NSLC REFERENCE NO: CN-26-FY20 Submission Closing Deadline · company licenced to conduct surety and...

172
BRIDGEWATER RETAIL STORE 274 DUFFERIN STREET, BRIDGEWATER, NS ROOF REPLACEMENT NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-26-FY20 Submission Closing Deadline: January 16, 2020 2:00 PM AST (Halifax local time) NSLC Contact: Tracey Darrigan Procurement Manager Email: [email protected]

Transcript of NSLC REFERENCE NO: CN-26-FY20 Submission Closing Deadline · company licenced to conduct surety and...

BRIDGEWATER RETAIL STORE 274 DUFFERIN STREET, BRIDGEWATER, NS

ROOF REPLACEMENT

NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE

HALIFAX, NOVA SCOTIA B3S 1A3

NSLC REFERENCE NO: CN-26-FY20

Submission Closing Deadline:

January 16, 2020 2:00 PM AST (Halifax local time)

NSLC Contact: Tracey Darrigan Procurement Manager Email: [email protected]

2

TABLE OF CONTENTS

1. GENERAL ...................................................................................................................................... 3

2. BID SUBMISSION ..................................................................................................................... 3

3. BID OPENING AND EVALUATION ....................................................................................... 4

4. BID DOCUMENTS ...................................................................................................................... 5

5. COMPLIANCE .............................................................................................................................. 6

7. BID AND PERFORMANCE SECURITY ................................................................................. 7

9. AMENDMENTS TO BID DOCUMENTS ................................................................................ 7

10. TAXES ........................................................................................................................................... 8

11. GOVERNING LAW AND INTERPRETATION ...................................................................... 8

12. BID COMPLETION ..................................................................................................................... 8

13. BID EXPIRY PERIOD .............................................................................................................. 12

14. REQUESTS FOR INFORMATION ........................................................................................ 12

15. TRADE AGREEMENTS ............................................................................................................ 13

16. SUBSTITUTIONS ..................................................................................................................... 13

17. AWARD & EXECUTION OF THE CONTRACT, DOCUMENTS TO BE DELIVERED 13

18. SCHEDULING OF THE WORK ............................................................................................. 14

19. METHODS OF PROCEDURE ................................................................................................. 14

20. CONSTRUCTION BY OWNER OR OWNER’S OTHER CONTRACTORS ................... 15

21. SUBSTANTIAL PERFORMANCE OF THE WORK ............................................................ 15

22. COST AND EXPENSE ............................................................................................................. 15

23. DISPUTES .................................................................................................................................. 16

24. CONFIDENTIALITY ................................................................................................................. 17

25. CONFLICT OF INTEREST ...................................................................................................... 17

BASE BID FORM .................................................................................................................................. 19

BASE BID FORM CONT’D ................................................................................................................. 20

Appendix A BID PRICE BREAK DOWN ....................................................................... 21

Appendix B BID PRICE CHANGE ................................................................................. 23

Appendix C BIDDER PROPOSED ALTERNATES...................................................... 24

Appendix D SEPARATE PRICES ................................................................................... 25

Appendix F KEY PERSONNEL ....................................................................................... 26

3

1. GENERAL

1.1 The intent of this tender is to solicit bids to perform the Work as defined in this Tender.

1.2 The project consists of a roof replacement (the “Project”) at NSLC Bridgewater,

274 Dufferin Street, Bridgewater, NS.

1.3 As the retail store will remain open during roof replacement, work that may be disruptive or interfere with normal business operations may be required to be completed outside regular business hours.

2. BID SUBMISSION

2.1 Submit one (1) completed original and one hard copy of the following

documents:

.1 The Base Bid Form

.2 Appendix A – Bid Price Breakdown

.3 Appendix B – Bid Price Change, if applicable (submitted via email)

.4 Appendix C – Bidder Proposed Alternates, if applicable

.5 Appendix D – Separate Prices

.6 Appendix F – Key Personnel

.7 Certified true copies of the insurance policies required by the Bid Documents

.8 Certificate of Recognition issued jointly by the Workers’ Compensation Board of Nova Scotia (WCB) and an occupational health and safety organization approved by the WCB.

.9 Certificate of Recognition issued jointly by the Nova Scotia Construction Safety Association and the Province of Nova Scotia Department of Labour, or a valid Letter of Good Standing from an occupational health and safety organization approved by Nova Scotia Transportation and Public Works indicating the Contractor is in the process of qualifying for the Certificate of Recognition.

.10 Preliminary project schedule highlighting long lead time materials and other major milestones. Preliminary construction schedule may be in bar chart format.

2.2 The Bid containing all documents listed in Section 2.1 is to be delivered in a

sealed opaque envelope.

2.3 Inscribe on the envelope “CN-26-FY20 Bridgewater Roof Replacement” and clearly note the name of the Bidder on the envelope.

4

2.4 Submit the envelope to:

Nova Scotia Liquor Corporation 93 Chain Lake Drive Halifax, NS B3S 1A3 Attention: Tracey Darrigan, Procurement Manager

2.5 Bids must be received on or before 2:00P.M. (AST) Halifax local time on

January 16, 2020.

2.6 Bids will be date and time stamped at the place receiving the bids. Late bids will not be evaluated.

2.7 Bidders are solely responsible for the method and timing of delivery of their bids. 2.8 Owner will not return the original bid or any accompanying documentation

3. BID OPENING AND EVALUATION

3.1 Bids will be opened in private.

3.2 In the event that more than one envelope is received from the same bidder,

only the last envelope received will be considered.

3.3 The Owner may reject the lowest or any bid or part of any bid, reject all bids or cancel this bid process in whole or in part.

3.4 The bid price offered on the Base Bid Form will be considered the bidder’s “Base

Bid”.

.1 The Owner shall consider the submitted Alternative Prices, for those Alternatives that it chooses to accept, in making a determination for award.

.2 The Owner shall consider the submitted Separate Prices, for those

Separate Prices that it chooses to accept, in deciding an award.

3.5 The Owner reserves the right to award the Contract to the bidder whom submitted the bid which, in the Owner’s sole discretion, provides the best value to the Owner based on the criteria described in the Tender including, but not limited to, a bidder’s:

.1 Base Bid.

.2 Bid Price Breakdown.

.3 Information provided pursuant to Article 14 [Requests for Information].

.4 Schedule.

The following weights will be applied to each criteria:

5

Criteria Weight

Site Visit Pass/Fail

Compliance with Bid Documents Pass/Fail

Schedule 5%

Price 70%

Ability and Experience 25%

3.6 The Owner reserves the right to award the Contract to a bidder which, at Owner’s discretion, has submitted a substantially compliant bid. Incomplete or conditional bids may be declared non-compliant.

3.7 The Owner is not obliged to award lowest priced submission and reserves the right to re-address the requirement should there be reasonable doubt that prices received are not competitive.

4. BID DOCUMENTS

4.1 The basis of this bid process (the "Tender") are listed in this Section 4.1. The Tender includes but is not limited to:

.1 Instructions to Bidders

.2 Bid Forms comprising the:

(i) Base Bid Form

(ii) Appendix A – Bid Price Breakdown

(iii) Appendix B – Bid Price Change, if applicable (submitted via email

(iv) Appendix C – Bidder Proposed Alternates, if applicable

(v) Appendix E – Separate Prices

(vi) Appendix F – Key Personnel

.3 Agreement, Definitions and General Conditions of the CCDC2 – 2008

.4 Supplementary Conditions to CCDC 2,

.5 Drawings as noted in the table below:

Table 4.1.5- Included Drawings

Drawing Numbers A-0A A-0B A-1 A-2 A-3

.6 Addenda issued during open tender period.

4.2 Upon receipt of the tender, the bidders shall check the documents for

6

completeness. Bidders shall inform the Procurement Manager identified in Section 8 immediately:

.1 should any documents be missing or incomplete;

.2 upon finding any discrepancies or omissions.

4.3 It is the responsibility of bidders to ensure that they have all the necessary information concerning the intent and requirements of this tender, and to seek clarification of any matter they consider to be unclear before forwarding a Submission. The Owner is not responsible for any misunderstanding of this tender on the part of a bidder. No bidder can claim any advantage from any error, inconsistency, or omission in this tender.

4.4 The tender is made available only for the purpose of submitting bids for this

Project. Availability and/or use of the tender does not confer a licence or grant for any other purpose.

4.5 Except as otherwise defined in this Tender, the defined terms in this Tender

are taken from Standard Construction Document, CCDC 2, 2008 Stipulated Price Contract

5. COMPLIANCE

5.1 The bidder acknowledges that by submitting a compliant bid, it has accepted

an offer by the Owner to enter into a “bid contract” for the evaluation of bids and the award of the Contract, if an award is made. The bidder acknowledges that the terms of the “bid contract” are represented by the Bid Documents.

5.2 A bid which is incomplete and bids that fail to comply with the requirements of

this tender will be declared non-compliant and cause the bid to be rejected. 5.3 Rectification Period: If a substantially compliant submission fails to satisfy all

the mandatory requirements, Owner will issue the proponent a rectification notice identifying the deficiencies and providing the bidder an opportunity to rectify the deficiencies. If the bidder fails to satisfy the mandatory bid requirements within the Rectification Period of 24 hours, the bid will be excluded from further consideration. The Rectification Period will begin to run from the date and time that Owner issues a rectification notice to the bidder.

6. SITE MEETING

6.1 A mandatory site meeting is scheduled at the retail location as follows; Tuesday, January 7, 2020 @ 1:00pm (AST) All bidders must attend and must sign the “Vendor Session Sign-In” form to confirm their attendance. The sign-in sheet will be circulated before the start of the meeting and collected by the meeting facilitator once the meeting officially commences.

6.2 Submissions received from bidders who failed to attend the mandatory site meeting, as determined from the “Vendor Session Sign-In”, will not be

7

evaluated.

7. BID AND PERFORMANCE SECURITY 7.1 Each bid shall be accompanied by bid security in the form of a bid bond in the

amount equal to ten percent (10%) of the Bid Price naming the Owner as obligee and issued by a surety licensed to conduct surety and insurance business in the jurisdiction of Nova Scotia. The bid security is for the benefit of the Owner and stands as security that the bidder, if awarded the Contract, will deliver the performance security and evidence of insurance and other documents required by this Tender or by the Contract, and will execute the Contract. The bid security shall remain valid for a period of ninety (90) days from the date of bid submission. No other form of bid security is acceptable.

7.2 The bid security of the bidder whose bid is accepted will be retained by the Owner to compensate the Owner for the damages it will suffer should the successful bidder fail to execute the Contract and/or fail to provide the specified performance security and/or evidence of insurance and other documents required by these Instructions to Bidders or by the Contract.

7.3 Each Bid shall be accompanied by an agreement to bond issued by a surety company licenced to conduct surety and insurance business in the jurisdiction of Nova Scotia, undertaking to provide a fifty percent (50%) performance bond and a fifty percent (50%) labour and material payment bond, both to the delivered to the Owner if the Bidder is awarded the contract.

7.4 Include the cost of all bonds in the bid price.

8. QUESTIONS ARISING DURING BIDDING

8.1 Direct questions arising during the bidding period to the Procurement Manager:

Tracey Darrigan, Procurement Manager

Email: [email protected]

8.2 The Procurement Manager is the sole contact for bidding on this Project. A bid may be disqualified where contact is made with any person other than the Procurement Manager.

8.3 If bidders find discrepancies, omissions, errors, departures from building by-

laws, codes or good practice, and points considered to be ambiguous or conflicting, they shall bring them to the attention of the Procurement Manager in writing, and not less than five (5) Working Days before the bid closing date, so that the Consultant may, if the Consultant deems it necessary, issue instructions, clarifications or amendments by addendum to all bidders through the Procurement Manager prior to the bid closing date. The Procurement Manager will endeavor to issue such addenda at least forty-eight (48) hours prior to bid closing.

9. AMENDMENTS TO BID DOCUMENTS

9.1 The Owner reserves the right to distribute any or all questions and answers to all

other potential bidders through a Q&A addendum to be posted on the Nova Scotia Procurement Web Portal. Addenda also includes changes to specifications and

8

drawings, etc.

9.2 No information given verbally by the Owner, or by means of telephone, will be binding, nor will it be construed to change the requirements of the tender in any way.

9.3 The Owner reserves the right to modify the terms of the tender before the closing deadline, such changes to be communicated from the Owner in the form of an addendum. Confirmation of addenda can be obtained by checking the tender document as posted on the Nova Scotia Procurement Web Portal at https://procurement.novascotia.ca/ Best practice is to do a final check of this website before sending your formal submission in response to the tender. Upon final submission of a response, bidders acknowledge that they have based their responses on the specifications and all addenda issued during this tender.

9.4 Failure to provide any additional information requested in an Addendum may

result in the Bid being declared as nonconforming and cause the bid to be rejected.

10. TAXES

10.1 Harmonized Sales Tax (HST) shall not be included in the bid price. All other eligible taxes shall be included in the bid price. Any taxes or increases to taxes announced prior to the date of the issuance of the Tender and scheduled to come into effect subsequent to it, shall be taken to be included in the bid price.

11. GOVERNING LAW AND INTERPRETATION

11.1 are intended to be interpreted broadly and independently (with no particular provision intended to limit the scope of any other provision);

11.2 are non-exhaustive and shall not be construed as intending to limit the pre-existing rights of the parties to engage in pre-contractual discussions in accordance with the common law governing direct commercial negotiations; and

11.3 are to be governed by and construed in accordance with the laws of the province of Nova Scotia and the federal laws of Canada applicable therein.

12. BID COMPLETION

12.1 Fill in all blank spaces on the Bid Forms and Appendices (Supplementary Bid

Forms) in ink, or typewritten, providing all information requested, and ensure that an authorized person or persons sign all forms where indicated. Failure to provide all requested information on the Bid Forms and failure to fill in all blank spaces may result in a bid being declared non-compliant and cause the bid to be rejected.

12.2 The Bid will be executed under seal by the Bidder

.1 If the Bidder is an individual or a partnership, the Bid shall be executed

by an individual or partner in the presence of a witness and the signer must show the capacity in which he signs (e.g. "Partner" or

9

"Proprietor").

.2 If the Bidder is a corporation, the Bid shall be executed under the seal of the company, affixed in the presence of the authorized officers.

.3 If the Bidder is a joint venture, each party to the joint venture shall execute the Bid under seal in the manner appropriate to such party.

12.3 Use only the Bid Forms issued as part of the Tender. If any or all pages of the

Bid Forms are amended by addendum, only the amended pages shall be used to submit a bid. Failure to comply with this paragraph may result in the bid being declared non-compliant.

12.4 Information provided by bidders on the Bid Forms may be amended prior to

bid closing, provided corrections are initialed by an authorized representative of the bidder. Other modifications, erasures, additions, conditions, qualifications or un-initialed pre-closing amendments may result in the bid being declared non-compliant.

12.5 Bids that are not originals, are unsigned, improperly signed, un-initialed,

incomplete, conditional or illegible, may be declared non-compliant.

12.6 Bid Price

.1 The Base Bid Form provides that the bid price shall be provided in numbers and in words.

.2 Where the Bid Forms require the bidder to provide a breakdown of the bid price, the bid price shall govern in the case of conflict or ambiguity between the bid price and the sum of the breakdown of the bid price. Bidders may submit Bid Price Breakdown within twenty-four hours of receipt of a request from Procurement Manager.

.3 Bid price must include the cost of all permits and fees.

.4 Bidders may issue a change to a price already submitted, prior to the closing deadline, by email to [email protected], provided Appendix B – Bid Price Change is completed. Email must include proper identification by company name and the NSLC Reference No. This is to identify change in price only, not revealing the amount of the original bid submitted.

12.7 Listing of Subcontractors

.1 Where required by the Tender, a bidder shall complete and submit a Bid

Price Breakdown, naming the Subcontractors and Suppliers which the bidder will employ to perform an item of the Work called for by the Contract. Failure of the bidder to list Subcontractors and Suppliers, where required, or the listing by a bidder of more than one Subcontractor and Supplier to perform or supply an item of work listed, may result in the bid being declared non- compliant.

.2 Where a bidder lists “own forces” in lieu of a Subcontractor, the bidder shall carry out such item of the Work with its own forces. Where “own forces” have been listed by a bidder, the Owner reserves the right to

10

obtain information from the bidder and from third parties respecting the qualifications and experience of the bidder’s “own forces” for such item of the Work. If the Owner, acting reasonably, determines that the bidder’s “own forces” are not sufficiently qualified or sufficiently experienced to undertake such item of the Work, it may reject the bid.

.3 No changes to the list of Subcontractors will be permitted prior to award of the Contract without the prior written consent of the Owner. The Owner reserves the right, before award of the Contract, to reject a Subcontractor or Supplier proposed by a bidder. In such event, the bid price of the bidder will be adjusted by the net difference between the amount quoted to the bidder by the rejected Subcontractor and the quote of the replacement Subcontractor.

.4 Where stipulated in the Specifications or indicated on a Drawing, the Owner reserves the right, either before or after the award of the Contract, to assign to the Contractor all or portions of any contract procured by the Owner as more particularly described in GC3.7 of the General Conditions, as amended by the Supplementary Conditions. In the event of such an assignment, the Contractor may apply a mark-up of no more than 5%.

12.8 Itemized Prices. Where required by the Tender, a bidder shall complete and submit a Supplementary Bid Form – Itemized Prices.

.1 Itemized Prices for work, if any, shall be included in the Bid Price, unless

otherwise stipulated.

.2 All Itemized Prices submitted take into consideration and allow for changes and adjustments in other work as may be necessary to provide a finished and functional result, unless specifically indicated otherwise.

.3 Itemized Prices shall be the bidder’s price for a specific item of work included in the Bid Price.

.4 Itemized Prices do not include the Harmonized Sales Tax (HST). All other

eligible taxes are included.

12.9 Bidder Proposed Alternates. Where required by the Bid Documents, a bidder shall complete and submit a Supplementary Bid Form – Bidder Proposed Alternates. Bidders are requested to provide any voluntary alternates, which reduce the cost of the bid price without compromising the quality of the final product.

.1 Alternative Prices for work, if any, shall not be included in the Bid Price.

.2 All Alternative Prices submitted take into consideration and allow for changes and adjustments in other work as may be necessary to provide a finished and functional result, unless specifically indicated otherwise.

.3 All Alternative Prices submitted include the cost of all: labour, materials, equipment, mark-ups, overheads, profit, direct and indirect supervision

11

and represent the net cost to the Owner.

.4 Alternative Prices for work shall be stipulated as an addition, a deletion or no change to the Bid Price.

.5 All Bidder Proposed Alternates will be examined by the Owner and the

Consultant and are subject to review and acceptance. The Owner may in its sole and absolute discretion accept any Bidder Proposed Alternates deemed acceptable.

.6 Bidder Proposed Alternates do not include the Harmonized Sales Tax

(HST). All other eligible taxes are included.

.7 The submission of Bidder Proposed Alternates is not a requirement of the Bid.

12.10 Separate Prices. Where required, a bidder shall complete and submit a Supplementary Bid Form – Separate Prices;

.1 A Separate Price is a price for a particular article or item of work not

included in the bid price and shall be added to or deducted from the Bid Price in accordance with the Bid Documents, if accepted.

.2 All Separate Prices submitted take into consideration and allow for

changes and adjustments in other work as may be necessary to provide a finished and functional result, unless specifically indicated otherwise.

.3 All Separate Prices submitted include the cost of all: labour, materials,

equipment, mark-ups, overheads, profit, direct and indirect supervision and represent the net cost to the Owner.

.4 The Owner reserves the right to accept or reject any of the Separate

Prices. If the Owner chooses to accept any of the Separate Prices they will be added or deducted from the Bid Price to arrive at a final award amount. Acceptance of Separate Prices is subject to the earlier acceptance of the bid or the bid expiry date.

.5 The Tender identifies the Separate Prices requested as part of the Bid.

.6 The Owner reserves the right to accept or reject any or all Separate Prices submitted.

.7 Separate Prices do not include Harmonized Sales Tax (HST). All other

eligible taxes are included.

12.11 Unit Prices. Where required by the Tender, a bidder shall complete and submit a Supplementary Bid Form – Unit Prices. Bidders shall submit Unit Prices within twenty- four hours of receipt of a request from the Owner.

.1 Unit Prices shall be for specific measurable units of material and labour.

All unit prices, unless specifically indicated, are for complete work, in place, supplied and installed in accordance with applicable Contract requirements and include all overhead and profit mark-up.

12

.2 Credits for deleted work shall be no less than eighty-five percent (85%)

of the submitted Unit Prices.

.3 The Owner shall have the right to negotiate the cost of additional work instead of using the submitted Unit Prices.

.4 Submitted Unit Prices include the cost of all: labour, materials,

equipment, mark- ups, direct and indirect supervision.

.5 Unit Prices do not include the Harmonized Sales Tax (HST). All other eligible taxes are included.

12.12 Key Personnel. Where required by the Tender, a bidder shall complete and

submit a Supplementary Bid Form – Key Personnel, which shall list the names of the bidder’s key personnel to be assigned to the Project.

13. BID EXPIRY PERIOD

13.1 Bids shall be irrevocable for a period of ninety (90) days from the date of submission, after which period the bid expires.

13.2 The expiry of the bids may be extended beyond the period of ninety (90)

days from the date of submission at the mutual written consent of the parties.

14. REQUESTS FOR INFORMATION

14.1 The Owner reserves the right to contact bidders, prior to making a final decision or recommendation, for clarification if requested information in their submission is ambiguous or missing and if such clarification does not offer the bidder the opportunity to improve the competitive position of their Bid Response.

14.2 In the evaluation process, the Owner may request references and consider information provided by those references. Consideration may also be given to the bidder’s past performance or conduct on previous work with the Owner. The Owner retains the right of sole discretion to reject any submission based on the findings of this information

14.3 Within five (5) Working Days of notification of award, a bidder shall submit a

preliminary construction schedule. Such preliminary construction schedule shall be consistent with the time for Substantial Performance of the Work stated in the Tender. Such preliminary construction schedule may be in bar chart format and shall include all major subtrades and show Project milestones and critical schedule items, such as start and completion of major Project components.

13

15. TRADE AGREEMENTS

15.1 Bidders should note that procurements falling within the scope of Chapter 5 of the Canadian Free Trade Agreement (CFTA) and/or the Atlantic Procurement Agreement are subject to those trade agreements but that the rights and obligations of the parties shall be governed by the specific terms of this tender.

16. SUBSTITUTIONS

16.1 Any product or material utilized without approval will have to be removed from the Place of the Work and replaced with that specified at no extra cost to Owner.

17. AWARD & EXECUTION OF THE CONTRACT, DOCUMENTS TO BE DELIVERED

17.1 Bidders shall not issue or make any statements or news release concerning

their bid, the bid process, the Owner’s evaluation of the bids, or Owner’s award or cancellation of the bid process.

17.2 Prior to commencing the Work, the Contractor shall deliver to the Owner:

.1 the performance bond and the labour and material payment bond

described in the Bid Documents, the form of such bonds to comply with the requirements of the Contract;

.2 certified true copies of the insurance policies required by the Bid Documents; and

.3 a current Clearance Certificate issued by the authority governing workplace safety and insurance in jurisdiction of Nova Scotia.

17.3 The Contractor shall execute the Contract and deliver the executed original to

Owner within seven (7) Working Days of receipt of award letter.

17.4 Notification of the successful bidder will be posted on the Nova Scotia Procurement Web Portal at www.novascotia.ca/tenders . Bidders may request a debriefing after posting of the outcome of the procurement process on the Nova Scotia Procurement Web Portal. All requests must be in writing via email to the NSLC Contact and must be made within ten (10) days of posting of the outcome of the procurement process. The intent of the debriefing information session is to aid the bidder in presenting a better submission in subsequent procurement opportunities. Any debriefing provided is not for the purpose of providing an opportunity to challenge the procurement process or its outcome.

17.5 Owner reserves the right to cancel the awarded contract with written notice if

such cause is determined for cancelation. 17.6 The percentage of holdback on all payments shall be 10 percent (10%) for lien

purposes. The Owner reserves the right to withhold additional holdback amounts for work not completed as required in the tender documents.

17.7 The Contractor must provide a Statutory Declaration, properly notarized

14

stating that there are no Mechanics Liens registered against the job and that all accounts have been paid in full, before certifying final payment including holdback monies.

17.8 The Owner will require, a Clearance Letter issued by the Workmen’s

Compensation Board, prior to issue of a Certificate of Total Completion.

18. SCHEDULING OF THE WORK

18.1 Before work on the project commences, the contracted party must ensure that

all of its employees who will be working on the project have received training and are competent to perform the work required.

18.2 The Successful Bidder shall be required to start work immediately upon the execution of the Contract.

18.3 It is understood that the Bid includes all costs on account of premium time or

overtime required and all costs on account of premium prices required in order to obtain labour, plant, materials or equipment or other critical items including waiting time, double handling, after hours delivery and installation, protection of new and existing services at the site in order to meet the completion dates of the scope of work and the project completion date.

18.4 It shall be understood and agreed that the Bid includes all costs on account of

schedule interfacing, coordination and cooperation with other contractors or subcontractors who will be carrying out work during the progress of this contract in order to meet the completion date for the work and the overall completion date of the project.

19. METHODS OF PROCEDURE

19.1 All Work that interfaces with the existing building systems or Work that occurs within critical Areas within the building, which include but are not limited to: IT spaces, UPS Rooms, Electrical Rooms, Mechanical Rooms, and Fire Safety Rooms require the production of a Methods of Procedure (MOP) document that must be submitted to the Owner and the Consultant for review and approved by the Owner.

19.2 Bidders are responsible for the production of all Methods of Procedure

documents necessary to complete the work. Bidders shall, as part of heir Base Bids, include all costs associated with the production and revision of Methods of Procedures documents. The Bidder is responsible for all required revisions the Methods of Procedures documents so that they meet the approval of the Owner.

19.3 Bidders shall include as part of their Base Bids all cost associated with the production of a two week look ahead schedule that outlines all construction activities occurring within the next two weeks of the Project. The two week look ahead must be updated on a weekly basis and submitted to the Owner for review. The determination as to which activities will require the production of Methods of Procedures documents will be based on the Owner’s review of the

15

two week look ahead schedule.

20. CONSTRUCTION BY OWNER OR OWNER’S OTHER CONTRACTORS

20.1 The Owner, under separate contracts, has engaged certain vendors to perform work at the Place of the Work, which shall be completed prior to Substantial Performance.

20.2 Bidders shall include as part of their base bids, all costs for the duration of the

Project, until Total Performance of the Work, to be solely responsible for, and have overall responsibility, for construction health and safety at the Site, for compliance with all Codes relating to construction health and safety and for maintaining and supervising all health and safety precautions and programs (including with respect to the Work and the other work performed by those vendors engaged by the Owner under separate contracts).

20.3 Bidders shall ensure that, prior to being granted access to the Place of the

Work, each of the contractors engaged by the Owner under separate contract has signed and understood the health and safety compliance form included as an appendix to the supplementary conditions of the CCDC 2, 2008.

20.4 Without limiting the generality of any other provision that is contained in the

contract or supplementary conditions, Bidders shall be, and shall carry out the duties and responsibilities of, the constructor”, “prime contractor”, “principal contractor”, or similar applicable term in Nova Scotia as well as the duties and responsibilities of the “employer” or similar applicable term in Nova Scotia, all of which is within the meaning of the occupational health and safety legislation applicable to the Place of the Work, with respect to the Project, until Total Performance of the Work.

21. SUBSTANTIAL PERFORMANCE OF THE WORK

21.1 The Contractor shall submit, no later than ten (10) business days prior to

submitting the application for Substantial Performance of the Work, all guarantees, warranties, certificates, testing and balancing reports, distribution system diagrams, as-built drawings and specifications, spare parts, maintenance manuals and any other material or documentation required to be submitted under the Contract together with written proof acceptable to the Owner and the Consultant, that the Work has been substantially performed in conformance with the requirements of municipal, government and utility authorities having jurisdiction. Failure to submit all the forgoing material and documentation in conformance with the Contract shall be grounds for the Consultant to reject the Contractors application for Substantial Performance of the Work.

22. COST AND EXPENSE

22.1 The Owner is not liable to reimburse or compensate the Bidders in any manner whatsoever or under any circumstances (including, without limitation, cancellation of this Tender or the Project or the exercise of any other right by the Owner) and the Owner is not liable for any expenses or costs incurred by

16

the Bidders in connection with, or in relation to, this Bid (including, without limitation, the preparation and submission of their Bids, site visits, conference calls, travel expenses, meetings, discussions and any additional information requested by the Owner) and such expenses or costs shall be borne by the Bidders.

22.2 The Owner shall not be responsible for any liabilities, costs, expenses, losses

or damages (including, without limitation, loss of profits and loss of reputation) incurred, sustained or suffered by any Bidder in connection with this Tender in any manner whatsoever or under any circumstance (including, without limitation, prior to, subsequent to, or by reason of the Bidder’s preparation or submission of the Bid or acceptance, or non- acceptance by the Owner of any Bid, or by reason of any delay in the acceptance of a Bid or cancellation of this Tender or the Project or any actions taken by the Owner).

23. DISPUTES

23.1 Disputes arising in connection with this bid process including, without limitation,

a dispute concerning the existence of the “bid contract” or a breach of the “bid contract”, or a dispute as to whether the bid of any bidder was submitted on time or whether a bid is compliant, shall be dealt with by the Bidder and the Owner according to the process set forth in this Section 23.

23.2 In the event of a dispute as noted in Section 23.1 the Bidder shall give written

notice to the Owner within fifteen (15) working days of the date of the bid closing. Written notice shall be delivered in hard copy to the Procurement Manager at the address noted in Section 7 of this Tender. The responding party shall send a notice of reply within ten (10) Working Days after receipt of such notice of Dispute setting out particulars of this response.

23.3 Within ten (10) Working Days following receipt of a responding party’s notice of reply under Section 23.2, the representatives for the Owner and the Bidder shall attempt to reach a reasonable resolution of the dispute in an expeditious manner. In the event that any dispute cannot be resolved by the representatives in an expeditious manner then the dispute shall be referred to the appropriate executives of the Owner and the Bidder for negotiation and resolution. Either the Owner or the Bidder may initiate such referral to the executives by notice.

23.4 Executives of the Owner and the Bidder shall meet at a mutually agreeable location within ten (10) Working Days after delivery of the notice pursuant to Section 23.3 and, thereafter, as often as they deem necessary to exchange relevant information and to attempt to resolve the dispute.

23.5 If the dispute has not been resolved within thirty (30) Days after delivery of

the notice pursuant to Section 23.3, or if the executives of the Owner and the Bidder fail to meet within the ten (10) Working Day period, then either the Owner or the Bidder may refer the dispute to the courts or, if they both agree, to some other form of dispute resolution including arbitration.

23.6 The parties shall in proceeding to resolve their disputes shall conform to the

17

provisions of CCDC 40.

23.7 This Article is not intended to form part of any “bid contract” that may come into being between a Bidder and any prospective Subcontractor or Supplier of that Bidder.

23.8 It is agreed that no act by either party shall be construed as a renunciation or

waiver of any of his rights or recourses, provided he has given the notices in accordance with this Section 23 and has carried out the instructions as provided in this Section 23.

24. CONFIDENTIALITY

24.1 All proponents are hereby advised that the Nova Scotia Liquor Corporation (NSLC) is a public body for the purposes of the Freedom of Information and Protection of Privacy Act (FOIPOP). All records in the custody or control of the NSLC (including any bids or attachments submitted in response to this tender) are subject to public release to applicants under FOIPOP, subject to some limited exceptions. Confidential materials related to a third party are addressed under s. 21 of FOIPOP. Any proponent that wishes to have any portion of its proposal considered to be “confidential information” under FOIPOP must clearly mark as confidential. Only information that meets the test under s. 21 of FOIPOP can be withheld from disclosure.

25. CONFLICT OF INTEREST

25.1 The Owner may disqualify a bidder for any conduct, situation or circumstances, determined by the Owner, in its sole and absolute discretion, to constitute a Conflict of Interest. For the purposes of this, the term “Conflict of Interest” includes, but is not limited to, any situation or circumstance where: .1 in relation to the tender process, the bidder has an unfair advantage or

engages in conduct, directly or indirectly, that may give it an unfair advantage, including but not limited to (i) having, or having access to, confidential information of the Owner in the preparation of its submission that is not available to other bidders, (ii) communicating with any person with a view to influencing preferred treatment in the tender process (including but not limited to the lobbying of decision makers involved in the tender process), or (iii) engaging in conduct that compromises, or could be seen to compromise, the integrity of the open and competitive tender process or render that process non-competitive or unfair; or

.2 in relation to the performance of its contractual obligations under a

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

18

Bidders should disclose the names and all pertinent details of all individuals (employees, advisers, or individuals acting in any other capacity) who (a) participated in the preparation of the submission; AND (b) were employees of the Owner within twelve (12) months prior to the Submission Deadline.

19

CN-26-FY20 BASE BID FORM

TO: Nova Scotia Liquor Corporation 92 Chain Lake Drive Halifax, NS B3S 1A3

NAME OF BIDDER:

ADDRESS

TELEPHONE

BID PRICE

EMAIL

I/We the undersigned, having carefully examined the Tender Documents, including all addenda issued, having visited and investigated the Place of the Work, and having examined all conditions, circumstances and limitations affecting the Work, offer to enter into a Contract with the Owner to perform the Work required by the Tender Documents for the price of:

dollars [NOTE: insert amount in words]

$ . [NOTE: insert amount in numbers] The price offered excludes the Harmonized Sales Tax (HST). All other eligible taxes are included in the bid price.

BID SECURITY

Attached to this bid is a bid bond issued by ________________________ in the amount of $________________.

AGREEMENT TO BOND

Attached to this bid is a separate agreement to bond issued by

undertaking to provide the bonds required by Tender.

20

CN-26-FY20 BASE BID FORM CONT’D

DECLARATIONS

I/We the undersigned declare that:

1. I/We agree to perform the Work, inclusive of permits, shop drawings, and mobilization time, in compliance with the Contract Documents and attain Substantial Performance of the Work within weeks after award of the Contract.

2. No person, firm or corporation other than the undersigned has any

interest in this bid or in the proposed Contract for which this bid is made.

3. This bid is irrevocable and is open for acceptance by the Owner for a

period of ninety (90) days from the date of submission.

4. The bid price includes all cash allowances identified in the Bid Documents.

DATE

SIGNATURE

Name and Title

21

CN-26-FY20 Appendix A BID PRICE BREAK DOWN

NAME OF BIDDER

I/We the undersigned propose to employ the following Subcontractors and/or Suppliers to perform an item of the Work called for by the Contract. I/We confirm that all have been investigated to confirm their reliability and competency to carry out such work in accordance with the Contract Documents. I/We acknowledge that the Tender requires that we list only one Subcontractor and/or Supplier for each item of the Work described in this List of Subcontractors. I/We further acknowledge that where we have entered “own forces” to perform an item of the Work, it is our intention to use “own forces” for that purpose. After bid submission, no substitution for a Subcontractor, Supplier or “own forces” will be permitted except as provided in the Contract.

Breakdown of Lump Sum Price for the Work

Description Subcontractor (as applicable) Value

General Requirements $ Supervision $ Fabricated Metals $ Demolition $ Rough Carpentry $ Finish Carpentry / Millwork $ Fire Stopping and Caulking $ Doors, Frames and

d $

Glass and Glazing $ Interior Architectural

$

Drywall Framing, Acoustical

$ Flooring $ Painting/Wall Covering $ Specialties (Division 10) $ Mechanical / Plumbing $ HVAC $ Refrigeration $ Sprinkler $ Electrical $ Communication $ Fire Alarm $ Security $ Voice & Data Cabling $

22

Equipment / Appliances $ Cash Allowances (as noted) $ Total $

DATE

SIGNATURE

Name and Title (Please Print) _____________________________________

23

CN-26-FY20 Appendix B BID PRICE CHANGE

NAME OF BIDDER

I/We the undersigned propose to adjust our bid price as follows. I/We acknowledge adjustments are only applicable to prices submitted prior to tender closing.

Bid Price Change Forms must be emailed to [email protected] and MUST be received by the closing time and date of January 16, 2020 02:00PM (AST).

INCREASE BY: $___________________ to the lump sum

OR

DECREASE BY: $___________________ to the lump sum

**ALL PRICE ADJUSTMENTS EXCLUDE HST**

DATE

SIGNATURE

Name and Title (Please Print)______________________________________

24

CN-26-FY20 Appendix C BIDDER PROPOSED ALTERNATES

NAME OF BIDDER

Description of Proposed Alternate Amount to be Added (+) or Deducted (-) from Base Bid

$

$

$

$

$

$

DATE

SIGNATURE

Name and Title (Please Print) _________________________________

25

CN-26-FY20 Appendix D SEPARATE PRICES

NAME OF BIDDER

I/We the undersigned offer the Itemized Prices described below.

I/We the undersigned offer the Separate Prices described below.

SEPARATE PRICES:

Separate Prices – Bridgewater Roof Replacement

Description Value

Price per square foot for the replacement of steel decking, as required $

A Separate Price is a price for a particular article or item of work not included in the Lump Sum Price and shall be added to or deducted from the Lump Sum Price, if accepted. The Owner may consider the Separate Prices in the evaluation of the Fee Proposal. All Separate Prices submitted take into consideration and allow for changes and adjustments in other work as may be necessary to provide a finished and functional result, unless specifically indicated otherwise. All Separate Prices submitted include the cost of all: labour, materials, equipment, mark-ups, overheads, profit, direct and indirect supervision and represent the net cost to the Owner.

DATE

SIGNATURE

Name and Title (Please Print) _______________________________

26

CN-26-FY20 Appendix F KEY PERSONNEL

NAME OF BIDDER

I/We the undersigned offer the following key personnel for the delivery of the Project. I/We agree that the key personnel named below are subject to the approval of the Owner. I/We agree that once approved the key personnel shall not be changed without the prior written approval of the Owner.

Key

Personnel Role

(ex. Project Manager, Site Supervisor

Name Years Experience

DATE

SIGNATURE

Name and Title (Please Print)

RETAIL STORE

NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE

HALIFAX, NOVA SCOTIAB3S 1A3

NSLC REFERENCE NO: CN-26-FY20

LIST OF CONTENTSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 00 01 11 Page 1

January 2020

END

Section Title No. of Pages

Division 00 – General Requirements00 21 00 DESCRIPTION OF WORK AND LIST OF DRAWINGS 1

00 50 00 3400 73 10

STIPULATED PRICE CONTRACT CCDC 2-2008 SUPPLEMENTARY GENERAL CONDITIONS 9

Division 01 - General Requirements01 00 00 GENERAL INSTRUCTIONS 1001 14 00 WORK RESTRICTIONS 401 29 83 PAYMENT PROCEDURES FOR TESTING LABORATORY SERVICES 201 33 00 SUBMITTAL PROCEDURES 701 35 35 FIRE SAFETY REQUIREMENTS 801 35 43 ENVIRONMENTAL PROCEDURES 701 45 00 QUALITY CONTROL 401 52 00 CONSTRUCTION FACILITIES 301 56 00 TEMPORARY BARRIERS AND ENCLOSURES 201 61 00 COMMON PRODUCT REQUIREMENTS 601 74 11 CLEANING 201 74 21 CONSTRUCTION/DEMOLITION WASTE MANAGEMENT AND DISPOSAL 401 78 00 CLOSEOUT SUBMITTALS 6

Division 02 – Existing Conditions02 41 00 REMOVALS AND REINSTALLATION 3

Division 06 - Wood, Plastics, and Composites06 10 00 ROUGH CARPENTRY 3

Division 07 - Thermal and Moisture Protection07 55 00 MODIFIED BITUMINOUS MEMBRANE ROOFING 1807 62 00 METAL FLASHING AND TRIM 407 92 00 SEALANTS 3

DESCRIPTION OF WORKAND LIST OF DRAWINGS

Section 00 21 00 Page 1

January 2020

END

1. DESCRIPTION OF WORK .1 The Work takes place at the Nova Scotia Liquor Corporation (NSLC) Bridgewater #2505, 274 Dufferin Street, Nova Scotia B4V 2G7. The Work generally involves the removal and re-roofing of the existing assembly in all locations. The Work includes but is not necessarily limited to:.1 Careful removal and protection of existing exterior cladding and integral cap flashing elements where required. These items are to be protected from damage and reinstalled to match pre-construction conditions..2 Removal of existing metal flashings, and drain hardware. Salvage items in good condition for re-use. Dispose of all items not fit for re-use off-site, in accordance with regulatory authority requirements..3 Temporary support of rooftop equipment, conduits, cables, pipes and all ancillaries in order to facilitate re-roofing work..4 Removal of existing thermoplastic roofing system to metal deck..5 Installing a new fully adhered torch-applied two-ply modified bituminous roofing system..6 Reinstatement of drain hardware, and flashing. .7 Do not disconnect any rooftop mechanical or electrical equipment unless permitted by the Owner. Where the disconnection of rooftop equipment is required, this Work is to be performed only under the supervision of the Owner’s representative..8 When installing the roofing system, consult the membrane manufacturer’s representative regarding all details pertaining to roofing penetrations, seals, flashing and tying-in to rooftop equipment supports.

2. LIST OFDRAWINGS Dwg. No. Title

ARCHITECTURALA-0A A-0B A-1A-2A-3

Cover Sheet General Roof NotesRoof Plan and Wind Uplift Existing Roof Photos and Details Details

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 00 50 00

January 2020

STIPULATED PRICE CONTRACT CCDC 2-2008

Refer to Appendix A

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

SUPPLEMENTARYGENERAL CONDITIONS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 00 73 10 Page 1

January 2020

These Supplementary Conditions amend Standard Construction Document –CCDC 2 – 2008. Where a portion of the Document is modified or deleted by theseSupplementary General Conditions, the unaltered portions of the Document shallremain in effect.

DEFINITIONS

Page 6, Clause 13 – Place of Work, add the following sentence:

“Any reference within the Contract Documents to the term “Site” shall beconsidered interchangeable with the Definition: "Place of Work".

Page 7, Add the following new Definitions:

27. Approved or Approval

“Approved” or “Approval” means acceptance by the Consultant inaccordance with the Consultant’s responsibilities described in Clause GC2.2 ROLE OF THE CONSULTANT.

28. Total Amount Payable

Total Amount Payable means the sum of the Contract Price in the TenderForm, subject to adjustments made in accordance with the provisions ofthe Contract Documents plus the amount of Value Added Taxes.

29. Period of Delay

The period of time from the date stated in the Agreement and the actualdate of Substantial Performance; if any.

GENERAL CONDITIONS OF THE STIPULATED PRICE CONTRACT

PART 1 – GENERAL PROVISIONS

GC 1.1 CONTRACT DOCUMENTS

Page 8, Clause 1.1.8, delete the words “sufficient copies” and replace with“three (3) copies”.

PART 2 – ADMINISTRATION OF THE CONTRACT

GC 2.2 ROLE OF THE CONSULTANT

Page 9, in Clause 2.2.6, line 2, after “techniques,” add “schedules,”Page 9, Clause 2.2.9, add the following sentence at end of paragraph:

SUPPLEMENTARYGENERAL CONDITIONS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 00 73 10 Page 2

January 2020

“The Owner and the Contractor shall waive any claims against the Consultantarising out of the making of such interpretations and findings.”

PART 3 – EXECUTION OF THE WORK

GC 3.1 CONTROL OF THE WORK

Page 11, Clause 3.1.2, after “techniques,” add “schedules,”GC 3.5 CONSTRUCTION SCHEDULE

Page 12, in Clause 3.5.1.1, delete “prior to the first application for payment”and replace with “not later than two (2) weeks after receipt of the Letter ofAcceptance”.Page 12, add new Clause 3.5.1.4 as follows:

“3.5.1.4 One (1) week prior to start-up and commissioning, provide adetailed plan, including a schedule of all start-up andcommissioning related activities as specified in the ContractDocuments.”

GC 3.7 SUBCONTRACTORS AND SUPPLIERS

Page 13, Clause 3.7.6, delete “through the Consultant,”GC 10 SHOP DRAWINGS

Page 13, delete Clause 3.10.3 and replace with the following:

“3.10.3 The Contractor shall prepare and submit to the Consultant forreview, a schedule of the dates for provision, review and returnof Shop Drawings. This submission shall be prior to the projectStart-Up meeting.”

Page 13, delete Clause 3.10.12 in its entirety, and add the following:

“3.10.12 The Consultant will review and return Shop Drawings in accordancewith the schedule agreed in Clause 3.10.3.”

GC 3.13 CLEANUP

Page 14, at the end of Clause 3.13.2, add new sentence as follows:

“The Consultant will inspect the Place of Work for acceptance beforeissuing the Certificate of Substantial Performance of the Work.”

Page 14, at the end of Clause 3.13.3, add new sentence as follows:

SUPPLEMENTARYGENERAL CONDITIONS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 00 73 10 Page 3

January 2020

“The Consultant will inspect the Place of Work for acceptance beforeevaluating the application for Final Payment.”

PART 4 - ALLOWANCES

GC 4.1 CASH ALLOWANCES

Page 14, Delete Clause 4.1.7 and replace with the following:

“4.1.7 The Contractor shall prepare a schedule, acceptable to theConsultant, that shows when the Consultant and Owner mustauthorize ordering of items called for under cash allowances toavoid delaying the progress of the Work.”

Page 14, add the following new Clause:

“4.1.8 The Owner reserves the right to call, or to have the Contractorcall, for competitive bids for portions of the Work, to be paidfor from cash allowances.”

PART 5 - PAYMENT

GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK

Page 16, After Clause 5.4.1 add the following:

“5.4.1.1 Fifteen days before the Contractor submits his application forSubstantial Performance of the Work, all Operations andMaintenance Manual materials shall be submitted in accordancewith the Contract Documents. The Certificate of SubstantialPerformance will not be issued until this requirement is met.”

GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK

Page 16, after Clause 5.5.1.2, add the following:

“5.5.1.3 submit a certificate by deed search to the Owner by a solicitorqualified to practice law in the Province of Nova Scotia,certifying that no lien associated with the Work exists againstthe Owner’s property or Work;

5.5.1.4 submit a clearance letter from the Workers’ Compensation Board;and

5.5.1.5 all such documents shall be dated not earlier than the expiry ofthe Lien Period.”

Page 16, delete Clause 5.5.3 in its entirety.

Page 16, after Clause 5.5.4, add the following:

SUPPLEMENTARYGENERAL CONDITIONS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 00 73 10 Page 4

January 2020

“5.5.4.1 If, within sixty (60) days after the issue of the Certificate ofSubstantial Performance, the Contractor has not corrected all thedocumented deficiencies, the Owner shall retain sufficientmonies, as determined by the Consultant, to cover the cost ofcompleting said deficiencies. These monies shall be held inaddition to holdback monies retained in accordance with theprovisions of the Contract and subject to the terms of theBuilder’s Lien legislation of Nova Scotia.”

GC 5.7 FINAL PAYMENT

Page 17, after Clause 5.7.1, add the following:

“5.7.1.1 Contractor’s application for final payment will only beconsidered when the following have been performed:.1 Work has been completed and inspected for compliance withthe Contract Documents, and the Consultant has agreed that allthe requirements of the Contract have been fulfilled by theContractor..2 Defects have been corrected and deficiencies have beencompleted..3 Equipment and systems have been tested, adjusted andbalanced and are fully operational, and written reports asoutlined in the Contract Documents have been provided to theConsultant..4 Certificates required by utility companies, manufacturer’sand inspectors have been submitted..5 Spare parts, maintenance materials, record drawings,warranties and bonds have been provided.

5.7.1.2 If, in the opinion of the Consultant, the above requirements arenot complete, then the Consultant will not accept theapplication, and request resubmission.

Page 17, Clause 5.7.4, in line 2, change “5 calendar days” to “20 calendardays”.

PART 6 – CHANGES IN THE WORK

GC 6.2 CHANGE ORDER

Page 17, after Clause 6.2.2, add the following:

“6.2.3 The Consultant shall determine the amount, if any, to be added tothe Contract Price in respect of any extra or additional workdone, or deducted for work omitted by Consultant’s order.

SUPPLEMENTARYGENERAL CONDITIONS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 00 73 10 Page 5

January 2020

6.2.4 The prices for any extra or additional work or work methodcarried out by the Contractor shall be based on the sum of thefollowing five items:

(a) Direct basic wages and salaries, paid by the Contractor totheir employee, for labour including machine operators andforemen (excluding on site or office supervisory staff) requiredto perform the work in accordance with directions and devotingtheir exclusive attention to this work.

(b) Forty (40) percent of item (a) which shall be considered tocover the cost of small tools, on site or office supervisorystaff, Worker’s Compensation, holiday pay, welfare fund payments,unemployment insurance, insurance premiums, and all other payrolloverheads.

(c) The necessary cost to the Contractor of the materialrequired for the Works as furnished by the Contractor anddelivered to the Site.

(d) Fifteen (15) percent of the sum of items (a), (b), and (c),which shall be considered as covering the Contractor’s overheadexpense, profit, head office and site office overhead, includingsalaries of time keeping, clerical, accounting, warehousing andother administrative personnel and all costs associatedtherewith.

(e) Rental of construction equipment (including operators). Theequipment rental rates shall be in accordance with equipmentrental rates indicated in the latest edition of the Roadbuilder’sEquipment Rates. In the absence of these rates, the Nova ScotiaDepartment of Transportation and Infrastructure Renewal Ratesshall govern.

6.2.5 The price for extra, additional or amended work shall be based onthe sub-contractor’s approved invoice plus ten percent (10%) ofthe amount of this invoice, which shall be considered as coveringall the Contractor’s expenses and profit. A Sub-Contractor whoenters into an agreement with the Contractor to furnish labourand equipment and/or to perform work, which normally would beperformed by the Contractor, shall not be considered as anapproved Sub-Contractor for the purpose of evaluation ofvariations, and the Contractor shall not be entitled to tenpercent (10%) of the that Sub-Contractor’s invoice.

6.2.6 No compensation for extra work or material shall be allowedunless such work or material is ordered in writing by theConsultant.

SUPPLEMENTARYGENERAL CONDITIONS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 00 73 10 Page 6

January 2020

6.2.7 Whenever any extra work or claim for extra work is in progress,the Contractor shall, each working day, report to the Consultantin writing and in full detail, the amount and cost of the labourand materials used in carrying out such work on the precedingworking day and no claim for compensation for such work ormaterials shall be considered or allowed unless such report shallhave been made. The Consultant shall not allow any compensationfor the cost of repairs to equipment or in respect ofconstruction equipment of any kind idle on the Site except asdirected by the Consultant in writing or for damage to anythingused in performing any such extra work or making any suchalteration.

6.2.9 The price applicable to any work omitted from the Contract, whichshall be deducted from the Contract Price, shall be mutuallyagreed upon by the Contractor and the Consultant in which casethe price shall be comparable to prices quoted on work of similarnature.”

GC 6.3 CHANGE DIRECTIVE

Page 19, Clause 6.3.12, add the following sentence at end of paragraph:

“If the Consultant’s determination is not accepted by either party, thenthe matter shall be settled in accordance with the requirements of PART 8DISPUTE RESOLUTION.”

GC 6.5 DELAYS

Page 20, after Clause 6.5.5, add the following new Clauses:

“6.5.6 Time shall be construed as being the essence of the Contract.

6.5.7 Should the Contractor fail to obtain Substantial Performance ofthe Work by the date indicated in Article A-1, Clause 1.3 in theAGREEMENT BETWEEN OWNER AND CONTRACTOR, the period of time fromthis agreed date to the actual Date on the Certificate ofSubstantial Performance of the Work as determined by theConsultant, shall be termed the Period of Delay.

6.5.8 In the event of there being a Period of Delay, the Contractorshall be liable for and shall pay to the Owner the cost ofcontinuance of supervision during the Period of Delay, and alladditional fees, disbursements and costs incurred by the Owner byreason of there being such Period of Delay for each and every daythat the work or works remain unfinished after the time sospecified. The Owner may deduct the amount of such delay chargesfrom each progress payment following the event until the projectreaches Substantial Performance as certified by the Consultant.”

SUPPLEMENTARYGENERAL CONDITIONS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 00 73 10 Page 7

January 2020

GC 6.6 CLAIMS FOR A CHANGE IN CONTRACT PRICE

Page 20, delete Clause 6.6.5 in its entirety and add the following:

“6.6.5 The Consultant’s findings, with respect to a claim made by eitherparty, will be given by Notice in Writing to both parties withinreasonable time after receipt of the claim information noted inClause 6.6.3.”

Page 20, add the following new Clause 6.6.7:

“6.6.7 The Owner may make claims arising out of the costs incurred foradditional services provided by the Consultant resulting from theContractor’s failure to reasonably perform the Work in accordancewith the terms and conditions of the Contract, including theContractor’s issuance of unnecessary Requests for Information(RFI’s). The Consultant will notify the Owner and Contractorwhere it has been determined that additional services will berequired or have been provided in order not to cause a delay. TheOwner shall make claims based on the Consultant’s invoices.”

PART 9 - PROTECTION OF PERSONS AND PROPERTY

GC 9.2 TOXIC AND HAZARDOUS SUBSTANCES

Page 24, Clause 9.2.7.4, after “Contractor”, add “and Consultant”GC 9.5 MOULD

Page 25, Clause 9.5.2.4, after “Owner”, add “and Consultant”Page 25, Clause 9.5.3.4, after “Contractor”, add “and Consultant”PART 10 - GOVERNING REGULATIONS

GC 10.1 TAXES AND DUTIES

Page 25, Clause 10.1.2, add the following at the end of paragraph:

“and in accordance with the Contract Documents”

Page 25, after Clause 10.1.2, add new Clause 10.1.3 as follows:

“10.1.3 The Contractor shall indicate on each application for payment asa separate amount, the appropriate Harmonized Sales Tax the Owneris legally obliged to pay. This amount will be paid to theContractor in addition to the amount certified for payment underthe Contract.”

SUPPLEMENTARYGENERAL CONDITIONS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 00 73 10 Page 8

January 2020

END

PART 11 – INSURANCE AND CONTRACT SECURITY

GC 11.2 CONTRACT SECURITY

Page 27, delete GC 11.2.1 in its entirety and replace with the following:

“11.2.1 The Contractor shall, prior to commencement of the Work, provideto the Owner a Performance Bond and a Labour and Materials Bond,each in the amount of 50% of the Total Amount Payable or anIrrevocable Letter of Credit in the amount of 20% of the TotalAmount Payable. The Irrevocable Letter of Credit shall be issuedby a certified financial institution and must be valid until theexpiration of the warranty period. Include the cost of providingthe Irrevocable Letter of Credit in Contract Price. Should itbecome apparent that the final cost of the project will exceed theTotal Amount Payable by more than 10%, the Contractor shallarrange to have his bonds reissued, based on the projected finalcost.”

Page 28, add new clause GC 11.2.3 as follows:

“11.2.3 The Contract Security will be retained until the expiration of theWarranty Period.”

PART 12 - INDEMNIFICATION, WAIVER OF CLAIMS AND WARRANTY

GC 12.1 IDEMNIFICATION

Page 28, Clause 12.1.1, in line 2, after “hold harmless the other” replacewith “hold harmless the other and the Consultant.GC 12.3 WARRANTY

Page 30, Clause 12.3.1 and replace with the following:

“12.3.1 The warranty period under the Contract is one (1) year from thedate of Substantial Completion.”

Page 30, delete Clause 12.3.4, add the following to end of paragraph:

“All work of repair or replacement carried out during the Warranty Periodshall be maintained for a period of one (1) year from the date of theConsultant’s acceptance of the work of repair or replacement notwithstandingthat the Warranty Period expires before the expiration of the said year.This clause shall not apply to normal operation maintenance, which shall becarried out by the Owner.”

GENERAL INSTRUCTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof ReplacementTender No. CN-26-FY20

Section 01 00 00 Page 1

January 2020

PART 1 - GENERAL

1.1 DESCRIPTION OFWORK

.1 See Section 00 21 00 for a scope of work.

1.2 COST BREAKDOWN .1 Before submitting first progress claim, submit adetailed breakdown of Stipulated Price asdirected by Consultant. After approval by Ownerand Consultant, cost breakdown will be used asthe basis for progress payments.

1.3 REFERENCES ANDCODES

.1 Perform Work in accordance with the currentpublications of the National Building Code (NBC),National Fire Code (NFC), National Plumbing Code(NPC) and/or any other code of provincial orlocal application provided that in any case ofconflict or discrepancy, the more stringentrequirements will govern.

.2 Reference has been made to certain Domestic,National and International Standards throughoutthe various sections of the Specificationcontained herein. These Standards will beconsidered an integral part hereof and shall beread in conjunction with the Drawings andSpecifications as if they were reproduced herein.Be completely familiar with their contents andrequirements.

1.4 DRAWINGS .1 The whole of the Work agrees in all particularswith the levels, measurements and detailscontained in the Drawings accompanying thisSpecification, and with such other drawings orinformation as may from time to time be suppliedby the Consultant, or may be supplied by theContractor and reviewed by the Consultant.

1.5 SITE TRAILER .1 If an office on site is required, provide at owncost. No interior office space will be given tothe Contractor.

1.6 PROJECTMANAGEMENT ANDCOORDINATION

.1 Start-up Meeting:.1 Within five (5) working days after

notification of intent to award a Contract,

GENERAL INSTRUCTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 00 00 Page 2

January 2020

and before any Work commences onsite,Contractor is to request a meeting ofparties to discuss and resolveadministrative procedures andresponsibilities.

.2 Owner, the Consultant, the Contractor, andmajor subcontractors are to be the partiesin attendance.

.3 Contractor to establish time and location ofmeeting.

.4 Contractor will bring to the meeting theContract for execution.

.5 Agenda to include the following:.1 Appointment of official representative

of participants in the Work..2 Establish project coordination meeting

frequency and required attendees..3 Schedule of Work, showing key

milestones such as equipment/materialdelivery dates and substantialcompletion date.

.4 Schedule of submission of shopdrawings, samples and finish samples.

.5 Requirements for temporary facilities,site sign, office, storage sheds,utilities, fences and laydown area.

.6 Project Hazard Assessment Worksheetand Contractor Safety Policy will bereviewed and signed by the Contractor.

.7 Security requirements will bereviewed.

.8 Discuss administrative process forproposed changes, change orders, mark-up percentages permitted, timeextensions, overtime and otheradministrative requirements.

.9 Owner-furnished products.

.10 Nova Scotia Department of Labour andAdvanced Education site visitprocedures.

.11 Insurance certificates and BuildingPermit where required.

.12 Hours of Work and site supervisionrequirements.

1.7 PROGRAM OFWORKS AND WORKSCHEDULES

.1 Provide at the start-up meeting a program andconstruction schedule showing the order ofprocedure, significant Contract dates, and methodin which the Contractor proposes to carry out and

GENERAL INSTRUCTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 00 00 Page 3

January 2020

.2

.3

.4

1.8 PHOTOGRAPHS .1

.2

1.9 ASSISTANCE TOTHE CONSULTANT ANDTHE CONSULTANT’SREPRESENTATIVE

.1

complete the Works within time period required by Contract Documents.

Construction Schedule shall be standard "bar" type, showing commencement, duration and completion of activities of all trades and suppliers involved.

Construction Schedule is subject to review by Consultant and will be revised and resubmitted as directed.

Update schedules periodically and submit updated Construction Schedule in duplicate with each request for payment. Where work has fallen behind the original schedule times, indicate methods proposed to correct such loss of time, to maintain the stated Completion Time.

The NSLC location on Dufferin Street in Bridgewater will be available for photographs and video during the site meeting as listed herein. Cameras, mobile telephones and any other device capable of recording photographic images are allowed.

Prior to the commencement of Work, the Owner may arrange for photographs to be taken of the Site of the Works and those properties adjacent to the Site of the Works. Be present or have an authorized representative present during the taking of photographs to make any comments on the conditions of the Site. These photographs, together with a written report on the existing conditions as determined by mutual agreement between the Contractor and Owner, will be retained by the Owner as a record of Site conditions prior to commencement of work.

During the continuance of the Contract, provide necessary labour and tools to assist the Consultant and the Consultant’s Representative in measuring, checking, testing and examining the work and for the setting out and measurement of the Works, the cost of all such being deemed to be covered by and included in the Contract Price.

GENERAL INSTRUCTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 00 00 Page 4

January 2020

1.10 INSPECTION ANDAPPROVALS

.1 Coordinate building inspections, permits, andapprovals. Pay all fees associated at noadditional cost to the Contract.

.2 Coordinate inspections by the roofingmanufacturer’s representative and the Consultant.Inform the Consultant 24 hours ahead of aninspection by the roofing manufacturer’srepresentative.

1.11 NOISE ANDVIBRATION

.1 Operate construction equipment such that there isa minimum amount of noise and vibration. Shouldexcessive noise and vibration be caused, at ownexpense, rectify the same to the approval of theConsultant and Owner.

1.12 LIGHTING ANDBARRICADES

.1 Protect persons from injury and avoid propertydamage by providing barricades, constructionsigns, torches, flushers, and guards as requiredduring the progress of the construction Work.Enclose and protect material piles, equipment,construction equipment which may serve asobstructions by fences or barricades and employproper lights when the visibility is poor.

1.13 SAFETY .1 Observe construction safety measures ofProvincial Government, including but not limitedto the Occupational Health and Safety Act,Workers’ Compensation Board and Municipalauthority provided that in any case of conflictor discrepancy the more stringent requirementapplies.

.2 Submit to Consultant prior to commencement ofWork printed information detailing means andmethods so the following will be carried out:.1 The health and safety of persons at or near

the Work are preserved..2 The measures and procedures of the

regulatory agencies specified are carriedout.

.3 Every employee, self-employed person andemployer performing Work under this Contractcomplies with the regulatory agenciesspecified.

.3 Store volatile waste in closed containers and

GENERAL INSTRUCTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 00 00 Page 5

January 2020

remove from premises daily.

.4 WHMIS: Comply with requirements of WorkplaceHazardous Materials Information System (WHMIS)regarding use, handling, storage, and disposal ofhazardous materials; and regarding labelling andprovision of material safety data sheetsacceptable to Labour Canada and Health andWelfare Canada.

.5 Exercise pollution and environmental control ofconstruction activities as specified and asrequired during the Work.

.6 Hazardous material:.1 Should material resembling hazardous

materials other than those identified withthe Contract Documents, including, but notlimited to, spray or trowel appliedasbestos, be encountered in course of work;stop work immediately. Do not proceed untilwritten instructions have been received fromConsultant.

.2 Where work entails use, storage, or disposalof toxic or hazardous materials, chemicalsand or explosives, or otherwise creates ahazard to life, safety, health, or theenvironment; work shall be in accordancewith the Jurisdictional Authority.

.7 Working at height: the primary occupationalhazard associated with this Work is working atheight. Conform with all requirements of the NovaScotia Occupational Health and Safety Act withregards to working at height including Part 21:Fall Protection and Part 23: Scaffolds and OtherElevated Work Platforms.

.8 Confined spaces:.1 Carry out Work in confined spaces in

compliance with the Nova Scotia OccupationalHealth and Safety Act, - Occupational SafetyGeneral Regulations, Part 12 - ConfinedSpace Entry.

.2 Provide approved air monitoring equipmentwhere workers are working in confined spacesand ensure any test equipment to be used iscalibrated, in good working order and usedby trained persons.

.3 Develop a confined space entry programspecific to the nature of Work performed and

GENERAL INSTRUCTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 00 00 Page 6

January 2020

in accordance with OH&S Act and Regulationsand confirm supervisors and workers aretrained in the confined space entry program.

.1 Confirm that personal protective equipmentand emergency rescue equipment appropriateto the nature of the work being performed isprovided and used.

.4 Provide and maintain training of workers, asrequired by the Federal and ProvincialLegislation.

.5 Provide Consultant with a copy of an "EntryPermit" for each entry into the confinedspace to ensure compliance with Federal andProvincial Legislation.

.9 Observe all fire safety procedures as set forthby the Owner.

1.14 DAMAGE ANDINJURY

.1 Bear costs of repairing damage to the Site,property of others and injuries of personsresulting from the Contractor’s operation underthe Contract.

.2 Immediately inform the Consultant of damage orinjury to persons, property, services ormaterials.

1.15 FIRST AID .1 During the progress of the Works, provide andmaintain at all times and in easily accessiblepositions on the Works adequate first aid kitsequal to those required by the Worker’sCompensation Act for the free use as necessary ofall persons on the Site.

1.16 EXISTINGSYSTEMS

.1 Do not operate valves, electrical, telephone orother controls on existing utility systems.Should it become necessary to operate such acontrol or make connection to such a system, doso only on the direct instruction of arepresentative of the utility concerned and shallcarry out such work in accordance with thespecific instructions of the said representative.When the construction work passes under and/or inclose proximity to underground utility cables orutility poles, include in the unit price the costfor having a representative of the utility

GENERAL INSTRUCTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 00 00 Page 7

January 2020

1.18 SANITATION .1 Provide and maintain, so long as any workers areemployed on the Works, adequate sanitaryconveniences for their use. Provide, maintain andremove sanitary conveniences in accordance withthe requirements of all pertinent healthregulations and to the approval of the Consultantand Owner.

company present during the work.

.2 When instructed by the Consultant, provide aletter from the owners of utilities, stating thatall services damaged during construction of theWorks have been repaired.

1.17 WATER ANDELECTRICITY FORCONSTRUCTION

.1 Provide water and electricity for small tools andlight activities for use during construction.

1.19 HANDLING ANDSTORAGE

.1 Deliver and distribute materials furnished by orto the Contractor at the Site and load and unloadso as to avoid shock or damage or dropping. If,however, any material is damaged, the repair orreplacement will be made by the Contractor in amanner approved by the Consultant and Owner, atno additional cost to the Contract.

.2 Adequately store materials and equipment intendedfor the Work until it has been incorporated inthe completed project. Storage of materials andequipment shall be in accordance with themanufacturer’s recommendations. Keep interior ofpipe, fittings, and other accessories free fromdirt and foreign matter at all times.

1.20 EQUIVALENTSAND ALTERNATES

.1 Where any particular brand of manufacturedarticle is described or specified, it is to beregarded as a standard, but another brand equallyas good may be accepted, at the discretion of theConsultant. Request for changes in theSpecification can be made prior to the acceptanceof the tenders. If the Contractor wishes to makea substitution after the Contract has beenawarded, make application, in writing, otherwisethe Contractor will be held to the terms of theSpecifications. No extra cost will be allowed forapproved equivalents.

GENERAL INSTRUCTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 00 00 Page 8

January 2020

.2

.3

.4

.5

1.21 GUARANTEE .1

When the Owner is prepared to permit the use of a brand of manufactured article as an alternative to any specified brand of manufactured article even though such alternative may not be equivalent to that specified, it may be used at the discretion of the Consultant but only after price adjustments have been approved by the Consultant and Owner.

If the alternative requires modifications, adjustments or additions to the specified works, submit to the Consultant, drawings and specifications for these modifications, adjustments or additions in the same detail as presented in the Contract. Approval in principle by the Consultant of these modifications, adjustments or additions in no way relieves the Contractor of obligations or liabilities under the Contract to provide for finished piece of work complete and operational in all essentials.

No change or substitution can be made without the written consent of the Consultant and Owner after award.

After award, the Consultant will record the time required to evaluate equivalents and alternates proposed by the Contractor including making changes to the Contract Documents occasioned thereby. Whether or not the Consultant accepts a proposed substitute, reimburse the Owner for the charges of the Consultant for evaluating any proposed substitute.

The Contract requires an operational combination of several components comprising the Works which are customarily guaranteed by their suppliers. Under this Contract, however, provide a guarantee for the Works for a period of one (2) years following the Date of Substantial Performance. The terms of the Guarantee will be as follows:

.1 Where failure or incipient failure of thematerial is apparent, the Contractor willactively commence repair or other remedy notmore than twenty-four (24) hours afterreceiving due notice of trouble.

.2 If the Contractor, on being notified, doesnot for any reason commence repairs within

GENERAL INSTRUCTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 00 00 Page 9

January 2020

twenty-four (24) hours, the Owner will havethe right to have repairs made by others asnecessary to restore or continue service.The cost of such repairs by others will beborne by the Contractor. The Owner will atall times inform or attempt to inform theContractor before hiring others to effectany repairs. It will, at all times, be theContractor’s right to be informed as soon aspossible of difficulties and proposedremedial action by others, to make or wherepractical to complete such repairs at anyother time of the guarantee period inpreference to others.

.3 The employment of some other person orpersons for reasons set out will in no wiseaffect the Contractor’s obligation orliability hereunder or relieve theContractor of the performance andfulfillment of any or all covenants,undertakings, obligations, or duties underthe Contract.

.4 After the acceptance by the Consultant andduring the guarantee period, the burden ofmaintenance will fall upon the Owner. In theevent of damage, failure or incipientfailure of any part or parts directlyattributable to inadequate or impropermaintenance, the Contractor will beresponsible for remedial action but the costof all such repairs will be reimbursed bythe Owner.

.5 If the Contractor arranges that themanufacturer of some component, or someother party approved by the Consultant,provide the guarantee as his agent under theContract, then due notice to the Agent willbe taken as due notice to the Contractor.This will be a matter for Contractor’sconvenience only, and shall in no wiseaffect the Contractor’s obligations andliabilities hereunder or relieve theContractor from the performance andfulfillment of any or all of his covenants,undertakings, or duties under this Contract.

.2 The guarantee described in this section pertainsspecifically to those components that are bothsupplied and installed under this Contract.

GENERAL INSTRUCTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 00 00 Page 10

January 2020

END

1.22 SITE TO BECLEAN

.1 Keep work, property, road surfaces, etc., invicinity of the Works and in areas whereContractor’s trucks will travel, in a clean andorderly condition, free from dirt, dust, snow,ice, rubbish, etc. at all times during theprogress of the work.

.2 Maintain trucks so that no spillage will occur.Before leaving the Site, trim loads and freewheels of accumulations of soil.

.3 Keep Site free from accumulations of wastematerial and rubbish to prevent an unsightly orhazardous condition. On the completion of theWorks clear away and remove from the Site allconstruction equipment, surplus materials,rubbish and temporary works of every kind andleave the whole of the Site and works clean andto the approval of the Consultant.

.4 Do not dispose of volatile fluid wastes (such asmineral spirits, oil, or paint thinner) in stormor sanitary sewer systems or into streams orwaterways.

.5 Dispose of debris and waste materials inaccordance with the latest regulations respectingSolid Waste Resource Management issued by NovaScotia Environment, at no additional cost to theContract.

.6 Keep building interior clean including elevatorsand stairs used by the Contractor’s forces. Cleanany interior mess created as a result of the Workor accessing the Work site.

PART 2- PRODUCTS

2.1 NOT USED .1 Not applicable.

PART 3 - EXECUTION

3.1 NOT USED .1 Not applicable.

WORK RESTRICTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 14 00 Page 1

January 2020

PART 1 - GENERAL

1.1 CONSTRUCTION .1 This section identifies restrictions that mayRESTRICTIONS impact the scheduling or execution of the Work.

This does not purport to identify all potentialdisruptions, but rather it is meant to assist theContractor to understand the project.

.2 Be fully aware that the Owner and users willoccupy the premises during the entireconstruction period for execution of normaloperations.

.3 Work of this Contract is located in an area wherenormal working hours are:.1 10:00 hours to 22:00 hours, Monday to Fridayinclusive..2 Work performed outside these hours requireapproval by the Owner. Request approval inwriting at least 48 hours in advance..3 Weekend and night Work will be permittedupon request to the Consultant to adhere to theschedule set forth in the Contract.

.4 Co-operate with Owner in scheduling operations tominimized conflict and to facilitate Owner usage.

.5 Equipment laydown areas will be allocated on siteby the Owner. Use this area for storage ofequipment only. Wherever possible, shop fabricateitems and deliver them to the site to avoidexcessive on-site storage in laydown area. Noarea of existing roof is to be used for storagepurposes. The Consultant will designate aspecific area for equipment and material storage.

.6 Provide protection for the travelled ways on theexisting roof.

.7 Repair any damage to the existing roof, interiorareas or parking lot caused by the Work at noadditional expense to the Contract.

.8 No crane use will be permitted.

1.2 EXISTING .1 The intention is to not interfere with any of theSERVICES/ existing rooftop mechanical and electricalINFRASTRUCTURE equipment in the course of the Work. Should a

temporary shut down or relocation of equipmentelements be necessary, obtain the permission of

WORK RESTRICTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 14 00 Page 2

January 2020

the Consultant and Owner to perform such Work atno additional cost to the Contract..1 Re-connect and re-test any shutdown orrelocated unit in the presence of and to thesatisfaction of the Consultant and Owner. Obtainre-testing procedures from the manufacturer ofsuch equipment.

.2 Before commencing Work, establish location andextent of service lines in area of Work andnotify Consultant of findings.

.3 Submit schedule to and obtain approval from Ownerand Consultant for any shut-down or closure ofactive service or facility. Adhere to approvedschedule and provide notice to affected parties.

.4 Where unknown services are encountered,immediately advise Consultant and confirmfindings in writing.

.5 If renovations require a local power shut down,schedule any shut down with the Owner andConsultant and obtain approval 48 hours prior toany shutdown.

.6 Barricade the construction area(s) off from theremaining site. Have delineation and timing ofconstruction area(s) approved by the Consultant.

.7 Any work outside the Project ConstructionBoundary must be coordinated with the Consultant.

.8 Provide temporary exterior access to the roof bymeans of scaffolding and stair towers. Submitproposed design of temporary access system to theConsultant a minimum of one (1) week before workon-site commences. Design must be stamped andsigned by an engineer licensed to practice in theprovince of Nova Scotia. Access to the roof topwill be restricted to exterior access only. Noaccess from the interior of the building will bepermitted.

1.3 USE OF SITE AND .1 Execute work with least possible interference orFACILITIES disturbance to normal use of the premises. Make

arrangements with the Owner and Consultant tofacilitate work as stated.

1.4 USE OF THE .1 Before beginning work, must secure approval fromPREMISES the Owner for the following:

WORK RESTRICTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 14 00 Page 3

January 2020

1. Areas permitted for personnel parking.2. Access to the site.3. Areas permitted for storage of materials anddebris.4. Areas permitted for the location of hoistsand chutes for loading and unloading materials toand from the roof.

1.5 SPECIAL .1REQUIREMENTS

.2

1.6 SECURITY .1CLEARANCES

.2

1.7 SITE SECURITY .1

Make personnel employed on site familiar with and obey regulations including safety, fire, traffic and security regulations.

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

Personnel to be identified to NSLC for the project to gain access to the facility. Modifications for the addition or deletion of contractor personnel must be submitted to the Consultant at least 24 hours in advance of access requirements.

Additional security requirements may be required for other construction areas; consult the Owner's Representative to arrange access and determine security requirements for areas outside the primary construction area.

Site security will be the Contractor’s responsibility including:.1 Provide the Owner and Consultant a schedule of anticipated work hours one week prior to the start of work. Changes to this schedule must be submitted a minimum of 72 hours in advance of the requirement..2 Any work outside the Project Construction Boundary must be supervised by an Owner's representitive. When work is being conducted at two or more separate locations, outside the Project Construction Boundary two or more escorts will be required. At no time shall the work or workers be left unsupervised/unescorted while work is being performed. No work in these areas is to occur without prior written approval from the Owner and Consultant.

WORK RESTRICTIONSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 14 00 Page 4

January 2020

END

.3 Security of designated laydown areasincluding the Contractor’s materials, tools andequipment will be the responsibility of theContractor.

1.9 CLARIFICATIONS .1 Direct clarifications/questions on operationaland security requirements to the Consultant.

1.10 SITE SMOKING .1 Comply with smoking restrictions.ENVIRONMENT

1.11 ENVIRONMENTAL .1 Refer to Section 01 35 43 for environmentalPROCEDURES restrictions and procedures.

PART 2 - PRODUCTS

2.1 NOT USED .1 Not applicable.

PART 3 - EXECUTION

3.1 EQUIPMENT .1 Equipment and equipment placement must conform tothe roof loading ratings. Details are availableupon request from the Consultant.

PAYMENT PROCEDURES FOR Section 01 29 83TESTING SERVICES Page 1

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20 January 2020

PART 1 - GENERAL

1.1 SECTION INCLUDES .1 Inspecting and testing by inspecting firms ortesting laboratories designated by the Owner andConsultant.

1.2 RELATED .1 Particular requirements for inspection andREQUIREMENTS testing to be carried out by testing laboratorySPECIFIED ELSEWHERE designated by the Owner and Consultant are

specified under various sections.

1.3 APPOINTMENT AND .1 The Owner will appoint and pay for the laboratoryPAYMENT and inspection services where these services are

specified as the Owner’s responsibility. TheContractor is responsible for the quality controlof the contract work, refer to Section 01 45 00for details.

.2 Where tests or inspections by designated testinglaboratory reveal Work not in accordance withcontract requirements, pay costs for additionaltests or inspections as required by theConsultant to verify acceptability of correctedwork.

1.4 CONTRACTOR’S .1 Provide labour, equipment and facilities to:RESPONSIBILITIES .1 Provide access to Work to be inspected and

tested..2 Facilitate inspections and tests..3 Make good Work disturbed by inspection andtest.

.2 Notify the Consultant 24 hours in advance ofoperations to allow for assignment of laboratorypersonnel and scheduling of test.

.3 Where materials are specified to be tested,deliver representative samples in requiredquantity to testing laboratory.

.4 Pay costs for uncovering and making good Workthat is covered before required inspection or

PAYMENT PROCEDURES FOR Section 01 29 83TESTING SERVICES Page 2

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20 January 2020

END

testing is completed and approved by theConsultant.

PART 2 - PRODUCTS

2.1 NOT USED .1 Not applicable.

PART 3 - EXECUTION

3.1 NOT USED .1 Not applicable.

SUBMITTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 33 00 Page 1

January 2020

PART 1 - GENERAL

1.1 ADMINISTRATIVE .1

.2

.3

.4

.5

.6

.7

.8

.9

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

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

Present shop drawings, product data, samples and mock ups as required.

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

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

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

Verify field measurements and affected adjacent Work are coordinated.

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

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

SUBMITTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 33 00 Page 2

January 2020

.10 Keep one (1) reviewed copy of each submission onsite.

.11 Each submission must include a unique,sequential, identification number specific to theproject. Demonstrate proposed numbering sequenceto the Consultant for approval. The Consultant toprovide project identification format uponrequest.

.12 Each submission must include a revision number,linked to the identification number. The firstsubmission will be identified as Revision 0,subsequent submissions to be identified asRevision 1, 2, and so on.

.13 Maintain a submission register to demonstrate allplanned and transmitted submissions. Communicatesubmission register to the Consultant bi-weeklyand upon request. Submission register to include,but not be limited to the following fields:Identification number, revision number, documentdescription, planned submittal date, actualsubmittal date, transmittal number, and reviewstatus. The Consultant to provide an Excel formatsubmission register template upon request.

.14 Consultant to provide submission cover/sign offpage template upon request.

1.2 SHOP DRAWINGS .1 The term "shop drawings" means drawings,AND PRODUCT DATA diagrams, illustrations, schedules, performance

charts, brochures and other data which are to beprovided by Contractor to illustrate details of aportion of Work.

.2 Provide shop drawings, product data andOperations and Maintenance Manuals electronicallyin .pdf file format. PDF to be generated at asuitable scanned resolution to enable clear andunambiguous reading of the document; pdf’screated directly from the native electronic filesare preferred over scanned documents. Optimizethe size of files (under 10Mb) to allowreasonable electronic transmission whilemaintaining the clarity of the drawing. Anyillegible pdfs will be sent back marked “Reviseand Re-submit”.

SUBMITTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 33 00 Page 3

January 2020

.3

.4

.5

.6

.7

.8

Only upon specific request by the Consultant provide three (3) hard copy prints.

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

Allow up to ten (10) working days for the Consultant’s review of each submission.

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

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

Accompany submissions with transmittal letter, in duplicate, containing:

.1 Date.

.2 Project title and number.

.3 Contractor’s name and address.

.4 Identification and quantity of each shopdrawing, product data and sample..5 Other pertinent data.

.9 Submissions to include:.1 Date and revision dates..2 Project title and number..3 Name and address of:

.1 Subcontractor.

.2 Supplier.

.3 Manufacturer..4 Contractor’s stamp, signed by Contractor’sauthorized representative certifying approval ofsubmissions, verification of field measurementsand compliance with Contract Documents.

SUBMITTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 33 00 Page 4

January 2020

.5 Details of appropriate portions of Work asapplicable:

.1 Fabrication.

.2 Layout, showing dimensions, includingidentified field dimensions, and clearances..3 Setting or erection details..4 Capacities..5 Performance characteristics..6 Standards..7 Operating weight..8 Wiring diagrams..9 Single line and schematic diagrams..10 Relationship to adjacent work.

.10 After the Consultant’s review, distribute copies.

.11 Shop drawing/product data sheets:.1 Submit shop drawings for each requirementrequested in specification Sections and as theConsultant may reasonably request..2 Submit product data sheets or brochures forrequirements requested in specification Sectionsand as requested by the Consultant where shopdrawings will not be prepared due to standardizedmanufacture of product..3 Submit test reports for requirementsrequested in specification Sections and asrequested by the Consultant.

.1 Report signed by authorized officialof testing laboratory that material, productor system identical to material, product orsystem to be provided has been tested inaccord with specified requirements..2 Testing must have been within three(3) years of date of contract award forproject.

.4 Submit certificates for requirementsrequested in specification Sections and asrequested by the Consultant.

.1 Statements printed on manufacturer’sletterhead and signed by responsibleofficials of manufacturer of product, systemor material attesting that product, systemor material meets specificationrequirements..2 Certificates must be dated after awardof project contract complete with projectname.

SUBMITTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 33 00 Page 5

January 2020

.5 Submit manufacturer’s instructions forrequirements requested in specification Sectionsand as requested by the Consultant.

.1 Pre-printed material describinginstallation of product, system or material,including special notices and MaterialSafety Data Sheets concerning impedances,hazards and safety precautions.

.6 Submit Manufacturer’s Field Reports forrequirements requested in specification Sectionsand as requested by the Consultant.

.1 Documentation of the testing andverification actions taken by manufacturer’srepresentative to confirm compliance withmanufacturer’s standards or instructions.

.7 Submit Operation and Maintenance Data forrequirements requested in specification Sectionsand as requested by the Consultant.

.12 Delete information not applicable to project.

.13 Supplement standard information to providedetails applicable to project.

.14 If upon review by the Consultant, no errors oromissions are discovered or if only minorcorrections are made, copies will be returned andfabrication and installation of Work may proceed.If shop drawings are rejected, noted copy will bereturned and resubmission of corrected shopdrawings, through same procedure indicated above,must be performed before fabrication andinstallation of Work may proceed.

.15 The review of shop drawings by the Consultant isfor sole purpose of ascertaining conformance withgeneral concept. This review does not mean thatthe Consultant approves detail design inherent inshop drawings, responsibility for which remainswith the Contractor submitting same, and suchreview does not relieve Contractor ofresponsibility for errors or omissions in shopdrawings or of responsibility for meeting allrequirements of construction and ContractDocuments. Without restricting generality offoregoing, Contractor is responsible fordimensions to be confirmed and correlated at jobsite, for information that pertains solely tofabrication processes or to techniques of

SUBMITTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 33 00 Page 6

January 2020

1.3 SAMPLES .1

.2

.3

.4

.5

.6

.7

1.4 MOCK UPS .1

1.5 AS-BUILT SURVEY .1

construction and installation and for co-ordination of Work of all sub trades.

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

Deliver samples prepaid to the Consultant’soffice.

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

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

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

Make changes in samples which NSLC Representative may require, consistent with Contract Documents.

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

Erect mock ups in accordance with 01 45 00 Quality Control.

Not applicable.

SUBMITTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 33 00 Page 7

January 2020

END

PART 2 - PRODUCTS

2.1 NOT USED .1 Not applicable.

PART 3 - EXECUTION

3.1 NOT USED .1 Not applicable.

FIRE SAFETYREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 35 Page 1

January 2020

PART 1 - GENERAL

1.1 CONSTRUCTION .1 Provide construction fire safety in accordanceFIRE SAFETY with the National Fire Code of Canada.

1.2 REPORTING FIRES .1 Inform the Consultant and base Fire Chief of allfire incidents at the construction site,regardless of size.

.2 Know location of nearest fire alarm pull stationand telephone, including emergency phone number.

.3 Report immediately fire incidents to FireDepartment as follows:

.1 Activate nearest fire alarm pull station.

.2 Telephone.

.4 Person activating fire alarm pull station willremain at the front entrance to direct FireDepartment to scene of fire.

.5 When reporting fire by telephone, give locationof fire, name or number of building and beprepared to verify location.

1.3 FIRE SAFETY PLAN .1 Submit a fire safety plan for the constructionsite prior to commencement of construction work.The fire safety plan shall conform to theNational Fire Code of Canada.

.2 Submit the fire safety plan to the Consultant forreview by local fire department. Implement anycomments by local fire department.

.3 Limit the fire safety plan to the area ofconstruction only. Contractor is not responsiblefor amending fire safety plans in existingbuildings.

.4 Post the fire safety plan at the entrance to theconstruction site or near the construction site’shealth and safety board. Ensure all personsaccessing the construction site are briefed andadhere to the requirements of the plan.

FIRE SAFETYREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 35 Page 2

January 2020

.5 The fire safety plan must conform to the NationalFire Code of Canada, and shall contain, atminimum:.1 Emergency procedures to be used in case offire, including:

.1 Sounding the fire alarm.

.2 Notifying the fire department.

.3 Instructing occupants on procedures tobe followed when the fire alarm sounds..4 Evacuating occupants, includingspecial provisions for persons requiringassistance..5 Confining, controlling andextinguishing fires.

.2 The appointment and organization ofdesignated supervisory staff to carry out firesafety duties..3 The training of supervisory staff and otheroccupants in their responsibilities for firesafety..4 Documents including diagrams, showing thetype, location and operation of building fireemergency systems..5 The holding of fire drills (whereapplicable)..6 The control of fire hazards in the building..7 The inspection and maintenance of buildingfacilities provided for the safety of occupants.

1.4 FIRE WARNING .1 Provide a fire warning system to notifySYSTEM construction personnel of a fire emergency in the

construction area.

.2 Use a system capable of being heard throughoutthe building and/or construction area.

1.5 INTERIOR AND .1 Fire protection and alarm system will not be:EXTERIOR FIRE .1 Obstructed.PROTECTION AND .2 Shut-off.ALARM SYSTEMS .3 Left inactive at end of working day or shift

without prior written authorization from the FireChief.

FIRE SAFETYREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 35 Page 3

January 2020

.2 Do not use Fire hydrants, standpipes or hosesystems for other than fire-fighting purposesunless authorized by the Fire Chief.

1.6 FIRE PROTECTION .1 Notify the Consultant and the FireSYSTEM IMPAIRMENT Chief 48 hours prior to shutting down any active

fire protection system, including water supply,fire suppression, fire detection and life safetysystems.

.2 Where a fire protection system that provides firealarm monitoring is impaired in an existingbuilding, a fire watch may be required at thediscretion of the Fire Chief.

.3 Implement all fire protection system impairmentsin accordance with the National Fire Code ofCanada and Base Fire Orders. Fire Orders will beprovided at the Pre-Commencement Meeting.

1.7 FIRE .1 In addition to other requirements of thisEXTINGUISHERS specification, supply fire extinguishers, as

scaled by the Fire Chief, necessary to protectwork in progress and contractor’s physical planton site.

.2 Fire extinguishers may be required in thefollowing areas as directed by the Fire Chief:.1 Adjacent to hot works..2 In areas where combustibles are stored..3 Near or on any internal combustion engines..4 Adjacent to areas where flammable liquids orgases are stored or handled..5 Adjacent to temporary oil fired or gas firedequipment..6 Adjacent to bitumen heating equipment.

.3 Use 20 lb ABC, extinguishers unless otherwisedirected by the Fire Chief.

.4 Extinguishers to be of the dry chemical typeunless otherwise required by the hazard beingprotected.

FIRE SAFETYREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 35 Page 4

January 2020

.5 The Contractor may assume the quantity ofextinguishers based on a maximum travel distancebetween extinguishers of 75 feet.

1.8 INSTALLATION ON .1 Notify the Fire Chief of location of asphaltROOF kettles and dates that kettles will be in use.

Ensure personnel use and take precautions asfollows:.1 Use kettles equipped with thermometers orgauges in good working order..2 Locate kettles in safe place outside ofbuilding or, if approved by the Fire Chief, onnon-combustible roof. Locate to avoid danger ofigniting combustible material below..3 Maintain continuous supervision whilekettles are in operation and provide metal coversfor kettles to smother flames in case of fire.Provide fire extinguishers as required in 1.8..4 Prior to start of work, demonstratecontainer capacities to the Fire Chief..5 Use only glass fibre roofing mops..6 Do not leave used roofing mops unattended onroof. Store mops away from building andcombustible materials..7 Store roofing materials no closer than 3.0 mfrom structures.

1.9 ACCESS FOR .1 Provide access for firefighting in accordanceFIRE FIGHTING with the National Fire Code of Canada.

.2 Advise the Fire Chief of work that would impedefire apparatus response. This includes violationof minimum horizontal and overhead clearance, asprescribed by the Fire Chief, erecting ofbarricades and digging of trenches.

.3 Minimum horizontal clearance: clear width of notless than 5m, or as defined by the Fire Chief.

.4 Minimum vertical clearance: overhead height ofnot less than 6m, or as defined by the FireChief.

FIRE SAFETYREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 35 Page 5

January 2020

1.10 SMOKING .1 Smoking is prohibited in all buildings. ObservePRECAUTIONS posted smoking restrictions near existing

buildings.

1.11 RUBBISH AND .1 Keep rubbish and waste materials at minimumWASTE MATERIALS quantities.

.2 Burning of rubbish is prohibited.

.3 Remove rubbish from work site at end of work dayor shift or as directed.

.4 Storage:

.1 Store oily waste in approved receptacles toensure maximum cleanliness and safety..2 Deposit greasy or oily rags and materialssubject to spontaneous combustion in approvedreceptacles and remove as specified.

1.12 FLAMMABLE AND .1 Handle, store and use flammable and combustibleCOMBUSTIBLE LIQUIDS liquids in accordance with the National Fire Code

of Canada.

.2 Keep flammable and combustible liquids such asgasoline, kerosene and naphtha for ready use inquantities not exceeding 22 litres provided theyare stored in approved safety cans bearingUnderwriters’ Laboratory of Canada or FactoryMutual seal of approval. Obtain writtenauthorization from Fire Chief for storage ofquantities of flammable and combustible liquidsexceeding 22 litres.

.3 Do not transfer flammable or combustible liquidsinside buildings or on jetties.

.4 Do not transfer flammable or combustible liquidsin vicinity of open flames or any type of heat-producing devices.

.5 Do not use flammable liquids having flash pointbelow 38 degrees C such as naphtha or gasoline assolvents or cleaning agents.

FIRE SAFETYREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 35 Page 6

January 2020

.6 Store flammable and combustible waste liquids,for disposal, in approved containers located insafe ventilated area. Keep quantities to aminimum and notify Fire Chief when disposal isrequired.

1.13 HOT WORKS .1 Implement a hot works program in accordance withthe National Fire Code of Canada and NFPA 51Standard for Fire Prevention during Welding,Cutting and Other Hot Work.

.2 Obtain from the Fire Chief a "Hot Work" permitfor all hot works in the construction area.Frequency of renewal for hot works permits is atthe discretion of the Fire Chief.

.3 When Work is carried out in dangerous orhazardous areas involving use of heat, providefire watchers equipped with sufficient fireextinguishers. Determination of dangerous orhazardous areas along with level of protectionnecessary for Fire Watch is at discretion of theFire Chief.

.4 Provide fire watch service for work on scaleestablished and in conjunction with the FireChief as defined in the Fire Department Briefing.Fire watchers must be trained in the use of fireextinguishing equipment.

.5 Area of hot works:.1 Carryout hot works in an area free ofcombustible and flammable content..2 Where 1.14.5.1 is not possible:

.1 All flammable and combustiblematerials within 15m of the hot works shallbe protected in accordance with theNational Fire Code of Canada..2 Provide a fire watch during the hotwork and for a period of not less than 60minutes following the hot work, unlessotherwise directed by the Fire Chief..3 Conduct a final inspection of the hotwork area not less than 4 hours after thecompletion of hot works unless otherwisedirected by the Fire Chief.

.3 Where there is a possibility of sparksleaking onto combustible materials in areas

FIRE SAFETYREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 35 Page 7

January 2020

adjacent to the areas where the hot work iscarried out:

.1 Openings in walls, floors or ceilingsshall be covered or closed to prevent thepassage of sparks to such adjacent areas,or.2 Sentence 1.14.5.2 applies for thoseareas.

.6 Protection of flammable and combustiblematerials:.1 Any combustible or flammable material, dustor residue shall be:

.1 Removed from the area where hot worksis carried out, or.2 Protected from ignition by non-combustible materials.

.7 Fire extinguisher:.1 Provide a fire extinguisher within 3 m ofall hot works. Minimum size must be 20lbs ABCunless otherwise directed by Fire Chief.

1.14 HAZARDOUS .1 Conduct Work entailing use of toxic or hazardousSUBSTANCES materials, chemicals and/or explosives, or

otherwise creating hazard to life, safety orhealth, in accordance with National Fire Code ofCanada.

.2 Provide ventilation where flammable liquids, suchas lacquers or urethanes are used. Eliminate allsources of ignition. Inform the Fire Chief priorto and at completion of such work.

1.15 QUESTIONS AND/ .1 Direct questions or clarifications on FireOR CLARIFICATION Safety in addition to above requirements to the

Consultant.

.2 Do not liaise directly with the Fire Chief fornotification, authorization or any requestsunless the situation constitutes an immediateemergency. Such communication will be through theConsultant.

FIRE SAFETYREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 35 Page 8

January 2020

END

1.16 FIRE INSPECTION .1 Coordinate site inspections by the Fire Chiefthrough the Consultant.

.2 Allow the Fire Chief unrestricted access to worksite.

.3 Cooperate with the Fire Chief during routine firesafety inspection of work site.

.4 Immediately remedy unsafe fire situationsobserved by the Fire Chief.

PART 2 - PRODUCTS

2.1 NOT USED

.1 Not applicable.

PART 3 - EXECUTION

3.1 NOT USED

.1 Not applicable.

ENVIRONMENTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 43 Page 1

January 2020

PART 1 – GENERAL

1.1 RELATED SECTIONS .1 Section 01 74 21 – Construction/Demolition WasteManagement and Disposal.

1.2 DEFINITIONS .1 environmental pollution and damage: presence ofchemical, physical, biological elements or agentswhich adversely affect human health and welfare;unfavorably alter ecological balances ofimportance to human life; affect other species ofimportance to humankind; or degrade environmentaesthetically, culturally and/or historically.

.2 Environmental Protection: prevention/control ofpollution and habitat or environment disruptionduring construction. Control of environmentalpollution and damage requires consideration ofland, water, and air; biological and culturalresources; and includes management of visualaesthetics; noise; solid, chemical, gaseous, andliquid waste; radiant energy and radioactivematerial as well as other pollutants.

1.3 SUBMITTALS .1 Submittals: in accordance with submittalprocedures.

.2 Within seven (7) working days of contract award,submit Environmental Protection Plan for reviewand approval by the Consultant. EnvironmentalProtection Plan is to present comprehensiveoverview of known or potential environmentalissues which must be addressed during theproject.

.3 Address topics below at level of detailcommensurate with environmental issue andrequired construction tasks.

.4 Environmental protection plan: include:

.1 Names of persons responsible for ensuringadherence to Environmental Protection Plan.

ENVIRONMENTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 43 Page 2

January 2020

.2 Names and qualifications of personsresponsible for manifesting hazardous waste to beremoved from site..3 Names and qualifications of personsresponsible for training site personnel. Personresponsible for training must be consideredcompetent person as defined by the Nova ScotiaOccupational Health and Safety Act..4 Descriptions of environmental protectionpersonnel training program..5 Drawings showing locations of materialstorage areas, structures, sanitary facilities,and stockpiles of excess or spoil materials to becontained on site..6 Work area plan showing proposed activity ineach portion of area and identifying areas oflimited use or non-use. Plan to include measuresfor marking limits of use areas..7 Spill Control Plan: including procedures,instructions, and reports to be used in event ofunforeseen spill of regulated substance..8 Non-Hazardous and hazardous solid wastedisposal plan identifying methods and locationsfor solid waste disposal including clearingdebris..9 Air pollution control plan detailingprovisions to assure that dust, debris,materials, and trash, do not become air borne andtravel off project site..10 Contaminant prevention plan that:identifies potentially hazardous substances to beused on job site; identifies intended actions toprevent introduction of such materials into air,water, or ground; and details provisions forcompliance with Federal, Provincial, andMunicipal laws and regulations for storage andhandling of these materials.

1.4 EMERGENCY .1 Take actions as noted in this article when anNOTIFICATION accidental release of any of the following

occurs:.1 Flammable, poisonous or caustic gas;.2 Flammable, poisonous or caustic liquid;.3 Bio-hazardous/infections substances;.4 PCB;.5 Sewage;.6 Contaminated water; or.7 Asbestos.

ENVIRONMENTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 43 Page 3

January 2020

.2 An environmental incident has occurred when therehas been an uncontrolled or unintended release ofa hazardous waste, hazardous liquid, hazardousgas and/or dangerous good.

.3 Take the following action when any of the abovehave occurred:

.1 Control the release, if possible;

.2 Contact DND Fire Hall or 911;

1.5 FIRES .1 Fires and burning of rubbish on site notpermitted.

1.6 DISPOSAL OF .1 Do not bury construction and demolition C&DWASTES debris, rubbish and waste materials on site. C&D

debris means materials which are normally usedin the construction of buildings, structures,roadways, walls and other landscaping material,and includes, but is not limited to, soil,asphalt, brick, mortar, drywall, plaster,cellulose, fiberglass, fibres, gyproc, lumber,wood, asphalt shingles, and metals;

.2 Do not dispose of waste or volatile materials,such as mineral spirits, oil or paint thinnerinto waterways, storm or sanitary sewers.

1.7 DUST CONTROL .1 The application of clean water is the preferredmethod of dust suppression and shall beconsidered for use by contractor wherevereconomical and practical to use.

1.8 POLLUTION .1 Control emissions from equipment and plant toCONTROL local authorities’ emission requirements.

.2 Prevent sandblasting and other extraneousmaterials from contaminating air beyondapplication area, by providing temporaryenclosures.

.3 Provide petroleum spill kits at the work site toquickly cleanup and contain petroleum spills fromplant, should they occur. Ensure site personnel

ENVIRONMENTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 43 Page 4

January 2020

are familiar with and trained in the use of sitepetroleum spill kits.

1.9 ENVIRONMENTAL .1 Any vehicles and equipment present in the projectMANAGEMENT areas, when not in use, are not to be left idling.

1.10 ENVIRONMENTAL .1 In the event of an environmental incident orINCIDENT OR emergency such as:EMERGENCY .1 Chemical spill or petroleum spill.

.2 Poisonous or caustic gas emission.

.3 Biological or chemical explosion.

.4 Hazardous material spill.

.5 Sewage spill.

.6 Release of contaminated water intowaterways.

.2 The Contractor or their employees shall:

.1 Notify the Contractor’s job superintendent.

.2 Notify the Consultant and give type ofemergency.

1.11 VEHICLE .1 Refueling of equipment to be performed inREFUELING locations as directed by the Consultant.

.2 Do not refuel equipment within 30 metres of anywatercourse or storm water catch basin unlessprotection against spills is in place and locationis approved by the Consultant.

.3 Utilize drip pans sized for amounts of product tobe recovered and customized to fit under pieces ofequipment to perform routine maintenance toequipment while maintaining equipment on property.Use drip pans whenever leaving equipment on siteor parking overnight when not in use.

.4 Parking of equipment on site to be in locationsaway from watercourses and as approved by theConsultant. Remove equipment with leaks or poormechanical repair from site when so ordered by theConsultant or Owner.

.5 Use petroleum containers approved for productswith no spill fill spouts, equipped with a self-

ENVIRONMENTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 43 Page 5

January 2020

closing valve, for dispensing fuels. Prevent anyflow of fuel until the nozzle is inserted into thereceiving container. On removal from the receivingcontainer the slide valve should close toeliminate any fuel spill. The nozzle to beequipped with an automatic vent, eliminating theneed for the user to open or close air inlets onthe pouring container.

.6 Nozzle to support the weight of the pouringcontainer. Nozzles to automatically stop the flowwhen the receiving container becomes full. Thenozzle to be such that it reduces evaporationlosses of volatile organic compounds during thefuel transfer.

.7 All spills of hydrocarbon based products such asgasoline, kerosene, naptha, lubricating oils,engine oils, greases and de-icing fluids orantifreeze be reported immediately to theConsultant or Owner.

1.12 SPILLS .1 Disposal of spilled materials to be off propertyand at approved locations for materials to bedisposed of.

.2 When parking of equipment on site, the equipmentis to be secured from entry and inspected forfluid leaks.

.3 Protect all wells, catch basins, dry wells, drainsand water courses from contamination in the eventof a spill.

.4 All equipment to be used for the Work of theContract will be free of fluid leaks and in goodworking order. Equipment will be inspected forfluid leaks before each use and at regularintervals during use. Equipment not in good repairto be immediately removed from use.

.5 Report all spills regardless of size to theConsultant.

.6 For spills occurring, immediately remove as muchor all of the contaminated soils created by thespill as possible.

ENVIRONMENTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 43 Page 6

January 2020

.7

.8

.9

1.13 SPILL CONTROL .1KITS

Place contaminated soils/materials in leak proof containers compatible with the contaminates spilled and shall be covered to prevent ingress of weather.

Perform any remaining clean-up to be performed at no extra cost to Contract. Complete clean-up to be completed to the Consultant’s satisfaction.

Report any spills of petroleum or other hazardous materials to the Base /Wing Fire Hall and the NSLC Representative.

Have at the work site a spill control kit consisting of the following equipment, at a minimum:

.1 A spaded shovel.

.2 A stable broom.

.3 A broad nose shovel.

.4 Container(s) suitable, compatible to and ofsufficient size to contain petroleum productsbeing used with equipment..5 Absorbents..6 Rags..7 Metal container for soiled rags..8 Booms when working next to a water course.

.2 Spill control kit to be inspected and approved bythe Consultant prior to start of work. Make spillcontrol kits to be available at all areas whereWork is being performed and until completion ofthe Work.

.3 Train contractor employees in the use of spillcontrol kits and the equipment they contain.

1.14 NOTIFICATION .1 The Consultant will notify contractor in writingof observed noncompliance with federal, provincialor municipal environmental laws or regulations,permits, and other elements of contractor’senvironmental protection plan.

.2 After receipt of such notice, inform theConsultant of proposed corrective action and takesuch action for approval by the Consultant.

ENVIRONMENTAL PROCEDURESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 35 43 Page 7

January 2020

.3 The Consultant will issue stop order of work untilsatisfactory corrective action has been taken.

.4 No time extensions granted or equitableadjustments allowed to Contractor for suchsuspensions.

PART 2 - PRODUCTS

2.1 NOT USED .1 Not applicable.

PART 3 - EXECUTION

3.1 NOT USED .1 Not applicable.

QUALITY CONTROLNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 45 00 Page 1

January 2020

PART 1 - GENERAL

1.1 SECTION .1 Inspection and testing, administrative andINCLUDES enforcement requirements.

.2 Tests and mix designs.

.3 Mill tests.

.4 Equipment and system adjust and balance.

1.2 RELATED .1 Section 01 33 00 - Submittal Procedures.SECTIONS

1.3 QUALITY OF .1 Provide a Quality of Work of the highestWORK standard, executed by workers experienced and

skilled in respective duties for which they areemployed. Immediately notify the Consultant ifrequired Work is such as to make it impracticalto produce required results.

1.4 INSPECTION .1 Allow the Consultant access to Work. If part ofWork is in preparation at locations other thanPlace of Work, allow access to such Work wheneverit is in progress.

.2 Give timely notice requesting inspection if Workis designated for special tests, inspections orapprovals by the Consultant instructions, or lawof Place of Work.

.3 If the Contractor covers or permits to be coveredWork that has been designated for special tests,inspections or approvals before such is made,uncover such Work, have inspections or testssatisfactorily completed and make good such Workat no additional cost to the Contract.

.4 The Consultant may order any part of Work to beexamined if Work is suspected to be not inaccordance with Contract Documents. If, uponexamination such work is found not in accordance

QUALITY CONTROLNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 45 00 Page 2

January 2020

with Contract Documents, correct such Work andpay cost of examination and correction.

1.5 INDEPENDENT .1 The Contractor is responsible for qualityINSPECTION AGENCIES control. Pay for testing laboratory services for

testing and inspection as required to confirm thequality of Work meets the specified requirementsincluding, but not limited to, the following:

.1 Inspection and testing required by laws,ordinances, rules, regulations or orders ofpublic authorities..2 Inspection and testing performed exclusivelyfor Contractor’s convenience and quality control..3 Testing, adjustment and balancing ofelectrical equipment and systems..4 Mill tests and certificates of compliance..5 Tests specified to be carried out byContractor under the supervision of theConsultant..6 Additional tests specified..7 Testing to be conducted on soils, compactionand concrete.

.2 Employment of inspection/testing agencies doesnot relax Contractor’s responsibility to performWork in accordance with Contract Documents.

.3 The Consultant may choose to carry out randomtesting to verify the quality of the Contractor’sWork at any time during or after the Work hasbeen completed. The Consultant to appoint and payfor this testing only.

.4 If defects are revealed during inspection and/ortesting, appointed agency will request additionalinspection and/or testing to ascertain fulldegree of defect. Correct defect andirregularities as advised by the Consultant at noadditional cost to the Contract. Pay costs forretesting and re-inspection.

1.6 PROCEDURES .1 Notify appropriate agency and the Consultant inadvance of requirement for tests, in order thatattendance arrangements can be made.

.2 Submit samples and/or materials required fortesting, as specifically requested inspecifications. Submit with reasonable promptness

QUALITY CONTROLNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 45 00 Page 3

January 2020

and in an orderly sequence so as not to causedelay in Work.

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

1.7 REJECTED WORK .1 Remove defective Work, whether result of poorworkmanship, use of defective products or damageand whether incorporated in Work or not, whichhas been rejected by the Consultant as failing toconform to Contract Documents. Replace or re-execute in accordance with Contract Documents.

.2 Make good other work damaged by such removals orreplacements promptly.

.3 If in opinion of the Consultant it is notexpedient to correct defective Work or Work notperformed in accordance with Contract Documents,the Owner may deduct from Contract Pricedifference in value between Work performed andthat called for by Contract Documents, amount ofwhich will be determined by the Consultant.

1.8 REPORTS .1 Submit four (4) copies of inspection and testreports to the Consultant within forty-eight (48)hours of testing, unless otherwise directed.

.2 Provide copies to subcontractor of work beinginspected or tested.

1.9 TESTS AND MIX .1 Furnish test results and mix designs as mayDESIGNS be requested.

1.10 MILL TESTS .1 Submit mill test certificates as required ofspecification Sections.

QUALITY CONTROLNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 45 00 Page 4

January 2020

END

PART 2 - PRODUCTS

2.1 NOT USED .1 Not applicable.

PART 3 - EXECUTION

3.1 NOT USED .1 Not applicable.

CONSTRUCTION FACILITIESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 52 00 Page 1

January 2020

PART 1 - GENERAL

1.1 TEMPORARY .1 Provide temporary exterior access to the roofEXTERIOR ACCESS by means of scaffolding and stair towers. Submit

proposed design of temporary access system to theConsultant a minimum of one (1) weeks before workon-site commences. Design must be stamped andsigned by an engineer licensed to practice in theprovince of Nova Scotia.

1.2 INSTALLATION .1 Provide construction facilities in order toAND REMOVAL execute work expeditiously.

.2 Remove from site all such work after use.

1.3 SCAFFOLDING .1 Provide and maintain exterior stair tower forroof access, scaffolding, ramps, ladders, swingstaging, platforms, and temporary stairs.

1.4 HOISTING .1 Provide, operate and maintain hoists, cranesrequired for moving of workers, materials andequipment. Make financial arrangements withsubcontractors for use thereof.

.2 Only operate hoists and cranes with qualifiedoperators.

.3 Have hoists routinely inspected and certified bya qualified inspection body in accordance withlegislation and safety requirements herein.Provide certification documentation to theConsultant prior to use of hoist.

1.5 SITE STORAGE .1 Site storage and loading areas are subject to/LOADING approval of the Consultant.

.2 Confine work and operations of employees inaccordance with Contract Documents. Do notunreasonably encumber premises with products.

CONSTRUCTION FACILITIESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 52 00 Page 2

January 2020

.3 Do not load or permit to load any part of Workwith a weight or force that will endanger theWork.

1.6 CONSTRUCTION .1 Parking will be permitted at the facility asPARKING directed by the Consultant.

.2 Provide and maintain adequate access to projectsite.

.3 Build and maintain temporary roads whereindicated or directed by the Consultant andprovide snow removal during period of Work.

.4 If authorized to use existing roads for access toproject site, maintain such roads for duration ofContract and make good damage resulting fromContractors’ use of roads.

1.7 EQUIPMENT, TOOL .1 Provide and maintain, in a clean and orderlyAND MATERIALS condition, lockable weatherproof sheds forSTORAGE storage of tools, equipment and materials.

.2 Locate materials not required to be stored inweatherproof sheds on site in a manner to causeleast interference with work activities.

1.8 SANITARY .1 Provide sanitary facilities for work force inFACILITIES accordance with governing regulations and

ordinances. Access to existing buildings will notbe permitted.

.2 Post notices and take such precautions asrequired by local health authorities. Keep areaand premises in sanitary condition.

.3 When permanent water and drain connections arecompleted, provide temporary water closets andurinals complete with temporary enclosures,inside building. Permanent facilities may be usedon approval of the Consultant.

CONSTRUCTION FACILITIESNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 52 00 Page 3

January 2020

END

PART 2 - PRODUCTS

2.1 NOT USED .1 Not applicable.

PART 3 - EXECUTION

3.1 NOT USED .1 Not applicable.

TEMPORARY BARRIERSAND ENCLOSURES

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 56 00 Page 1

January 2020

PART 1 - GENERAL

1.1 INSTALLATION .1 Provide temporary controls in order toAND REMOVAL execute Work expeditiously.

.2 Remove from site all such work after use.

1.2 BARRIERS .1 On approval, provide secure, rigid guard rails,jersey barriers or barricades around open edgesof the roof.

1.3 PROTECTION FOR .1 Protect surrounding private and public propertyOFF SITE AND PUBLIC from damage during performance of Work.PROPERTY

.2 Be responsible for damage incurred.

1.4 PROTECTION OF .1 Provide protection for complete and partiallyFINISHES complete finishes and equipment during

performance of Work.

.2 Provide necessary screens, covers, and hoardings.

.3 Confirm with the Consultant locations andinstallation schedule three (3) days prior toinstallation.

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

1.5 FIRE ROUTES .1 Maintain access to property including overheadclearances for use by emergency responsevehicles.

TEMPORARY BARRIERSAND ENCLOSURES

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 56 00 Page 2

January 2020

END

PART 2 - PRODUCTS

1.1 NOT USED .1 Not applicable.

PART 3 - EXECUTION

3.1 NOT USED .1 Not applicable.

COMMON PRODUCTREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 61 00 Page 1

January 2020

PART 1 - GENERAL

1.1 REFERENCE .1STANDARDS

.2

.3

1.2 QUALITY .1

.2

.3

.4

Within the text of each specificationsection, reference may be made to reference standards. Conform to these reference standards, in whole or in part as specifically requested in the specification.

If there is question as to whether any product or system is in conformance with applicable standards, the Consultant reserves right to have such products or systems tested to prove or disprove conformance.

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

Products, materials, equipment and articles(referred to as products throughout specifications) incorporated in Work shall be new, not damaged or defective, and of best quality (compatible with specifications) for purpose intended. If requested, furnish evidence as to type, source and quality of products provided.

Defective products, whenever identified prior to completion of Work, will be rejected, regardless of previous inspections. Inspection does not relieve responsibility, but is precaution against oversight or error. Remove and replace defective products at own expense and be responsible for delays and expenses caused by rejection.

Should any dispute arise as to quality or fitness of products, decision rests strictly with the Consultant based upon requirements of Contract Documents.

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

COMMON PRODUCTREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 61 00 Page 2

January 2020

.5 Permanent labels, trademarks and nameplates onproducts are not acceptable in prominentlocations, except where required for operatinginstructions, or when located in mechanical orelectrical rooms.

.6 Procurement policy is to acquire, in costeffective manner, items containing highestpercentage of recycled and recovered materialspracticable consistent with maintainingsatisfactory levels of competition. Makereasonable efforts to use recycled and recoveredmaterials and in otherwise utilizing recycled andrecovered materials in execution of work.

1.3 AVAILABILITY .1 Immediately upon signing Contract, review productdelivery requirements and anticipate foreseeablesupply delays for any items. If delays in supplyof products are foreseeable, notify theConsultant of such, in order that substitutionsor other remedial action may be authorized inample time to prevent delay in performance ofWork.

.2 In event of failure to notify the Consultant atcommencement of Work and should it subsequentlyappear that Work may be delayed for such reason,the Consultant reserves right to substitute morereadily available products of similar character,at no increase in Contract Price or ContractTime.

1.4 STORAGE, .1 Handle and store products in manner to preventHANDLING AND damage, adulteration, deterioration and soilingPROTECTION and in accordance with manufacturer’s

instructions when applicable.

.2 Store packaged or bundled products in originaland undamaged condition with manufacturer’s sealand labels intact. Do not remove from packagingor bundling until required in Work.

.3 Store products subject to damage from weather inweatherproof enclosures.

.4 Store cementitious products clear of earth orconcrete floors, and away from walls.

COMMON PRODUCTREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 61 00 Page 3

January 2020

.5 Keep sand, when used for grout or mortarmaterials, clean and dry. Store sand on woodenplatforms and cover with waterproof tarpaulinsduring inclement weather.

.6 Store sheet materials and lumber on flat, solidsupports and keep clear of ground. Slope to shedmoisture.

.7 Store and mix paints in heated and ventilatedroom. Remove oily rags and other combustibledebris from site daily. Take every precautionnecessary to prevent spontaneous combustion.

.8 Remove and replace damaged products at ownexpense and to satisfaction of the Consultant.

.9 Touch up damaged factory finished surfaces to theConsultant’s satisfaction. Use touch up materialsto match original. Do not paint over name plates.

1.5 TRANSPORTATION .1 Pay costs of transportation of products requiredin performance of Work.

1.6 MANUFACTURER’S .1 Unless otherwise indicated in the specifications,INSTRUCTIONS install or erect products in accordance with

manufacturer’s instructions. Do not rely onlabels or enclosures provided with products.Obtain written instructions directly frommanufacturers.

.2 Notify the Consultant in writing, of conflictsbetween specifications and manufacturer’sinstructions, so that the Consultant mayestablish course of action.

.3 Improper installation or erection of products,due to failure in complying with theserequirements, authorizes the Consultant torequire removal and reinstallation at no increasein Contract Price or Contract Time.

1.7 QUALITY OF WORK .1 Provide a Quality of Work of the higheststandard, executed by workers experienced andskilled in respective duties for which they are

COMMON PRODUCTREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 61 00 Page 4

January 2020

employed. Immediately notify the Consultant ifrequired Work is such as to make it impracticalto produce required results.

.2 Do not employ anyone unskilled in their requiredduties. The Consultant reserves right to requiredismissal from site, workers deemed incompetentor careless.

.3 Decisions as to standard or fitness of Quality ofWork in cases of dispute rest solely with theConsultant, whose decision is final.

1.8 COORDINATION .1 Coordinate between trades in laying out Work.Maintain efficient and continuous supervision.

.2 Coordinate the placement of openings, sleeves andaccessories.

1.9 CONCEALMENT .1 Before installation, inform the Consultant ifthere is interference. Install as directed by theConsultant.

1.10 REMEDIAL WORK .1 Perform remedial work required to repair orreplace parts or portions of Work identified asdefective or unacceptable. Coordinate adjacentaffected Work as required.

.2 Perform remedial work by specialists familiarwith materials affected. Perform in a manner toneither damage nor put at risk any portion ofWork.

1.11 LOCATION OF .1 Consider location of fixtures, outlets,FIXTURES and mechanical and electrical items indicated as

approximate.

.3 Inform the Consultant of conflictinginstallation. Install as directed.

1.12 FASTENINGS .1 Provide metal fastenings and accessories in sametexture, colour and finish as adjacent materials,unless indicated otherwise.

COMMON PRODUCTREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 61 00 Page 5

January 2020

.2 Prevent electrolytic action between dissimilarmetals and materials.

.3 Use non-corrosive hot dip galvanized steelfasteners and anchors for securing exterior work,unless stainless steel or other material isspecifically requested in affected specificationSection.

.4 Space anchors within individual load limit orshear capacity and ensure they provide positivepermanent anchorage. Wood, or any other organicmaterial plugs are not acceptable.

.5 Keep exposed fastenings to a minimum, spaceevenly and install neatly.

.6 Fastenings which cause spalling or cracking ofmaterial to which anchorage is made are notacceptable.

1.13 FASTENINGS .1 Use fastenings of standard commercial sizesEQUIPMENT and patterns with material and finish suitable

for service.

.2 Use heavy hexagon heads, unless otherwisespecified.

.3 Bolts may not project more than one diameterbeyond nuts.

.4 Where vibration is not likely to occur, securefasteners with a plain (flat) washer, split(spring lock) washer, and heavy hex nut.

.5 Where vibration may occur, fasteners shall besecured with a plain (flat) washer and a heavyhex, lock nut.

1.14 PROTECTION OF .1 Prevent overloading of any part of building.WORK IN PROGRESS Do not cut, drill or sleeve any load bearing

structural member, unless specifically indicated,without written approval of the Consultant.

COMMON PRODUCTREQUIREMENTS

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 61 00 Page 6

January 2020

END

PART 2- PRODUCTS

2.1 NOT USED .1 Not applicable.

PART 3 - EXECUTION

3.1 NOT USED .1 Not applicable.

CLEANINGNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 74 11 Page 1

January 2020

PART 1 - GENERAL

1.1 RELATED SECTIONS .1 Closeout Procedures: Section 01 78 00.

1.2 PROJECT .1 Maintain Work in tidy condition, free fromCLEANLINESS accumulation of waste products and debris.

.2 Remove waste materials from site at regularlyscheduled times or dispose of as directed by theConsultant. Do not burn waste materials on site.

.3 Clear snow and ice from access to work areabank/pile snow in designated areas only or removefrom site.

.4 Make arrangements with and obtain permits fromauthorities having jurisdiction for disposal ofwaste and debris.

.5 Provide on-site containers for collection ofwaste materials and debris.

.6 Remove waste material and debris from site at endof each working day.

.7 Store volatile waste in covered metal containers,and remove from premises at end of each workingday.

.8 Provide adequate ventilation during use ofvolatile or noxious substances. Use of buildingventilation systems is not permitted for thispurpose.

.9 Use only cleaning materials recommended bymanufacturer of surface to be cleaned, and asrecommended by cleaning material manufacturer.

1.3 FINAL CLEANING .1 When Work is Substantially Performed, removesurplus products, tools, construction machinery

CLEANINGNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 74 11 Page 2

January 2020

END

and equipment not required for performance ofremaining Work.

.2 Remove waste products and debris and leave Workclean and suitable for occupancy.

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

.4 Remove waste materials and debris from site atregularly scheduled times or dispose of asdirected by the Consultant. Do not burn wastematerials on site.

.5 Remove stains, spots, marks and dirt fromelectrical and mechanical fixtures and equipment,walls and floors.

.6 Clean lighting reflectors, lenses, and otherlighting surfaces.

.7 Inspect finishes, fitments and equipment andensure specified workmanship and operation.

.8 Remove dirt and other disfiguration from exteriorsurfaces.

.9 Remove debris and surplus materials from crawlareas and other accessible concealed spaces.

PART 2 - PRODUCTS

2.1 NOT USED .1 Not applicable.

PART 3 - EXECUTION

3.1 NOT USED .1 Not applicable.

CONSTRUCTION/DEMOLITIONWASTE MANAGEMENT ANDDISPOSAL

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 74 21 Page 1

January 2020

PART 1 - GENERAL

1.1 DEFINITIONS .1 Recyclable: ability of product or material to berecovered at end of its life cycle and re-manufactured into new product for reuse.

.2 Recycle: process by which waste and recyclablematerials are transformed or collected forpurpose of being transferred into new products.

.3 Recycling: process of sorting, cleansing,treating and reconstituting solid waste and otherdiscarded materials for purpose of using inaltered form. Recycling does not include burning,incinerating, or thermally destroying waste.

.4 Reuse: repeated use of product in same form butnot necessarily for same purpose. Reuseincludes:.1 Salvaging reusable materials from re-modeling projects, before demolition stage, forresale, reuse on current project..2 Returning reusable items including palletsor unused products to vendors.

.5 Salvage: removal of structural and non-structuralmaterials from deconstruction/disassemblyprojects for purpose of reuse or recycling.

.6 Separate Condition: refers to waste sorted intoindividual types.

.7 Source Separation: acts of keeping differenttypes of waste materials separate beginning fromfirst time they became waste.

.8 Waste Management Co-ordinator (WMC): Contractorrepresentative responsible for supervising wastemanagement activities.

1.2 STORAGE, .1 Store, materials to be reused, recycled andHANDLING AND salvaged in locations as directed by thePROTECTION Consultant.

.2 Unless specified otherwise, materials for removalbecome Contractor’s property.

CONSTRUCTION/DEMOLITIONWASTE MANAGEMENT ANDDISPOSAL

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 74 21 Page 2

January 2020

.3 Protect, stockpile, store and catalogue salvageditems.

.4 Protect surface drainage, mechanical andelectrical equipment from damage and blockage.

.5 Prevent contamination of materials to be salvagedand recycled and handle materials in accordancewith requirements for acceptance by designatedfacilities.

.1 On-site source separation is recommended.

.2 Remove co-mingled materials to off-siteprocessing facility for separation..3 Provide waybills for separated materials.

.6 Do not store waste and debris on site forexcessive time periods. Remove waste from siteat regular intervals.

1.3 SUBMITTALS .1 Within seven (7) working days of contract award,submit waste reduction plan and waste auditworksheet for review and approval by theConsultant. Waste reduction plan describes thegeneral management of waste and is to include butnot be limited to:

.1 Destinations of materials listed.

.2 Deconstruction/disassembly techniques andsequencing..3 Schedule for deconstruction/disassembly..4 Location..5 Security..6 Protection..7 Clear labeling of storage areas..8 Details on materials handling and removalprocedures..9 Quantities for materials to be salvaged forreuse or recycled and materials sent to landfill..10 Letters from receiving facilitiesconfirming acceptance of project materials.11 Frequency of waste removals.

1.4 DISPOSAL OF .1 Do not bury asphalt, C&D debris, rubbish or wasteWASTES materials on-site.

CONSTRUCTION/DEMOLITIONWASTE MANAGEMENT ANDDISPOSAL

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 74 21 Page 3

January 2020

.2 Do not dispose of waste, volatile materials,mineral spirits, oil or paint thinner intowaterways, storm, or sanitary sewers.

.3 Keep records of construction waste including:

.1 Number and size of bins.

.2 Waste type of each bin.

.3 Total tonnage generated.

.4 Tonnage reused or recycled.

.5 Reused or recycled waste destination.

.4 Dispose of waste materials in accordance with HRMBy-Law S-600 and L-200

.5 Submit copies of all weigh bills from wasteDisposal facilities to the Consultant as workadvances.

1.5 SCHEDULING .1 Co-ordinate Work with other activities at site toensure timely and orderly progress of Work.

PART 2 - PRODUCTS

2.1 NOT USED .1 NOT APPLICABLE.

PART 3 - EXECUTION

3.1 APPLICATION .1 Handle waste materials not reused, salvaged, orrecycled in accordance with appropriateregulations and codes.

3.2 CLEANING .1 Remove tools and waste materials on completion ofWork, and leave work area in clean and orderlycondition.

.2 Clean-up work area as work progresses.

CONSTRUCTION/DEMOLITIONWASTE MANAGEMENT ANDDISPOSAL

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 74 21 Page 4

January 2020

END

.3 Source separate materials to be reused/recycledinto specified sort areas.

3.3 DIVERSION OF .1 From following list, separate materials fromMATERIALS general waste stream and stockpile in separate

piles or containers, as reviewed by theConsultant, and consistent with applicable fireregulations.

.1 Mark containers or stockpile areas.

.2 Provide instruction on disposal practices.

.2 On-site sale of materials is not permitted.

.3 Processing of C&D Debris and Waste is onlypermitted at the source site or at HRM approvedC&D Recycling/processing facilities in accordancewith HRM By-Law L-200.

CLOSEOUT SUBMITTALSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 78 00 Page 1

January 2020

PART 1 - GENERAL

1.1 SECTION INCLUDES .1

1.2 SUBMISSION .1

.2

Closeout submittals includes, but are not limited to:

.1 Contract drawings and specifications.

.2 Samples of materials used in construction where identified in specific specification sections..3 Manufacturer’s product data, drawings, specifications, and operation and maintenance manuals (as applicable) for each construction material, finish, and/or system that comprises the completed work. Closeout data submission is not required for temporary materials used in execution of the work..4 Operation and maintenance data for the overall functionality of the executed work; as a whole and/or where individual systems are combined to form a greater function..5 Spare parts, special tools and maintenance materials..6 Warranties and bonds.

Prepare instructions and data using personnel experienced in maintenance and operation of described products.

Operation data to include:

.1 Description and function of each system andintegral systems..2 Operating instructions for each system andintegral systems (where appropriate).

.3 Maintenance data to include:

.1 Servicing, maintenance, and troubleshootinginstructions for each item of equipment, system,or combination of systems..2 Data to include a schedule of specificservice and maintenance tasks, task frequency,and tools required.

.4 Submit closeout submittals two (2) weeks prior tosubstantial completion. Submittals will be

CLOSEOUT SUBMITTALSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 78 00 Page 2

January 2020

returned after final inspection with theConsultant comments.

.5 Revise content of documents as required prior tofinal submittal.

1.3 FORMAT .1 Provide Operations and Maintenance manual in pdffile format as specified in Section 01 33 00.

.2 Arrange content by systems under Section numbersand sequence of Table of Contents.

.3 Provide bookmarks for each separate product andsystem, with typed description of product andmajor component parts of equipment.

.4 Provide full scale (1:1) CAD files in .dwg format(2017 edition) on CD.

1.4 CONTENTS - EACH .1 Table of Contents: provide title of project;VOLUME

.2 Date of submission; names,

.3 Addresses, and telephone numbers of the Consultantand Contractor with name of responsible parties;

.4 Schedule of products and systems, indexed tocontent of volume.

.1 For each product or system:

.1 List names, addresses and telephonenumbers of subcontractors and suppliers,including local source of supplies andreplacement parts..2 Product Data: mark each sheet toclearly identify specific products andcomponent parts, and data applicable toinstallation; delete inapplicableinformation..3 Drawings: supplement product data toillustrate relations of component parts ofequipment and systems, to show control andflow diagrams..4 Typewritten Text: as required tosupplement product data. Provide logicalsequence of instructions for each procedure,

CLOSEOUT SUBMITTALSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 78 00 Page 3

January 2020

incorporating manufacturer’s instructionsspecified in Section 01 45 00 - QualityControl.

1.5 MAINTAIN ON SITE .1 In addition to requirements of other sections,maintain at the site, one (1) record copy of:

.1 Contract Drawings.

.2 Specifications.

.3 Addenda.

.4 Change Orders and other modifications to theContract..5 Reviewed shop drawings, product data, andsamples..6 Field test records..7 Inspection certificates..8 Manufacturer’s certificates..9 Project record drawings.

1.6 SPARE PARTS .1 Provide items of same manufacture and quality asitems in Work.

.2 Deliver to site, place and store.

.3 Receive and catalogue all items. Submit inventorylisting to the Consultant. Include approvedlistings in Maintenance Manual.

.4 Obtain receipt for delivered products and submitprior to final payment.

1.7 MAINTENANCE .1 Provide maintenance and extra materials, inMATERIALS quantities specified in individual specification

sections.

.2 Provide items of same manufacture and quality asitems in Work.

.3 Deliver to site, place and store.

.4 Receive and catalogue all items. Submit inventorylisting to the Consultant. Include approvedlistings in Maintenance Manual.

.5 Obtain receipt for delivered products and submitprior to final payment.

CLOSEOUT SUBMITTALSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 78 00 Page 4

January 2020

1.8 SPECIAL TOOLS .1 Provide special tools, in quantities specified inindividual specification sections.

.2 Provide items with tags identifying theirassociated function and equipment.

.3 Deliver to site, place and store.

.4 Receive and catalogue all items. Submit inventorylisting to the Consultant. Include approvedlistings in Maintenance Manual.

1.9 RECORD DRAWINGS .1 Provide and keep on-site two (2) full ContractDrawing sets (white prints) for record drawingspurposes.

.2 Maintain project record drawings and recordaccurately deviations from Contract Documents. Doupdates on a weekly basis, minimum.

.3 Record changes in red. Mark on one (1) set ofprints and at completion of project and prior tofinal inspection, neatly transfer notations tosecond set and submit both sets to the Consultant.

.4 Record following information:

.1 Field changes of dimension elevation anddetail..2 Changes made by Change Order or Field Order.

.1 The Consultant will provide softwarecopies of tender drawings upon request.

1.10 RECORDING .1 Record information concurrently with constructionACTUAL SITE progress. Do not conceal Work until requiredCONDITIONS information is recorded.

.2 Contract Drawings and Shop Drawings: legibly markeach item to record actual construction,including:

.1 Measured horizontal and vertical locationsof underground utilities and appurtenances,referenced to permanent surface improvements..2 Field changes of dimension and detail.

CLOSEOUT SUBMITTALSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 78 00 Page 5

January 2020

.3 Changes made by change orders.

.4 Details not on original Contract Drawings.

.5 References to related shop drawings andmodifications.

.3 Specifications: legibly mark each item to recordactual construction, including:

.1 Manufacturer, trade name and cataloguenumber of each product actually installed,particularly optional items and substitute items..2 Changes made by Addenda and Change Orders.

.4 Other Documents: maintain manufacturer’scertifications, inspection certifications, fieldtest records, as required by individualspecifications sections.

1.11 WARRANTIES AND .1 Separate each warranty or bond with index tabBONDS sheets keyed to Table of Contents listing.

.2 List subcontractor, supplier, and manufacturer,with name, address, and telephone number ofresponsible principal.

.3 Obtain warranties and bonds, executed in duplicateby subcontractors, suppliers, and manufacturers,within ten (10) days after completion of theapplicable item of work.

.4 Except for items put into use with theConsultant’s permission, leave date of beginningof time of warranty until the Date of SubstantialPerformance is determined.

.5 Verify documents are in proper form, contain fullinformation, and are notarized.

.6 Co-execute submittals when required.

.7 Retain warranties and bonds until time specifiedfor submittal.

CLOSEOUT SUBMITTALSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 01 78 00 Page 6

January 2020

END

PART 2 - PRODUCTS

2.1 NOT USED .1 Not applicable.

PART 3 - EXECUTION

3.1 NOT USED .1 Not applicable.

REMOVALS ANDREINSTALLATION

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 02 41 00 Page 1

January 2020

PART 1 - GENERAL

1.1 WORK INCLUDED .1 This Section includes removal and disposal ofthe existing roofing system down to the vapourbarrier.

.2 The work also includes removal andreinstallation of exterior cladding and capflashing. The cladding and cap flashing areintegral specialty system components.

.3 Removed roof drains and drain covers that arein good condition are to be re-installed asdirected by the Consultant.

.4 Clean out existing roof drains.

1.2 RELATED WORK .1 Modified Bitumen Roofing: Section 07 55 00

.2 Sealant: Section 07 92 00

1.3 EXISTINGCONDITIONS

.1 Materials to be removed will be based on theircondition on date tender is accepted.

.2 Items to be re-used, as identified by theConsultant, to be carefully removed, stored,and protected until reinstalled in the Work.

1.4 PROTECTION .1 Protect existing items and surfaces to remain.In event of damage, immediately replace ormake repairs at no extra cost to the Contract,and to the approval of the Consultant andOwner.

.2 Prevent movement, settlement, or damage ofadjacent structures, and surfaces to remain.Repair damage and be liable for injury causedby removals.

.3 Prevent debris from blocking surface drainagesystem.

.4 Protect building systems, services, andequipment.

.5 Keep noise, dust, and inconvenience to

REMOVALS ANDREINSTALLATION

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 02 41 00 Page 2

January 2020

occupants to minimum.

1.5 PROTECTION .1 Provide traffic ways, erect barriers, fences,guards, rails, enclosures, chutes and the liketo protect personnel, roofs and structures,vehicles and utilities.

.2 Protect exposed surfaces of finished wallswith tarps to prevent damage.

.3 Plywood for traffic ways required for materialmovement over existing roofs must be not lessthan 16mm thick.

.4 Obtain written permission from the membranemanufacturer before permitting any trafficover new roofing.

PART 2 - PRODUCTS

2.1 NOT USED .1 Not Applicable

PART 3 - EXECUTION

3.1 PREPARATION .1 Inspect site and verify with the Consultantitems designated for removal, temporaryremoval and reinstallation as well as items tobe preserved.

3.2 REMOVALS .1 Remove existing roofing system, including butnot limited to, roofing membrane, fibreprotection board, rigid insulation, flashings,and ancillaries.

.2 Do not disturb adjacent items or surfacesdesignated to remain.

.3 At end of each work day, leave work in safecondition so that no part is in danger oftoppling or falling.

.4 Remove and dispose of items removed except

REMOVALS ANDREINSTALLATION

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 02 41 00 Page 3

January 2020

END

where noted otherwise, and in accordance withauthorities having jurisdiction.

3.3 REINSTALLINGEXISTING MATERIAL

.1 Carefully remove, protect from damage andreinstall exterior wall cladding andparapet/cap flashing.

.2 Remove and reinstall drain covers as directed,unless noted otherwise on the drawings.

.3 Provide roof drain extensions as required.

3.4 CLEAN-OUT EXISTINGROOF DRAINS

.1 Clean existing drains as directed by theConsultant.

ROUGH CARPENTRYNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 06 10 00 Page 1

January 2020

PART 1 - GENERAL

1.1 REFERENCES .1 ASTM A123-15, Standard Specification for ZincCoating (Hot-Dip) on Iron and Steel Products.

.2 ASTM F1667-15, Standard Specification forDriven Fasteners: Nails, Spikes and Staples.

.3 CSA O80 Series-15, Wood Preservation.

.4 CSA O86-14, Engineering Design in Wood.

.5 CSA O121-08(R2013), Douglas Fir Plywood.

.6 CAN/CSA O141-05(R2014), Softwood Lumber.

.7 CSA O151-09(R2014), Canadian Softwood Plywood.

.8 National Lumber Grades Authority (NLGA)Standard Grading Rules for Canadian Lumber,2014 edition.

1.2 QUALITYASSURANCE

.1 Lumber identification: by grade stamp of anagency certified by Canadian Lumber StandardsAccreditation Board.

.2 Plywood identification: by grade mark inaccordance with applicable CSA standards.

PART 2 - PRODUCTS

2.1 LUMBER MATERIAL .1 Lumber: unless specified otherwise, softwood,S4S, spruce-pine-fir, moisture content 19% orless in accordance with following standards:.1 CAN/CSA-O141..2 NLGA Standard Grading Rules for CanadianLumber.

2.2 PANEL MATERIALS .1 Douglas fir plywood (DFP): to CSA O121,standard construction.

.2 Canadian softwood plywood (CSP): to CSA O151,

ROUGH CARPENTRYNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 06 10 00 Page 2

January 2020

standard construction.

.3 Exterior grade plywood: to CSA 0151, standardconstruction. Roof sheathing to be 16mm tongueand groove type, and pressure treated.

2.3 ACCESSORIES .1 Nails, spikes and staples: to ASTM F1667.

.2 Bolts: 12mm diameter unless indicatedotherwise, complete with nuts and washers.

.3 Proprietary fasteners: toggle bolts, expansionshields and lag bolts, screws, powder drivenfasteners, and lead or inorganic fibre plugs,recommended for purpose by manufacturer.

.4 Nailing discs: flat caps, minimum 25mmdiameter, minimum 27 gauge thick, sheet metal,formed to prevent dishing. Bell or cup shapesnot acceptable.

2.4 FINISHES .1 Galvanizing: to ASTM A123, use galvanizedfasteners for exterior work, interior highlyhumid areas, and pressure-preservative treatedlumber.

2.5 WOODPRESERVATIVE

.1 Pressure-applied wood preservative: toCAN/CSA-080 Series and as follows:.1 Treat lumber to CAN/CSA-080 using CCA orACA preservative to obtain minimum netretention of 4.0 kg/m2 of wood..2 Following water-borne preservativetreatment, kiln dry material..3 Surface applied wood preservative:coloured, copper napthenate or 5%pentachlorophenol solution, water repellentpreservative to meet specific requirements ofCSA O80.

PART 3 - EXECUTION

3.1 PREPARATION .1 Treat cut surfaces of pressure preservativetreated material with same preservative,

ROUGH CARPENTRYNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 06 10 00 Page 3

January 2020

END

before installation.

.2 Apply preservative by dipping, or by brush tocompletely saturate and maintain wet film onsurface for minimum three (3) minute soak onlumber and one minute soak on plywood.

3.2 INSTALLATION .1 Comply with requirements of the currentedition of the National Building Code (NBC),supplemented by the following paragraphs.

.2 Install members true to line, levels andelevations, square and plumb.

.3 Construct continuous members from pieces oflongest practical length.

.4 Install spanning members with "crown-edge" up.

.5 Install wall sheathing in accordance withmanufacturer’s printed instructions.

.6 Install nailers, and other wood supports asrequired and secure using galvanized steelfasteners.

3.3 ERECTION .1 Frame, anchor, fasten, tie and brace membersto provide necessary strength and rigidity.

.2 Countersink bolts where necessary to provideclearance for other work.

.3 Use nailing disks for soft sheathing asrecommended by sheathing manufacturer.

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 1

January 2020

PART 1 – GENERAL

1.1 DESCRIPTION .1

.2

.3

1.2 RELATEDSECTIONS

.1

.2

.3

1.3 REFERENCES .1

.2

.3

.4

.5

.6

The work consists of installing a fully adhered two-ply modified bituminous membrane roofing system as specified herein and as shown on the drawings.

Apply the fully adhered two-ply modified bituminous membrane roofing in conjunction with: vapour barrier, polyisocyanurate insulation and protection board; after removal of the existing roofing system to expose the existing metal decking.

All materials and workmanship must be in conformance with the bituminous membrane manufacturer’s written specifications.

Section 06 20 00 - Rough Carpentry.

Section 07 62 00 – Metal Flashing and Trim.

Section 07 92 00 - Sealants.

ASTM D1079-16, Standard Terminology Relating to Roofing and Waterproofing.

CSA A123.23-15, Product Specification for polymer-modified bitumen sheet, prefabricated and reinforced.

ASTM D312 / D312M - 16a, Standard Specification for Asphalt Used in Roofing.

ASTM D5147/D5147M-14, Standard Test Methods for Sampling and Testing Modified Bituminous Sheet Material.

ASTM D5602/D5602M-11, Standard Test Method for Static Puncture Resistance of Roofing Membrane Specimens.

ASTM C1289-16, Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board.

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 2

January 2020

.7 CAN/ULC-S704-11, Thermal Insulation,Polyurethane and Polyisocyanurate, Boards,Faced.

.8 CAN/CSA-A247-M86(R1996), Insulating Fiberboard.

.9 ASTM C1278/C1278M-07a(2015), StandardSpecification for Fiber-Reinforced GypsumPanel.

.10 ASTM E2178-13, Standard Test Method for AirPermanence of Building Materials.

.11 ASTM E96-16, Standard Test Methods for WaterVapour Transmission of Materials.

.12 ASTM E108-17, Standard Test Method for FireTests of Roof Coverings.

.13 ULC S770-15, Standard Test Method forDetermination of Long Term Thermal Resistanceof Closed Cell Thermal Insulating Forms.

.14 ASTM D412-15a, Standard Test Method forVulcanized Rubber and Thermoplastic Elastomers– Tension.

.15 National Building Code of Canada 2015.

.16 National Research Council Canada, O. Dutt.Strain energy — A performance attribute ofmodified bituminous roofing membranes, NRCCPublication 31063, 1988.

.17 Factory Mutual Global, Property Loss PreventionData Sheet 1-28, Wind Design.

1.4 EXTENT OF WORK .1 Provide all labour, materials, tools, equipment,and supervision necessary to complete theinstallation of a two-ply modified bituminousmembrane fully adhered roofing system, vapourbarrier, polyisocyanurate insulation, protectionboard, base and cap ply membranes, base and capmembrane flashings, timber, and prefinishedmetal flashing and trim as specified herein andas indicated on the drawings, and in accordancewith the manufacturer’s most currentspecifications and details.

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 3

January 2020

.2 Become aware of all requirements of thecontract documents and of all job siteconditions that will affect the work.

.3 Confirm all given information and advise theOwner, prior to bid, of any conflicts that willaffect the Bid Price.

1.5 SUBMITTALS .1 Prior to starting work, submit the following:.1 Product Data: Provide manufacturer’stechnical product data for each productspecified and any secondary products requiredto complete the work. Include datasubstantiating that materials comply withspecified requirements, plus the followinginformation:

.1 Preparation instructions and recommendations.

.2 Storage and handling requirementsand recommendations.

.3 Installation instructions..2 Shop drawings showing layout, details oftemporary measures and permanent construction,rooftop equipment support (including units,cables, conduits, pipes, etc.), vapour barrier,roof penetrations, curbs, parapets, roof drainadjustments, slopes, insulation, taperedinsulation, crickets, roof drain sumps,membrane and metal flashing, fasteners andsecurement details (in accordance with FactoryMutual Global’s Property Loss Prevention DataSheet 1-49), adhesive and fastener patterns,and identification of materials.Membrane Manufacturer’s Certificates: Provideto certify products meet or exceed specifiedrequirements..3 Membrane Manufacturer’s Certificate:Certify that the roof system furnished isapproved or accepted by Factory Mutual ApprovalStandard 4470 in accordance with the FM GlobalWind Uplift Ratings shown on the drawings.Manufacturer’s Certificate: Certify that roofsystem furnished is approved by Factory Mutual,Underwriters Laboratories, Warnock Hersey orapproved third party testing facility inaccordance with ASTM E108, Class A for external

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 4

January 2020

.2

.3

.4

fire and meets local or nationally recognized building codes..4 Manufacturer’s Certificate: Submit a certified copy of the roofing manufacturer’s ISO 9001: 2015 compliance certificate..5 Test Reports: Submit test reports, prepared by an independent testing agency, for all modified bituminous sheet roofing, indicating compliance with CSA A123.23..6 Sample of the manufacturer’s Total SystemWarranty covering all components of the roofing system.

During the roofing work, on a weekly basis, submit copies of the roofing membrane manufacturer’s Technical Representative’s DailyObservation Reports.

Upon completion of the installed work, submit copies of the membrane manufacturer’s finalinspection report to the Consultant prior to issuance of the manufacturer’s warranty.

Contract Close-out Submittals: At the conclusion of the work, provide the following: .1 Special Project Warranty: Provide specified warranty for the Project, executed by the Manufacturer..2 Roofing Maintenance Instructions: Provide a manual of manufacturer’s recommendations for maintenance of installed roofing systems..3 Insurance Certification: Assist Owner in preparation and submittal of roof installation acceptance certification as may be necessary in connection with fire and extended coverage insurance on roofing and associated work.

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 5

January 2020

1.6 PRODUCTDELIVERY, STORAGEAND HANDLING

.1 Deliver and store products in manufacturer’soriginal unopened packaging with themanufacturer’s name, brand name andinstallation instructions intact and legible.Deliver in sufficient quantity to permit workto continue without interruption.

.2 Comply with the manufacturer’s writteninstructions for proper material storage, and asfollows:1. Store materials in dry areas protected from

water and direct sunlight.2. Store materials containing solvents in dry,

well ventilated spaces with proper fire andsafety precautions. Keep lids on tight.Use before expiration of their shelf life.

.3 Insulation and protection board products mustbe on pallets, off the ground and tightlycovered with waterproof materials.Manufacturer’s wrap does not provide sufficientwaterproofing. Discard insulation andprotection board products that become wet orsaturated.

.4 Remove and replace any materials which arefound to be damaged at no additional expense tothe Contract.

.5 Do not stockpile materials on roofs withoutfirst obtaining acceptance from the Engineerand Owner.

.6 Do not leave unused materials on the roofovernight or when roofing work is not inprogress unless protected from weather andother moisture sources.

.7 Secure all material and equipment on the jobsite. If any material or equipment is stored onthe roof, ensure that the integrity of the deckis not compromised at any time. Repair anydamage to the deck caused by the Contractor’sactions, and repair or replace the deck at noadditional expense to the Contract.

1.7 WORK SEQUENCE .1 Schedule and execute work to prevent leaks andexcessive traffic on completed roof sections.

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 6

January 2020

Provide protection for the interior of thebuilding to ensure water does not flow beneathcompleted sections of the membrane system.

.2 Complete all roofing field assembly work eachday. Phased construction will not be accepted.

.3 Do not disrupt activities in occupied spaces.

1.8 EXISTINGCONDITIONS

.1 If discrepancies are discovered between theexisting conditions and those noted on thedrawings, immediately notify the Consultant.Make the building watertight until thediscrepancies are resolved.

1.9 TEMPORARYFACILITIES ANDCONTROLS

.1 To Section 01 52 00 – Construction Facilities.

1.10 SAFETY .1 Safely carry out the work with means andmethods that comply with all applicable local,provincial and federal requirements that aresafety related. Instruct all related personneldaily to be mindful of the full timerequirement to maintain a safe environment forthe facility’s occupants including staff,visitors, customers and the occurrence of thegeneral public on or near the site.

1.11 WORKMANSHIP .1 Provide installation staff for the work thatare trained and approved by the manufacturerthey are representing.

.2 All work must be of highest quality and instrict accordance with the manufacturer’spublished specifications and to the Owner’ssatisfaction.

.3 Provide a supervisor on the job site at alltimes while work is in progress.

.4 Complete roofing system penetration, lap spliceand flashing details according tomanufacturer’s specifications and details bythe end of each work day.

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 7

January 2020

.5

1.14 QUALITYASSURANCE

.1

.2

.3

.4

.5

.6

See Section 01 45 00 – Quality Control for additional workmanship requirements.

Perform Work in accordance with CRCA Roofing and Waterproofing Manual.

The membrane must be manufactured by the material supplier. Manufacturer’s supplyingmembrane made by others are not acceptable.

Unless otherwise noted in this specification, install the modified bituminous membrane roofing system in compliance with the membrane manufacturer’s current specifications anddetails.

Manufacturer Qualifications: Company specializing in manufacturing the products specified in this Section with not less than 15 years documented experience and have ISO 9001: 2015 certification.

Installer Qualifications: The roofing system must be installed by a roofing contractor authorized and trained by the membrane manufacturer in compliance with shop drawings as approved by the membrane manufacturer and the Consultant. The roofing contractor must be thoroughly experienced and upon request be able to provide evidence of having at least fifteen (15) years successful experience installing fully adhered two-ply modified bitumen roofing systems. Upon request, provide documentation showing five (5) installations completed no more than two (3) years prior to issuance of these project documents, utilizing components of the proposed manufacturer, that are comparable to those required for the work and similar in scope and complexity. Provide complete contact information, warranty history for previous installations and demonstrate in-service performance.

Installer’s Crew and Field Supervision: Provide adequate number of experienced workers regularly engaged in this type of work who are skilled in the application techniques of the materials specified. Provide at least one (1) thoroughly trained and experienced

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 8

January 2020

superintendent on the job at all times roofingwork is in progress. Maintain propersupervision of workers.

.7 Product Certification: Provide the membranemanufacturer’s certification that all materialsconform to requirements specified herein, arechemically and physically compatible with eachother, and are suitable for inclusion withinthe total roof system specified herein.

.8 Do not deviate from the specification or theapproved shop drawings without the priorwritten approval of the Consultant. Anyvariance from the membrane manufacturer’sinstallation procedures must be supported by awritten certification on the manufacturer’sletterhead and presented for the Consultant’sconsideration.

.9 Source Limitations: Obtain all waterproofingand adhesive components of roof system from asingle manufacturer. Secondary products thatare required must be recommended and approvedin writing by the membrane manufacturer. Uponrequest of the Consultant or Owner, submitmanufacturer’s written approval of secondarycomponents in list form, signed by anauthorized agent of the manufacturer.

.10 Factory Mutual Global 4470 Approval for WindUplift Resistance: Provide verification thatthe fully adhered two-ply modified bituminousmembrane roofing system, including allunderlayments, i.e. vapour barrier, insulationand protection board, has Factory Mutual Globalwind uplift resistance approval for the ratingsshown on the drawings.

.11 Manufacturer’s Field Observations: Providemembrane manufacturer’s field observations atstart-up and daily until completion. Provide afinal inspection upon completion of the Work..1

.2

Issue warranty upon membrane manufacturer’s acceptance of the installation.Have the membrane manufacturer’s fieldobservations carried out by a representative employed and trained by the

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 9

January 2020

.3

.4

.5

.6

membrane manufacturer, who has received product-specific training from the manufacturer of the products. The representative must be a full-time employee of the membrane manufacturer. His/her primary job description is to assist, inspect and approve membrane installations for the manufacturer.

Within 48 hours following each inspection, provide written observation reports from the membrane manufacturer’s representative indicating procedures followed, weather conditions and any discrepancies found during inspection. Include representative photographs.Report to the Consultant and Owner in writing any failure or refusal of the contractor to correct unacceptable practices called to the Contractor’s attention.Confirm after completion that manufacturer has observed no application procedures in conflict with the specifications other than those that may have been previously reported and corrected.Upon completion of the installation, arrange for the membrane manufacturer’stechnical representative to undertake an inspection to in order to identify any needed corrective repairs that will be required for warranty issuance. Notify the Consultant and Owner seventy-two (72) hours prior to the manufacturer’s inspection. Provide a written report from the membrane manufacturer’s technical representative, certifying that the roofing system has been satisfactorily installed according to the membrane manufacturer’s specifications, the project drawings and specifications, approved shop drawings and good general roofing practice.

1.15 JOB CONDITIONS,CAUTIONS ANDWARNINGS

.1 Refer to the manufacturer’s roofing systemspecification for general job siteconsiderations.

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 10

January 2020

.2 Keep and display/post Material Safety DataSheets (MSDS) on location at all times duringthe transportation, storage and application ofmaterials.

.3 Shingle all field splices to prevent bucking ofwater.

.4 Comply with the requirements of the Owner toprevent overloading and possible disturbance tothe building structure.

.5 Proceed with roofing work only when weatherconditions are in compliance with themanufacturer’s recommended limitations, andwhen conditions will permit the work to proceedin accordance with the manufacturer’srequirements and recommendations.

.6 Proceed with work so new roofing materials arenot subject to construction traffic. Whennecessary, new roof sections shall be protectedand inspected upon completion for possibledamage.

.7 Provide protection, such as 19mm thick plywood,for all roof areas exposed to traffic duringconstruction. Plywood must be smooth and freeof fasteners and splinters.

.8 Confirm the surfaces on which the roofingsystem components are to be applied are clean,smooth, dry, and free of projections orcontaminants that would prevent properapplication of or be incompatible with the newinstallation, such as fins, sharp edges,foreign materials, oil and grease.

.9 New roofing must be complete and weathertightat the end of the work day.

.10 Contaminants such as grease, fats and oilsshall not be permitted to come in directcontact with the roofing membrane.

1.16 PRE-INSTALLATIONCONFERENCE

.1 Pre-Installation Conference: Convene a pre-installation conference approximately one (1)week before scheduled commencement of modified

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 11

January 2020

bituminous roofing system installation andassociated work.

.2 Require attendance of installer of eachcomponent of associated work, installers ofdeck or substrate construction to receiveroofing work, installers of rooftop units andother work in and around roofing that mustprecede or follow roofing work (includingelectrical and mechanical work, if any), theConsultant, Owner, roofing systemmanufacturer’s representative, and otherrepresentatives directly concerned withperformance of the Work, including (whereapplicable) Owner’s insurers, testing agenciesand governing authorities. Objectives ofconference include:.1 Review foreseeable methods and procedures

related to roofing work, including setupand mobilization areas for stored materialand work area.

.2 Review installation procedures andcoordination required with related Work.

.3 Tour representative areas of roofingsubstrates (decks), inspect and discusscondition of substrate, roof drains,curbs, penetrations and other preparatorywork performed by others.

.4 Review structural loading limitations ofdeck and inspect deck for loss of flatnessand for required attachment.

.5 Review roofing system requirements(drawings, specifications and othercontract documents).

.6 Review required submittals both completedand yet to be completed.

.7 Review and finalize construction schedulerelated to roofing work and verifyavailability of materials, installer’spersonnel, equipment and facilities neededto make progress and avoid delays.

.8 Review required inspection, testing,certifying and material usage accountingprocedures.

.9 Review weather and forecasted weatherconditions and procedures for coping withunfavorable conditions, includingpossibility of temporary roofing (if notmandatory requirement).

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 12

January 2020

.10 Record discussion of conference includingdecisions and agreements (ordisagreements) reached and furnish copy ofrecord to each party attending. Ifsubstantial disagreements exist atconclusion of conference, determine howdisagreements will be resolved and setdate for reconvening conference.

.11 Review notification procedures for weatheror non-working days.

.3 Installation of roofing system must not beginuntil all outstanding issues are resolved tothe satisfaction of the Consultant and Owner.

1.17 FIRE PROTECTION .1 Prior to the start of work, conduct a siteinspection to ensure its safety in order tominimize fire risks and hazards.

.2 Comply with the Owner’s security and safetyrequirements.

1.18 WARRANTY .1 Upon completion of the work, and acceptance bythe Owner and Consultant, provide the Ownerwith the membrane manufacturer’s written andsigned non-prorated, no dollar limitation (NDL)Total System Warranty, covering labour andmaterials..1 The maximum wind uplift coverage must be

in accordance with the Factory MutualGlobal Wind Uplift Resistanceclasses/ratings shown on the drawings.

.2 If a leak develops in the roof during theterm of this warranty, due either todefective material or defectiveworkmanship by the roofing contractor, themembrane manufacturer must provide theOwner, at the membrane manufacturer’sexpense, with the labour and materialsnecessary to return the defective area toa properly remedied and watertightcondition.

.3 Warranty Period: Twenty (20) years fromdate of acceptance.

.4 Provide no charge annual follow-upinspections conducted by the membranemanufacturer’s technical representative.

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 13

January 2020

.2

PART 2- PRODUCTS

2.1 GENERAL .1

.2

2.2 MODIFIEDBITUMINOUS CAP (PLY)MEMBRANE SHEET &FLASHING

.1

Submit a five (5)-year Canadian Roofing Contractors Association (CRCA) Standard Form Warranty to the membrane manufacturer with a copy directly to Owner. That is a two (2) year standard warranty plus a three (3) year extended warranty.

When a particular performance standard is specified, it will be indicative of the only quality standard accepted.

Description: Torch-applied, two-ply modified bituminous sheet membrane roofing. Two plies of modified bitumen membrane torch-applied to the prepared substrate.

SBS modified bituminous membrane conforming with the requirements of CSA A123.23, Type A or C, Grade 1; bottom face covered with thermofusible plastic film, and factory–applied mineral surfacing on weather side. Minimum required Peak Load (tensile strength), tested in accordance with ASTM D5147 at:.1 +23 – 2°C, 50.8 kN/m (MD).2 +23 – 2°C, 49.9 kN/m (XD).3 -18 – 2°C, 70.8 kN/m (MD)

.4 -18 – 2°C, 55.6 kN/m (XD)

.5 Provide product data sheets to verifycompliance with CSA A123.23-15, Table 1,requirements for SBS-modified bituminoussheets used for roof coverings, and toconfirm compliance with the specifiedstrength requirement.

2.3 MODIFIEDBITUMINOUS BASE(PLY) MEMBRANE SHEET& FLASHING

.1 SBS modified bituminous membrane conforming to the requirements of CSA A123.23, Type A, B or C, Grade 1 (sanded surface) and bottom face covered with thermofusible plastic film. Minimum required Peak Load (tensile strength), tested in accordance with ASTM D5147 at 23 –2°C, is 8.75 kN/m (MD and XD). Provide product data sheet to verify compliance with CSA A123.23, Table 1, Requirements for SBS-modified bituminous sheets used for roof coverings and the specified enhanced strength requirement.

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof ReplacementTender No. CN-26-FY20

Section 07 55 00 Page 14

January 2020

2.4 PROTECTIONBOARD

.1

2.5 RIGIDINSULATION

.1

2.6 TAPEREDINSULATION

.1

2.7 VAPOUR BARRIER .1

2.8 FIBROUS CANTSTRIPS

.1

2.9 INSULATIONADHESIVE

.1

2.10 NAILS ANDFASTENERS

.1

High density, torch-grade, asphalt-coated fibreboard insulation, 12mm thick. Installed in adhesive over dry insulation.

Polyisocyanurate to ASTM C1289, CAN/ULC-S704 and CAN/ULC-S770. 1200mm x 1200mm minimum size, square edge, top and bottom face finished with a fibre reinforced felt. Insulation thickness to be approx 5.2in. Thermal Resistance: Minimum RSI 3.5 (R-30) insulation, including drains. Install insulation using approved plates and mechanical fasteners.

Same insulation as used for Rigid Insulation, but preformed to slope to roof drains. Roof drain sump minimum 2.4 m x 2.4 m, minimum 2%slope to roof drain. Installed using mechanical fasteners.

SBS modified bituminous membrane, self-adhered and resistant to water vapour transmission. Comply with ASTM D5147 for water absorption, ASTM E96 for water vapour permeance and ASTM E2178 for air permeability. Install on a clean substrate. Primer to be as required by manufacturer's recommendations.

Non-combustible perlite or glass fibre cant strips (if required by membrane manufacturer at wall/curb detail treatments, where angle changes are no more than 90 degrees). Cants may be set in approved adhesives or mechanically attached with approved plates and fasteners.

Two-component, quick-setting, low-expansion foam urethane adhesive that can be applied at any temperature, or approved equivalent as specified by the membrane manufacturer.

Use non-ferrous metal or galvanized steel, except use hard copper nails with copper; aluminum or stainless steel nails with aluminum; stainless steel nails with stainless steel. Fasteners to be self-clinching type of penetrating type as recommended by the product manufacturer. Fasten nails and fasteners flush-driven through flat metal discs not less than 25mm diameter. Omit metal discs when one-piece

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 15

January 2020

2.9 WALKWAYS .1

.2

.3

PART 3 - EXECUTION

3.1 GENERAL .1

.2

3.2 VAPOUR BARRIER .1

composite nails or fasteners with heads not less than 25mm diameter are used.

Concrete Paving Slabs: to CSA A231.1, 600 x 600 x 40 mm thick air-entrained, precast concrete paving slabs (pavers) having non-slip finish with 51 mm plain margin as required.

Paver Pedestals: Pedestals and levelling plates made of high density polyethylene with integral spacer ribs on upper surface.

Underlayment: One (1) layer of modified bituminous cap (ply) sheet membrane loose-laid under pavers.

Comply with the membrane manufacturer’spublished instructions for the installation of the modified bituminous membrane roofing system including proper substrate preparation, jobsite considerations and weather restrictions.

Position membrane sheets to accommodate contours of the roof deck and shingle lap splices to avoid bucking water.

Remove the existing thermoplastic membrane roofing system to the existing metal decking. Remove loosely adhered remnants of the existing vapour barrier. Inspect, and clean and prepare the substrate. Prime (if required by membrane manufacturer) and then install new vapour barrier..1 Primer: Surfaces to receive vapour barrier

must be clean and dry. Apply vapourbarrier primer in accordance with themanufacturer’s instructions.

.2 Application: Apply vapour barrier on theclean, dry and primed substrate.

3.3 INSULATION .1 Install insulation in two layers. Adhere insulation to substrate with mechanical fasteners in accordance with the manufacturer’s instructions.

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 16

January 2020

.2

.3

.4

3.4 PROTECTIONBOARD

.1

Each layer in accordance with the manufacturer’s instructions (Fasteners Z1 = 12 , Z2 = 18, Z3 = 24).

Leave insulation board joints unbonded over expansion and control joints.

Place boards in parallel rows and length parallel with slope, with ends staggered, and in firm contact with one another. Offset longitudinal and transverse joints.

Cut end pieces to suit.

Install asphalt-coated fibre protection board:

.1 Offset protection board joints at least150mm from underlying insulation paneljoints.

.2 Protection board joints to be tight; notto exceed 3mm wide.

.3 Protection board panels must be dry beforeand during application. Apply only as manysheets of protection board as can becovered by the roof membrane during thesame day.

.4 Install protection board to insulation infull ribbons of adhesive in accordancewith the manufacturer’s instructions.

.5 Step all boards into place immediatelyafter placement to ensure full adhesion.Tightly brace all seams to allow no gaps.All joints must be staggered and offsetbetween layers.

3.5 INSTALLATION TORCH-APPLIED 2-PLY MODIFIED BITUMINOUS MEMBRANE

.1 Modified Base (Ply) Sheet: Install torch basesheet to a properly prepared substrate. Shinglein proper direction to shed water on each areaof roofing..1 Lay out the roll in the course to be

followed and unroll 1800mm..2 Using a roofing torch, heat the surface of

the coiled portion until the burn-offbacker melts away. At this point, thematerial is hot enough to lay into thesubstrate. Progressively unroll the sheetwhile heating and press down with yourfoot to insure a proper bond.

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 17

January 2020

.3 After the major portion of the roll isbonded, re-roll the first 1800mm and bondit in a similar fashion.

.4 Repeat this operation with subsequentrolls with side laps of 100mm and end lapsof 200mm.

.5 Give each lap a finishing touch by passingthe torch along the joint and spreadingthe melted bitumen evenly with a roundedtrowel to insure a smooth, tight seal.

.6 Extend underlayment 50mm beyond top edgesof cants at wall and projection bases.

.7 Install base flashing ply to all perimeterand projections details.

.2 Modified Cap (Ply) Sheet: Over torch base sheetunderlayment, lay out the roll in the course tobe followed and unroll 1800mm. Stagger seamsover the torch base sheet seams..1 Using a roofing torch, heat the surface of

the coiled portion until the burn-offbacker melts away. At this point, thematerial is hot enough to lay into thesubstrate. Progressively unroll the sheetwhile heating and press down with yourfoot to insure a proper bond.

.2 After the major portion of the roll isbonded, re-roll the first 1800mm and bondit in a similar fashion.

.3 Repeat this operation with subsequentrolls with side laps of 100mm and end lapsof 200mm.

.4 Give each lap a finishing touch by passingthe torch along the joint and spreadingthe melted bitumen evenly with a roundedtrowel to insure a smooth, tight seal.

3.6 FLASHING .1

.2

Wall and curb membrane flashings to be modified bituminous membranes, matching base and cap(ply) sheet specifications where possible. Continue the deck membrane as wall flashing.

Where wood or metallic surfaces are exposes at all vertical transitions, areas must be primed, in accordance with membrane manufactures compatibility, in preparation for self-adhering base flashing that can be used with approved torch-applied cap flashing and membrane.

__________________________________________MODIFIED BITUMINOUSMEMBRANE ROOFING

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 55 00 Page 18

January 2020

END

3.7 DAILY SEAL .1 On phased roofing, when the completion offlashings and terminations is not achieved bythe end of the work day, perform a daily seal.

3.8 WALKWAYS .1 Reinstate pre-construction walkways, andprovide roof walkways from roof penthousedoorway to roof top equipment and servicepanels, as shown on the drawings.

.1 Install walkways pavers on top of loose-laidmodified bituminous cap sheet membrane. Levelpavers with high density polyethylene levellingplates.

3.9 CLEAN UP .1 Perform daily clean-up to collect allwrappings, empty containers, paper, and otherdebris from the project site. Upon completion,all debris must be disposed of in a legallyacceptable manner.

.2 Prior to the membrane manufacturer’s inspectionfor warranty, the roofing contractor mustperform a pre-inspection to review all work andto verify all flashing has been completed aswell as the application of all caulking.

.2 Apply self-adhered flashing in one-(1) metre widths (39”) to cover roofing substrate over 100mm(4”) overlap side laps by 75mm (3”). Stagger side laps by at least 100mm (4”) from base sheet overlaps on roof to avoid excessive layering. Remove one end of the silicone release film and adhere this part of the membrane to the substrate. Remove the remaining release film at a 45º angle to avoid wrinkles in the membrane.

Sweep or blow away any dust, dirt or sand particles that could interfere with adhesion between each layer step. Do not leave installed base sheet exposed; cover the same day with approved torch-applied cap sheet.

.3

METAL FLASHINGAND TRIM

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 62 00 Page 1

January 2020

PART 1 - GENERAL

1.1 WORK INCLUDED .1 This Section specifies the provision of newmetal flashing and trim, and re-use ofexisting.

1.2 RELATED WORK .1 Rough Carpentry: Section 06 10 00

.2 Sealants: Section 07 92 00

1.3 REFERENCES .1 ASTM D523-2014 Test Method for Specular Gloss.

.2 CAN/CGSB-51.32-M77 Sheathing, Membrane,Breather Type.

.3 CAN/CGSB-93.1-M85 Sheet, Aluminum Alloy,Prefinished, Residential.

.4 Aluminum Association Aluminum Sheet Metal Workin Building Construction.

.5 Canadian Roofing Contractors Association(CRCA) Manual.

1.4 SUBMITTALS .1 Submit duplicate 50mm x 50mm samples of eachtype of sheet metal material, colour andfinish.

PART 2 - PRODUCTS

2.1 PREFINISHEDSTEEL SHEETFLASHING

.1 Prefinished steel, with factory appliedsilicone modified polyester..1 Class F1S..2 Colour to match existing flashing andtrim..3 Specular gloss: 30 units +/- 5 inaccordance with ASTM D523..4 Thickness - 22 gauge.

2.2 ALUMINUM SHEET .1 Base sheet: proprietary utility sheet, plain,24 gauge minimum thickness.

METAL FLASHINGAND TRIM

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 62 00 Page 2

January 2020

.2 Finish: factory applied coating to CAN/CGSB-93.1 supplemented and amended as follows:.1 Type 1 - postforming sheet..2 Class F1S - finish coated one side..3 Colour of coating: to be commerciallyuniform and match the colour of the existingflashing and trim.

2.3 ACCESSORIES .1 Isolation coating: alkali resistant bituminouspaint.

.2 Underlay for metal flashing: dry sheathing toCAN/CGSB-51.32.

.3 Sealants: as per Section 07 92 00.

.4 Cleats: of same material as flashingspecified, and temper as sheet metal, minimum50mm wide. Thickness 22 gauge.

.5 Fasteners: of same material as sheet metal,ring thread flat head roofing nails of lengthand thickness suitable for metal flashingapplication.

.6 Washers: of same material as sheet metal, withrubber packings.

2.4 FABRICATION .1 Fabricate metal flashings and other sheetmetal work in accordance with applicable CRCA’FL’ series details.

.2 Fabricate aluminum flashings and other sheetaluminum work in accordance with AluminumAssociation Aluminum Sheet Metal Work inBuilding Construction.

.3 Form pieces in 2400mm maximum lengths. Makeallowance for expansion at joints.

.4 Hem exposed edges on underside 12mm. Miter andseal corners with sealant.

.5 Form sections square, true and accurate tosize, free from distortion and other defectsdetrimental to appearance or performance.

.6 Apply isolation coating to metal surfaces to

METAL FLASHINGAND TRIM

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 62 00 Page 3

January 2020

be embedded in concrete or mortar.

2.5 METAL CAPFLASHINGS

.1 Not applicable to the existing specialtyexterior cladding and matching integralparapet cap flashing and trim system. Do notdamage cladding and cap flashing duringremoval. Replace any lost or damaged claddingand/or cap flashing at no cost to the Owner.

.2 Form flashings, copings and fascias toprofiles of prefinished steel.

.3 Form flashings in accordance with CRCA FLseries details. Provide slotted fixing holesand steel/plastic washer fasteners. Cover faceand ends with plastic tape.

PART 3 - EXECUTION

3.1 INSTALLATION .1 Carefully remove, catalogue (record and piece-mark location for later reinstallation),protect and reinstall the existing exteriorcladding and matching integral parapet capflashing and trim. Mark on the underside ofpieces, so the markings are hidden from viewwhen the component is reinstalled.

.2 Install sheet metal work in accordance withCRCA FL series details, Aluminum Sheet MetalWork in Building Construction.

.3 Use concealed fastenings except where approvedbefore installation.

.4 Provide underlay under sheet metal. Secure inplace and lap joints at 100mm.

.5 Counterflash bituminous flashings atintersections of roof with vertical surfacesand curbs. Flash joints using S-lock formingtight fit over hook strips.

.6 Lock end joints and caulk with sealant.

.7 Install surface mounted reglets true andlevel, and caulk top of reglet with sealant.

METAL FLASHINGAND TRIM

Nova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 62 00 Page 4

January 2020

END

.8 Insert metal flashing into reglets under capflashing to form weathertight junction.

.9 Caulk flashing at reglet cap flashing withsealant.

SEALANTSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 92 00 Page 1

January 2020

PART 1 - GENERAL

1.1 WORK INCLUDED .1 This Section specifies requirements forsupplying, and applying sealants as indicated.

1.2 RELATED WORK .1 Removals: Section 02 41 00

.2 Modified Bitumen Roofing: Section 07 55 00

1.3 REFERENCES .1 CGSB 19-GP-5M-84 Sealing Compound, OneComponent, Acrylic Base, Solvent Curing.

.2 CAN/CGSB-19.13-M87 Sealing Compound, One-Component, Elastomeric, Chemical Curing.

1.4 DELIVERY,STORAGE AND HANDLING

.1 Coordinate site deliveries with the Owner andthe Consultant.

.2 Deliver and store materials in originalwrappings and containers with manufacturer’sseals and labels intact. Protect fromfreezing, moisture and water.

1.5 ENVIRONMENTALAND SAFETYREQUIREMENTS

.1 Comply with requirements of WorkplaceHazardous Materials Information System (WHMIS)regarding use, handling, storage, and disposalof hazardous materials; and regardinglabelling and provision of material safetydata sheets acceptable to Labour Canada.

.2 Conform to manufacturer’s recommendedtemperatures, relative humidity and substratemoisture content for application and curing ofsealants including special conditionsgoverning use.

PART 2 - PRODUCTS

2.1 MATERIALS .1 Primers: type recommended by sealantmanufacturer.

.2 Joint fillers:.1 General: compatible with primers and

SEALANTSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 92 00 Page 2

January 2020

sealants, outsized 30 to 50%..2 Polyethylene, urethane, neoprene orvinyl: extruded closed cell foam, backer rod.

.3 Bond breaker: polyethylene bond breaker whichwill not bond to sealants.

.4 Sealants: to CAN/CGSB-19.13 normal temperaturerange, dry conditions, movement range to 25%..1 Acceptable products: Dow Corning 790,Sikaflex 1-a..2 Termination of roof membrane and parapetflashings: to CGSB-19-GP-14M.

.1 Acceptable product: Generic ButylSealant.

.3 Sealant for metal to metal:.1 Acceptable product: NuFlex 630. 2.

.5 Joint cleaner: non-corrosive and non-stainingtype, recommended by sealant manufacturer andcompatible with joint forming materials andsealant.

PART 3 - EXECUTION

3.1 PREPARATION .1 Examine joint sizes and conditions toestablish correct depth to width relationshipfor installation of backup materials andsealants.

.2 Remove by brushing, scrubbing, scraping orgrinding loose mortar, dust, oil, grease,oxidation, mill scale, coatings and all othermaterials affecting bond of compounds fromsurfaces to which sealant compounds mustadhere, except for painted surfaces.

.3 Clean down caulked metal surfaces with cleancellulose sponges or rags soaked in solventrecommended by sealant manufacturer, and wipedry with clean cloths. Confirm solvent is notinjurious to painted surfaces.

.4 Confirm releasing agents, coatings or othertreatments have either not been applied tojoint surfaces, or that they are entirely

SEALANTSNova Scotia Liquor Corp.Bridgewater #2505 Roof Replacement Tender No. CN-26-FY20

Section 07 92 00 Page 3

January 2020

END

removed.

.5 Confirm joint surfaces are dry and frost free.

3.2 APPLICATION .1 Include in Work of this Section all caulkingto make the Work weathertight, as indicatedtypically on Drawings, and as otherwisespecified.

.2 Where necessary to prevent staining, maskadjacent surface before priming and caulking.

.3 Apply sealants, primers, joint fillers, andbond breaker if required, to manufacturer’sinstructions.

.4 Apply sealant in continuous bead using gunwith proper size nozzle. Use sufficientpressure to fill voids and joints solid.Superficial pointing with skin bead is notacceptable.

.5 Form surfaces of sealant with full bead,smooth, free from ridges, wrinkles, sags, airpockets, embedded impurities. Neatly toolsurface to give slight concave shape.

3.3 CURING .1 Cure sealants in accordance with sealantmanufacturer’s instructions.

.2 Do not cover up sealant until proper curinghas taken place.

3.4 CLEANING .1 Clean adjacent surfaces immediately and leavework neat and clean.

.2 Remove excess and droppings, using recommendedcleaners as work progresses.

.3 Remove masking tape after initial set ofsealant.

[ NSLC - Bridgewater #2505 Roof Replacement]

Apply a CCDC 2 copyright seal here. The application

of the seal demonstrates the intention of the party

proposing the use of this document that it be an

accurate and unamended form of CCDC 2 - 2008

except to the extent that any alterations, additions or

modifications are set forth in supplementary conditions.

STRUCTION oc: E l'ITEE

(j (j t!j (j

Appendix A

PROJ. #:

DRAWN BY:

REV:

REV:

REV:

SCALE:

DATE:

AS NOTED

COVERSHEET

A-0A

BRIDGEWATER NSLC #2505

NSLC - Bridgewater #2505 Roof Replacement 274 DUFFERIN STREET BRIDGEWATER, NOVA SCOTIA B4V 2G7

PROJECT SITE VIEW DRAWING INDEX

A-0A

A-0B

A-1

A-3

274 DUFFERIN STREET BRIDGEWATER

NOVA SCOTIA B4V 2G7

NOVA SCOTIA LIQUOR CORPORATION

A-2

COVERSHEET

GENERAL ROOF NOTES ROOF PLAN - BRIDGEWATER EXISTING ROOF PHOTOS AND ROOF DETAILS ROOF DETAILS

PROJ. #:

DRAWN BY:

REV:

REV:

REV:

SCALE:

DATE:

AS NOTED

GENERAL NOTES

A-0B

GENERAL PROJECT NOTES: GENERAL PROJECT REMOVAL NOTES:

BRIDGEWATER NSLC #2505

274 DUFFERIN STREET BRIDGEWATER

NOVA SCOTIA B4V 2G7

CONSTRUCTION SHALL CONFORM TO THE NOVA SCOTIA BUILDING CODE REGULATIONS, WHICH ADOPT THE NATIONAL BUILDING CODE OF CANADA, AND OTHER CODES GOVERNED BY THE JURISDICTION IN WHICH THE PROJECT IS BEING CONSTRUCTED.

CONSTRUCTION SHALL COMPLY WITH ALL LOCAL, PROVINCIAL, AND FEDERAL CODE AND REGULATIONS.

ALL DRWINGS ARE GRAPHIC REPRESENTATIONS OF APPROXIMATE LOCATIONS OF MATERIALS. IT IS THE CONTRACTORS RESPONSIBILITY TO FIELD-VERIFY ALL CONDITIONS PRIOR TO COMMENCEMENT OF WORK.

CONTRACTORS ARE RESPONSIBLE FOR ALL MATERIALS, CONSTRUCTION METHODS, AND CRAFTSMANSHIP.

CONTRACTORS ARE TO VERIFY ALL EXISTING CONDITIONS, REQUIREMENTS, NOTES, AND DIMENSIONS PRIOR TO THE START OF CONSTRUCTION AND SHALL NOTIFY THE OWNER IF CONDITIONS VARY FROM THOSE SHOWN ON THE DOCUMENTS.

WHEN EXISTING CONSTRUCTION IS REMOVED, DISTURBED, DAMAGED, REPLACED, OR RENOVATED IN ANY WAY, CONTRACTORS SHALL PROVIDE PATCHING, PAINTING, AND MATERIALS OF THE SAME TYPE AND QUALITY AS TO MATCH ADJACENT EXISTING SURFACES.

AREAS OF THE SITE DISTURBED DURING CONSTRUCTION OF PROJECTS SHALL BE CORRECTED TO THE SATISFATION OF THE OWNER.

VERIFY ALL DIMENSIONS BEFORE ORDERING MATERIAL OR DOING WORK. NO EXTRA COMPENSATION OR CHARGES WILL BE ACCEPTED DUE TO THE DIFFERENCES BETWEEN THE ACTUAL MEASUREMENTS AND MEASUREMENTS AS INDICATED ON THE DRAWINGS.

ALL DETAILS ARE SUBJECT TO CHANGE DUE TO EXISTING FIELD CONDITIONS. CONTRACTOR MUST NOTIFY THE OWNER IN WRITING OF ANY DISCREPANCIES.

SECURITY, WEATHERPROOFING, DUST CONTROL, AND SAFETY SHALL BE THE FULL RESPONSIBILITY OF THE CONTRACTOR. CONTRACTOR SHALL PERFORM CLEAN UP OF ALL REFUSE, RUBBISH, SCRAP MATERIALS, AND DEBRIS CAUSED BY THE WORK ON A DAILY BASIS AND DISPOSE OF IT LEGALLY OFF SITE.

CONTRACTORS ARE RESPONSIBLE FOR OBTAINING ALL PERMITS ASSOCIATED WITH THE WORK OF THEIR CONTRACT IN ACCORDANCE WITH PLANS APPROVED BY THE TOWN OR CITY.

ALL DEMOLITION WORK IS TO BE REVIEWED WITH THE OWNER PRIOR TO THECOMMENCEMENT OF WORK.

EXISTING CONDITIONS ARE TAKEN FROM FIELD OBSERVATIONS AND PRIORCONSTRUCTION DOCUMENTS WHEN AVAILABLE AND ARE NOT GUARANTEED.CONTRACTOR SHALL FIELD VERIFY ALL EXISTING CONDITIONS PRIOR TO BID. NOALLOWANCE WILL BE MADE FOR ADDITIONAL COSTS DUE TO CONTRACTOR'SFAILURE TO VERIFY EXISTING CONDITIONS AND DIMENSIONS.

ALL DEBRIS AND MATERIALS DESIGNATED FOR REMOVAL SHALL BECOME THEPROPERTY OF THE CONTRACTOR, UNLESS OTHERWISE NOTED, AND THECONTRACTOR SHALL DISPOSE OF ALL DEMOLITION AND/OR OTHER WASTEMATERIALS, CAUSED BY THIS CONSTRUCTION, OFF SITE IN A PROPER LEGALMANNER.

WHEN EXISTING CONSTRUCTION, WHICH IS TO REMAIN, IS DAMAGED DURING THECOURSE OF CONSTRUCTION AS A RESULT OF CONTRACTOR'S WORK, IT SHALL BEREPAIRED AND/OR REPLACED WITH SIMILAR OR LIKE MATERIALS, SUBJECT TOOWNER APPROVAL AND WITHOUT COMPENSATION.

IF REMOVED EQUIPMENT PASSES THROUGH ROOF, PATCH ROOF ACCORDING TOROOFING MANUFACTURER'S REQUIREMENTS, CONTACT ROOFINGMANUFACTURER AND PROVIDE PROOF OF CONTINUATION OF EXISTINGWARRANTY.

COLD WEATHER APPLICATION RECOMMENDATIONS FOR MODIFIED BITUMEN ROOFING:

MATERIALS MUST BE DELIVERED DRY AND STORED IN A MANNER THAT ASSURES THEY REMAIN DRY FOR PROPER APPLICATION. WET ORDAMP ROOFING MATERIALS SHOULD NEVER BE USED IN THE ASSEMBLY. IT IS RECOMMENDED, WHENEVER POSSIBLE, ROOFINGMATERIALS BE DELIVERED TO THE JOB SITE JUST PRIOR TO THEIR INSTALLATION.

WHEN ROOFING MATERIALS ARE STORED OUTSIDE, THEY SHALL BE PLACED ON PALLETS, AND SHALL BE COVERED WITH WATERPROOFCOVERINGS (SUCH AS CANVAS) IN ADDITION TO ANY FACTORY APPLIED PACKAGING. SOME INSULATIONS THAT ARE LIGHT MUST BEWEIGHTED TO PREVENT DAMAGES FROM WIND.

ALL ROLLED MATERIAL MUST BE STORED ON END TO PREVENT THEIR BECOMING DEFORMED OR DAMAGED. ROLLED GOODS SHOULDNEVER BE DOUBLE STACKED ON PALLETS.

STORAGE OF ANY MATERIAL ON THE ROOF SHOULD NEVER BE STACKED IN HIGH PILES TO AVOID DEFLECTION, AND THEREBY ALLOW FORSNOW OR WATER BUILD-UP TO OCCUR.

ALL PALES OF ROOFING MATERIAL SHOULD BE PROTECTED FROM THE WEATHER AT ALL TIMES. ROOFING APPLICATION SHOULD BE SCHEDULED SO THAT THERE ARE NO PARTIALLY COMPLETED PORTIONS OF THE ROOF LEFT

EXPOSED. AS WORK PROGRESSES DAY-TO-DAY, IT IS ESSENTIAL THAT EACH SECTION OF THE ROOF BE COMPLETED AS SPECIFIED.WATER CUTOFFS SHALL BE PROVIDED AT EXPOSED EDGES AT THE CLOSE OF EACH DAY, AND REMOVED PRIOR TO RESUMINGCONSTRUCTION THE FOLLOWING DAY.

DURING MEMBRANE APPLICATION, THE SUBSTRATE SHOULD ALSO BE HEATED WITH THE TORCH. BY WARMING THE SUBSTRATE BEFORETHE MOLTEN BITUMEN IS ROLLED INTO PLACE, THE ADHESION OF THE MEMBRANE TO THE SUBSTRATE IS ENHANCED. THIS IS ESPECIALLYIMPORTANT FOR THE LAP AREA, WHICH SHOULD BE GIVEN SPECIAL ATTENTION.

Note: These recommendations were prepared by and have the approval of the Asphalt Roofing Manufacturers Association for informational purposesonly. They are not intended to revoke or change the requirements or specifications of the individual roofing material manufacturers or local, Provincialand Federal building officials that have jurisdiction in your area. Any question, or inquiry, as to the requirements, or specifications of a manufacturer,should be directed to the roofing manufacturer concerned.

NOVA SCOTIA LIQUOR CORPORATION

mcsim
Rectangle

PROJ. #:

DRAWN BY:

REV:

REV:

REV:

SCALE:

DATE:

AS NOTED

ROOF PLAN

A-1

1

A-1ROOF PLAN

SCALE: N.T.S.

IT IS THE ROOFING CONTRACTOR'S RESPONSIBILITY

TO FAMILIARIZE THEMSELVES WITH ALL DETAILS

INVOLVED IN THE ROOFING CONTRACT.

ALL DRAWINGS ARE GRAPHIC REPRESENTATION OF

APPROXIMATE LOCATIONS OF EXISTING AND NEWMATERIALS. IT IS THE CONTRACTOR'SRESPONSIBILITY TO VERIFY ALL EXISTINGCONDITIONS PRIOR TO COMMENCEMENT OF WORK.

THE ROOFING CONTRACTOR TO PROTECT ALLADJACENT SURFACES NOT SCHEDULED FOR WORKAND TO REPAIR ANY DAMAGED AREAS AS A RESULTOF CONTRACTOR WORK AT NO ADDITIONAL COST TOTHE OWNER.

THE ROOFING CONTRACTOR SHALL BE RESPONSIBLETO MAINTAIN WATER TIGHTNESS AND PROVIDEPROTECTION AT ANY/ALL OPENINGS IN THE ROOFLEFT AT THE END OF EACH CONSTRUCTION DAY.

ALL WOOD BLOCKING USED SHALL BE PRESSURETREATED.

CONTRACTOR SHALL FIELD VERIFY ALL DIMENSIONS,CONDITIONS AND QUANTITIES.

INSTALL NEW METAL COPING CAP AROUNDPERIMETER OF ROOF SECTIONS.

REMOVE EXISTING ROOF DOWN TO METAL DECK.

INSPECT METAL DECK AND REPORT CONDITIONS TO THE OWNER ORAPPROPRIATE REPRESENTITIVE PRIOR TO PROCEEDING WITH WORK(METAL DECKING TO BE REPLACED WILL BE DONE SO ON A SQUAREFOOT BASIS).

AFTER PROPERLY PREPARING THE METAL SURFACE INSTALL SELF-ADHESIVE VAPOUR BARRIER MEMBRANE.

INSTALL NEW 5.2" POLYISOCYANURATE INSULATION TO BEMECHANICALLY ATTACHED AS PER MEMBRANE MANUFACTURERSRECOMMENDED PATTERN FOR WIND-UPLIFT.

INSTALL NEW 0.25" MINERAL FORTIFIED ASPHALT CORE BOARD INHIGH RISE ROOF INSULATION ADHESIVE AS PER MEMBRANEMANUFACTURERS RECOMMENDED PATTERN FOR WIND-UPLIFT.

INSTALL A BASE MODIFIED SHEET WITH TORCH. INSTALL A MODIFIED CAP SHEET WITH TORCH. FLASHING SYSTEM WILL BE A 2-PLY SYSTEM WITH BASE FLASHING

TO BE SELF-ADHERED AND CAP FLASHINGS TORCHED. ALL VERTICALSEAMS TO RECIEVE A THREE COURSE APPLICATION OF MASTIC ANDMESH.

EDGE METAL TO MATCH EXISTING. THE OWNER TO SELECT A COLORPRIOR TO ORDERING OF MATERIAL.

NEW RETROFIT DRAINS AND HARDWARE WILL BE INSTALLED ATEACH INTERNAL DRAIN LOCATION.

RECIEVE A 20-YEAR NDL WARRANTY UPON COMPLETION

BRIDGEWATER NSLC #2505

274 DUFFERIN STREET BRIDGEWATER

NOVA SCOTIA B4V 2G7

METAL DECK KRAFT PAPER VAPOUR RETARDER 2.5" EXPANDED POLYSTYRENE

INSULTATION 0.5" GYPSUM BOARD 55-MIL NON-FLEECEBACKED TPO

MEMBRANE

GENERAL NOTES: EXISTING ROOF CONDITIONS: SCOPE OF WORK:

NOVA SCOTIA LIQUOR CORPORATION

WIND UPLIFT REQUIREMENTS:

DESIGN WIND SPEED = 100 MPH EXPOSURE CATEGORY: C DESIGN ROOF HEIGHT: 20FT BUILDING TYPE: ENCLOSED TOPOGRAPHY FACTOR: 1 IMPORTANT CLASS/ FACTOR: IV/ 1.15 ROOF ANGLE: < 7°

DESIGN WIND PRESSURES:

ZONE 1 - 21 ZONE 2 - 35 ZONE 3 - 52

mcsim
Cross-Out
mcsim
Cross-Out

PROJ. #:

DRAWN BY:

REV:

REV:

REV:

SCALE:

DATE:

AS NOTED

EXISTING ROOF

PHOTOS AND

ROOF DETAILS

A-2

1

D-2

EXISTING ROOF PHOTO #1

SCALE: N.T.S.

2

D-2

EXISTING ROOF PHOTO #2

SCALE: N.T.S.

3

D-2

EXISTING ROOF PHOTO #3

SCALE: N.T.S.

4

D-2

TYPICAL ROOF SECTION

SCALE: N.T.S.

5

D-2

ROOF DRAIN

SCALE: N.T.S.

6

D-2

WALL COUNTERFLASHING

SCALE: N.T.S.

BRIDGEWATER NSLC #2505

274 DUFFERIN STREET BRIDGEWATER

NOVA SCOTIA B4V 2G7

NOVA SCOTIA LIQUOR CORPORATION

PROJ. #:

DRAWN BY:

REV:

REV:

REV:

SCALE:

DATE:

AS NOTED

ROOF DETAILS

A-3

4

D-3

SURFACE MOUNTED COUNTERFLASH DETAIL

SCALE: N.T.S.

1

D-3

HVAC EQUIPMENT CURB DETAIL

SCALE: N.T.S.

2

D-3

PLUMBING STACK DETAIL

SCALE: N.T.S.

3

D-3

AREA DIVIDER DETAILSCALE: N.T.S.

BRIDGEWATER NSLC #2505

274 DUFFERIN STREET BRIDGEWATER

NOVA SCOTIA B4V 2G7

NOVA SCOTIA LIQUOR CORPORATION