60
Request for Tender No. 1547 For Various Nanaimo Fire Hall Painting Projects Issue date: July 11, 2014 Closing Location Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 City Contact Stu Harrison, Deputy Fire Chief Administration Telephone: (250)755-4583 Email: [email protected] Closing date and time Tenders must be received at the Purchasing Department before 3:00 PM Pacific Time on July 25, 2014. Mandatory Site Visit A mandatory site visit for all three sites is scheduled to start at 8:30 a.m. Thursday, July 17, 2014. Bidders are to meet at the main entrance of Fire Hall Station #4, 1425 Cranberry Ave, Nanaimo B.C. Site Location in order of site visits is, Nanaimo Fire Hall Station #4, 1425 Cranberry Ave., Nanaimo, BC, Nanaimo Fire Hall Station #2, 2499 Dorman Road, Nanaimo, BC and Nanaimo Fire Hall Station #3, 6230 Hammond Bay Road, Nanaimo, BC. Tenders will not be accepted from Bidders who do not attend the mandatory site visits to determine the existing conditions, layouts and limitations. Questions Cut Off Questions will be received until the end of the business day on July 23, 2014 Tenders will be opened in Public immediately after closing

Request for Tender No. 1547

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Request for Tender No. 1547

For Various Nanaimo Fire Hall Painting Projects

Issue date: July 11, 2014

Closing Location Purchasing Department

2020 Labieux Road Nanaimo, BC V9T 6J9

City Contact

Stu Harrison, Deputy Fire Chief Administration Telephone: (250)755-4583 Email: [email protected]

Closing date and time

Tenders must be received at the Purchasing Department before 3:00 PM Pacific Time on July 25, 2014.

Mandatory Site Visit

A mandatory site visit for all three sites is scheduled to start at 8:30 a.m. Thursday, July 17, 2014. Bidders are to meet at the main entrance of Fire Hall Station #4, 1425 Cranberry Ave, Nanaimo B.C. Site Location in order of site visits is, Nanaimo Fire Hall Station #4, 1425 Cranberry Ave., Nanaimo, BC, Nanaimo Fire Hall Station #2, 2499 Dorman Road, Nanaimo, BC and Nanaimo Fire Hall Station #3, 6230 Hammond Bay Road, Nanaimo, BC. Tenders will not be accepted from Bidders who do not attend the mandatory site visits to determine the existing conditions, layouts and limitations.

Questions Cut Off

Questions will be received until the end of the business day on July 23, 2014

Tenders will be opened in Public immediately after closing

INSTRUCTIONS TO BIDDERS 1. Project Overview

Tenders are invited from qualified and experienced firms to provide commercial repainting services per the attached MPDA Technical Specifications Section 09900 at the following location:

Nanaimo Fire Hall Station #4, 1425 Cranberry Ave., Nanaimo, BC – Exterior Repainting Nanaimo Fire Hall Station #2, 2499 Dorman Road, Nanaimo, BC – Interior Repainting Nanaimo Fire Hall Station #3, 6230 Hammond Bay Road, Nanaimo, BC – Interior

Repainting The City would prefer the work to start week of August 11, 2014 and to be completed as soon as possible.

Tenders must be received prior to 3:00 PM, Pacific Time, July 25, 2014 at the Purchasing Department, 2020 Labieux Road, Nanaimo, BC, V9T 6J9 and will be opened in public immediately thereafter. Tenders received after the noted due time will not be considered.

2. Site Meeting

A mandatory site visit for all three sites is scheduled to start at 8:30 a.m. Thursday, July 17, 2014. Bidders are to meet at the main entrance of Fire Hall Station #4, 1425 Cranberry Ave, Nanaimo B.C.

Site Location in order of site visits: Nanaimo Fire Hall Station #4, 1425 Cranberry Ave., Nanaimo, BC Nanaimo Fire Hall Station #2, 2499 Dorman Road, Nanaimo, BC Nanaimo Fire Hall Station #3, 6230 Hammond Bay Road, Nanaimo, BC.

It is the responsibility of potential contractors to become familiar with the site to determine the existing conditions, layouts and limitations. In submitting a tender, the contractor confirms they have viewed the site and that their submission includes all necessary equipment, materials and labour to complete this project in a turnkey manner. The contractor will rely entirely upon their own judgment in submitting a tender and include a sum sufficient to cover all items required for the contract. A sign-in sheet will be provided at each location. Bidders must sign, to confirm attendance. Tenders will not be accepted from Bidders who do not attend the mandatory site visits.

3. Bid Submissions Submission methods (use one of the methods below to submit your tender):

a) Via email at the only acceptable email address: [email protected] All email submissions must be less than 8MB

b) Via hard copy: One (1) hard copy in a sealed envelope delivered to the Purchasing Department, 2020 Labieux Road, Nanaimo, B.C., V9T 6J9

c) Via facsimile at the only acceptable facsimile number: (250)756-5327 It is the Bidder’s sole responsibility to ensure their Tender is received at the closing location prior to the posted closing date and time. The wall clock in the Purchasing Department is the official time piece. Tenders must be signed by an officer of the company in a position to legally bind the company to the statements contained herein. Signing the Tender form is a mandatory requirement. Unsigned Tenders will result in disqualification.

4. Form of Contract

The form of contract for this project will be Re q u es t f o r Tender No. 1547 in its entirety including any attachments, addendum(s), the successful Bidder’s submitted Tender encapsulated with a City of Nanaimo Purchase Order.

5. Bidder’s Responsibilities

Before submitting a bid, it is the Bidder’s responsibility to: 1) Examine and read the Bid Documents thoroughly. 2) Examine the site and ascertain the extent and nature of all conditions, limitations, or

regulations affecting the performance of the Work. All dimensions are to be confirmed on by on-site measurement by the Contractor.

3) Immediately notify the City of all perceived omissions and discovered conflicts, errors and discrepancies in the Bid Documents.

4) The Bidder shall not engage in collusion of any sort and, in particular shall ensure that no person or other legal entity, other than the Bidder has an interest in the Bidder’s Tender and prepare the Tender without any knowledge of, comparison of figures with, or arrangement with any other person or firm preparing a Tender for the same work.

5) It is the Contractor’s responsibility to provide all labour, material, equipment and supervision to complete the work outlined in the specifications taking into account all site conditions, schedule and noise restrictions, work area restrictions, protection requirements, accessibility restrictions, etc. No extras will be entertained for inconveniences after award of this Contract.

6) The City may accept or waive a minor and inconsequential irregularity, or where practicable to do so, the City may, as a condition of bid acceptance, request a Bidder to correct a minor and inconsequential irregularity with no change in bid price. The determination of what is, or is not, a minor and inconsequential irregularity, the determination of whether to accept, waive, or require correction of an irregularity, and the final determination of the validity of a bid, shall be at the City’s sole discretion.

7) The lowest, or any tender may not necessarily be accepted. 8) Addenda:

a) Direct all questions in writing to the City’s contact person identified on the front page of this RFT. b) Answers to queries are only binding when confirmed by written Addenda, issued by the City’s Purchasing Department. c) Addenda may be issued by the City during the bidding period. All Addenda become part of the Bid and Contract Documents and costs arising from any Addenda are to be included in the Bid Price.

9) The Contractor shall ensure, through testing, training and close monitoring their forces are made fully aware of all hazards and risks associated with the site. The contractor will be responsible to take all conceivable precautions where the general public may be in the vicinity including maintaining the site in a safe condition and employing only experienced skilled, competent and sober workers. Smoking, foul language, drug and alcohol consumption is strictly prohibited on the job site.

10) Be willing and able to be named Prime Contractor in charge of site safety when performing the work.

11) Include the 5% MPDA inspection fee in their base tender price and separate prices. 12) Time is of the essence in carrying out the Work. The Contractor will be required to Work

in a continuous manner until all Works are completed. 6. Builder’s Lien

a) Applications for Progress Payments All applications for payment shall provide for ten percent (10%) holdback on progress payments in accordance with the Builders’ Lien Act.

b) Role of the City The C i ty will be the payment certifier for the purposes of Builders Lien Act determinations in respect of the Contract and any subcontracts under the Contract.

c) Labour and Products The Contractor will do all reasonable things requested by the City or the City for the purpose of enabling the City or the City to comply with the Builders Lien Act including, without limitation, providing, if required, information in connection with contracts entered into by parties under the Contractor and providing such information as the City may require to properly perform the role of payment certifier.

The Contractor’s application for payment of funds held back in compliance with the Builders’ Lien Act shall include:

(a) A Statutory Declaration in the form required by the City stating that all wages, subcontractors and suppliers accounts have been paid.

(b) A letter from the WorkSafe BC confirming the Contractor is in good standing. (c) Statement confirming that no liens have registered against the Project and no legal

proceedings have been commenced in respect of claims which could result in lien claims against the Project.

The Contractor shall at the time of its application for payment of holdback funds have complied with all Contract closeout requirements in connection with Substantial Performance. Prior to the final progress claim payment from the Contractor, the Contractor shall procure and submit to the City with the final claim for payment a clearance letter or letters from the WorkSafe BC, stating that the Contractor and all Subcontractors have paid all assessments due and that the Contractor and all Subcontractors are in good standing. The Contractor shall submit with its second application for payment a sworn statutory declaration, in the form acceptable to the Ci ty as amended from time to time, stating that all accounts and any other indebtedness which may have been incurred by the Contractor in the performance of the Work and for which the City might in any way be held responsible have been paid in full up to the date of the Contractor’s first application payment. Each

successive application for payment must be accompanied with a similarly worded statutory declaration stating that all accounts have been paid up to date of the preceding application for payment. The Contractor shall provide with its applications for payment any further documentation required by the City to ensure such accounts and indebtedness have been paid.

Following a request from the Contractor or a Subcontractor, the City will assess and determine whether a certificate of completion in respect of all or any portion of the Work may be issued and the Contractor will provide the City with all information and assistance as may be required by the C i t y to complete this review. The C i t y will issue a certificate of completion or provide reasons for not issuing the certificate within 10 calendar days of receiving the request. Estimates and certificates prepared and issued by the City shall not bind the City in any manner in the preparation of his final estimate of the Work done by the Contractor under this Contract, but shall be construed and held to be approximate only and shall in no case be taken as an acceptance of the Work or as a release of the Contractor from his responsibility under this Contract. In calculating the amount payable for the purposes of issuing a certificate pursuant to this agreement, the City may make an allowance or adjustment for, or allow the City a set off or credit for, any amount as may be necessary to protect the City from loss on account of: .1 defective work remedied; .2 non-payment by the Contractor of any labour, services or materials in connection with the construction of the Work or unpaid assessments or deductions which are required to be paid by the Contractor in respect of its employees for Workers’ Compensation, Unemployment Insurance assessments or any other employer remittances required by law;

When all the grounds are removed, certificates shall be at once issued for the amounts withheld because of them. The Contractor shall immediately effect the release of any lien in any way connected with the Contractor’s performance of the Work which is registered or filed against the Project or any part thereof upon receipt of notice setting out the particulars of any such lien and no payment under this Contract nor any part thereof shall become due until all such liens are released and discharged. The Contractor may at the sole option of the City, if any lien claimant refuses to furnish a release of a lien, furnish security satisfactory to the City to indemnify it against any claim under such lien.

d) Substantial Performance of the Work At the time of Substantial Performance of the Work, defined as 3% of the remaining contract price, and in addition to the lien holdback, a deficiency holdback shall be established for defective or incomplete work (the “Deficiency Holdback”). The amount of the Deficiency Holdback will be the value of 3% of the contract price and may be used to finish incomplete work using the services of another contractor or the City’s own forces. If the defective or incomplete work is not corrected or completed within a reasonable time as determined by the City, then all or a portion, as assessed by the City of the Deficiency Holdback, will be

retained by the City to be applied against the loss and damage suffered by the City to correct or complete the Work.

e) Payment of Holdback Upon Substantial Completion of the Work No part of a holdback shall become due for payment until the Contractor obtains and delivers to the City a complete discharge of any claim of builder’s lien arising out of the contract relating to such holdback and all Subcontractors and suppliers under such contract have provided certification that they have been paid. If any Subcontractor or supplier refuses to furnish a discharge of a claim of builder’s lien, then the Contractor may furnish other security satisfactory to the City to indemnify the City against any such claim of lien.

f) Progressive Release of Holdback Holdback amounts payable to a party under the Contractor following expiry of the applicable holdback period may be made by the City payable to the Contractor and the intended recipient of the holdback amount.

When a request is made by a Subcontractor or any other party under the Contractor (the “Requesting Subcontractor”) pursuant to the Builders Lien Act for a determination of whether the work performed by the Requesting Subcontractor is complete, the City, as Payment Certifier shall, before making any determinations, immediately notify the Contractor of the request.

The Contractor shall then prepare and submit to the City, a comprehensive list of items to be completed or corrected and apply for a review by the City to establish Substantial Performance of the relevant portion of the Work.

g) Final Payment Final Payment will be made as per Builders Lien Act.

h) Taxes and Duties The Goods and Services Tax (GST) levied pursuant to the Excise Tax Act, as it may be amended, is not included in the Contract Price. All tax and duty, other than GST, on materials, manufactured articles, labour or services provided in connection with the Project will be included in the Contract Price. The Contractor will indicate on each application for payment as a separate amount, the appropriate GST payment which the City is obliged to pay pursuant to the GST legislation. Any GST amount paid by the City will not affect the Contract Price and the Contractor will receive no markup or additional amount under the Contract whatsoever. All applications for payment shall indicate the GST registration number of the Contractor.

The Contractor shall provide the City with invoices and receipts which the City requires to obtain tax refunds, and when requested by the City, the Contractor shall provide the City with a signed statement confirming that the Contractor and the Subcontractors release all claims from the refund of taxes paid during the performance of the Contract for which the City may claim.

1

City of Nanaimo Tender No. 1547 for Nanaimo Fire Hall Painting Projects

TENDER FORM (4 pages)

1. Bidder Identification

Company Name ____________________________________________________________ (Hereinafter referred to as the “Bidder”) Address __________________________________________________________________ Telephone number ___________________________ Fax number ___________________ Email Address: _________________________________________________________ 2. Offer

The Contractor, having examined the site, and having examined all the Bidding and Contract Documents, including addenda, which documents will form the “Contract Documents” upon acceptance of this Bid, and having gained full knowledge of the scope, character and location of the Work and having familiarized himself with the local conditions, hereby offers to the City to Execute the Work for the above named project in accordance with the Contract Documents for the following fixed lump sum figure. Include MPDA inspection fee calculated at (5%) of the Base Bid Price and Separate Prices

.1 BASE PRICE SUBMISSION Nanaimo Fire Hall #2: Interior Painting Lower Floor Areas: Apparatus Bay, Training Room, Kitchen/Eating Area, Bathroom X2, Corridor, Foyer, Stairwell X2 to 2nd Floor) Base Bid: $__________________ Nanaimo Fire Hall #3: Interior Painting Apparatus Bay Room only as detailed in Part 1 – General and finishing schedule Base Bid: $__________________

2

Nanaimo Fire Hall #4: .1 South Elevation Cementitious Fibre Board 1st & 2nd floor (Red Only), pressed steel doors and frames on the East Elevation (all), concrete above South Apparatus Bay dDoors Base Bid: $ _________________ .2 Wood Glulams, Beams, soffits, rafter tails and columns all elevations with semi- transparent stain followed by 2 coats varnish Base Bid: $ _________________ Sub Total (Includes all Base Bids): $ __________________ Goods and Services Tax (GST): $ __________________ Total Price including GST: $ _________________ The total price including GST will be used to identify the low Bidder. All prices quoted shall include the cost of all labour, materials, permits, MPDA inspection fees and GST. Bidders are advised that the City reserves the right, at its option, and subject to available funding and budgetary considerations, to delete any of the locations or Work described within the RFT. The lowest or any Tender may not necessarily be accepted. .2 SEPARATE PRICE SUBMISSION (At the City’s sole option to accept or not) Nanaimo Fire Hall Station #4 Wood Glulams, Beams, soffits, rafter tails and columns all elevations with solid acrylic color stain Base Bid: $ _________________ Goods and Services Tax (GST): $ _________________ Total Price including GST: $ _________________

3

3. PROPOSED PAINTING SCHEDULE

.1 The City would prefer the work to start week of August 11, 2014 and to be completed as soon as possible. The following is the schedule of Work which the Painting Contractor intends to follow if awarded the Contract. The Contractor shall complete the Work in accordance with the schedule indicated below.

Nanaimo Fire Hall #4 Start Date: _________________Finish Date: ________________ Nanaimo Fire Hall #2 Start Date: _________________ Finish Date: ________________ Nanaimo Fire Hall #3 Start Date: _________________ Finish Date: ________________ 4. ADDENDA The Bidder acknowledges that the Tender Form includes the following addenda: Addendum No. Date ____________ ______________ ____________ ______________ ____________ ______________ 5. WARRANTY Warranty: State warranty option you are offering _________________________________________________________________________ 6. WORKFORCE:

.1 Our proposed crew size for this project will be:

.2 The number of trades qualified journeymen and registered apprentices who will be engaged in the Work and throughout the duration of the project will be:

Journeymen: ___________________________________________________________ Apprentices: ___________________________________________________________

4

7. SIGNATURE The undersigned has examined Tender 1547 and having full knowledge of the requirements of the City, do hereby agree to be bound by the Terms, Conditions, Statements and Representations contained herein. I, the Bidder, have read and understood this agreement and safe work procedures relating to this project. By signing this document, I am stating I have the necessary qualifications and accept the responsibilities as the Prime Contractor for this project as defined in the WorkSafeBC Occupational Health and Safety Regulations, Notice of projects, section 20.2, and Coordination of multiple employer workplaces, section 20.3; and in the Workers Compensation Act, Coordination at multiple-employer workplaces, sections 118, subsections (1) and (2). I also acknowledge I understand the duties of the City as defined in the Workers Compensation Act, General duties of City, Section 119. SIGNED AND DELIVERED BY the Bidder

_____________________________________________________________ (signature)

___________________________________________________________ (printed name)

END OF SECTION

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 1 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

PART 1 - GENERAL

1.1 Description: Work Included:

.1 Section Includes: All labor, materials, tools and other equipment, services and supervision required to complete all interior repainting work as indicated on Finish Schedules and to the full extent of the drawings and specifications.

.2 Work under this Contract shall also include, but not necessarily be limited to: All previously

painted and unpainted surfaces, GWB walls and ceilings, photo finished wood doors, pressed steel doors and frames, plywood, trim, plastic inserts, steel deck, steel railings, wood stairs, wood decking, electrical conduit, concrete walls, galvanized metal, Apparatus bay doors.

.1 Surface preparation of substrates as required for acceptance of paint, including cleaning, small crack repair, GWB repair, patching, caulking, and making good surfaces and areas to the limits defined under MPI Repainting Manual Preparation requirements.

.2 Specific pre-treatments noted herein or specified in the MPI Repainting Manual.

.3 Sealing / priming surfaces for repainting in accordance with MPI Repainting Manual requirements including, but not limited to:

.4 Provision of safe and adequate ventilation as required over and above temporary ventilation supplied by others, where toxic and/or volatile / flammable materials are being used.

.5 Moisture testing, air and surface temperature, Ph tests

.3 Include all incidental items not specifically noted above but considered part of the finished surface.

.4 Refer to drawings and schedules (e.g., Finish Schedule) for type, location and extent of

interior repainting required scheduled or specified.

.5 This Section along with the Finish Schedule forms part of the Contract documents and is to be read, interpreted and coordinated with all other parts.

.6 Division 0, and Division 1, General Requirements form an integral part of this Section of

Work. The Painting Contractor shall refer to these and all other related parts.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 2 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

1.2 Related Sections – Work Excluded:

.1 Unless otherwise noted, the following work is not included under this Section of work

.a Condition of substrates, correction of DSD-4 defects and deficiencies in substrates which may adversely affect repainting work, except for minimal work performed by this trade and preparation of surfaces to receive paint and finishes under this section of work.

.b Temporary heat and light, scaffolding and platforms and housekeeping services.

1.3 Quality Assurance:

.1 This Painting Contractor shall have a minimum of five (5) years proven satisfactory experience and shall show proof before commencement of work that he will maintain a qualified crew of painters throughout the duration of the work. When requested, the Painting Contractor shall provide a list of the last three comparable interior repainting jobs including, name, location, Specifying Authority / Project Manager/ Property Management, start / completion dates and value of the work.

.2 Only trades qualified journeypersons, as defined by local jurisdiction, shall be engaged in

interior repainting work. Registered apprentices may be employed provided they work under the direct supervision of a qualified journeyperson in accordance with trade regulations.

.3 All materials, preparation and workmanship shall conform to the standards contained in the

latest edition of the Master Painters Institute (MPI) Maintenance and Repainting Manual (herein referred to as the MPI Repainting Manual) as issued by the local MPI Accredited Quality Assurance Association having jurisdiction.

.4 All interior repainting work shall be inspected by the MPDA Inspection Agency acceptable

to the local MPI Accredited Quality Assurance Association. The Painting Contractor shall notify the MPDA Inspection Agency a minimum of one week prior to commencement of work and provide all documents defined in Section 1300 Submittals.

.5 All surfaces requiring repainting shall be inspected by the Painting Contractor who shall

notify the MPDA Inspection Agency, Owner or Authorized Representative in writing of any defects as defined by MPI (DSD4 assessment) or other problems relating to the execution of the work, prior to commencing repainting or after preparation work.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 3 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

1.4 Inspection

.1 The MPDA Technical Representative will not be responsible for and will not have control, or supervise the Painting Contractor or Subcontractors in performance of the Work.

.2 The MPDA Technical Representative will be responsible to observe and report and shall not

be responsible for the Painting Contractor or Subcontractors failure to carry out the Work in accordance with the Contract Documents.

1.5 Regulatory Requirements:

.1 Conform to work place safety regulations for storage, mixing, application and disposal of all paint related materials to requirements of those authorities having jurisdiction.

.2 Conform to safety precautions in accordance with the latest requirements to Industrial Health

and Safety Regulations, latest edition, of authorities having jurisdiction.

.3 Notify the MPDA Inspection Agency on award of contract and make application for assignment of an MPDA Technical Representative using appropriate forms supplied by the Agency as well as, finish schedule and list of MPI Approved Products Intended for Use on the Project for verification purposes prior to commencement of work.

.4 Fully cooperate at all times with the requirements of the MPDA Paint Inspection Agency in

the performance of their duties, including providing access and assistance as required to complete inspection work.

.5 To reduce the amount of contaminants entering waterways, sanitary / storm drain systems or

into the ground the following procedures shall be strictly adhered to but not limited to:

.a Retain cleaning water for water-based materials to allow sediments to be filtered out.

.b Retain cleaners, thinners, solvents and excess paint and place in designated containers and ensure proper disposal.

.c Return solvent and oil soaked rags used during painting operations for contaminant recovery, proper disposal, or appropriate cleaning and laundering.

.d Dispose of contaminants in an approved legal manner in accordance with hazardous waste regulations.

.e Empty paint cans are to be dry prior to disposal or recycling (where available).

.f Close and seal tightly partly used cans of materials including sealant and adhesive containers and store protected in well ventilated fire-safe area at moderate temperature.

.g Where paint recycling is available, collect waste paint by type and provide for delivery to recycling or collection facility.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 4 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

1.6 Mock-Ups:

.1 When requested by the Owner, Authorized Representative or MPDA Technical Representative, prepare and repaint a designated interior surface area or item to requirements specified herein, with specified paint or coating showing selected colors, gloss / sheen, texture and workmanship to MPI Repainting Manual standards for review and approval. When approved, the interior surface area and/or item shall become the acceptable standard of finish quality and workmanship for similar on-site repainting work.

1.7 Submittals:

.1 All submittals shall be in accordance with these documents

.2 Submit written proof of ability to supply a 100% two (2) year guarantee

.3 Submit list of all MPI Approved Products Intended for Use on the Project to the MPDA Inspection Agency for review prior to ordering materials, including sundries.

.4 Submit two sets of Material Safety Data Sheets (MSDS) prior to commencement of work for

review and for posting at job site as required.

.5 Submit certification reports for ecologo paint products used.

.6 If requested submit an invoice list of all paint materials ordered for the Work to the Paint Inspection Agency indicating manufacturer, types and quantities for verification and compliance with specification.

.7 Submit work schedule for various stages of the Work to the Owner or Authorized

Representative’s approval if requested.

.8 At project completion provide an itemized list complete with manufacturer, paint type and color coding for all colors used for Owner's later use in maintenance.

.9 At project completion provide a minimum of 4 liters (1 gallon) of each type and color of

paint from same production run (batch mix) used in unopened cans, properly labeled and identified for Owner's later use in maintenance.

1.8 Product Delivery, Storage and Handling:

.1 Deliver all painting materials in sealed, original labeled containers bearing manufacturer's name, brand name, type of paint or coating and color designation, standard compliance, materials content as well as mixing and/or reducing and application requirements.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 5 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

.2 Store all paint materials in original labeled containers in a secure (lockable), dry, heated and well ventilated single designated area meeting the minimum requirements of both paint manufacturer and authorities having jurisdiction and at a minimum ambient temperature of 45 F (7 C). Only materials used on this project are to be stored on site.

.3 Where toxic and/or volatile / explosive / flammable materials are being used, provide

adequate fireproof storage lockers and take all necessary precautions and post adequate warnings (e.g. no smoking) as required.

.4 Take all necessary precautionary and safety measures to prevent fire hazards and

spontaneous combustion and to protect the environment from hazard spills. Materials that constitute a fire hazard (paints, solvents, drop clothes, etc.) shall be stored in suitable closed and rated containers and removed from the site on a daily basis.

.5 Comply with requirements of authorities having jurisdiction, in regard to the use, handling,

storage and disposal of hazardous materials. 1.9 Project /Environmental Requirements:

.1 It is the Painting Contractor’s responsibility to conduct all required tests such as moisture content, pH tests, air and surface temperature and all other testing prior to the application of any coatings.

.2 UNLESS specifically pre-approved by the Owner, Authorized Representative, MPDA

Inspection Agency and the applied product manufacturer, perform no interior repainting work when the ambient air and substrate temperatures exceeds manufacturer’s stated limits.

.3 Perform no interior repainting work unless adequate continuous ventilation and sufficient

heating facilities are in place to maintain minimum ambient air and substrate temperatures for 24 hours before, during and after paint application. Provide supplemental ventilating and heating equipment if ventilation and heating from existing system is inadequate to meet minimum requirements. Because of moisture generation and potential fire hazard, the use of gas fired heating units is not advised, unless otherwise approved by the Owner Authorized Representative and authorities having jurisdiction.

.4 Test suspect surfaces (concrete, masonry, plaster and wood surfaces) for moisture and

alkalinity as required. Conduct all moisture tests using a properly calibrated electronic Moisture Meter, except test concrete floors for moisture using a simple "cover patch test". The maximum moisture shall not exceed:

.a 15% for wood .b 12 % for plaster and gypsum board

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 6 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

.5 Perform no repainting work unless a minimum lighting level of 323 Lux (30 foot candles) is provided on surfaces to be repainted. Adequate lighting facilities shall be provided by the Owner.

.6 Apply paint only to dry, clean, and adequately prepared surfaces in areas where dust is no

longer generated by construction activities such that airborne particles will not affect the quality of finished surfaces.

1.10 Protection

.1 The Painting Contractor shall guard or otherwise protect the Work including all material, plant and real property related to the Work against loss or damage from any cause.

.2 All ladders, scaffolds, lift equipment and general plant shall be securely locked when not in

use to prevent access to the balconies, roofs or through windows by other parties than the Contractor.

.3 Protect all interior surfaces and areas (including glass, aluminum surfaces, etc.) and

equipment and any labels and signage from repainting operations and damage by drop cloths, shields, masking, templates, or other suitable protective means and make good any damage caused by failure to provide such protection.

1.11 Scheduling:

.1 Schedule interior repainting operations to prevent disruption of and by other trades when applicable.

.2 Schedule interior repainting operations to prevent disruption of occupants in and about the

building. Obtain written authorization from the Owner, or Authorized Representative for changes in work schedule.

.3 Repainting in occupied facilities to be carried out during hours in accordance with Owner's

operating requirements. Schedule work such that painted surfaces will have dried before occupants are affected.

1.12 Guarantee:

.1 Furnish a two (2) year Painting Association Guarantee or a 100% two (2) year Maintenance Bond both in accordance with MPI Repainting Manual requirements. The Maintenance Bond shall be obtained from an approved bonding company and shall warrant that all repainting work has been performed in accordance with MPI Repainting Manual requirements.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 7 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

.2 All interior repainting work shall be in accordance with MPI Repainting Manual requirements and shall be inspected by the Painting Association whether using the Painting Association Guarantee or the Maintenance Bond option.

.3 The cost for such Painting Association inspections as well as either the Painting Association

Guarantee or Maintenance Bond shall be included in the Base Bid Price and any Separate Pricing or Cost Plus items awarded to the Painting Contractor.

.4 Painting Subcontractors choosing the Maintenance Bond option shall provide written proof

of their ability to supply same at time of bidding. 1.13 Maintenance Materials:

.1 At project completion provide a minimum of 4 liters (1 gallon) of each type and color of paint from same production run (batch mix) used in unopened cans, properly labeled and identified for Owner's later use in maintenance.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 8 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

PART 2 - PRODUCTS 2.1 Materials:

.1 All materials (primers, paints, coatings, varnishes, stains, etc.) shall be products listed in the latest edition of the MPI Approved Product List and shall be from a single manufacturer for each system used.

.2 Other paint sundries such as linseed oil, shellac, solvents, shall be the highest quality product

and shall be compatible with other coating materials as recommended by the MPI Approved product manufacturer.

.3 All materials and paints shall be lead and mercury free.

.4 Where required, paint products shall meet MPI Environmentally Friendly" [E1] [E2] [E3]

ratings based on VOC (EPA Method 24) content levels. .5 Where required, paints and coatings shall meet flame spread and smoke developed ratings

designated by local Code requirements and/or authorities having jurisdiction. .6 Caulking and filling compounds shall be as recommended by the Painting Contractor’s

chosen paint manufacturer. .7 All paint materials shall have good flowing and brushing properties and shall dry or cure free

of blemishes, sags, air entrapment, etc. Refer to 3.5, Field Quality Control / Standard of Acceptance requirements.

.8 Slip Resistant Additives (SRA): rubber aggregate or clean / washed silica sand for use with

or as a component part of paint (usually floor / porch / stair enamel) on interior horizontal surfaces as required to provide slip resistance. Where site applied, material to either mixed into paint and mixed constantly to keep material in suspension.

2.2 Equipment:

.1 Painting Equipment: to best trade standards for type of product and application.

.2 Spray-Painting Equipment: of ample capacity, suited to the type and consistency of paint or coating being applied and kept clean and in good working order at all times.

2.3 Mixing and Tinting:

.1 Unless otherwise specified or pre-approved, all paints shall be ready-mixed and pre-tinted. Re-mix all paint in containers prior to and during application to ensure break-up of lumps, complete dispersion of settled pigment, and color and gloss uniformity.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 9 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

.2 Paste, Powder or Catalyzed paint mixes shall be mixed in strict accordance with manufacturer's written instructions.

.3 Where thinner is used, addition shall not exceed paint manufacturer's recommendations.

.4 If required, thin paint for spraying in strict accordance with paint manufacturer's instructions.

If directions are not on container, obtain instructions in writing from manufacturer and provide copy of instructions to the MPDA Inspection Agency.

2.4 Finish and Colors:

.1 Unless otherwise specified herein, all interior repainting work shall be done in accordance with MPI Premium Grade requirements.

.2 Colors shall be as selected by the Owner or Authorized Representative from a manufacturer's

full range of colors. Refer to the Finish Schedule for identification and location.

.3 Color selection will be based on five (5) base colors and three (3) accent colors with a maximum of one (1)] deep or bright color. No more than eight (8) colors will be selected for the entire project and no more than three (3) colors will be selected in each area. Note that this does not include factory-finished items unless specifically scheduled.

.4 Provide a slip resistant additive to interior painted stair treads, landings, etc.

.5 Unless otherwise noted, repaint walls within a given area using the same color as selected.

.6 Ceilings including those having a spray textured coating, unless otherwise noted shall be

repainted.

.7 Designated rooms / spaces shall be repainted using different colors or more than one color than typical rooms in accordance with Finish Schedule requirements with a minimum of [two (2)] colors required.

.8 Except as noted herein or indicated on the Finish Schedule, walls and ceiling surfaces shall

be repainted in accordance with the following criteria:

.a all areas (except as noted) high performance or institutional latex with G5 (Semi-Gloss) finish.

.b All doors and frames will be repainted with a waterborne light industrial paint were defined by the Owners.

.9 Access doors, registers, radiators and covers, exposed piping and electrical panels shall be

repainted to match adjacent surfaces (i.e. color, and sheen), unless otherwise noted or where factory-finished.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 10 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

2.5 Gloss / Sheen:

.1 Paint gloss shall be defined as the sheen rating of applied paint, in accordance with the following MPI gloss / sheen standard values:

Gloss Level

Description

Units

@ 60 degrees

Units

@ 85 degrees G1 Matte or Flat finish 0 to 5 10 maximum G2

Velvet finish

10 maximum

10 to 35

G3

Eggshell finish

10 to 25

10 to 35 G4

Satin finish

20 to 35

35 minimum

G5

Semi-Gloss finish

35 to 70

G6

Gloss finish

70 to 85

G7

High-Gloss finish

> 85

.2 Gloss level ratings of all painted surfaces shall be as specified herein and as noted on Finish

Schedule.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 11 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

PART 3 - EXECUTION 3.1 Condition of Surfaces:

.1 Prior to commencement of repainting work, thoroughly examine (and test as required) all interior conditions and surfaces scheduled to be repainted and report in writing to the Owner, Authorized Representative and MPDA Inspection Agency where applicable; any conditions or surfaces that will adversely affect work of this section.

.2 The degree of surface deterioration (DSD) shall be assessed using the assessment criteria

indicated in the MPI Maintenance Repainting Manual. In general the MPI DSD ratings and descriptions are as follows:

Condition

Description

DSD-0 Sound Surface (may include visual (aesthetic) defects that do not affect films protective properties).

DSD-1 Slightly Deteriorated Surface (may show fading; gloss reduction, slight surface contamination, minor pin holes scratches, etc.) / Minor cosmetic defects (runs, sags, etc.).

DSD-2 Moderately Deteriorated Surface (small areas of peeling, flaking, slight cracking, staining, etc.).

DSD-3 Severely Deteriorated Surface (heavy peeling, flaking, cracking, checking, scratches, scuffs, abrasion, small holes and gouges).

DSD-4 Substrate Damage (repair or replacement of surface required by others).

.3 No repainting work shall commence until all such DSD-4 adverse conditions and defects have been corrected and surfaces and conditions are acceptable to the Painting Contractor. The Painting Contractor shall not be responsible for the condition of the substrate or for correcting defects and deficiencies in the substrate, which may adversely affect the painting work except for minimal work normally performed by the Painting Contractor and as, indicated herein. It shall always, however, be the responsibility of the Painting Contractor to see that surfaces are properly prepared before any paint or coating is applied.

.4 It shall also be the Painting Contractor’s responsibility to paint the surface as specified

providing that the Owner accepts responsibility for uncorrected DSD-4 substrate conditions.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 12 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

3.2 Preparation of Surfaces:

.1 Prepare all interior surfaces for repainting in accordance with MPI Repainting Manual requirements. Refer to the MPI Repainting Manual in regard to specific requirements for the following:

.a environmental conditions. .b pH testing. .c acid etching. .d rust stain removal. .e mildew removal. .f vertical and horizontal concrete surfaces. .h clay and concrete masonry units. .i structural steel and miscellaneous metals. .j galvanized and zinc coated metal. .k glue laminated beams and columns. .l wood doors. .m wood paneling and casework. .n wood decks, floors, stairs and steps. .o stucco, plaster and gypsum board.

.2 Wash all surfaces requiring paint application prior to sanding and filling with an appropriate

cleaning agent, such as TSP. All surfaces specified for coatings require full sanding to de-gloss the surface.

.3 Remove and securely store all miscellaneous hardware and surface fittings / fastenings (e.g.

electrical plates, mechanical louvers, door and window hardware (e.g. hinges, knobs, locks, trim, frame stops), removable rating / hazard / instruction labels, washroom accessories, light fixture trim, etc. from wall and ceiling surfaces, doors and frames, prior to repainting and replace upon completion. Carefully clean and replace all such items upon completion of repainting work in each area. Do not use solvent or reactive cleaning agents on items that will mar or remove finishes (e.g. lacquer finishes). Doors shall be removed before repainting to paint bottom and top edges and then re-hung.

.4 Protect all adjacent interior surfaces and areas, including rating and instruction labels on doors,

frames, equipment, piping, etc., from repainting operations and damage by drop cloths, shields, masking, templates, or other suitable protective means and make good any damage caused by failure to provide such protection.

.5 Caulk and fill any dents, voids or cracks on the surface after the prime coat application and spot

prime prior to the application of the intermediate finish coat.

.6 Correct any minor or minimal GWB repairs, bring finishing to GWB Level 4 Finish where repaired.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 13 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

.7 All areas exhibiting surface staining will require the application of an MPI Approved stain

blocking primer prior to the application of the specified paint system.

.8 Existing Alkyd coatings to be top coated with a waterborne product. Dull glossy surfaces and apply MPI #17-Waterbased Bonding Primer or MPI #69-Alkyd Bonding primer to entire surface to ensure adequate bonding between existing coating and new paint system.

.9 Remove any silicone or adhesive residue from surfaces to be painted.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 14 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

3.3 Application:

.1 Do not commence repainting unless substrates are acceptable and until all environmental conditions (heating, ventilation, lighting and completion of other subtrade work, if applicable) are acceptable for applications of products.

.2 Apply primer, paint or stain in accordance with MPI Painting Manual Premium Grade finish

requirements.

.3 Apply primer, paint or stain in a workmanlike manner using skilled and trade qualified applicators as noted under Quality Assurance.

.4 Apply primer, paint or stain within an appropriate time frame after cleaning when environmental

conditions encourage flash-rusting, rusting, contamination or the manufacturer’s paint specifications require earlier applications.

.5 Primer, paint or stain coats specified are intended to cover surfaces satisfactorily when applied

at proper consistency and in accordance with manufacturer’s recommendations.

.6 Tint each coat of paint progressively lighter to enable confirmation of number of coats.

.7 Unless otherwise approved by the painting inspection agency, apply a minimum of four coats of paint where deep or bright colors are used to achieve satisfactory results.

.8 Sand and dust between each coat to provide an anchor for next coat and to remove defects in

previous coat (runs, sags, etc.) visible from a distance up to 1000 mm (39”).

.9 Do not apply finishes on interior surfaces that are not sufficiently dry. Unless manufacturer’s directions state otherwise, each coat shall be sufficiently dry and hard before a following coat is applied.

.10 To avoid air entrapment in applied coats, apply materials in strict accordance with

manufacturer’s spread rates and application requirements. .11 Where touch-up painting is undertaken and found to be noticeable, the entire surface will

require repainting from break to break or corner to corner.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 15 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

3.4 Priming and Back Priming

.1 Interior new woodwork, which is to receive a paint finish, shall be primed with an MPI Approved primer compatible with the finish system.

.2 Top and bottom edges of wood doors shall be coated with the finish system.

.3 Factory-finished metals and PVC piping shall be primed with an MPI Approved solvent

based bonding primer where applicable. 3.5 Field Quality Control / Standard of Acceptance:

.1 All surfaces, preparation and paint applications shall be inspected by the MPDA Inspection Agency.

.2 Repainted interior surfaces shall be considered to lack uniformity and soundness if any of the

following defects are apparent to the MPDA Technical Representative and not limited to:

.a brush / roller /tracking, streaks, laps, runs, sags, drips, heavy stippling, hiding or shadowing by inefficient application methods, skipped or missed areas, and foreign materials in paint coatings.

.b damage due to touching before paint is sufficiently dry or any other contributory cause.

.c damage due to application on moist surfaces.

.d damage and/or contamination of paint due to contaminants (dust, sand blast materials, roller lint etc.

.3 Repainted interior surfaces shall be considered unacceptable if any of the following are

evident under natural lighting conditions:

.a visible defects are evident on vertical surfaces when viewed at 90 degrees to the surface from a distance not less than 1000 mm (39”).

.b visible defects are evident on horizontal surfaces when viewed at 45 degrees to the surface from a distance not less than 1000 mm (39”).

.c visible defects are evident on other overhead surfaces when viewed at 45 degrees to the surface

.d when the final coat on any surface exhibits a lack of uniformity of sheen across full surface area.

.4 Repainted surfaces rejected by the Owner or Authorized Representative or MPDA Technical

Representative shall be made good at the expense of the Painting Contractor.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 16 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

3.6 Clean-up:

.1 Remove all paint where spilled, splashed, splattered or sprayed as work progresses using means and materials that will not cause damage to the finished surfaces.

.2 Keep work area free from any unnecessary accumulation of tools, equipment, surplus

materials and debris.

.3 Remove combustible rubbish materials and empty paint cans each day and safely dispose of same in accordance with requirements of authorities having jurisdiction.

.4 Clean equipment and dispose of wash water / solvents as well as all other cleaning and

protective materials (e.g. rags, drop cloths, masking papers, etc.), paints, thinners, paint removers/strippers in accordance with the safety requirements of authorities having jurisdiction.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 17 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

3.7 Interior Finish Schedule:

.1 Repaint interior surfaces in accordance with the following MPI Repainting Manual requirements:

Location and Substrate

DSD No.

Paint System

Gloss Level

MPI Product No.

Colour

RIN 3.1-Concrete Vertical Surfaces Apparatus Bay walls

2-3 RIN 3.1C-Waterborne Light Industrial Coating After cleaning and surface preparation, spot prime any bare concrete with MPI #3-Alkali Resistant Primer followed by 2 coats of MPI #151- Waterborne Light Industrial Coating-G3

3 3,151 TBA

RIN 5.1-Structural Steel and Metal Fabrications Railings Fire pole deck and assembly Replacement Door assembly panels Miscellaneous metal

2-3 RIN 5.1B-Waterborne Light Industrial Coating After cleaning and surface preparation, spot prime any bare metal with MPI #76 or 79 anti-corrosive primer followed by 2 coats of MPI #153- Waterborne Light Industrial Coating-G5

5 76, 79, 153

TBA

RIN 5.3-Galvanized Metal Pressed Steel Doors and Frames(G5) Electrical Conduit(match adjacent surface) Miscellaneous Galvanized Metals

2-3 RIN 5.3B-Waterborne Light Industrial Coating After etching, cleaning and surface preparation, spot prime any bare metal with MPI #135 galvanized metal primer followed by 2 top coats. Note: Items such as electrical conduit to match adjacent surfaces, product and gloss levels

5,3,1 25, 134,153-151

TBA

RIN 6.3-Dressed Lumber Doors Frames Sills, Trim and hand rails Plywood wall surfaces- Apparatus Bay Miscellaneous wood

2-3 RIN 6.3P-Waterborne Light Industrial Coating After cleaning and surface preparation, spot prime any bare wood with MPI # 39 Water Based Wood primer followed by 2 coats of MPI #153- Waterborne Light Industrial Coating-G5

5 39,151 TBA

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 18 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

Location and Substrate

DSD No.

Paint System

Gloss Level

MPI Product No.

Colour

RIN 6.5-Wood Floors and Stairs Wood stairs in Apparatus Wood deck surface on Mezzanine in Apparatus Bay

2-3 RIN 6.5A- Alkyd floor enamel [low gloss] w/SRA-After cleaning and surface preparation, spot prime with MPI #59-Alkyd Floor Enamel-Low Gloss followed by 2 coats of MPI #59-Alkyd Floor Enamel-Low Gloss Note: Broadcast SRA into 1st coat.

Low Gloss

59, SRA

TDA

RIN 6.8-Plastic Apparatus Bay Door Inserts Miscellaneous Plastic

2-3 RIN 6.8C- Waterborne Light Industrial Coating After cleaning and surface preparation, spot prime any un-coated plastic with MPI # 69-Alkyd Bonding Primer or MPI #17-Water Based Bonding primer followed by 2 coats of MPI #153- Waterborne Light Industrial Coating-G5

5 17 or 69, 153

TBA

RIN 9.1-Spray Textured Ceilings Textured ceilings

2-3 RIN 9.1A-Latex Flat-After cleaning and preparation, spot prime repairs and water stains with MPI #136-Alkyd Stain Blocking Primer or MPI #137-Water Based Stain Blocking Primer followed by 2 coats of MPI #53-Interior Flat Latex

Flat/Matte

136 or 137, 53

White/match existing

RIN 9.2-Plaster and Gypsum Board Walls and Ceilings G3 Bathrooms G5 walls and ceilings

2-3 RIN 9.2B-High Performance Architectural Latex-After cleaning and preparation, spot prime repairs with MPI #50-Latex Primer and Sealer or if water stain are present, prime with MPI #136-Alkyd Stain Blocking Primer or MPI #137-Water Based Stain Blocking Primer followed by 2 coats of MPI #139-HIPAC-G3 or MPI #141-HIPAC-G5

3,5 139, 141

TBA

3.8 Clean-up:

.1 Remove all paint where spilled, splashed, splattered or sprayed as work progresses using means and materials that are not detrimental to affected surfaces.

.2 Keep work area free from any unnecessary accumulation of tools, equipment, surplus

materials and debris.

Nanaimo Fire Hall #2 & #3 Section 09900 2499 Dorman & 6230 Hammond Bay Rd Technical Specification Interior Repainting 2014 Page 19 of 19

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

.3 Remove combustible rubbish materials and empty paint cans each day and safely dispose of same in accordance with requirements of authorities having jurisdiction.

.4 Clean equipment and dispose of wash water / solvents as well as all other cleaning and

protective materials (e.g. rags, drop cloths, masking papers, etc.), paints, thinners, paint removers/strippers in accordance with the safety requirements of authorities having jurisdiction.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 1 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

PART 1 - GENERAL

1.1 Description: Work Included:

.1 Section Includes: All labor, materials, tools and other equipment, services and supervision required to complete all exterior repainting work of all previously painted surfaces as indicated on Finish Schedules and to the full extent of the drawings and specifications.

.2 Work under this Contract shall also include, but not necessarily be limited to: Previously

painted/stained wood surfaces, soffits, beams, columns, concrete above Apparatus Bay doors, pressed steel doors and frames, red cementitious fibre board .

.a Surface preparation of substrates as required for acceptance of paint or stain,

including cleaning, water stain removal, small crack repair, patching, caulking, and making good surfaces and areas to the limits defined under MPI Repainting Manual Preparation requirements.

.b Specific pre-treatments noted herein or specified in the MPI Repainting Manual.

.c Sealing / priming surfaces for repainting in accordance with MPI Repainting

Manual requirements.

.3 Include all incidental items not specifically noted above but considered part of the finished surface.

.4 Refer to Finish Schedule for type, location and extent of exterior repainting required

scheduled or specified.

.5 This Section along with the Finish Schedule forms part of the Contract documents and is to be read, interpreted and coordinated with all other parts.

.6 Division 0, and Division 1, General Requirements form an integral part of this Section of

Work. The Painting Contractor shall refer to these and all other related parts.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 2 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

1.2 Related Sections – Work Excluded:

.1 Unless otherwise noted, the following work is not included under this Section of work

.a Condition of substrates, correction of DSD-4 defects and deficiencies in substrates which may adversely affect repainting work, except for minimal work performed by this trade and preparation of surfaces to receive paint and finishes under this section of work.

.b Correction of leaking windows, flashings, decks, membranes, scuppers, stucco or other jurisdictional items.

.c All factory-finished metal work, parking lines, and symbols.

1.3 Quality Assurance: .1 The Contractor shall have a minimum of five (5) years proven satisfactory experience

and shall show proof before commencement of work that he will maintain a qualified crew of painters throughout the duration of the work. When requested, the Painting Contractor shall provide a list of the last three comparable exterior repainting jobs including, name, location, Specifying Authority / Project Manager/ Property Management, start / completion dates and value of the work.

.2 Only trades qualified journeypersons, as defined by local jurisdiction, shall be engaged in

exterior repainting work. Registered apprentices may be employed provided they work under the direct supervision of a qualified journeyperson in accordance with trade regulations.

.3 All materials, preparation and workmanship shall conform to the standards contained in

the latest edition of the Master Painters Institute (MPI) Maintenance and Repainting Manual (herein referred to as the MPI Repainting Manual) as issued by the local MPI Accredited Quality Assurance Association having jurisdiction.

.4 All exterior repainting work shall be inspected by the MPDA Inspection Agency acceptable to the local MPI Accredited Quality Assurance Association. The Painting Contractor shall notify the MPDA Inspection Agency a minimum of one week prior to commencement of work and provide all documents defined in Section 1300 Submittals.

.5 All surfaces requiring repainting shall be inspected by the Painting Contractor who

shall notify the MPDA Inspection Agency, Owner or Authorized Representative in writing of any defects or problems, prior to commencing repainting or after preparation work.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 3 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

1.4 Inspection

.1 The MPDA Technical Representative will not be responsible for and will not have

control, or supervise the Painting Contractor or Subcontractors in performance of the Work.

.2 The MPDA Technical Representative will be responsible to observe and report and shall

not be responsible for the Painting Contractor or Subcontractors failure to carry out the Work in accordance with the Contract Documents.

1.5 Regulatory Requirements:

.1 Conform to work place safety regulations for storage, mixing, application and disposal of all paint related materials to requirements of those authorities having jurisdiction.

.2 Conform to safety precautions in accordance with the latest requirements to Industrial Health

and Safety Regulations, latest edition, of authorities having jurisdiction.

.3 Notify the MPDA Inspection Agency on award of contract and make application for assignment of an MPDA Technical Representative using appropriate forms supplied by the Agency as well as, finish schedule and list of MPI Approved Products Intended for Use on the Project for verification purposes prior to commencement of work.

.a Fully cooperate at all times with the requirements of the MPDA Paint Inspection Agency

in the performance of their duties, including providing access and assistance as required to complete inspection work.

.4 To reduce the amount of contaminants entering waterways, sanitary / storm drain systems or

into the ground the following procedures shall be strictly adhered to but not limited to: .a Retain cleaning water for water-based materials to allow sediments to be filtered

out. .b Retain cleaners, thinners, solvents and excess paint and place in designated

containers and ensure proper disposal. .c Return solvent and oil soaked rags used during painting operations for

contaminant recovery, proper disposal, or appropriate cleaning and laundering. .d Dispose of contaminants in an approved legal manner in accordance with

hazardous waste regulations. .e Empty paint cans are to be dry prior to disposal or recycling (where available). .f Close and seal tightly partly used cans of materials including sealant and adhesive

containers and store protected in well ventilated fire-safe area at moderate temperature.

.g Where paint recycling is available, collect waste paint by type and provide for delivery to recycling or collection facility.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 4 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

.h The Contractor shall be responsible for recovering and removing from the property paint chips dislodged from the building exterior surfaces as a consequence of surface preparation. Recovery will be done as an integral part of surface preparation through scraping, pressure washing or other means. The use of tarpaulins is recommended to collect and remove paint chips. At the conclusion of the work, leave the premises neat and clean to the satisfaction of the Owner.

1.6 Mock-Ups:

.1 When requested by the Owner, Authorized Representative or MPDA Technical Representative, prepare and repaint a designated exterior surface area or item to requirements specified herein, with specified paint or coating showing selected colors, gloss / sheen, texture and workmanship to MPI Repainting Manual standards for review and approval. When approved, the exterior surface area and/or item shall become the acceptable standard of finish quality and workmanship for similar on-site repainting work.

1.7 Submittals:

.1 All submittals shall be in accordance with these documents

.2 Submit written proof of ability to supply a 100% two (2) year Maintenance Bond, if Paint Association warranty option is not used with Bid Submission.

.3 Submit list of all MPI Approved Products Intended for Use on the Project to the MPDA

Inspection Agency for review prior to ordering materials, including sundries.

.4 Submit two sets of Material Safety Data Sheets (MSDS) prior to commencement of work for review and for posting at job site as required.

.5 Submit certification reports for ecologo paint products used.

.6 If requested submit an invoice list of all paint materials ordered for the Work to the Paint

Inspection Agency indicating manufacturer, types and quantities for verification and compliance with specification.

.7 Submit work schedule for various stages of the Work to the Owner or Authorized

Representative for approval if requested.

.8 At project completion provide an itemized list complete with manufacturer, paint type and color coding for all colors used for Owner's later use in maintenance.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 5 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

1.8 Product Delivery, Storage and Handling:

.1 Deliver all painting materials in sealed, original labeled containers bearing manufacturer's name, brand name, type of paint or coating and color designation, standard compliance, materials content as well as mixing and/or reducing and application requirements.

.2 Store all paint materials in original labeled containers in a secure (lockable), dry, heated

and well ventilated single designated area meeting the minimum requirements of both paint manufacturer and authorities having jurisdiction and at a minimum ambient temperature of 45 F (7 C). Only materials used on this project are to be stored on site.

.3 Where toxic and/or volatile / explosive / flammable materials are being used, provide

adequate fireproof storage lockers and take all necessary precautions and post adequate warnings (e.g. no smoking) as required.

.4 Take all necessary precautionary and safety measures to prevent fire hazards and

spontaneous combustion and to protect the environment from hazard spills. Materials that constitute a fire hazard (paints, solvents, drop clothes, etc.) shall be stored in suitable closed and rated containers and removed from the site on a daily basis.

.5 Comply with requirements of authorities having jurisdiction, in regard to the use,

handling, storage and disposal of hazardous materials. 1.9 Temporary Facilities

.1 The temporary use of existing electrical power and water services shall be subject to the conditional approval of the Owner. Disconnect all such temporary services as required and remove at job completion; the Painting Contractor shall supply their own hoses, cords, etc.

.2 Unless otherwise approved or supplied by the Owner, provide temporary dry, heated,

ventilated and secure portable self-contained field office/material, equipment and tool storage shed(s) as required for the execution of the work to the requirements of the authorities having jurisdiction.

.3 Unless otherwise approved or supplied by the Owner, provide and maintain clean,

enclosed and screened sanitary facilities for use of trades in accordance with the authorities having jurisdiction.

.4 At completion ensure all areas are cleaned and made good to the Owner’s satisfaction.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 6 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

1.10 Project /Environmental Requirements:

.1 It is the Painting Contractors responsibility to conduct all required tests such as moisture content, pH tests, air and surface temperature and all other testing prior to the application of any coatings.

.2 UNLESS specifically pre-approved by the Owner, Authorized Representative, MPDA

Inspection Agency and the applied product manufacturer, perform no exterior repainting work when the ambient air and substrate temperatures are below 50 F (10 C).

.3 Perform no exterior repainting work unless environmental conditions are within the MPI

and paint manufacturer’s requirements.

.4 Perform no exterior repainting work when the relative humidity is above 85% or when the dew point is less than 5 F (3 C) variance between the air and surface temperature.

.5 Perform no exterior repainting work when the maximum moisture content of the substrate

exceeds:

15% for wood

.6 Conduct all moisture tests using a properly calibrated electronic Moisture Meter.

.7 Test concrete and masonry surfaces for alkalinity as required.

1.11 Protection

.1 The Painting Contractor shall guard or otherwise protect the Work including all material, plant and real property related to the Work against loss or damage from any cause.

.2 All ladders, scaffolds, lift equipment and general plant shall be securely locked when not

in use to prevent access to the balconies, roofs or through windows by other parties than the Contractor.

.3 Protect all exterior surfaces and areas, including landscaping, walks, drives, all adjacent

building surfaces (including glass, aluminum surfaces, etc.) and equipment and any labels and signage from repainting operations and damage by drop cloths, shields, masking, templates, or other suitable protective means and make good any damage caused by failure to provide such protection.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 7 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

1.12 Scheduling:

.1 Schedule repainting operations to prevent disruption of Owner’s operations or building occupants. Obtain written authorization from Owner or Authorized Representative for changes in work schedule.

1.13 Guarantee:

.1 Furnish a two (2) year written guarantee and shall warrant that all repainting work has been performed in accordance with MPI Repainting Manual requirements.

.2 All exterior repainting work shall be in accordance with MPI Repainting Manual

requirements and shall be inspected by the Painting Association whether using the Painting Association Guarantee or the Maintenance Bond option.

1.14 Maintenance Materials:

.1 At project completion provide a minimum of 4 liters (1 gallon) of each type and color of paint from same production run (batch mix) used in unopened cans, properly labeled and identified for Owner's later use in maintenance.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 8 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

PART 2 - PRODUCTS 2.1 Materials:

.1 All materials (primers, paints, coatings, varnishes, stains, etc.) shall be products listed in the latest edition of the MPI Approved Product List and shall be from a single manufacturer for each system used.

.2 Other paint sundries such as linseed oil, shellac, solvents, shall be the highest quality

product and shall be compatible with other coating materials as recommended by the MPI Approved product manufacturer.

.3 All materials and paints shall be lead and mercury free.

.4 Where required, paint products shall meet MPI Environmentally Friendly" [E1] [E2]

[E3] ratings based on VOC (EPA Method 24) content levels.

.5 Caulking and filling compounds shall be as recommended by the Painting Contractors chosen paint manufacturer.

.6 All paint materials shall have good flowing and brushing properties and shall dry or cure

free of blemishes, sags, air entrapment, etc. Refer to 3.5, Field Quality Control / Standard of Acceptance requirements.

.7 Slip Resistant Additives (SRA): rubber aggregate or clean / washed silica sand for use

with or as a component part of paint (usually floor / porch / stair enamel) on exterior horizontal surfaces as required to provide slip resistance. Where site applied, material to either mixed into paint and mixed constantly to keep material in suspension.

2.2 Equipment:

.1 Painting Equipment: to best trade standards for type of product and application.

.2 Spray-Painting Equipment: of ample capacity, suited to the type and consistency of paint or coating being applied and kept clean and in good working order at all times.

2.3 Mixing and Tinting:

.1 Unless otherwise specified or pre-approved, all paints shall be ready-mixed and pre-tinted. Re-mix all paint in containers prior to and during application to ensure break-up of lumps, complete dispersion of settled pigment, and color and gloss uniformity.

.2 Catalyzed paint mixes shall be mixed in strict accordance with manufacturer's written

instructions.

.3 Where thinner is used, addition shall not exceed paint manufacturer's recommendations.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 9 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

.4 If required, thin paint for spraying in strict accordance with paint manufacturer's instructions. If directions are not on container, obtain instructions in writing from manufacturer and provide copy of instructions to the MPDA Inspection Agency.

2.4 Finish and Colors:

.1 Unless otherwise specified herein, all exterior repainting work shall be done in accordance with MPI Premium Grade requirements.

.2 Colors shall be as selected by the Owner or Authorized Representative from a

manufacturer's full range of colors. Refer to the Finish Schedule for identification and location.

.3 Color selection will be based on four (4) base colors and two (2) accent colors. No more

than (six (6)) colors will be selected for exterior painting work on this project unless specified otherwise.

.4 Provide a slip resistant additive to exterior painted stair treads, landings etc.

2.5 Gloss / Sheen:

.1 Paint gloss shall be defined as the sheen rating of applied paint, in accordance with the following MPI gloss / sheen standard values:

Gloss Level

Description

Units

@ 60 degrees

Units

@ 85 degrees G1 Matte or Flat finish 0 to 5 10 maximum G2

Velvet finish

10 maximum

10 to 35

G3

Eggshell finish

10 to 25

10 to 35 G4

Satin finish

20 to 35

35 minimum

G5

Semi-Gloss finish

35 to 70

G6

Gloss finish

70 to 85

G7

High-Gloss finish

> 85

.2 Gloss level ratings of all painted surfaces shall be as specified herein and as noted on

Finish Schedule.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 10 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

PART 3 - EXECUTION 3.1 Condition of Surfaces:

.1 Prior to commencement of repainting work, thoroughly examine (and test as required) all exterior conditions and surfaces scheduled to be repainted and report in writing to the Owner, Authorized Representative and MPDA Inspection Agency where applicable; any conditions or surfaces that will adversely affect work of this section.

.2 The degree of surface deterioration (DSD) shall be assessed using the assessment criteria

indicated in the MPI Maintenance Repainting Manual. In general the MPI DSD ratings and descriptions are as follows:

Condition

Description

DSD-0 Sound Surface (may include visual (aesthetic) defects that do not affect films protective properties).

DSD-1 Slightly Deteriorated Surface (may show fading; gloss reduction, slight surface contamination, minor pin holes scratches, etc.) / Minor cosmetic defects (runs, sags, etc.).

DSD-2 Moderately Deteriorated Surface (small areas of peeling, flaking, slight cracking, staining, etc.).

DSD-3 Severely Deteriorated Surface (heavy peeling, flaking, cracking, checking, scratches, scuffs, abrasion, small holes and gouges).

DSD-4 Substrate Damage (repair or replacement of surface required by others).

.3 No repainting work shall commence until all such DSD-4 adverse conditions and defects have been corrected and surfaces and conditions are acceptable to the Painting Contractor. The Painting Contractor shall not be responsible for the condition of the substrate or for correcting defects and deficiencies in the substrate, which may adversely affect the painting work except for minimal work normally performed by the Painting Contractor and as, indicated herein. It shall always, however, be the responsibility of the Painting Contractor to see that surfaces are properly prepared before any paint or coating is applied.

.4 It shall also be the Painting Contractor’s responsibility to paint the surface as specified

providing that the owner accepts responsibility for uncorrected DSD-4 substrate conditions.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 11 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

3.2 Preparation of Surfaces:

.1 Prepare and test all exterior surfaces scheduled for repainting in accordance with MPI Repainting Manual requirements. Refer to the MPI Repainting Manual in reference to specific requirements for the following:

.2 Remove all mildew, moss, dirt, and other contaminates from surfaces and treat in

accordance with MPI Repainting Manual requirements. Hand scrub all areas with mildew in evidence with a solution of one (1) part of household bleach mixed in five (5) parts of water. Let solution sit for approximately 10 to 20 minutes, then rinse all surfaces to remove all traces of solution, repeat procedure until all evidence of mildew has been removed from the surface. This procedure is to be carried out before pressure washing commences.

.3 Pressure wash exterior surfaces scheduled for painting in accordance with MPI

Standards for type of surfaces and recommended pressures to ensure complete removal of all loose and peeling paint, stains, dirt, contaminates and other foreign matter. This work shall be carried out only by qualified tradesman experienced in pressure water cleaning. The use of water hose cleaning will not be considered satisfactory, unless specifically specified. Allow sufficient drying time and test all surfaces using an electronic moisture meter before commencing work.

.4 All water stained wood beams, glulams and rafter tails are to be cleaned using a wood

brightener to remove staining, dead cellulose material and provide a surface acceptable for the application of a semi-transparent stain.

.5 Prior to paint application review all surfaces and remove all remaining loose and

peeling paint and non-adhering coating material by the appropriate preparation method for the condition.

.6 Remove all building attachments such as downspouts and signage not permanently

attached to the buildings unless directed by the Owner or Authorized Representative, re-install and clean at completion of Work.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 12 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

3.3 Application:

.1 Do not commence repainting unless substrates and all environmental conditions are acceptable for the application of products.

.2 Apply primer, paint or stain in accordance with MPI Painting Manual Premium Grade

finish requirements unless otherwise specified.

.3 If the Painting Contractor elects to utilize spray application methods then all coating applications will require back-rolling/brushing unless approved otherwise by the Owner, Authorized Representative or MPDA Inspection Agency.

.4 Apply primer, paint or stain in a workmanlike manner using skilled and trade qualified

applicators as noted under Quality Assurance.

.5 Apply primer, paint or stain within an appropriate time frame after cleaning and preparation to prevent weathering or water staining of substrate or before environmental conditions encourage flash-rusting, rusting, contamination or when the manufacturer's paint specifications require earlier applications.

.6 Primer, paint or stain coats specified are intended to cover surfaces satisfactorily when

applied at proper consistency and in accordance with manufacturer's recommendations.

.7 Tint each coat of paint progressively darker to enable confirmation of number of coats unless approved by the MPDA Inspection Agency.

.8 Where deep or bright colors are used allow for the application of additional finish coats

to achieve satisfactory results.

.9 Sand and dust between each coat to provide an anchor for next coat and to remove surface defects such as runs, sags, etc. on existing and new coatings were applicable for the surface texture.

.10 Do not apply finishes on exterior surfaces that are not sufficiently dry. Unless

manufacturer's directions state otherwise, each coat shall be sufficiently dry and hard before a following coat is applied.

.11 To avoid air entrapment in applied coats, apply materials in strict accordance with

manufacturer’s spread rates and application requirements.

.12 Where touch-up painting is undertaken and found to be noticeable, the entire surface will require repainting from break to break or corner to corner.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 13 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

3.4 Priming and Back Priming

.1 Exterior new woodwork which is to receive a paint finish, shall be primed with an MPI Approved primer compatible with the finish system.

.2 Top and bottom edges of wood and metal doors exposed to the exterior shall be coated

with the finish system.

.3 Factory-finished metals and PVC piping shall be primed with an MPI Approved solvent based bonding primer where applicable.

3.5 Field Quality Control / Standard of Acceptance:

.1 All surfaces, preparation and paint applications shall be inspected by the MPDA Inspection Agency.

.2 Repainted exterior surfaces shall be considered to lack uniformity and soundness if any

of the following defects are apparent to the MPDA Technical Representative and not limited to:

.a brush/roller/tracking, streaks, laps, runs, sags, drips, heavy stippling, hiding or

shadowing by inefficient application methods, skipped or missed areas, and foreign materials in paint coatings.

.b spray application defects such as dry spray, gun spits, heavy orange peel etc.

.c damage due to touching before paint is sufficiently dry or any other contributory cause.

.d damage due to application on moist surfaces.

.e damage and/or contamination of paint due to wind blown contaminants (dust, sand blast materials, salt spray, etc.).

.3 Repainted exterior surfaces shall be considered unacceptable if any of the following are

evident under natural lighting conditions:

.a visible defects are evident on vertical surfaces when viewed at 90 degrees to the surface from a distance not less than 1000 mm (39”).

.b visible defects are evident on horizontal surfaces when viewed at 45 degrees to the surface from a distance not less than 1000 mm (39”).

.c visible defects are evident on soffit and other overhead surfaces when viewed at 45 degrees to the surface

.d when the final coat on any surface exhibits a lack of uniformity of sheen across full surface area.

.4 Repainted surfaces rejected by the Owner or Authorized Representative or MPDA

Technical Representative shall be made good at the expense of the Painting Contractor.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 14 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

3.6 Clean-up:

.1 Remove all paint where spilled, splashed, splattered or sprayed as work progresses using means and materials that will not cause damage to the finished surfaces.

.2 Keep work area free from any unnecessary accumulation of tools, equipment, surplus

materials and debris.

.3 Remove combustible rubbish materials and empty paint cans each day and safely dispose of same in accordance with requirements of authorities having jurisdiction.

.4 Clean equipment and dispose of wash water / solvents as well as all other cleaning and

protective materials (e.g. rags, drop cloths, masking papers, etc.), paints, thinners, paint removers/strippers in accordance with the safety requirements of authorities having jurisdiction.

.5 All brushes, rollers and spray equipment solvent residue shall not be disposed into site

drains, utility sinks or any other water drainage systems.

Nanaimo Fire Hall Station #4 Section 09900 1425 Cranberry Ave Technical Specifications Exterior Repainting 2014 Page 15 of 15

This specification and copies thereof were prepared and written by MPDA Specification Services Inc. (MPDA SSI) and are for the exclusive use of the Owner. This specification is not to be reproduced or altered in part or in its entirety without written approval from MPDA SSI. Other than the signed specification which acts as a contract, this specification will remain the property of MPDA SSI. SP14-07-5041 GA July 9/14

3.7 Exterior Finish Schedule:

.1 Repaint exterior surfaces in accordance with the following MPI Repainting Manual requirements:

Location and Substrate

DSD No.

Paint System

Gloss Level

MPI Product No.

Colour

REX 5.3 Galvanized Metal -Galvanized steel doors and frames

2-3 REX 5.3J-Waterborne Light Industrial Coating (over waterborne Primer) After cleaning and surface preparation, spot prime any bare galvanized steel with MPI #134-Waterborne Galvanized Primer Follow with 2 coats of MPI #163-Waterborne Light Industrial Coating-G5

5 134, 163

TBA

REX 3.3-Cementitious Composition Board -Red Cementitious siding on South Elevation, 1st and 2nd storey

2-3 REX 3.3A-Latex After cleaning and surface preparation, spot prime any bare surfaces with MPI #3-Alkali Resistant Primer followed by 2 coats of MPI #15-Low sheen Acrylic Latex

3-4 3, 15 TBA

REX 3.1-Concrete Vertical Surfaces -Concrete above South elevation Apparatus Bay Doors

3 REX 3.1C After cleaning and surface preparation, full prime with MPI #3-Alkali Resistant Primer followed by 2 coats of MPI #161-Waterborne Light Industrial

3 3, 161 TBA

REX 6.1-Glue Laminated Beams and Columns, soffits and rafter-tails -Soffit -Columns -Beams -Glulams

2-3 REX 6.1H-Varnish over semi-transparent stain After cleaning, removing all sealers and water stain marks, apply MPI #13 followed by 2 coats of MPI #30-Semi-gloss Varnish with UV inhibitors

5 13, 30 TBA

Alternate for Wood Surfaces REX 6.1-Glue Laminated Beams and Columns, soffits and rafter-tails -Soffit -Columns -Beams -Glulams

2-3 REX6.1C-Solid Color Stain- After cleaning and surface preparation, spot prime any bare wood with MPI #5-Alkyd primer followed by 2 coats of MPI #16 -Water based Solid Hide Stain

1-2 5, 16 TBA

TERMS AND CONDITIONS Insurance & Indemnity The Contractor will indemnify and save harmless the City, its employees and agents, from and against any and all losses, claims, damages, actions, causes of action, costs and expenses that the City may sustain, incur, suffer or be put to at any time either before or after the expiration or termination of this Contract, where the same or any of them are based upon, arise out of or occur, directly or indirectly, by reason of any act or omission of the Contractor or of any agent, employee, officer, director or subcontractor of the Contractor pursuant to this Contract, excepting always liability arising out of the independent negligent acts of the City.

1. The Contractor shall, without limiting its obligations or liabilities herein and at its own expense, provide and maintain the following insurances with insurers licensed in British Columbia and in forms and amounts acceptable to the City:

a. Comprehensive General Liability in an amount not less than Two Million Dollars ($2,000,000.00) inclusive per occurrence against bodily injury and property damage. The City is to be added as an additional insured under this policy. Such insurance shall include, but not be limited to:

.01 Products or Completed Operations Liability;

.02 City’s and Contractor’s Protective Liability;

.03 Blanket Written Contractual Liability;

.04 Contingent employer’s Liability;

.05 Personal Injury Liability;

.06 Non-Owned Automobile Liability;

.07 Cross Liability;

.08 Employees as additional Insureds;

.09 Broad Form Property Damage;

.10 Broad Form Completed Operations; and where such further risk exists: .11 Shoring Blasting, Excavating, Underpinning, Demolition, Piledriving and

Caisson Work, Work Below Ground Surface, Tunneling and Grading, as applicable;

.12 Elevator and Hoist Liability; and

.13 Operation of Attached Machinery.

b. Automobile Liability on all owned or leased vehicles in an amount not less than Two Million Dollars ($2,000,000.00)

c. Aircraft and/or Watercraft Liability, where applicable, for all owned or non-owned craft operating or used in the performance of the Work by the Contractor, in an amount not less than Two Million Dollars ($2,000,000.00) per occurrence and including aircraft passenger hazard liability, where applicable.

d. Property insurance which shall cover all property, of every description, to be used in the construction of the Work, against “All Risks” of physical loss or damage, while such property

is being transported to the site, and thereafter throughout erection, installation and testing and such insurance shall be maintained until Substantial Performance of the Work. Such policy of insurance shall extend to protect the interest of the City, and shall contain a waiver of subrogation against the City.

2. All the foregoing insurance shall be primary and not require the sharing of any loss by any insurer of the City.

3. The Contractor shall provide the City with evidence of all required insurance prior to the commencement of the Work or services. Such evidence shall be in a form acceptable to the City. When requested by the City, the Contractor shall provide certified copies of required insurance policies.

4. All required insurance shall be endorsed to provide the City with thirty days (30) advance written notice of cancellation or material change.

5. The Contractor hereby waives all rights of recourse against the City with regard to damage to the Contractor’s property.

6. The Contractor shall require and ensure that each subcontractor maintain liability insurance comparable to that required above.

7. Unless specified otherwise, the duration of each insurance policy shall be from the date of commencement of the Work until the date of the final certificate for payment.

Business Licence The successful Contractor must have a current City of Nanaimo Business Licence or Nanaimo Inter-Community Business Licence prior to the commencement of any work. WorkSafe BC The successful Contractor shall provide WorkSafeBC coverage for all workers on their payroll and provide the City with a satisfactory Letter of Clearance prior to the commencement of any work. Conduct of the Contract The conduct of the work performed in this Contract will be Stu Harrison, Deputy Fire Chief Administration, City of Nanaimo, or authorized designate. Prime Contractor Designation The Tenderer is to be designated as the Prime Contractor for this project per WorkSafe BC OH&S Regulations Sections 20.2 Notice of Project and 20.3 Coordination of Multiple Employer Workplaces and Workers’ Compensation Act, Section 118 Coordination of Multiple-Employer Workplaces (1) and (2). The Tenderer should also understand the general duties of the City as defined in the Workers’ Compensation Act, Section 119 General Duties of City. The Tenderer should have the necessary qualifications and be willing to accept the responsibilities as Prime Contractor for the project.

Competency and Qualifications The successful contractor must have the necessary competence, experience, qualified personnel and equipment to carry out all aspects of the work of the Contract. The successful Contractor will employ properly licensed, trained and unimpaired workers throughout the duration of the contract. Failure to do so could result in termination. Copies of certifications may be requested by the City. Cancellation The City reserves the right to cancel this tender call for any reason whatsoever and at anytime without stating reasons therefore. The entire process is subject to final award approval by the City of Nanaimo whom retains the ability to cancel the process for any reason whatsoever without any compensation to anyone.

Ownership of Submissions All documents, including proposals, submitted to the City become the property of the City. They will be received and held in confidence by the City, subject to the provisions of the Province of British Columbia’s Freedom of Information and Protection of Privacy Act. Governing Law This agreement shall be governed by the laws of the Province of British Columbia.

Correspondence Both parties shall designate one person from their respective organizations to be primarily responsible for coordinating contractual and financial matters.

Invoicing The Contractor will be solely responsible for invoicing the City ensuring to include the City’s Purchase Order number on all invoices to assure timely payment. All invoices are subject to prior review and approval by the City and approved invoices will be paid on a net 30 day basis unless otherwise negotiated and agreed to in writing. If the City does not approve of the services or part of them which are the subject of the invoice, the City shall advise the Contractor in writing of the reasons for non-approval and the Contractor shall remedy at no additional cost to the City before the City shall be obliged to pay the invoice or any part of it, as the case may be.

Force Majeure (Act of God) Neither party shall be responsible for any delay or failure to perform its obligations under this Agreement where such delay or failure is due to fire, flood, explosion, war, embargo, governmental action, Act of Public Authority, Act of God or to any other cause beyond its control, except labour disruption. In the event Force Majeure occurs, the party who is delayed or fails to perform shall give prompt notice to the other party and shall take all reasonable steps to eliminate the cause.

Should the Force Majeure event last longer than 30 calendar days, the City may terminate this Agreement immediately by written notice to the Contractor without further liability, expense, or cost of any kind. Dispute Resolution In the event of a dispute arising between the City and the Contractor as to their respective rights and obligations under the Agreement, both parties agree to resolve the dispute by:

a. Frank and open negotiations whereby both parties use their best efforts to resolve the dispute by mutual agreement including the most Senior Management of both parties.

b. If, after 30 calendar days, the dispute is not resolved, both parties agree to appoint a mediator to resolve the dispute. All costs to be split equally.

c. If, after the mediation process is complete and the dispute is not resolved, the parties shall proceed to arbitrations following the rules of procedures as per the British Columbia International Commercial Arbitration Centre located in Vancouver, B.C.. All costs, with the exception of legal fees, shall be borne equally.

Conflict of Interest The contractor declares that it has no financial interest, directly or indirectly in the business of any third party that would be or be seen to be a conflict of interest in carrying out the services. It warrants that neither it nor any of its officers or directors, or any employee with authority to bind the Bidder, has any financial or personal relationship or affiliation with any elected official or employee of the City or their immediate families which might in any way be seen by the City to create a conflict. Local Preference Preference shall be given to suppliers located within the Regional District of Nanaimo where quality, service, and price are equivalent. Contractors’ Expense Contractors are solely responsible for their own expenses in preparing a tender. If the City elects to reject all tenders, the City will not be liable to any Contractor for any claims, whether for costs or damages incurred by the Contractor in preparing the Proposal, loss of anticipated profit or any other matter whatsoever. Independent Contractor The Contractor shall be, and in all respects be deemed to be, an independent contractor and nothing in this Agreement shall be construed to mean that the Contractor is an employee of the City or that any agency, joint venture or partnership exists between the Contractor and the City. The Contractor shall be responsible for providing own employment insurance, WorkSafe BC coverage, business licence, income tax remittance and complying with any other applicable laws and regulations applicable to an independent contractor.

Non-solicitation Contractors and their agents are cautioned that solicitations of City staff, other than the identified City contact person, or members of the City Council or any Committee or Commission formed by or associated with the City during the tender period, or, anytime prior to award, may be cause for rejection of the Tender, as this will be viewed as one Contractor seeking an unfair advantage over other Contractor. Irrevocability Tenders will be irrevocable and remain open for acceptance by the City for a period of sixty (60) calendar days, after the closing time.

Withdrawal of Tenders Tenders may be withdrawn only by written notice, provided such notice is received at the Purchasing Department prior to the posted “closing date and time”. Permits, Regulations and Building Codes The Contractor shall at his own expense, obtain all permits, certificates and licences required by law for the conduct of the work and shall comply with all Federal, Provincial and City Laws, Regulations, Building Codes and Ordinances affecting the execution of the work. Site Maintenance and Clean up The working area shall be maintained in an orderly manner and shall not be encumbered with equipment, materials or debris. Minimum Rate of Pay “Minimum rate of pay for work performed under this Contract or under Sub-contract shall be as classified in the current Agreement between the City of Nanaimo and Canadian Union of Public Employees, Local 401.” See appendix “Article 31” for complete information. The minimum rate of pay for all painters and labourers working on this contract is $23.99 per hour. Change Orders All change orders must be in writing and signed off by both parties prior to the commencement of such work. Litigation Clause The City may, in its absolute discretion, reject a Submission submitted by Company, if the Company, or any officer or director of the Company is or has been engaged either directly or indirectly through another corporation in legal action against the City, its elected or appointed officers and employees in relation to: (a) any other contract for works or services; or (b) any matter arising from the City’s exercise of its powers, duties, or functions under the Local

Government Act, Community Charter or another enactment within five years of the date of this Call for Submissions.

Taxes The Base Bid price shall include provincial sales tax payable on all applicable materials and equipment incorporated in the work. GST is not to be included in the Base Bid or subtotal price. GST shall be shown separately. Any changes in taxes shall be passed onto the City. Utilities & Washroom Facilities The City will supply any utilities (power, water, etc.) and access to existing washroom facilities within reason. Bids Overbudget If the lowest Bid does not fall within the project budget, the City reserves the right to enter into negotiations with the lowest qualified Bidder on any and all aspects of the Bid, in order to secure a reduction in the Bid Price. If such negotiations do not produce a price acceptable to the City, or if the difference between the lowest calculated tender and the project budget makes negotiations impracticable, all Bids may be rejected and all bidders so notified. Assignment The Contractor shall not assign any part of the Contract without first obtaining the written consent of the City, which consent may be withheld at the sole discretion of the City. Bankruptcy The City reserves the right to stop the work, or, terminate the contract if the contractor commits an act of bankruptcy, threatens to commit an act of bankruptcy.

RFT 1086 Issued October 26/2010

Prime Contractor General Information Form

APPENDIX “A”

This document does not replace the Workers Compensation Act or OH&S Regulations

Sections 118 of the Workers Compensation Act: “multiple employer workplace” means a workplace where workers of 2 or more employers are working at the same time. Note:

• Workers of one employer do not necessarily have to come in contact with workers of the other • They do not have to be in the same place at the same time • Workers’ activities could affect the health and safety of another employer’s workers. This is true

even if the workers at the workplace are workers of the owner or contractor. “prime contractor” means, in relation to a multiple-employer workplace,

(a) the directing contractor, employer or other person who enters into a written agreement with the owner of that workplace to be the prime contractor for the purposes of this Part, or

(b) if there is no agreement referred to in paragraph (a), the owner of the workplace. The prime contractor of a multiple employer workplace must

• Ensure that the activities of all employers, workers (including the owners), and other persons at the workplace relating to occupational health and safety are coordinated and

• Do everything that is reasonably practicable to establish and maintain a system or process that will ensure compliance with the WC Act and the Regulation in respect of the workplace

Each employer of workers at a multiple employer workplace must give to the prime contractor the name of the person the employer has designated to supervise the employer’s workers at that workplace. For the sake of clarity, the following apply in determining whether there is a “multiple-employer” workplace:

• Two or more adjacent workplaces do not constitute a “multiple-employer workplace”, even though the activities at one place might affect the health and safety of workers at an adjacent workplace.

• In contrast, the workplace will generally be a “multiple-employer” workplace in the following situations:

-Workers of different employers are present at the same time working on the different projects; or -Workers of different employers are present at the same time working on the same project.

RFT 1086 Issued October 26/2010

In either case the workplace would be considered a “multiple-employer” worksite.

Prime Contractor General Information Form

Page 2 of 3

• In determining whether “workers of 2 or more employers are working at the same time”, the phrase “at the same time” will be given such fair, large and liberal construction as may best attain the objectives of section 118. “At the same time” does not mean that, at any precise point in time, there are workers of 2 or more employers present in the workplace. Rather, it means that, over an appropriate interval, there are workers of 2 or more employers present in the workplace, whether or not the 2 or more groups of workers are actually present together in the workplace at any precise point in time at all. The duration of the interval of time to be considered will depend upon the circumstances of the individual workplace.

• Whether the workers of the one employer come into actual contact with the workers of the other employer does not generally affect the determination of whether the workplace is a “multiple-employer workplace”. An employer, the employer’s workers and their activities could well affect the health and safety of another employer’s workers who come into the workplace later in the day or on another day, even though there may be no actual contact between the two groups of workers. However, the degree to which the activities of the first employer and its workers affect the health and safety of the second employer’s workers will generally affect the determination of the responsibilities of the prime contractor and of the two employers under Part 3 and the regulations

• Virtually all workplaces will be visited by workers of other employers. For

example, workers may deliver or pick up mail, goods or materials or enter to inspect the premises. Short term visits of this type, even if regular, do not make the workplace a “multiple-employer workplace” for purposes of section 118(1).

The written agreement referred to in section 118(1) of the Act must be made available within a reasonable time if requested by a Board officer. There can be only one "prime contractor" at a workplace at any point in time. If an owner enters into more than one agreement purporting to create a "prime contractor" for the same period of time, the owner is considered to be the prime contractor.

RFT 1086 Issued October 26/2010

Prime Contractor General Information Form

Page 3 of 3 Section 119 of the Workers Compensation Act: Every owner of a workplace must

(a) provide and maintain the owner's land and premises that are being used

as a workplace in a manner that ensures the health and safety of persons at

or near the workplace,

(b) give to the employer or prime contractor at the workplace the information

known to the owner that is necessary to identify and eliminate or control

hazards to the health or safety of persons at the workplace, and

(c) comply with this Part, the regulations and any applicable orders. Prime Contractor Qualified Coordinator OH&S Regulations 20.3: If a work location has overlapping or adjoining work activities of 2 or more employers that create a hazard to workers, and the combined workforce at the workplace is more than 5,

(a) the owner, or if the owner engages another person to be the prime contractor, then that person must

(i) appoint a qualified coordinator for the purpose of ensuring the coordination of health and safety activities for the location, and

(ii) provide up-to-date information as specified in subsection (4), readily available on site, and

(b) each employer must give the coordinator appointed under paragraph (a)(i) the name of a qualified person designated to be responsible for that employer's site health and safety activities.

(3) The duties of the qualified coordinator appointed under paragraph (2)(a)(i) include

(a) informing employers and workers of the hazards created, and

(b) ensuring that the hazards are addressed throughout the duration of the work activities.

(4) The information required by subsection (2)(a)(ii) includes

(a) the name of the qualified coordinator appointed under subsection (2)(a)(i),

(b) a site drawing, which must be posted, showing project layout, first aid location, emergency transportation provisions, and the evacuation marshalling station, and

(c) a set of construction procedures designed to protect the health and safety of workers at the workplace, developed in accordance with the requirements of this Regulation.

RFT 1086 Issued October 26/2010

Prime Contractor

Preconstruction Meeting Form APPENDIX “B”

Date: Meeting Location: Firm Name: Contract #: Prime Contractor: Prime Contractor’s Superintendent: City’s Contract Representative: AGREEMENT The Prime Contractor:

Acknowledges appointment as Prime Contractor defined by WorkSafe BC OH&S Regulations Sections 20.2 and 20.3, and in the Workers’ Compensation Act, Sections 118 Clauses 1 and 2.

Understands the Owners duties as defined in the Workers’ Compensation Act, Section 119. Understands for any discrepancy establishing health and safety protocol, WorkSafe BC OH&S

Regulation and/or the Workers’ Compensation Act (Part 3) shall prevail. Acknowledges being informed of any known workplace hazards by the owner or owner’s

delegate, by signing attached “Existing Known Hazard Assessment” form. Shall communicate known hazards to any persons who may be affected and ensure

appropriate measures are taken to effectively control or eliminate the hazards. Shall ensure all workers are suitably trained and qualified to perform the duties for which they

have been assigned. Shall ensure or coordinate first aid equipment and services as required by WorkSafe BC OH&S

Regulation. Shall coordinate the occupational health and safety activities for the project. Assumes responsibility for the health and safety of all workers and for ensuring compliance by

all workers with the Workers Compensation Act (Part 3) and WorkSafe BC OH&S Regulation. Understands any WorkSafe BC violation by the Prime Contractor may be considered a breach

of contract resulting in possible termination or suspension of the contract and/or any other actions deemed appropriate at the discretion of the City.

Understands any penalties, sanctions or additional costs levied against the Prime Contractor will be the responsibility of the Prime Contractor.

Accepts the following required documents shall be maintained and made available upon request from the City and/or WorkSafe BC Prevention officer at the workplace.

RFT 1086 Issued October 26/2010

The documents required to be maintained and available by the Prime Contractor will include, but not be limited to: All notices which the Prime Contractor is required to provide to WorkSafe BC as per

WorkSafe BC OH&S Regulation. Any written summaries of remedial action taken to reduce occupational health and safety

hazards within the area of responsibility. All directives and inspection reports issued by WorkSafe BC. Records of any incidents and accidents occurring within the Prime Contractor’s area of

responsibility. Completed accident investigations for any incidents and accidents occurring within the

Prime Contractor’s area of responsibility.

On a construction workplace, these additional documents are required to be maintained and available by the Prime Contractor: • Records of all orientation and regular safety meetings held between contractors and their

workers, including topics discussed, worker names and companies in attendance. • Written evidence of regular inspections within the workplace. • Occupational first aid records. • Worker training records. • Current list of the name of a qualified person designated to be responsible for each

subcontractor (employer’s) site health and safety activities. • Diagram of the emergency route to the hospital.

The following information must be provided to the City Contract Representative:

WorkSafe BC Notice of Project WorkSafe BC Clearance Letter Prime Contractor’s OH&S Safety Program Prime Contractor’s OH&S Safety Program Document

First Aid Attendants:

Safety Supervisor:

Location of First Aid Station:

Signature of Prime Contractor:

RFT 1086 Issued October 26/2010

Signature of City Contract Representative:

EXISTING KNOWN HAZARD ASSESSMENT Discussion between the Prime Contractor and the City Contract Representative Date: Meeting Location: Prime Contractor: Prime Contractor Representative: • City Contract Representative to make the Prime Contractor aware of any known extraordinary

pre-existing hazards peculiar to the contract. • It is recognized the known pre-existing hazards identified may not be a comprehensive list and

due caution is always required. • Use additional pages if necessary.

Identified Extraordinary Hazards Action required to eliminate or control hazards and ensure worker safety

Comment:

Comment:

Comment:

Prime Contractor Representative (signature) City Contract Representative (signature)

RFT 1086 Issued October 26/2010

Prime Contractor Representative (printed) City Contract Representative (printed)

RECEIPT CONFIRMATION FORM

Request for Tender No. 1547

Various Nanaimo Fire Hall Painting Projects

Closing date and time: 3:00 PM, Pacific Standard Time, July 25, 2014

As receipt of this document, and to receive any further information about this Request for Tender please return this form to:

Attention: Silvia Reid, Buyer

City of Nanaimo 2020 Labieux Road, Nanaimo, BC, V2T 4M7

Fax: 250.756.5327 Email: [email protected]

COMPANY NAME: ________________________________________________

STREET ADDRESS: _______________________________________________

CITY/PROVINCE: _________________________________________________

POSTAL CODE: __________________________________________________

PHONE NUMBER: ________________________________________________

FAX NUMBER: ___________________________________________________

CONTACT PERSON: ______________________________________________

EMAIL ADDRESS: ________________________________________________

SIGNATURE: ___________________________________________________________

To be completed by Office: Assigned Inspector: _____________________________ File #: __________________________

PPAAIINNTT QQUUAALLIITTYY AASSSSUURRAANNCCEE ™™

REQUEST FOR AN ASSIGNMENT OF AN INSPECTOR PROJECT NAME: PROJECT ADDRESS: City, Province, Postal Code: PAINTING CONTRACTOR: ADDRESS: FAX: CONTACT: PH:

EMAIL: (please tick box for fax or email correspondence) SPECIFYING AUTHORITY: ADDRESS: FAX: CONTACT: PH:

EMAIL: (please tick box for fax or email correspondence)

GENERAL CONTRACTOR: ADDRESS: FAX: CONTACT: PH:

EMAIL: (please tick box for fax or email correspondence)

OWNER/REP.: ADDRESS: FAX: CONTACT: PH:

EMAIL: (please tick box for fax or email correspondence)

SPECIAL COMMENTS: _____________________________________________________________________ CONTRACT PRICE: ______________________NEW: _________________ REPAINT: _______________ APPROX. START DATE: ______________________APPROX. DATE OF COMPLETION: ___________________ Lower Mainland: The undersigned contractor or firm, agrees to pay M.P.D.A. Specification Services Inc. a fee of 5% of the painting contract price shown above (plus applicable taxes) for projects on Vancouver Island for the inspection services to be rendered by the inspection agency assigned. Out of town projects, 5% of painting related contract plus travel costs. Further, that the contract price will be adjusted to reflect the total contract price at date of substantial performance. Please note that an additional charge of $100.00 per hour may be billed to the painting contractor for extra/excessive final follow-up inspections. I have read and understand this agreement. I also understand that the MPDA Guarantee applies to MPDA Members only. SIGNED: . Signature of Painting Contractor or Firm

Please provide MASTERCARD or VISA where fees amount to $500.00 or less. Card No: Valid /Expiry Date: DATE: SIGNED: Signature of Authorized Card Holder

M.P.D.A . Specification Services Inc. 2800 Ingleton Avenue, Burnaby, BC V5C 6G7

FAX: 604-298-7571 Phone: 604-298-3875

Assigned Inspector: File #:

PAINT QUALITY ASSURANCE TM

MPDA Specification Services Inc. Phone: 604-298-7578 2800 Ingleton Avenue, Burnaby, BC V5C 6G7 FAX: 604-298-7571

Project: PAINTING CONTRACTOR: Contact: Phone: Address: Fax: Send correspondence by: Email:

MPI Approved Products Intended For Use For This Project

All products intended for use on this project must be listed below. Please also include the 09900 painting section of the specifications. System MPI # Manufacturer Product Name Code