BC (formerly TerasenGas) or a qualified trades person prior to work that would affect the gas, and prior to building renovation.

6.0 OWNER'S RESPONSIBILITIES

For the remediation of hazardous building materials, contract specifications, quality control, and finalacceptance of the work remain the responsibility of the Owner. In order to ensure that the Owner hasacted in a responsible manner, and to ensure regulatory board compliance, it is recommended that the workand project air monitoring be performed by a qualified and properly insured (with proof of necessaryasbestos inclusion rider) Hazardous Materials Abatement Contractor. As well, the abatement contractorupon completing the work shall have their “Qualified Person” inspect the worksite in its entirety to confirmthat asbestos and other hazardous building materials have been properly removed, then promptly providethe Owner with a signed Letter of Completion. Project Documentation should also be provided including,but not necessarily limited to, a Notice of Project for work involving Asbestos, Risk Assessment, ExposureControl Plan, and Site Specific Work Procedures, Worker Respirator Fit Test Forms/Logs and TrainingAcknowledgement Forms, Certification of DOP Testing of HEPA Filtered Equipment used on site, Air SampleResults, Material Safety Data Sheets (MSDS) for products used on site, Transportation Waybills, and WasteManifest Forms.

We hope you have found the above information useful. If you have any questions, or require clarificationplease contact this office.

Scott PriceAstech Consultants Ltd.Ref: 13819HE01C.GF

Page 5 of 5

Page 195: Building Renovation and Lighting Upgrades at Service Centre

ASBESTOS BULK SAMPLE REPORT

Date: February 27, 2015

Client: CITY OF COQUITLAM

Location: Austin Works Yard Service Centre500 Mariner WayCoquitlam, BC

Comments: 1) Analysed as per NIOSH 9002, except for Vermiculite as per EPA/600/R-04/004.2) WCB defines asbestos containing material as 0.5% or more asbestos, with the

exception of Vermiculite which is defined as “any asbestos”.3) Sample(s) will be disposed of after 90 days, unless the Client requests otherwise.

Samples Collected on February 19, 2015

Non-Asbestos Asbestos

Sample Location Description Layer: Colour % Type % Type

13819BS01 Second Floor - Shower

Room

Ceramic Floor Tile Grout 1: Light Grey 2% Cellulose

98% Non-Fibrous

None Detected

13819BS02 Second Floor - Shower

Room

Ceramic Floor Tile Mortar 2: Grey 2% Cellulose

98% Non-Fibrous

None Detected

13819BS03 Second Floor - Shower

Room

Floor Construction Paper 1: Black 95% Cellulose

5% Non-Fibrous

None Detected

13819BS04 Second Floor - Shower

Room

Ceramic Wall Tile Grout 1: White 100% Non-Fibrous None Detected

13819BS05 Second Floor - Shower

Room

Ceramic Wall Tile Mortar 2: Grey 2% Cellulose

98% Non-Fibrous

None Detected

13819BS06 Second Floor - Shower

Room

Paint

Gypsum Board Filling

Compound (Wall)

1:

2:

White

Beige 95% Non-Fibrous 5% Chrysotile

13819BS07 Second Floor - Toilet

Room

Paint

Gypsum Board Filling

Compound (Wall)

1:

2:

White

Beige 95% Non-Fibrous 5% Chrysotile

13819BS08 Second Floor - Shower

Room

Pipe Thread Compound 1: Grey 3% Cellulose

97% Non-Fibrous

None Detected

13819BS09 Second Floor - Locker

Room (at Entrance to

Shower Room)

Cove Base 1: Grey 100% Non-Fibrous None Detected

#101-Bldg.C-17802-66th Avenue

Cloverdale, BC, Canada V3S 7X1

Page 1 of 2 Tel: 604-575-1122 Fax: 604-575-1152

Page 196: Building Renovation and Lighting Upgrades at Service Centre

Austin Works Yard Service Centre located at 500 Mariner Way, Coquitlam, BC Astech Consultants Ltd.

Non-Asbestos Asbestos

Sample Location Description Layer: Colour % Type % Type

13819BS10 Second Floor - Shower

Room (at Entrance to

Hallway)

Floor Tile 1: Beige 100% Non-Fibrous None Detected

13819BS11 Second Floor - Shower

Room (at Entrance to

Hallway)

Floor Tile Adhesive 2: Black 3% Cellulose

97% Non-Fibrous

None Detected

13819BS12 Second Floor - Shower

Room (at Entrance to

Hallway)

Floor Levelling Compound 3: Grey 100% Non-Fibrous None Detected

13819BS13 Second Floor - Shower

Room (at Entrance to

Hallway)

Floor Tile 1: Cream 98% Non-Fibrous 2% Chrysotile

13819BS14 Second Floor - Shower

Room (at Entrance to

Hallway)

Floor Tile Adhesive 2: Brown 3% Cellulose

97% Non-Fibrous

None Detected

13819BS15 Second Floor - Shower

Room (at Entrance to

Hallway)

Floor Levelling Compound 3: Grey &

Beige

Mixed

95% Non-Fibrous 5% Tremolite

Analyst(s): Jesse James

American Industrial Hygiene Association (AIHA) Bulk Asbestos Proficiency Analytical Testing (BAPAT)Astech Consultants Ltd. Laboratory Participant ID# 200542

Page 2 of 2 Bulk Sample Report

Page 197: Building Renovation and Lighting Upgrades at Service Centre

LEAD (in Paint) BULK SAMPLE REPORT

Date: February 27, 2015

Client: CITY OF COQUITLAM

Location: Austin Works Yard Service Centre500 Mariner WayCoquitlam, BC

Comments: 1) Submitted samples were digested in accordance with EPA Analytical Method 3051 modified and analyzed in accordance with EPA Analytical Method 200.15.2) Sample results report lead only.3) WCB defines lead-containing surface coating material as a paint or other similar

material that dries to a solid film that contains over 90 mg/kg (90 µg/g or 90 PPM or0.009%) dry weight of lead.

4) Samples will be disposed of after 25 days, unless the client requests otherwise.

Sample Collected on February 19, 2015

Bulk Sample # 13819LS01 : Second Floor - Shower RoomSample Type : Paint (White) (on Wood Ceiling)Result : 825 mg/kg

#101-Bldg.C-17802-66th Avenue

Cloverdale, BC, Canada V3S 7X1

Page 1 of 1 Tel: 604-575-1122 Fax: 604-575-1152

Page 198: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART I – SERVICE CENTRE SITE PLAN

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2

CITY OF COQUITLAM

TENDER No. 17-05-01

BUILDING RENOVATION & LIGHTING UPGRADES AT SERVICE CENTRE

PART I

SERVICE CENTRE SITE PLAN

Page 199: Building Renovation and Lighting Upgrades at Service Centre

CITY OF COQUITLAM – WORKS YARD & ANIMAL

SHELTER LIGHTING UPGRADE

LEGEND

1. WATER SEWER UTILITY BLDG

2. VEHICLE SERVICES BLDG

3. LARGE TRAILER

4. AUXILIARY BLDGS - SHEDS

5. ANIMAL SHELTER

6. YARD / PARKING LOT LIGHTING

(SHADED IN BLUE)

2

1

3

4

5

4

44

ecastane
Text Box
(LT- Parks, Survey)
ecastane
Text Box
(WSU)
ecastane
Text Box
(VSB)
ecastane
Text Box
(AB)
ecastane
Text Box
(AS)
ecastane
Text Box
(YPL)
ecastane
Text Box
6
ecastane
Text Box
6
ecastane
Text Box
6
ecastane
Text Box
6
ecastane
Text Box
6
ecastane
Text Box
TENDER No. 17-05-01 PART I - SERVICE CENTRE SITE PLAN (LIGHTING UPGRADES)
Page 200: Building Renovation and Lighting Upgrades at Service Centre

City of Coquitlam Tender No. 17-05-01 Building Renovation and Lighting Upgrades at Servic e Centre PART J– LIGHTING UPGRADES SCOPE OF WORK

File #: 03-1220-20/17-05-01/1 Doc #: 2600277.v2

CITY OF COQUITLAM

TENDER No. 17-05-01

BUILDING RENOVATION & LIGHTING UPGRADES AT SERVICE CENTRE

PART J

LIGHTING UPGRADES SCOPE OF WORK

Page 201: Building Renovation and Lighting Upgrades at Service Centre

Tender No. 17-05-01_Electrical Lighting Upgrades_Scope of Work

Tender 17-05-01_Building Renovation and Electrical Upgrades at Service Centre - LIGHTING UPGRADES SCOPE OF WORKTimer onlyDimming only

Installation Building Name: Vehicle Service Building, Water Sewer Utility and Animal Shelter Buildings, Park and Survey Portable Building, Auxiliary Storage Portable Structure and Site Yard/Parking Layout Occupancy Sensor onlyInstallation Address: 500 Mariner Way, Coquitlam, BC Occupancy Sensor w/ DimmingRevision Date: May 25, 2017 Occupancy Sensor w/ Dimming (new switch location - rewiring)

Mockup (provided by others)

Luminaire Description Luminaire Quantity Ballast Type Lamps /

Luminaire Lamp Type Type Lamp Luminaire Description Luminaire Quantity Control Type # Controls Additional Work to be included

Water/Sewer Utility Building

1 Basement Water Sewer Utility Stores Receiving 2X4 Fluorescent 11 Electronic 4 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 11 CT39B - 0-10V/1200VA LED Dimmer 12 Basement Water Sewer Utility Stores 8' Strip 18 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 18 no change3 Basement Water Sewer Utility Stores 4' Industrial 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change4 Basement Water Sewer Utility Stores 4' Cube 2 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 no change5 Basement Water Sewer Utility Stores Exit Sign 2 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 2 no change

6 Basement Water Sewer Utility Electrical Room 8' Strip 1 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 1 no change7 Basement Water Sewer Utility Machine Room 4' Industrial 1 Electronic 2 4FT (F40T12ES) R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change8 Basement Water Sewer Utility Janitor Room 4' Wrap 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change

9 Basement Water Sewer Utility Stores - caged area 4' Industrial 12 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 12 no change10 Basement Water Sewer Utility Stores - caged area 4' Strip 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change11 Basement Water Sewer Utility Stores - caged area 4' Wrap 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change12 Basement Water Sewer Utility Stores - caged area Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change

13 Basement Water Sewer Utility Stores - staff area 8' Strip 16 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 16 no change14 Basement Water Sewer Utility Stores - staff area Exit Sign 2 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 2 no change15 Mezzanine Water Sewer Utility Stores - staff area (mezzanine) 8' Strip 7 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 7 no change16 Mezzanine Water Sewer Utility Stores - staff area (mezzanine) Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change17 Mezzanine Water Sewer Utility Washroom (mezzanine) 4' Wrap 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 CT26 - OS Wall Switch-120V 118 Mezzanine Water Sewer Utility Washroom (mezzanine) 4' Cube 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 CT26 - OS Wall Switch-120V

19 Main Water Sewer Utility Corridor 4' Wrap 9 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 9 no change20 Main Water Sewer Utility Corridor Exit Sign 2 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 2 no change21 Main Water Sewer Utility Corridor (short) 4' Wrap 3 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 3 no change22 Main Water Sewer Utility First Aid Room 4' Wrap 2 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 no change23 Main Water Sewer Utility Office 4' Wrap 4 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 4 CT26 - OS Wall Switch-120V 1 Program sensor to disable "Microphonics"24 Main Water Sewer Utility Office 4' Wrap 4 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 4 CT26 - OS Wall Switch-120V 1 Program sensor to disable "Microphonics"25 Main Water Sewer Utility (MOCKUP) Workshop 4' Wrap 8 Electronic 2 4FT (F32T8)-32W W20 N/A No Change 8 no change MOCKUP (PROVIDED BY OTHERS)

26 Main Water Sewer Utility Sign Shop 8' Strip 8 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 8 no change27 Main Water Sewer Utility Office 1X4 Fluorescent 4 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 4 CT26 - OS Wall Switch-120V 1 Program sensor to disable "Microphonics"28 Main Water Sewer Utility Carpentry Shop Work Area 8' Strip 3 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 3 no change29 Main Water Sewer Utility Carpentry Shop Highbay 16 Electronic 1 LED Highbay - 95W W20 N/A No Change 16 no change30 Main Water Sewer Utility Carpentry Shop Exit Sign 2 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 2 no change

31 Stairs Water Sewer Utility Stairs (north) 4' Wrap 4 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 4 no change32 Stairs Water Sewer Utility Stairs (north) Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change33 Stairs Water Sewer Utility Stairs (south) 4' Wrap 4 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 4 no change34 Stairs Water Sewer Utility Stairs (south) Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change35 Elevator Water Sewer Utility Elevator 4' Strip 2 Electronic 1 4FT (F32T8)-32W R9-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamp (1) 2 no change

36 Main Water Sewer Utility Vestibule 2X4 Fluorescent 1 Electronic 4 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 1 no change37 Main Water Sewer Utility Corridor 2X4 Fluorescent 5 Electronic 4 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 5 no change38 Main Water Sewer Utility Corridor Exit Sign 2 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 2 no change

39 Main Water Sewer Utility Reception Potlight - 6" 3 Magnetic 1 CFL-26W-G24d-Quad, 2-pin-Mag P5 N/A New: 6" Diameter LED Downlight Retrofit (dry/damp location) 1000-120 3 CT39B - 0-10V/1200VA LED Dimmer 1Set to 1000lm, Dimmers to be wired to 0-10V and load, blank off

unused switches

40 Main Water Sewer Utility Reception 2X4 Fluorescent 4 Electronic 4 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 4 CT39B - 0-10V/1200VA LED Dimmer 1Dimmers to be wired to 0-10V and load, blank off unused

switches

41 Main Water Sewer Utility (MOCKUP) Boardroom 2X4 Fluorescent 2 Electronic 4 4FT (F32T8)-32W W20 N/A No Change 2 no change MOCKUP (PROVIDED BY OTHERS)42 Main Water Sewer Utility (MOCKUP) Boardroom Potlight - 6" 6 Magnetic 1 CFL-26W-G24d-Quad, 2-pin-Mag W20 N/A No Change 6 no change MOCKUP (PROVIDED BY OTHERS)

43 Main Water Sewer Utility Control Centre 2X4 Fluorescent 2 Electronic 4 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 2 CT39B - 0-10V/1200VA LED Dimmer 1Dimmers to be wired to 0-10V and load, blank off unused

switches

44 Main Water Sewer Utility Control Centre Potlight - 6" 4 Magnetic 1 CFL-26W-G24d-Quad, 2-pin-Mag P5 N/A New: 6" Diameter LED Downlight Retrofit (dry/damp location) 1000-120 4 CT39B - 0-10V/1200VA LED Dimmer 1Set to 1000lm, Dimmers to be wired to 0-10V and load, blank off

unused switches

45 Main Water Sewer Utility Open Office (Dispatch Centre) 2X4 Fluorescent 4 Electronic 4 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 4 CT39B - 0-10V/1200VA LED Dimmer 1Dimmers to be wired to 0-10V and load, blank off unused

switches

46 Main Water Sewer Utility Open Office 2X4 Fluorescent 20 Electronic 4 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 20 no changeDimmers to be wired to 0-10V and load, blank off unused

switches47 Main Water Sewer Utility Open Office back corridor > Remove (3) 2X4 Fluorescent 3 Electronic 4 4FT (F32T8)-32W W21 N/A Remove Fluorescent 3 no change48 Main Water Sewer Utility Open Office Exit Sign 2 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 2 no change

49 Main Water Sewer Utility Private Office #1 2X4 Fluorescent 2 Electronic 4 4FT (F32T8)-32W A1-LED-RET N/A New: 2x4 Recessed LED, 3500K retrofit kit, 37W 2 CT26B - Dimmer & OS Wall Switch-120V, new switch location (re-wiring) 1Program sensor to disable "Microphonics", dimmers to be wired

to 0-10V and load

50 Main Water Sewer Utility Private Office #2 2X4 Fluorescent 2 Electronic 4 4FT (F32T8)-32W A1-LED-RET N/A New: 2x4 Recessed LED, 3500K retrofit kit, 37W 2 CT26B - Dimmer & OS Wall Switch-120V, new switch location (re-wiring) 1Program sensor to disable "Microphonics", dimmers to be wired

to 0-10V and load

51 Main Water Sewer Utility Private Office #3 2X4 Fluorescent 2 Electronic 4 4FT (F32T8)-32W A1-LED-RET N/A New: 2x4 Recessed LED, 3500K retrofit kit, 37W 2 CT26B - Dimmer & OS Wall Switch-120V, new switch location (re-wiring) 1Program sensor to disable "Microphonics", dimmers to be wired

to 0-10V and load

52 Main Water Sewer Utility Private Office #4 2X4 Fluorescent 2 Electronic 4 4FT (F32T8)-32W A1-LED-RET N/A New: 2x4 Recessed LED, 3500K retrofit kit, 37W 2 CT26B - Dimmer & OS Wall Switch-120V, new switch location (re-wiring) 1Program sensor to disable "Microphonics", dimmers to be wired

to 0-10V and load53 Main Water Sewer Utility Washroom - Women's 3' Cube 1 Electronic 2 3FT (F25T8) R7-LED-NBF F25T8LED-10.5W Retrofit: T8 HE ballast, F25T8 LED lamps (2) 1 CT26 - OS Wall Switch-120V 154 Main Water Sewer Utility Washroom - Men's 3' Cube 1 Electronic 2 3FT (F25T8) R7-LED-NBF F25T8LED-10.5W Retrofit: T8 HE ballast, F25T8 LED lamps (2) 1 CT26 - OS Wall Switch-120V 1

55 2nd Floor Water Sewer Utility Lunch Room 2X4 Fluorescent 4 Electronic 4 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 4 CT39C - 0-10V/1200VA LED Dimmer & O/S 1Program sensor to disable "Microphonics", Dimmers to be wired

to 0-10V and load, blank off unused switches56 2nd Floor Water Sewer Utility Lunch Room Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change

57 2nd Floor Water Sewer Utility Open Office 2X4 Fluorescent 26 Electronic 4 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 26 no changeDimmers to be wired to 0-10V and load, blank off unused

switches58 2nd Floor Water Sewer Utility Open Office Exit Sign 2 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 2 no change

59 2nd Floor Water Sewer Utility Private Office #5 2X4 Fluorescent 1 Electronic 4 4FT (F32T8)-32W A1-LED-RET N/A New: 2x4 Recessed LED, 3500K retrofit kit, 37W 1 CT39C - 0-10V/1200VA LED Dimmer & O/S 1Program sensor to disable "Microphonics", Dimmers to be wired

to 0-10V and load, blank off unused switches

60 2nd Floor Water Sewer Utility Private Office #6 2X4 Fluorescent 1 Electronic 4 4FT (F32T8)-32W A1-LED-RET N/A New: 2x4 Recessed LED, 3500K retrofit kit, 37W 1 CT39C - 0-10V/1200VA LED Dimmer & O/S 1Program sensor to disable "Microphonics", Dimmers to be wired

to 0-10V and load, blank off unused switches

61 2nd Floor Water Sewer Utility Private Office #7 2X4 Fluorescent 1 Electronic 4 4FT (F32T8)-32W A1-LED-RET N/A New: 2x4 Recessed LED, 3500K retrofit kit, 37W 1 CT39C - 0-10V/1200VA LED Dimmer & O/S 1Program sensor to disable "Microphonics", Dimmers to be wired

to 0-10V and load, blank off unused switches

62 2nd Floor Water Sewer Utility Private Office #8 2X4 Fluorescent 1 Electronic 4 4FT (F32T8)-32W A1-LED-RET N/A New: 2x4 Recessed LED, 3500K retrofit kit, 37W 1 CT39C - 0-10V/1200VA LED Dimmer & O/S 1Program sensor to disable "Microphonics", Dimmers to be wired

to 0-10V and load, blank off unused switches

63 2nd Floor Water Sewer Utility Private Office #9 2X4 Fluorescent 1 Electronic 4 4FT (F32T8)-32W A1-LED-RET N/A New: 2x4 Recessed LED, 3500K retrofit kit, 37W 1 CT39C - 0-10V/1200VA LED Dimmer & O/S 1Program sensor to disable "Microphonics", Dimmers to be wired

to 0-10V and load, blank off unused switches

64 2nd Floor Water Sewer Utility Private Office #10 2X4 Fluorescent 1 Electronic 4 4FT (F32T8)-32W A1-LED-RET N/A New: 2x4 Recessed LED, 3500K retrofit kit, 37W 1 CT39C - 0-10V/1200VA LED Dimmer & O/S 1Program sensor to disable "Microphonics", Dimmers to be wired

to 0-10V and load, blank off unused switches

65 2nd Floor Water Sewer Utility Boardroom 2X4 Fluorescent 2 Electronic 4 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 2 CT39C - 0-10V/1200VA LED Dimmer & O/S 1Program sensor to disable "Microphonics", Dimmers to be wired

to 0-10V and load, blank off unused switches

66 2nd Floor Water Sewer Utility Boardroom Potlight - 6" 9 Magnetic 1 CFL-26W-G24d-Quad, 2-pin-Mag P5 N/A New: 6" Diameter LED Downlight Retrofit (dry/damp location) 1000-120 9 CT39C - 0-10V/1200VA LED Dimmer & O/S 1

Set to 1000lm, Program sensor to disable "Microphonics", Dimmers to be wired to 0-10V and load, blank off unused

switches67 2nd Floor Water Sewer Utility Utility Control Room 2X4 Fluorescent 4 Electronic 4 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 4 no change68 2nd Floor Water Sewer Utility Washroom - Women's 3' Cube 1 Electronic 2 3FT (F25T8) R7-LED-NBF F25T8LED-10.5W Retrofit: T8 HE ballast, F25T8 LED lamps (2) 1 CT26 - OS Wall Switch-120V 169 2nd Floor Water Sewer Utility Washroom - Men's 3' Cube 1 Electronic 2 3FT (F25T8) R7-LED-NBF F25T8LED-10.5W Retrofit: T8 HE ballast, F25T8 LED lamps (2) 1 CT26 - OS Wall Switch-120V 1

Exterior - Building Attached (Lamp Wattages Estimated)

LIGHTING UPGRADESeq # Floor Bldg Area Name

EXISTING

Page 1 of 4

ecastane
Text Box
TENDER No. 17-05-01 PART J - LIGHTING SCOPE OF WORK
Page 202: Building Renovation and Lighting Upgrades at Service Centre

Tender No. 17-05-01_Electrical Lighting Upgrades_Scope of Work

Luminaire Description Luminaire Quantity Ballast Type Lamps /

Luminaire Lamp Type Type Lamp Luminaire Description Luminaire Quantity Control Type # Controls Additional Work to be included

LIGHTING UPGRADESeq # Floor Bldg Area Name

EXISTING

70 Exterior Water Sewer Utility Building Perimeter Wallpack - Large 7 Magnetic 1 HPS 250W S4 N/A New: LED Wall Pack (large) 120V, 67W 7 no change Confirm Voltage

Vehicle Services Building

71 Main Vehicle Services Entrance (vestibule) Potlight - 6" 2 1 INC. 60W (A19) P5 N/A New: 6" Diameter LED Downlight Retrofit (dry/damp location) 1000-120 2 no change Set to 1000lm72 Main Vehicle Services Corridor (west) 2X4 Fluorescent 4 Electronic 2 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 4 no change73 Main Vehicle Services Corridor (west) Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change

74 Main Vehicle Services (MOCKUP) Office #1 2X4 Fluorescent 3 Electronic 2 4FT (F32T8)-32W W20 N/A No Change 3 no change MOCKUP (PROVIDED BY OTHERS)75 Main Vehicle Services Storage Room (adj to stairs west) 4' Wrap 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change

76 Stairs Vehicle Services Stairs (West) 4' Wrap 3 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 3 no change77 Stairs Vehicle Services Stairs (West) Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change

78 Main Vehicle Services Open Office 2X4 Fluorescent 14 Electronic 2 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 14 CT39B - 0-10V/1200VA LED Dimmer 2Dimmers to be wired to 0-10V and load, blank off unused

switches

79 Main Vehicle Services Open Office (Purchasing) 2X4 Fluorescent 8 Electronic 2 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 8 CT39B - 0-10V/1200VA LED Dimmer 1Dimmers to be wired to 0-10V and load, blank off unused

switches

80 Main Vehicle Services Office #2 2X4 Fluorescent 3 Electronic 2 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 3 CT39C - 0-10V/1200VA LED Dimmer & O/S 1Program sensor to disable "Microphonics", Dimmers to be wired

to 0-10V and load, blank off unused switches

81 Main Vehicle Services Office #3 2X4 Fluorescent 3 Electronic 2 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 3 CT39C - 0-10V/1200VA LED Dimmer & O/S 1Program sensor to disable "Microphonics", Dimmers to be wired

to 0-10V and load, blank off unused switches

82 Main Vehicle Services Office #4 2X4 Fluorescent 3 Electronic 2 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 3 CT39C - 0-10V/1200VA LED Dimmer & O/S 1Program sensor to disable "Microphonics", Dimmers to be wired

to 0-10V and load, blank off unused switches83 Main Vehicle Services Storage Room (near Office #4) 4' Wrap 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change

84 Main Vehicle Services Corridor (East) 2X4 Fluorescent 6 Electronic 2 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 6 no change85 Main Vehicle Services Corridor (East) > Remove (1) fixure nearest to stairwell 2X4 Fluorescent 1 Electronic 2 4FT (F32T8)-32W W21 N/A Remove Fluorescent 1 no change86 Main Vehicle Services Corridor (East) 4' Wrap (old) 2 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 no change87 Main Vehicle Services Corridor (East) Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change88 Main Vehicle Services Washroom Vestibule 4' Wrap 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change89 Main Vehicle Services Women's Washroom 2X4 Fluorescent 1 Electronic 2 4FT (F32T8)-32W A1-LED-RET-B N/A New: 2x4 Recessed LED, 3500K retrofit kit, 32W 1 CT26 - OS Wall Switch-120V 190 Main Vehicle Services Storage Room (next to Boiler Room) 4' Wrap 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change91 Main Vehicle Services Boiler Room (estimate) 1X4 Fluorescent 4 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 4 no change

92 Stairs Vehicle Services Stairs (East) 4' Wrap (old) 3 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 3 no change93 > Add new fixture (1) over stairs C2-LED N/A New: 4' Wrap LED, 4000lm 1 no change94 Stairs Vehicle Services Stairs (East) Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change

95 Main Vehicle Services Light Vehicle Service Area Highbay 30 Magnetic 1 MH 400W K1-LED-OS N/A New: LED High-bay (20,000lm), integrated O/S 30 Adaptive Control Program to dim to 30% when vacant96 Main Vehicle Services (MOCKUP) Light Vehicle Service Area Highbay 3 Magnetic 1 MH 400W W20 N/A No Change 3 no change MOCKUP (PROVIDED BY OTHERS)97 Main Vehicle Services Light Vehicle Service Area - Work benches 4' Industrial 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change98 Main Vehicle Services Light Vehicle Service Area - Work benches 4' Cube 9 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 9 no change99 Main Vehicle Services Light Vehicle Service Area - Work benches Exit Sign 4 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 4 no change

100 Main Vehicle Services Small Equipment Storage 8' Industrial 8 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 8 CT1 - OS only (& PP)-120V 1101 Main Vehicle Services Small Equipment Storage Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change

102 Main Vehicle Services Small Equipment Maintenance Workshop 8' Industrial 7 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 7 no change103 Main Vehicle Services Small Equipment Maintenance Workshop 4' Wrap 2 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 no change104 Main Vehicle Services Small Equipment Maintenance Workshop Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change105 Main Vehicle Services Flammable Storage Explosion Proof Jam Jar 2 1 CFL-42W (screw-in) W20 N/A No Change 2 no change

106 Main Vehicle Services Carpentry and Paint Shop 4' Explosion Proof 2 Electronic 4 F54T5HO (45.2") W20 N/A No Change 2 CT5-2P - WideView OS & PP (x2)-120V 1107 Main Vehicle Services Carpentry and Paint Shop 4' Explosion Proof 4 Electronic 4 F54T5HO (45.2") W20 N/A No Change 4 CT5-2P - WideView OS & PP (x2)-120V108 Main Vehicle Services Carpentry and Paint Shop Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change

109 Main Vehicle Services Heavy Vehicle Service Area Highbay 11 Electronic 6 4FT (F32T8)-32W K1-LED-OS N/A New: LED High-bay (20,000lm), integrated O/S 11 Adaptive Control Program to dim to 30% when vacant110 Main Vehicle Services (MOCKUP) Heavy Vehicle Service Area Highbay 3 Electronic 6 4FT (F32T8)-32W W20 N/A No Change 3 no change MOCKUP (PROVIDED BY OTHERS)111 > Add new LED highbay fixtures (5) K1-LED-OS N/A New: LED High-bay (20,000lm), integrated O/S 5 Adaptive Control Refer to drawings112 Main Vehicle Services Heavy Vehicle Service Area Highbay 4 Electronic 6 4FT (F32T8)-32W K1-LED-OS N/A New: LED High-bay (20,000lm), integrated O/S 4 Adaptive Control Program to dim to 30% when vacant113 Main Vehicle Services Heavy Vehicle Service Area Exit Sign 3 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 3 no change

114 Main Vehicle Services Welding Shop Highbay 2 Electronic 6 4FT (F32T8)-32W K1-LED N/A New: LED High-bay (20,000lm) 2 no change115 Main Vehicle Services (MOCKUP) Welding Shop Highbay 1 Electronic 6 4FT (F32T8)-32W W20 N/A No Change 1 no change MOCKUP (PROVIDED BY OTHERS)116 Main Vehicle Services Welding Shop > Remove (1) fixture nearest to west wall Highbay 1 Electronic 6 4FT (F32T8)-32W W22 N/A Remove 1 no change117 Main Vehicle Services (MOCKUP) Welding Shop 8' Industrial 1 Electronic 4 4FT (F32T8)-32W W20 N/A No Change 1 no change MOCKUP (PROVIDED BY OTHERS)118 Main Vehicle Services Welding Shop Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change

119 Main Vehicle Services Stores 8' Industrial 6 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 6 no change

120 Main Vehicle Services Tools Storage 8' Industrial 1 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 1 no change121 Main Vehicle Services Tools Storage 4' Industrial 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change

122 Main Vehicle Services Washroom 4' Cube 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change

123 Main Vehicle Services Lunch Room 8' Industrial 4 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 4 CT26 - OS Wall Switch-120V 1 Program sensor to disable "Microphonics"

124 2nd Floor Vehicle Services Vestibule Sconce 1 Magnetic 2 CFL-13W-GX23-Twin, 2-pin-Mag Q1 N/A LED Wall Sconce 1 no change

125 2nd Floor Vehicle Services Files Storage 8' Industrial 6 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 6 CT26 - OS Wall Switch-120V 1 Program sensor to disable "Microphonics"126 2nd Floor Vehicle Services Files Storage 4' Wrap (old) 2 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 CT26 - OS Wall Switch-120V Program sensor to disable "Microphonics"

127 2nd Floor Vehicle Services EOC Radio Room 4' Wrap (old) 4 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 4 CT26 - OS Wall Switch-120V 1 Program sensor to disable "Microphonics"

128 2nd Floor Vehicle Services Lunch Room 4' Wrap (old) 16 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 16 CT26-2P - 2 Pole OS Wall Switch-120V 1 Set for 20 min time delay129 2nd Floor Vehicle Services Lunch Room Exit Sign 2 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 2 no change

130 2nd Floor Vehicle Services Locker Room 4' Wrap (old) 5 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 5 CT26 - OS Wall Switch-120V 1 Set for 20 min time delay131 2nd Floor Vehicle Services Backup EOC Storage 4' Wrap (old) 2 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 CT26 - OS Wall Switch-120V Program sensor to disable "Microphonics"132 2nd Floor Vehicle Services Washroom 4' Wrap (old) 4 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 4 CT26-2P - 2 Pole OS Wall Switch-120V 1133 2nd Floor Vehicle Services Toilets 4' Wrap (old) 2 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 CT26-2P - 2 Pole OS Wall Switch-120V

134 2nd Floor Vehicle Services Short Corridor 4' Wrap (old) 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change135 2nd Floor Vehicle Services Short Corridor Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change

136 2nd Floor Vehicle Services Office 4' Wrap (old) 4 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 4 CT26 - OS Wall Switch-120V 1 Program sensor to disable "Microphonics"137 2nd Floor Vehicle Services Office 4' Wrap 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 CT26 - OS Wall Switch-120V Program sensor to disable "Microphonics"

Exterior - Building Attached (Lamp Wattages Estimated)

138 Exterior Vehicle Services North and South Walls Wallpack - Medium 9 Magnetic 1 HPS 150W S3 N/A New: LED Wall Pack (large) 120V, 45W 9 no change139 Exterior Vehicle Services East Wall Wallpack - Medium 8 Magnetic 1 HPS 150W S3 N/A New: LED Wall Pack (large) 120V, 45W 8 no change140 Exterior Vehicle Services South Side - Loading Dock 8' Strip 4 Electronic 4 4FT (F32T8)-32W H2-LED-NBF F32T8LED-15.0W New: 8' Vaporproof T8 HE ballast, T8 LED lamps (4) 4 no change

Auxiliary Building - Trailer

141 Main Auxiliary Bldg Watchmen / Media Room 4' Wrap 3 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 3 CT26 - OS Wall Switch-120V 1 Set for 20 min time delay142 Main Auxiliary Bldg Watchmen / Media Room 4' Wrap 3 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 3 CT26 - OS Wall Switch-120V Set for 20 min time delay143 > Replace lens (1) LENS N/A Replace 4' Wrap Lens 1 no change144 Main Auxiliary Bldg Watchmen / Media Room 4' Wrap 9 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 9 CT26 - OS Wall Switch-120V 1 Set for 20 min time delay

145 Main Auxiliary Bldg Inspections 4' Wrap 10 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 10 CT26 - OS Wall Switch-120V 1 Set for 20 min time delay146 Main Auxiliary Bldg Inspections - Office 4' Wrap 2 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 2 no change

147 Main Auxiliary Bldg Survey 4' Wrap 4 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 4 CT46A - Wireless ceiling mount occupancy sensor (450sf) & switch 1 Set for 20 min time delay

Page 2 of 4

Page 203: Building Renovation and Lighting Upgrades at Service Centre

Tender No. 17-05-01_Electrical Lighting Upgrades_Scope of Work

Luminaire Description Luminaire Quantity Ballast Type Lamps /

Luminaire Lamp Type Type Lamp Luminaire Description Luminaire Quantity Control Type # Controls Additional Work to be included

LIGHTING UPGRADESeq # Floor Bldg Area Name

EXISTING

148 Main Auxiliary Bldg Survey 4' Wrap 2 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 2 CT46A - Wireless ceiling mount occupancy sensor (450sf) & switch Set for 20 min time delay149 Main Auxiliary Bldg Survey - Office 4' Wrap 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change 1 Set for 20 min time delay150 Main Auxiliary Bldg Survey - Office 4' Wrap 1 Electronic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 1 no change Set for 20 min time delay151 > Replace lens (1) LENS N/A Replace 4' Wrap Lens 1 no change152 Main Auxiliary Bldg Survey - Kitchen 4' Wrap 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change 1 Set for 20 min time delay

153 Main Auxiliary Bldg Parks 4' Wrap 4 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 4 CT46A - Wireless ceiling mount occupancy sensor (450sf) & switch 1 Set for 20 min time delay154 Main Auxiliary Bldg Parks - Washroom 4' Wrap 2 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 CT26 - OS Wall Switch-120V 1 Program sensor to disable "Microphonics"

155 Main Auxiliary Bldg Office (West End of Building) 4' Wrap 2 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 no change156 Main Auxiliary Bldg Office (West End of Building) 4' Wrap 2 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 no change

Exterior - Building Attached (Lamp Wattages Estimated)

157 Exterior Auxiliary Bldg Front of Building - under canopy Dish - Decorative 6 1 INC. 60W (A19) P1 N/A New: LED Dish 6 no change158 Exterior Auxiliary Bldg Front of Building - mounted on post (above roof) Floodlight 2 3 INC. 75W (PAR) S9 N/A New: LED Floodlight (70W-150W HID Equiv.) 2 no change Confirm Voltage, maintain existing aiming159 Exterior Auxiliary Bldg Behind Building - under canopy Floodlight 1 1 INC. 150W S9 N/A New: LED Floodlight (70W-150W HID Equiv.) 1 no change160 Exterior Auxiliary Bldg Behind Building - under canopy Floodlight 1 1 HPS 150W S9 N/A New: LED Floodlight (70W-150W HID Equiv.) 1 no change Confirm Voltage, maintain existing aiming

Other Standalone Buildings & Sheds

161 Interior Other Auxiliary Bldgs #1 Road Salt Shed Highbay 3 Magnetic 1 MH 400W K3-LED N/A New: LED High-bay (24,000lm) 3 no change Confirm Voltage

162 Interior Other Auxiliary Bldgs #2 Shed Highbay 2 Magnetic 1 MH 400W K3-LED N/A New: LED High-bay (24,000lm) 2 no change Confirm Voltage

163 Interior Other Auxiliary Bldgs #3A "Roads" Shed 4' Vaporproof 5 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 5 CT10 - Programmable Timer Switch 12hr-120V 1 Confirm Voltage164 Exterior Other Auxiliary Bldgs #3A "Roads" Shed - Front of Building Floodlight 1 Electronic 1 70W LED Linear Flood W20 N/A No Change 1 no change165 Exterior Other Auxiliary Bldgs #3A "Roads" Shed - Back of Building Wallpack - Medium 1 Electronic 1 44W LED Wallack W20 N/A No Change 1 no change

166 Interior Other Auxiliary Bldgs #3B "Traffic" Shed 4' Vaporproof 5 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 5 CT10 - Programmable Timer Switch 12hr-120V 1 Confirm Voltage167 Exterior Other Auxiliary Bldgs #3B "Traffic" Shed - Front of Building Floodlight 1 Electronic 1 70W LED Linear Flood W20 N/A No Change 1 no change168 Exterior Other Auxiliary Bldgs #3B "Traffic" Shed - Back of Building Wallpack - Medium 1 Electronic 1 44W LED Wallack W20 N/A No Change 1 no change

169 Interior Other Auxiliary Bldgs #3C "Water" Shed 4' Vaporproof 5 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 5 CT10 - Programmable Timer Switch 12hr-120V 1 Confirm Voltage170 Exterior Other Auxiliary Bldgs #3C "Water" Shed - Front of Building Floodlight 1 Electronic 1 70W LED Linear Flood W20 N/A No Change 1 no change171 Exterior Other Auxiliary Bldgs #3C "Water" Shed - Back of Building Wallpack - Medium 1 Electronic 1 44W LED Wallack W20 N/A No Change 1 no change

172 Interior Other Auxiliary Bldgs #3D "Drainage" Shed 4' Vaporproof 5 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 5 CT10 - Programmable Timer Switch 12hr-120V 1 Confirm Voltage173 Exterior Other Auxiliary Bldgs #3D "Drainage" Shed - Front of Building Floodlight 1 Electronic 1 70W LED Linear Flood W20 N/A No Change 1 no change174 Exterior Other Auxiliary Bldgs #3D "Drainage" Shed - Back of Building Wallpack - Medium 1 Electronic 1 44W LED Wallack W20 N/A No Change 1 no change

175 Interior Other Auxiliary Bldgs #3E Shed 4' Vaporproof 5 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 5 CT10 - Programmable Timer Switch 12hr-120V 1 Confirm Voltage176 Exterior Other Auxiliary Bldgs #3E Shed - Front of Building Floodlight 1 Electronic 1 70W LED Linear Flood W20 N/A No Change 1 no change177 Exterior Other Auxiliary Bldgs #3E Shed - Back of Building Wallpack - Medium 1 Electronic 1 44W LED Wallack W20 N/A No Change 1 no change

178 Interior Other Auxiliary Bldgs #4A Shed Highbay 2 Electronic 6 F54T5HO (45.2") W20 N/A No Change 2 no change179 Interior Other Auxiliary Bldgs #4B Shed Highbay 2 Electronic 6 F54T5HO (45.2") W20 N/A No Change 2 no change

180 Interior Other Auxiliary Bldgs #5A Shed 8' Strip 2 Electronic 4 4FT (F32T8)-32W H2-LED-NBF F32T8LED-15.0W New: 8' Vaporproof T8 HE ballast, T8 LED lamps (4) 2 no change181 Interior Other Auxiliary Bldgs #5B Shed 8' Strip 2 Electronic 4 4FT (F32T8)-32W H2-LED-NBF F32T8LED-15.0W New: 8' Vaporproof T8 HE ballast, T8 LED lamps (4) 2 no change

182 Interior Other Auxiliary Bldgs #6 Shed "Trails Maintenance in Progress" 4' Vaporproof 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change183 Exterior Other Auxiliary Bldgs #6 Shed "Trails Maintenance in Progress" Wallpack - Large 1 Electronic 1 MH 250W S4 N/A New: LED Wall Pack (large) 120V, 67W 1 no change

Low Mast Floodlights

184 Exterior Floodlighting Salt Brine Shed Floodlight 1 Magnetic 1 HPS 400W S10B N/A New: LED Floodlight (250W-400W HID Equiv.) 1 no change Confirm Voltage, maintain existing aiming185 Exterior Floodlighting Road Salt Shed Floodlight 2 Magnetic 1 HPS 400W S10B N/A New: LED Floodlight (250W-400W HID Equiv.) 2 no change Confirm Voltage, maintain existing aiming

186 Exterior Floodlighting North Perimiter Floodlight 1 Magnetic 1 HPS 250W S10B N/A New: LED Floodlight (250W-400W HID Equiv.) 1 no change Confirm Voltage, maintain existing aiming

187 Exterior Floodlighting Northwest Perimeter Floodlight 2 Magnetic 1 HPS 250W S10B N/A New: LED Floodlight (250W-400W HID Equiv.) 2 no change Confirm Voltage, maintain existing aiming188 Exterior Floodlighting Northwest Perimeter Floodlight 1 Magnetic 1 HPS 400W S10B N/A New: LED Floodlight (250W-400W HID Equiv.) 1 no change Confirm Voltage, maintain existing aiming

189 Exterior Floodlighting Northwest Perimeter Floodlight 2 Magnetic 1 HPS 250W S10B N/A New: LED Floodlight (250W-400W HID Equiv.) 2 no change Confirm Voltage, maintain existing aiming

190 Exterior Floodlighting West Perimeter Floodlight (box) 2 Magnetic 1 HPS 400W S10B N/A New: LED Floodlight (250W-400W HID Equiv.) 2 no change Confirm Voltage, maintain existing aiming191 Exterior Floodlighting West Perimeter Floodlight (box) 2 Magnetic 1 HPS 400W S10B N/A New: LED Floodlight (250W-400W HID Equiv.) 2 no change Confirm Voltage, maintain existing aiming

192 Exterior Floodlighting Southwest Perimeter Floodlight 2 Magnetic 1 HPS 400W S10B N/A New: LED Floodlight (250W-400W HID Equiv.) 2 no change Confirm Voltage, maintain existing aiming

193 Exterior Floodlighting Gasoline Tank - Filling Area Floodlight 2 Magnetic 1 HPS 150W S10 N/A New: LED Floodlight (150W-250W HID Equiv.) 2 no change Confirm Voltage, maintain existing aiming194 Exterior Floodlighting Gasoline Tank - Filling Area Floodlight 1 2 INC. 75W (PAR) S10 N/A New: LED Floodlight (150W-250W HID Equiv.) 1 no change Confirm Voltage, maintain existing aiming

195 Exterior Entrance South Entrance Low Mast 1 Magnetic 1 HPS 250W S13 N/A New: LED Area Light (Type 5) 1 no change Confirm Voltage196 Exterior Entrance East Entrance Low Mast 1 Magnetic 1 HPS 250W S13 N/A New: LED Area Light (Type 5) 1 no change Confirm Voltage

197 Exterior Floodlighting Garbage Disposal Area Floodlight 1 Magnetic 1 HPS 150W S10 N/A New: LED Floodlight (150W-250W HID Equiv.) 1 no change Confirm Voltage, maintain existing aiming

High Mast Floodlights

198 Exterior Floodlighting North Perimeter Floodlight 1 Magnetic 4 MH 1000W S10-HO N/A New: LED Floodlight, high output 487W, 120V-277V 4 no change Confirm Voltage, maintain existing aiming199 Exterior Floodlighting West Perimeter Floodlight 1 Magnetic 3 MH 1000W S10-HO N/A New: LED Floodlight, high output 487W, 120V-277V 3 no change Confirm Voltage, maintain existing aiming200 Exterior Floodlighting South Perimeter Floodlight 1 Magnetic 2 MH 1000W S10-HO N/A New: LED Floodlight, high output 487W, 120V-277V 2 no change Confirm Voltage, maintain existing aiming201 Exterior Floodlighting Southeast Perimeter Floodlight 1 Magnetic 2 MH 1000W S10-HO N/A New: LED Floodlight, high output 487W, 120V-277V 2 no change Confirm Voltage, maintain existing aiming202 Exterior Floodlighting (MOCKUP) East Perimeter Floodlight 1 Magnetic 2 MH 1000W W20 N/A No Change 2 no change MOCKUP (PROVIDED BY OTHERS)203 Exterior Floodlighting Parking Lot Floodlight 1 Magnetic 3 MH 1000W S10-HO N/A New: LED Floodlight, high output 487W, 120V-277V 3 no change Confirm Voltage, maintain existing aiming

Coquitlam Animal Shelter

204 Main Animal Shelter Lobby (fixture extends into Cat Room #2) Fluorescent Direct / Indire 1 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change205 Main Animal Shelter > Add 4' Wrap (1) C2-LED N/A New: 4' Wrap LED, 4000lm 1 no change206 Main Animal Shelter Lobby Track light 3 1 CFL-23W (screw-in) W21 N/A Remove Fluorescent 3 no change207 Main Animal Shelter Lobby Track light 1 1 INC. 40W (A19) W21 N/A Remove Fluorescent 1 no change208 Main Animal Shelter Lobby Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change

209 Main Animal Shelter Reception / Work Area Fluorescent Direct / Indire 2 Magnetic 4 4FT (F32T8)-32W R14-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (4) 2 no change210 Main Animal Shelter Vestibule 1X4 Fluorescent 1 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change211 Main Animal Shelter Vestibule Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change212 Main Animal Shelter Office Fluorescent Direct / Indire 2 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 no change213 Main Animal Shelter Examination Room 4' Wrap 2 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 no change

214 Main Animal Shelter Washroom 1X4 Fluorescent 2 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 CT26 - OS Wall Switch-120V 1215 Main Animal Shelter Washroom Potlight - 7" 1 Magnetic 2 CFL-13W-GX23-Twin, 2-pin-Mag P5 N/A New: 6" Diameter LED Downlight Retrofit (dry/damp location) 1000-120 1 CT26 - OS Wall Switch-120V Set to 1000lm

216 Main Animal Shelter Corridor 1X4 Fluorescent 2 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 no change217 Main Animal Shelter Corridor Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change

218 Main Animal Shelter Mechanical Room 4' Industrial 1 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change

219 Main Animal Shelter Cat Room #1 Fluorescent Direct / Indire 1 Magnetic 4 4FT (F32T8)-32W G2-LED-NBF F32T8LED-15.0W New 4' Industrial T8 HE ballast, T8 LED lamp (2) 2 no change220 Main Animal Shelter Cat Room #1 Wallpack - Small 1 1 CFL-23W (screw-in) S3 N/A New: LED Wall Pack (large) 120V, 45W 1 no change

221 Main Animal Shelter Cat Room #2 1X4 Fluorescent 2 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 no change222 Main Animal Shelter Cat Room #2 Wallpack - Large 1 Magnetic 1 MV 175W S3 N/A New: LED Wall Pack (large) 120V, 45W 1 no change

Page 3 of 4

Page 204: Building Renovation and Lighting Upgrades at Service Centre

Tender No. 17-05-01_Electrical Lighting Upgrades_Scope of Work

Luminaire Description Luminaire Quantity Ballast Type Lamps /

Luminaire Lamp Type Type Lamp Luminaire Description Luminaire Quantity Control Type # Controls Additional Work to be included

LIGHTING UPGRADESeq # Floor Bldg Area Name

EXISTING

223 Main Animal Shelter Impound 1X4 Fluorescent 2 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 2 no change

224 Main Animal Shelter Animal Wash and Food Preparation 1X4 Fluorescent 7 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 7 CT26 - OS Wall Switch-120V 1 Program sensor to disable "Microphonics", Blank off unused $

225 Main Animal Shelter Dryer Room (outside access) 4' Wrap 1 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change226 Main Animal Shelter Cold Room (outside access) Screw-in 1 1 INC. 60W (A19) L24D N/A LED: 12W A21 (rated for enclosed fixtures), 3000K 1 no change

227 2nd Floor Animal Shelter Lunch Room & Corridor 4' Wrap 4 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 4 CT46A - Wireless ceiling mount occupancy sensor (450sf) & switch 1228 2nd Floor Animal Shelter Lunch Room & Corridor Exit Sign 1 1 EXIT SIGN - LED E1 N/A New: Indoor Self-powered LED Exit Sign 1 no change

229 2nd Floor Animal Shelter Open Office 4' Wrap 6 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 6 CT46A - Wireless ceiling mount occupancy sensor (450sf) & switch 1

230 2nd Floor Animal Shelter Washroom 4' Cube 1 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change231 2nd Floor Animal Shelter Electrical Room 1X4 Fluorescent 1 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 1 no change

Exterior - Building Attached (Lamp Wattages Estimated)

232 Exterior Animal Shelter Front of Building - Canopy Potlight - 7" 9 Magnetic 2 CFL-13W-GX23-Twin, 2-pin-Mag P5 N/A New: 6" Diameter LED Downlight Retrofit (dry/damp location) 1000-120 9 no change Set to 1000lm233 Exterior Animal Shelter Back of Building - Canopy Potlight - 7" 8 Magnetic 2 CFL-13W-GX23-Twin, 2-pin-Mag P5 N/A New: 6" Diameter LED Downlight Retrofit (dry/damp location) 1000-120 8 no change Set to 1000lm234 Exterior Animal Shelter Side of Building - Canopy Potlight - 7" 1 Magnetic 2 CFL-13W-GX23-Twin, 2-pin-Mag P5 N/A New: 6" Diameter LED Downlight Retrofit (dry/damp location) 1000-120 1 no change Set to 1000lm235 Exterior Animal Shelter Side of Building (near Cooling Room) Jam Jar 1 Magnetic 1 CFL-13W-GX23-Twin, 2-pin-Mag S1 N/A New: LED Wall Light - 120V 1 no change

Adoption Kennel Building

236 Interior Adoption Kennel Adoption Kennel 4' Vaporproof 5 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 5 no change237 Interior Adoption Kennel Adoption Kennel 4' Strip 1 Electronic 1 4FT (F32T8)-32W R9-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamp (1) 1 no change

238 Exterior Adoption Kennel Adoption Kennel ' Strip with Indirect Reflecto 15 Electronic 1 4FT (F32T8)-32W R9-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamp (1) 15 no change239 Exterior Adoption Kennel Adoption Kennel - Canopy Ceiling Fixture 3 Magnetic 1 MH 70W S6 N/A New LED Ceiling Fixture (medium) 3 no change240 Exterior Adoption Kennel Adoption Kennel - Floodlighting Floodlight 1 Magnetic 1 MH 100W S10 N/A New: LED Floodlight (150W-250W HID Equiv.) 1 no change Confirm Voltage, maintain existing aiming241 Exterior Adoption Kennel Adoption Kennel - Floodlighting Floodlight 1 Magnetic 1 MH 400W S10B N/A New: LED Floodlight (250W-400W HID Equiv.) 1 no change Confirm Voltage, maintain existing aiming

Impound and Private Boarding Kennel Building

242 Interior Impound / Private Boarding Kennels Impound Kennel 4' Vaporproof 5 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 5 no change243 Interior Impound / Private Boarding Kennels Private Boarding Kennel 4' Vaporproof 5 Electronic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 5 no change

244 Exterior Impound / Private Boarding Kennels Impound Kennel ' Strip with Indirect Reflecto 15 Electronic 1 4FT (F32T8)-32W R9-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamp (1) 15 no change245 Exterior Impound / Private Boarding Kennels Private Boarding Kennel ' Strip with Indirect Reflecto 15 Electronic 1 4FT (F32T8)-32W R9-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamp (1) 15 no change246 Exterior Impound / Private Boarding Kennels Impound / Private Boarding Kennels Ceiling Fixture 8 Magnetic 1 MH 70W S6 N/A New LED Ceiling Fixture (medium) 8 no change247 Exterior Impound / Private Boarding Kennels Impound / Private Boarding Kennels - Floodlighting Floodlight 1 Magnetic 1 MH 100W S10 N/A New: LED Floodlight (150W-250W HID Equiv.) 1 no change Confirm Voltage, maintain existing aiming248 Exterior Impound / Private Boarding Kennels Impound / Private Boarding Kennels - Floodlighting Floodlight 1 Magnetic 1 MH 400W S10B N/A New: LED Floodlight (250W-400W HID Equiv.) 1 no change Confirm Voltage, maintain existing aiming

Portable

249 Portable Portable Portable 4' Wrap 7 Magnetic 2 4FT (F32T8)-32W R10-LED-NBF F32T8LED-15.0W Retrofit: T8 HE ballast, F32T8 LED lamps (2) 7 no change250 Exterior Portable Portable Jam Jar 2 1 CFL-23W (screw-in) S1 N/A New: LED Wall Light - 120V 2 no change

Last Line

Page 4 of 4