REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION...
Transcript of REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION...
CITY OF COURTENAY
REQUEST FOR QUOTATION NO. Q19‐09
LINC YOUTH CENTRE HVAC UPGRADE PHASE 2
Closing Date: 2:00pm local time, Tuesday, October 8th, 2019
City of Courtenay 830 Cliffe Avenue
Courtenay, B.C. V9N 2J7 Attn: Purchasing Division
Request for Quotation Q19‐09 LINC Youth Centre HVAC Upgrade Phase 2 Page 2 of 8
SECTION I
TERMS OF REFERENCE
1. INTRODUCTION
1.1 The City of Courtenay invites quotations from qualified contractors to provide Phase 2 upgrades to the HVAC system at the LINC Youth Centre.
2. SCOPE OF WORK
2.1 Required Services
2.1.1 Removal and disposal of existing to include all heating equipment, mounting hardware and venting in the Indoor Skatepark area.
2.1.2 Termination of any existing utility services as per relevant BC Electrical Code specifications.
2.1.3 Repair of any building envelope penetrations resulting from removal of existing equipment and/or utility services as per BC Building Code specifications and utilizing accepted construction practices.
2.1.4 Supply and install of HVAC system as outlined in tender drawings including asbestos containment (report review at site meeting), electrical, gas, roofing and all associated permitting.
2.2 Drawing List
2.3 General Requirements
2.3.1 The Contractor shall remove all unused and/or discarded materials, tools, equipment, and debris. Used containers and materials shall be disposed of in an environmentally appropriate manner in accordance with all applicable local, provincial, and federal regulations.
2.3.2 Workhoursaretoaccommodatethefacilityoperationhours(7a.m.–3p.m.).
3. MANDATORY SITE VISIT
3.1 A mandatory site visit is scheduled for 8:30 a.m., Tuesday, October 1, 2019 at 300 Old Island Highway.
TITLE DRAWING NO. REVISION DATE REVISION NO.
LINC Skatepark HVAC Upgrade Plans
M-1 31-07-2019 B
LINC Skatepark HVAC Upgrade Specifications, Details and Notes
M-2 31-07-2019 B
Request for Quotation Q19‐09 LINC Youth Centre HVAC Upgrade Phase 2 Page 3 of 8
3.2 This meeting is mandatory and only quotations from proponents attending this meeting and signing
the Mandatory Site Meeting sign‐in form will be considered in the evaluation for the contract.
3.3 Please RVSP to [email protected] if you plan on attending.
4. BID SUBMISSION DELIVERABLES
4.1 The Proponent must submit a 2 page (maximum) summary of the methodology and key deliverables they will provide to meet the City’s requirements as outlined in this RFQ. The summary should address, as a minimum, the following points:
Qualifications and related experience;
Project delivery schedule including key dates and milestones, preference to schedule that minimizes shutdown of the skatepark area;
Three references from similar projects completed successfully in the past 3 years. Projects must include scope, cost and contact information of each project client;
List of subcontractors that will be utilized to execute the work.
4.2 The Proponent must submit the Bid Form of this RFQ with their quotation.
5. HEALTH & SAFETY
5.1 Contractor’s Safe Work Procedure
5.1.1 The Contractor must submit a copy of a Safe Work Procedure that is directly related to the work outlined in this RFQ, with their quotation.
5.2 Prime Contractor
5.2.1 The successful Contractor shall be designated the Prime Contractor in the immediate work area and will be required to sign and submit the attached Prime Contractor Designation
6. TERM AND RENEWAL
6.1 The term of the contract shall be for the completion of the project.
7. AGREEMENT
7.1 The successful Contractor will be required to enter into a formal agreement with the City, see attached standard agreement.
Request for Quotation Q19‐09 LINC Youth Centre HVAC Upgrade Phase 2 Page 4 of 8
SECTION II
INSTRUCTIONS TO PROPONENTS
1. An electronic submission of the quotation in .pdf format must be submitted to [email protected] no later than 2:00pm local time, Tuesday October 8th, 2019 (the RFQ Closing Date).
The email subject line shall read “Q19‐09 LINC Youth Centre HVAC Upgrade Phase 2”.
It is the sole responsibility of the Proponent to ensure that their quotation is received by the City within the proper time allocation. Late responses will be rejected by the City of Courtenay. All quotations must be signed by an authorized Proponent representative. Submission of a quotation indicates acceptance by the Proponent of the conditions contained in this RFQ, unless clearly and specifically noted in the quotation submitted.
2. Questions are to be submitted in writing within 2 business days of the RFQ Closing Date quoting the RFQ name, number and contact person below, and sent to email [email protected].
Bernd Guderjahn, SCMP Manager of Purchasing City of Courtenay [email protected]
Any verbal communications will be considered unofficial and non‐binding to the City. Proponents should rely only on written statements issued by the contact person listed above.
3. Not a Tender Call
This RFQ is not a tender call, and the submission of any response to this RFQ does not create a tender process. This RFQ is not an invitation for an offer to contract, and it is not an offer to contract made by the City. Quotations will not be opened in public.
4. No Obligation to Proceed
a) Though the City fully intends at this time to proceed through the RFQ process in order to select the goods or services, the City is under no obligation to proceed to the purchase, or any other stage. The receipt by the City of any information (including any submissions, ideas, plans, drawings, models or other materials communicated or exhibited by any intended Proponent, or on its behalf) shall not impose any obligations on the City. There is no guarantee by the City, its officers, employees or agents, that the process initiated by the issuance of this RFQ will continue, or that this RFQ process or any RFQ process will result in a contract with the City for the purchase of the product, service or project.
b) The City reserves the right to accept or reject all or part of the quotation, however the City is not precluded from negotiating with the successful Proponent to modify its quotation to best suit the needs of the City.
c) The City reserves the right to reject, at the City’s sole discretion, any or all quotations if the quotation is either incomplete, obscure, irregular or unrealistic.
d) Further, a quotation may be rejected on the basis of the Proponents past performance, financial capabilities, completion schedule and non‐compliance with Federal, Provincial and Municipal legislation.
e) The City reserves the right to accept or reject a quotation where only one quotation is received.
Request for Quotation Q19‐09 LINC Youth Centre HVAC Upgrade Phase 2 Page 5 of 8
5. Cost of Preparation
Any cost incurred by the Proponent in the preparation of the quotation will be solely at the expense of the Proponent.
6. Confidentiality and Freedom of Information and Protection of Privacy Act
The quotation should clearly identify any information that is considered to be confidential or proprietary information (the “Confidential Information”). However, the City is subject to the Freedom of Information and Protection of Privacy Act. As a result, while the Act offers some protection for third party business interests, the City can’t guarantee that any Confidential Information provided to the City can be held in confidence if a request for access is made under the Freedom of Information and Protection of Privacy Act.
7. Irrevocability of Quotations
By submission of a written request, the Proponent may amend or withdraw its quotation prior to the closing date and time. Upon closing time, all quotations become irrevocable and are valid for a minimum of 90 days. By submission of a quotation the Proponent agrees should the quotation be successful, the Proponent will enter into a contract with the City. Prices will be firm for the entire contract period, unless otherwise agreed to by both parties.
8. Alternate Quotations
If an alternate solution is offered, the information shall be submitted in the format requested as a separate quotation.
9. Pricing
Prices are to be quoted in Canadian funds with the Goods and Services Tax (GST) shown as a separate line item, if requested. Prices must be quoted inclusive of all shipping, duty and other applicable costs F.O.B. the location indicated in the RFQ.
10. Sub‐Contracting
Under no circumstances may the provision of goods or services, or any part thereof be sub‐contracted, transferred, or assigned to another company, person, or other without the prior written approval of the City.
11. Limitation of Damages
The Proponent, by submitting a quotation, waives any claim for loss of profits if no contract is made with the Proponent. By submitting a quotation the Proponent agrees to all terms and conditions of this RFQ. Proponents who have obtained the RFQ electronically must not alter any portion of the document, with the exception of adding the information requested. To do so will invalidate the quotation. The Proponent is responsible to ensure that they have obtained and considered all information necessary to understand the requirements of the RFQ and to prepare and submit their quotation.
12. Cancellation of RFQ
The City reserves the right to cancel this RFQ at any time. 13. Accuracy of Information
The City makes no representation or warranty, either express or implied, with respect to the accuracy or completeness of any information contained or referred to in this RFQ.
Request for Quotation Q19‐09 LINC Youth Centre HVAC Upgrade Phase 2 Page 6 of 8
14. Cancellation of Contract
The City reserves the right to terminate the Contract, at its sole and absolute discretion, on giving 30 days written notice to the successful Proponent of such termination and the successful Proponent will have not rights or claims against the City with respect to such termination. Cancellation would not, in any manner whatsoever, limit the City’s right to bring action against the successful Proponent for damages for breach of contract.
15. Default
a) The City may, by notice of default to the Contractor, terminate the whole or any part of this Contract if the Contractor fails to make delivery of the Services within the time specified, or to perform any other provisions of this Contract.
b) In the event the City terminates this Contract in whole or in part as provided in clause 15(a), the City may procure goods or services similar to those so terminated, and the Contractor shall be liable to the City for any excess costs for such similar goods or services.
c) The Contractor shall not be liable for any excess costs under clause 15(a) or 15(b) if failure to perform the Contract arises by reason of Force Majeure or acts of the City.
16. Misrepresentation or Solicitation
If any director, officer or employee or agent of a Proponent makes any representation or solicitation to any Councillor, officer, employee or agent of the City of Courtenay with respect to the RFQ, whether before or after the submission of the quotation, the City shall be entitled to reject or not accept the quotation.
17. Business License and Permits
The successful Proponent shall be responsible for acquiring and payment for all required licenses, permits and approvals from authorities having jurisdiction, for the performance of the work.
The successful Proponent shall be responsible to acquire and maintain a valid City of Courtenay Business License for the term of the Contract.
18. Payment Terms
The successful Proponent shall invoice the City in an acceptable format and will be paid as per the City’s standard payment terms, net 30 days from date of invoice. The City of Courtenay shall not pre‐pay for any goods, or services for any period, unless agreed to in writing by the City.
19. Applicable Laws and Agreements
The laws of the Province of B.C. shall govern this request for quotation and any subsequent Contract resulting from the quotation.
20. Insurance
As a minimum, the successful Proponent shall procure and maintain through the term of the contract, at its own expense and cost, the following insurance policies:
a) Commercial General Liability Insurance in an inclusive amount of not less than $2,000,000 for each occurrence or accident. Minimum coverage must include Personal Injury, Contractual Liability, Non‐Owned Automobile Liability, Products/Completed Operations, Contingent Employers Liability, Cross Liability and Severability of Interest, and a 30 day written notice of insurance cancellation clause.
Request for Quotation Q19‐09 LINC Youth Centre HVAC Upgrade Phase 2 Page 7 of 8
b) Proof of WorkSafe BC registration, including proof of up to date assessment payments in the form of a
WorkSafe BC Certificate of Compliance letter. 21. Evaluation Process and Criteria
a) An evaluation committee made up of City staff will be reviewing quotation submissions. The City reserves the right to accept any or none of the quotations submitted and will evaluate quotations based on best value and not necessarily the lowest cost.
b) Notwithstanding any custom or trade practice to the contrary, the City reserves the right to, at its sole discretion and according to its own judgement of its best interest to waive any technical or formal defect in a quotation and accept that quotation.
c) The City reserves the right to award the contract to other than the lowest cost Proponent.
d) The City reserves the right to award to a single service provider, or multiple service providers.
e) Award of any contract resulting from this RFQ may be subject to City of Courtenay Council approval, and budget considerations.
f) The City reserves the right to accept any or none of the quotations submitted and will evaluate quotation submissions based on “best value” using the following criteria:
Evaluation Criteria Wt.
Score Per Evaluation Criteria Weighted Total Poor (.3) Marg (.5) Fair (.7) Good (.9) Exc. (1.0)
Financial Cost to the City – Life Cycle
30
Qualifications & Related Experience – Similar Work
20
Project Delivery Schedule – Best Schedule Meeting City Window of Construction
30
References – Contact name and email
10
Environmental Impact Reduction (Recycling of used products, power use reduction, etc.) and Social Enterprise Impact (providing opportunities to individuals with barriers, provide apprenticeships, etc.)
10
Total 100
Request for Quotation Q19‐09 LINC Youth Centre HVAC Upgrade Phase 2 Page 8 of 8
BID FORM 1. The Proponent offers to supply to the City of Courtenay the goods and services for the prices not including
GST as follows:
2. LINC Youth Centre HVAC Upgrade Phase 2 $_____________ Lump Sum
3. Safe Work Procedure Included Yes or No
4. References Included Yes or No
The above prices include and cover all duties, handling and transportation charges, and all other charges incidental to and forming part of this quotation.
Acknowledgement is hereby made of receipt and inclusion of the following addenda to the documents: Addendum(s) No. _________ Dated: _____________________ No. Of Pages:_____________ Legal Name: ________________________________________________________________________________ Address: ________________________________________________________________________________ Phone: _____________________ Fax: ______________________ Email: _________________________ I/We the undersigned duly authorized representatives of the Proponent, having received and carefully reviewed the RFQ including without limitation the Terms of Reference and Instructions to Proponents, submit this quotation in response to the RFQ. This quotation is offered by the Proponent this __________ day of ___________, 20____. ______________________________________ ______________________________________ Signature of Authorized Signatory Print Name and Position of Signatory
Remove Duct and Wall Caps.
Make Good Both Sides.
Remove Gas Line and Valves.
Strip Back Existing 3/4"Ø
Gas Line to Wall and Cap Off.
Remove Radiant Heater
and All Supports
3/4 N
G
YOUTH CENTRE
SKATEPARK
SKATEPARK BOWL
12"Ø 12"Ø
18"x16" SA
20"x14"RA
Typ.
RTU-4
VD
VD
VD
VD
Post and Beam
Ref. Only
CO2
RTU-4
1/2 N
G
Provide All New Natural Gas
Piping, Pressure Regulators,
Isolation Valves, Couplings
and E-Z Sleeper/Quick Block
Supports on Roof. (Typ.)
14" Tall Roof
Insulated Curb (Typ.)
3/4 NG
1/2 N
G
1/2 NG
New Gas Line
On Roof
12"Ø
3/4 N
G
W/C
YOUTH CENTRE
SKATEPARK
SKATEPARK BOWL
Retain Structural Engineer
To Confirm All Equipment
Loads Can Be Supported By
Existing Roof Structure
C 1
20x14
1600
T
RTU-3
T
RTU-4
Locate All Ductwork To
Maximize Overhead Clearance
for Riders. Stay Clear of Low
Clearance Hazard Areas.
Low Clearance
Hazard Area
Low Clearance
Hazard Area
M-1
A
N.Gas Up to Roof
K 4
18x6
400
12"Ø 12"Ø
18"x16" SA
20"x14"RA
Typ.
RTU-3
CO2
RTU-3
C 1
20x14
1600
K 4
18x6
400
VD VDVD VD
1/2 NG
RTU-4
3
4
"Ø N.Gas
Up to Roof
Post & Beam (Ref.)
Modify Structure as Per
Structural Engineer's Instructions.
Shown for Reference Only. Confirm
All Existing Site Conditions.
1/2 NG
SKATEPARK SKATEPARK BOWL
Locate All Ductwork To
Maximize Overhead Clearance
for Riders. Stay Clear of Low
Clearance Hazard Areas.
RTU-3
PRO
JECT
CHECKED
DRAWN
DATE
REVISION
SHEET NO.
SH
EET TITLE
REVISIO
NS
DATE
NO
FAX: (250)751-1056
PH: (250)758-8139
NANAIMO BC V9T 1K1
181 PRINCE JOHN WAY
MECHANICAL HVAC CONSULTANTS
APPROVED
PAGE
PROJECT NO.
DWG SCALE
Linc Centre Skatepark
300 O
ld Island H
wy
Courtenay, BC
HVAC U
pgrade
Plans
M-1
B
June 7, 2019
HLC
JL
SF
1 of 2
1/4"=1'-0"
A06/18/19
Issued for Review
B31/07/19
Issued For Tender
M-1
1
1/4"=1'-0"
Demo Plan - Skatepark Radiant Heater Removal
M-1
2
1/4"=1'-0"
HVAC Plan - Skatepark RTU Installation
ISSUED FOR
TENDER
July 31, 2019
M-1
A
1/4"=1'-0"
Section - Skatepark RTU Installation
Supply 1'-2"
Factory Curb
Supply 2" Rigid Insulation
& 1"x4" Nailing Strip
Metal Cap Flashing & Roof
Membrane by Roofing Contractor
Roof Assembly & Insulation for Ref Only.
Cant Strip by Roofing
Contractor
RTU Unit Ref Only
Bolt unit to Curb as per Seismic
Engineer's Instructions
Mechanically Fasten Curb
to Roof As per curb
Manufacturer's and
Seismic Engineer's
Instructions
M-2
B
NTS
Roof Curb Installation Layout
Curb manufacturer
supplied curb gasket.
HVAC NOTES
1. All ductwork shall be fabricated for G90 coated galvanized steel lock forming
grade to ASTM A525 & A527. All duct construction and installation shall be to
current SMACNA standards. In addition, all ductwork shall be constructed and
installed to meet the seismic requirements of part 4 of the National Building
Code, and the SMACNA Seismic Restraint Guide. All round ductwork larger
and 8"Ø shall be spiral lock seam pipe to SMACNA standards. Seal all
ductwork.
2. Flexible ductwork shall be non-corrosive spiral wound reinforcing with flexible
vinyl coated Fiberglas cloth membrane, rated for max 10"w.g. positive
pressure and 1"w.g. negative pressure. UL or ULC labelled. Use stainless steel
or plastic banded connections. Maximum 3ft Flexible ductwork per duct
branch.
3. Any existing equipment, grilles, diffusers, flex duct, controls etc. that are
removed from service in the alteration, and which are no longer required in
the new installation, shall be turned over the building owners' representative
on site.
4. All air systems shall be balanced to air quantities shown. All outlet pattern
controllers shall be adjusted to obtain proper air distribution. Submit balance
reports complete with diffuser locations for approval. Balancing to be carried
out by a certified, independent balancing agency, following ASHRAE TAB
procedures.
5. Where existing ductwork is removed, maintain fire rating of any penetration in
fire rated walls.
6. Provide fire dampers where required. Supply and install access panels in the
ductwork adjacent to the dampers. Fire dampers shall be 1.5 Hr rated and UL
fire rated.
7. Provide neoprene flexible connections to all ducted mechanical equipment.
8. Line the first 8ft of supply and return plenums with 1" acoustic lining.
9. Constructed plenums and hoods to be fabricated from minimum 22ga.
galvanized steel and reinforced for rigidity.
10. Thermally wrap all ductwork and vents in unheated spaces with min. 1"
insulation. (example: Attic or crawl spaces)
11. The electrical information provided here is for coordination purposes only.
Mechanical, Electrical and Controls contractors are to coordinate and review
each other's drawings, specifications and addenda before submitting tender.
Contractors are to coordinate and review HVAC equipment shop drawings
before ordering equipment or starting the work. Co-ordinate to provide
electrical connections and controls as required for a complete and operational
system. No Extra costs for replacing or repairing uncoordinated electrical or
controls work will be allowed.
GAS PIPING NOTES:
GENERAL
1. Provide complete, fully tested and operation gas piping system to meet the
requirements described herein and in complete accordance with all applicable
codes and ordinances.
2. The drawing indicates the general location and route to be followed by the
piping. Exact routing to be confirmed on site and to be coordinated with all
new and existing equipment, structure and piping.
3. The contractor shall be responsible for and keep one set of white prints,
including revision drawings, in job site office. Set of white prints shall be
maintained in constant up-to-date condition (as-built conditions marked in red
pencil).
4. Give all necessary notices; obtain all necessary permits and pay all fees in
order that the work herein specified may be carried out. furnish and
certificates necessary as evidence that the work installed conforms with the
laws and regulations of all authorities having jurisdiction.
5. Demonstrate to and instruct the representative designated by the owner on
the complete systems operating and maintenance procedures.
6. Provide seismic restraints for all equipment and piping greater that 1"Ø
installed by this division in accordance with all current applicable building
codes.
7. Visit site prior to submitting bid to verify service pressure, system capacity,
and all existing site conditions (inverts, existing service locations, etc.). No
allowance shall be made for failure to include all necessary work.
8. All gas piping shall be painted yellow - C.G.S.B.505-101.
SUPPORTS AND ANCHORS
1. Provide hangers and supports to secure equipment and piping in place, prevent
vibration, protect against earthquake, maintain grade and provide for
expansion and contraction. Use "E-Z Sleeper/Quick Block" supports on rooftop
gas lines.
PIPING MATERIALS
1. Provide materials, equipment and labour to install gas piping as required by
provincial and local codes and as specified herein.
2. Gas piping shall be steel schedule 40 black, welded for 2
1
2
"Ø and larger and
with threaded malleable iron fittings, 150psi banded air-tested for 2"Ø and
under. Pressure tests to be witnessed by engineer or official representative.
3. All piping to be grounded in accordance with the authority having jurisdiction.
VALVES
1. Use plug cocks or gas ball valves for gas service.
2. Plug cocks: Iron body, Brass plugs and washers, air tested, solder or screwed
ends or iron body and plug, pressure lubricated, flanged ends.
PENETRATIONS
1. Where piping pierces waterproofing, including waterproof concrete, the method
of installation shall be approved by the engineer before the work is done.
Furnish and install all necessary sleeves, caulking and flashing required to
make openings absolutely waterproof.
GAS PIPE SIZING
1. Pipe sizing based on a total load of 320,000 Btuh, a maximum total equivalent
pipe length of 250Ft and a pressure of 2psig.
GENERAL MECHANICAL NOTES:
1. It is the intention of the specifications and drawings to call for finished work
tested and ready for operation. Unless otherwise noted or specified, provide
all equipment and/or materials as shown on drawings and defined in the
specifications. Any apparatus, appliances, materials, or work not shown on
the specifications, or vice versa, or any incidental accessories necessary to
make the work complete and perfect in all respects and ready for operation,
even if not particularly specified, shall be furnished, delivered and installed
under this division without additional expense to the owner.
2. Drawings are of schematic nature only. Contractor shall make due allowance
in bid for relocation and/or rerouting of piping/ductwork where conflicts may
occur.
3. Verify the location of all existing equipment, ductwork, piping, controls etc.,
by site inspection before preparing bid. No consideration or allowance will be
given for failure to determine existing as-built conditions.
4. All new equipment and materials shall match existing equipment and
materials and manufacturer and type unless specifically noted otherwise.
5. All work performed and materials supplied shall be in accordance with the
original contract specifications.
6. Where pipes, ducts, cables etc., partially penetrate or pass through fire rated
wall or floors, or smoke separation walls of floors, seal all voids between pipe
or duct and wall with a U.L.C. approved caulking to the hourly rating required
by the B.C. Building Code (Latest Edition) and local codes. Fire stopping shall
be installed by a firm regularly engaged in this work. Submit a report
confirming this work has been completed at the end of the project.
7. Shutdown of all existing systems shall be coordinated with the owner, and all
authorities having jurisdiction of the time and duration of shutdown.
8. Confirm with and obtain permission from base building owner prior to cutting
and/or coring of existing structure. Contract structural engineer to provide
review and schedules for all wall or roof penetrations, and new equipment
installation. Structural Engineer to provide details for installation and/or
additional structural support if required. Contractor to make good all exposed
surfaces at completion of mechanical work.
9. All new and relocated equipment including, but not limited to ductwork,
diffusers, grills, VAV boxes, fans and piping, shall be executed in accordance
with the SMACNA "Seismic Restraint Manual Guidelines For Mechanical
Systems", and all applicable codes. All seismic restraint devices shall be equal
to Mason Industries, as supplied by Vibra-Sonic Control. Certified shop
drawings are required for all materials supplied. Contract seismic engineer to
provide a sign-off of all equipment and/or seismic devices installed.
10. CODES & STANDARDS - All work shall comply with National and Local Building
Codes. Sheet metal work shall comply with ASHRAE and SMACNA standards.
11. GUARANTEE - The completed installation shall be guaranteed for a period of 1
year from the date of substantial completion.
12. SUBMISSIONS - Submit to the consultant the following documents: Operation
and Maintenance manuals including Balance Reports and As-built drawings (3
sets). Equipment submittals/shop drawings. Submit AutoCAD files of the
As-Built drawings. All documents & files must be approved by consultant prior
to completion.
13. PERMITS - All applicable permits and associated fees are to be included in the
contract.
14. ROOFING - All roof penetrations by RCABC approved contractor.
HVAC LEGEND
New Ductwork or Equipment
Acoustically Lined Ductwork
Insulated Ductwork (min 1")
Existing Trunk line Ductwork or
Ductwork to Remain in Service
Ductwork or Equipment to
Remove
Return/Exhaust Air Flow
Direction
Supply/Fresh Air Flow Direction
Ball Valve
(Red&White/Toyo 5049 or equal)
Pressure Regulating Valve
Natural Gas Lines (NG)
NOTE: BOLD line Indicates New
THIN line Indicates Existing
HVAC EQUIPMENT SCHEDULE
Equip. #
Area Serviced
Equipment Description
Model
Configuration
Natural Gas
Heating
Input
(MBH)
Natural Gas
Connection
NG Pressure
Min / Max
(Psi)
DX
Cooling
(MBH)
Airflow
Nominal
(CFM)
S.P.
"W.G.
Refrigerant
Charge
(Lbs)
Max
Operating
Weight
(Lbs)
Voltage
MCA MOCP
RTU-3
&
RTU-4
Skatepark
&
Skatepark Bowl
Packaged Rooftop Gas/Elec: 4Ton
Trane:4YCC048A1070A Down Flow 70
1
2
"4.5 / 14.0
46.50 1600 0.20 7.5 453208-230/1/60
32.0 50
Equipment Notes:
Supply Each Unit Complete With:
- 14" Tall, Seismic Rated, Acoustically Lined And Insulated Roof Curbs
- Economizer D-Bulb 0-100% /W Barometric Relief
- Thermostat: 3H/2C Touchscreen, 7 Day Programmable
- Demand Control Ventilation CO2 Sensor (0-10V Output)
- 2" Filter Frame Spare Set Of Filters
- Provide 120V Service Plug At Each Unit
- Electrical Contractor To Provide And Install Power Point Connections And Disconnects.
CONTROLS - SEQUENCE OF OPERATIONS:
1. Sequence of Operation RTU-3 & RTU-4:
a) Remove existing radiant heater thermostat and provide new
programmable thermostats at the locations indicated on plan.
b) These units are designed to operate independently to satisfy the
heating, cooling and ventilation requirements of the zones they
serve.
c) On a call for heating, the fan will start and natural gas fired burner
will provide heating. On a call for cooling the fan will start and if the
outdoor temperature is within the economizer setpoint (approx.
15°C) the economizer will modulate to maintain setpoint. If the
temperature in the space continues to rise the compressor will start
to provide cooling, and the economizer will modulate to min. position
1.2 Occupied:
a) Maintain user set operating set points. Modulate the heating,
cooling and economizer to maintain the desired setpoint. Supply fan
is to run continuously.
b) If the unit fails to maintain the set point, and falls below 15 °C shut
the supply fan down and close economizer
c) The amount of outdoor air will be maintained by the requirement
for ventilation. (DCV - Demand Control Ventilation) The Outdoor air
damper is to be controlled by a CO2 sensor. As the CO2 rises above
450ppm, the outdoor air damper modulates from 10 to 40% open.
When the CO2 sensor is satisfied, the damper will return to DCV-
minimum position
· Adjust "DCV-maximum position" to 40% outdoor air.
· Adjust the "DCV-minimum position" to 10%
· Set "DCV minimum CO2 setpoint to 450ppm
· Set max Building CO2 setpoint to 700ppm (or minimum on range)
1.3 Un-Occupied:
a) Maintain user setback operating set points. Modulate the heating,
cooling and economizer to maintain the desired setpoint. Supply fan
is to run only to maintain setback temperature.
b) If the unit fails to maintain the set point, and falls below 15 °C shut
the supply fan down and close economizer.
ISSUED FOR
TENDER
July 31, 2019
DIFFUSER SCHEDULE
C
Return Grille "Egg-crate": Titus F50-8-26
K
Supply Diffuser: Price Model SDGE-VCS3-CA
TYPE
VOLUME
(cfm)
QUANTITY
SIZE
PRO
JECT
CHECKED
DRAWN
DATE
REVISION
SHEET NO.
SH
EET TITLE
REVISIO
NS
DATE
NO
FAX: (250)751-1056
PH: (250)758-8139
NANAIMO BC V9T 1K1
181 PRINCE JOHN WAY
MECHANICAL HVAC CONSULTANTS
APPROVED
PAGE
PROJECT NO.
DWG SCALE
Linc Centre Skatepark
300 O
ld Island H
wy
Courtenay, BC
HVAC U
pgrade
Specifications,
Details and N
otes
M-2
B
June 7, 2019
HLC
JL
SF
2 of 2
1/4"=1'-0"
A06/18/19
Issued for Review
B31/07/19
Issued For Tender
EXISTING EQUIPMENT - REFERENCE ONLY
Equip. #
Area Serviced
Equipment Description
Model
Configuration
Natural Gas
Heating
Input
(MBH)
Natural Gas
Connection
NG Pressure
Min / Max
(Psi)
DX
Cooling
(MBH)
Airflow
Nominal
(CFM)
S.P.
"W.G.
Refrigerant
Charge
(Lbs)
Max
Operating
Weight
(Lbs)
Voltage
MCA MOCP
RTU-1
&
RTU-2
Linc Centre
Packaged Rooftop Gas/Elec: 4Ton
Trane:4YCC048A1090A Down Flow 90
1
2
"
4.5 / 14.0
46.50 1600 0.20 7.5 453
208-230/1/60
32.0 50
1
2
Existing HVAC shown as reference only and are
to be confirmed as needed on site, and do not
make up part of this job.
3
Base Building Architectural plan is for reference
only and to be confirmed as needed on site.
Some existing HVAC details have been omitted
for clarity.
4
Confirm availability of electrical power for
new connected loads.
5
Contractor is to Retain a Structural
Engineer to Confirm Roof Structure Can
Support Equipment Loads, and Provide
Details for Any Required Structural
Modifications.
AGREEMENT
THIS AGREEMENT made the Day day of Month, 2019. BETWEEN
THE CORPORATION OF THE CITY OF COURTENAY 830 Cliffe Avenue Courtenay, B.C. V9N 2J7
(hereinafter the “City”) OF THE FIRST PART AND CONTRACTOR (hereinafter the “Contractor”)
OF THE SECOND PART
WHEREAS:
The City wishes to hire the Contractor for the Work as described herein, and desires to engage the Contractor to perform said Work.
The Contractor has agreed to perform the said Work in accordance with the terms and conditions of this Agreement.
NOW THEREFORE THIS AGREEMENT WITNESSES THAT in consideration of the terms, covenants and conditions herein contained, the parties hereto, hereby covenant and agree as follows:
City of Courtenay Title of Agreement Page 2 of 7
2
1. SCOPE OF WORK 1.1 The Contractor shall provide and be fully responsible for the following services,
description of work, (hereinafter called the “Work”):
1.2 The Contractor must provide and is responsible for the Work outlined in their proposal dated date, (attached hereto as Schedule A) submitted to the City by the Contractor in response to the City’s bid opportunity number/description and addendums, forming an integral part of this Agreement.
1.3 The City will issue a purchase order XXXXX for this Work and the PO number must be clearly stated on all invoices and related documentation.
1.4 The Contractor shall perform the Work:
a) with the degree of care, skill and diligence normally applied in the performance of Work of a similar nature;
b) in accordance with current professional practices; c) in conformance with the latest industry standards and regulations applicable at the
time of the Work to be undertaken.
1.5 The Contractor must furnish all personnel required to perform the Work and personnel must be competent and qualified to perform the Work.
1.6 Where specific personnel have been proposed by the Contractor for the performance of the Work, and have been accepted by the City, the personnel may not be replaced without the prior written consent of the City.
1.7 The Contractor must commence the Work in a timely manner and carry out the Work in accordance with the completion dates set out in the work plan and stated on the Bid Form.
1.8 The contract price or schedule of rates included in Schedule A shall be the entire compensation owing to the Contractor for the Work and this compensation shall cover all profit and all costs of supervision, labour, material, equipment, overhead, financing, warranty work, and all other costs and expenses whatsoever incurred in completing the Work.
2. PROJECT SCHEDULE/TERM OF CONTRACT 2.1 The Work shall be completed on or before the date agreed to by the Contractor and the
City, subject to inspection and approval by the City’s project representative. 3. PAYMENT 3.1 In consideration of the Work performed by the Contractor to the satisfaction of the City,
the City shall pay to the Contractor the unit prices as prescribed in Schedule A attached hereto and forming an integral part of this Agreement.
3.2 The Contractor shall submit invoices to the City representative or delegate on a pre‐determined schedule. If the City approves the amount of an invoice, the City will pay the invoice net 30 days of receipt and approval of the invoice. No prepayment of goods or services shall occur unless agreed to in writing by the City.
City of Courtenay Title of Agreement Page 3 of 7
3
3.3 The Contractor shall keep proper accounts and records of all costs and expenditures forming the basis of the billing to the City, including but not limited to hours worked, details of disbursements and percentage amounts of work completed. The City shall be entitled to verify the accuracy and validity of all billings and payments made by auditing and taking extracts from the books and records of the Contractor and by such other means as shall be reasonably necessary or advisable.
4. CHANGES TO SCOPE OF WORK 4.1 The City may at any time vary the scope of work to be provided by the Contractor as
part of the Work. In that case and where this Agreement contains a limit or limits in sub‐clause 1.8 as to the maximum fees and disbursements to be paid to the Contractor for all or any part of the Work, such limit or limits shall be adjusted as agreed to by both parties in writing and failing agreement, as reasonably determined by the City. Should the Contractor consider that any request or instruction from the City constitutes a change in the scope of the Work, the Contractor shall so advise the City within ten (10) days in writing. Without said written advice within the time period specified, the City shall not be obligated to make any payments of additional fees to the Contractor.
5. UNDERTAKING, RELEASE AND INDEMNIFICATION 5.1 The Contractor hereby indemnifies and releases the City, its officers, employees and
agents from all costs, losses, damages and disbursements including those caused by personal injury, death, property damage, loss and economic loss arising out of, suffered or experienced by the Contractor, its officers, servants and agents, and sub‐contractors in connection with their performance of the Work under this Agreement except where such loss arises solely out of negligence on the part of the City, its officers, servants and agents.
5.2 This release and covenant of indemnification above set forth shall survive termination of the term of this Agreement.
6. INSURANCE 6.1 The Contractor agrees to obtain at its own expense and submit to the City prior to
commencing the Work under this Agreement:
a) Comprehensive General Liability Insurance (CGL) policy with coverage of not less than $2,000,000 per claim and aggregate per year (hereinafter the CGL policy). The CGL policy shall include liability for Bodily Injury, Property Damage, and Non‐Owned Vehicles, including Broad Form products and completed operations, shall name the City as an additional named insured and contain a Cross Liability clause. The CGL policy shall remain in full force and effect at all times during the term of this Agreement;
b) Motor Vehicle Insurance, including bodily injury and property damage in an amount not less than $2,000,000 per occurrence covering all owned, non‐owned, leased, rented or temporary vehicles;
c) The Contractor is responsible for any deductible amounts under the policies. The cost
City of Courtenay Title of Agreement Page 4 of 7
4
of all insurance required by this Agreement shall be included in the Contractor’s fees.
d) The insurance policies shall be on terms satisfactory to the City. Insurance policies must be signed by an authorized representative of the insurance brokerage firm. Proof of the insurance policies, to the satisfaction of the City, and shall be delivered to the City prior to commencement of the Work. Such proof shall confirm that coverage is in effect, identify the City as an additional insured under the CGL policy, describe the type and amount of insurance, list major exclusions and agree to provide the City 30 days’ prior written notice of cancellation of any insurance policy.
6.2 If the Contractor hires a sub‐contractor to perform any work related to the Work, the Contractor shall in turn, ensure such sub‐contractor to obtain insurance on the same terms as outlined in 6.1 above. Such insurance shall name the City as an additional insured and shall include coverage for all operations required for the sub‐contractor’s work under this Agreement. Sub‐contractor documentation requirements in 6.1, 7.2 and 8.2 must be made available the City’s project designate if requested, by the Contractor.
6.3 The foregoing insurance requirements shall not in any way reduce the Contractor’s obligations to release and indemnify the City as outlined in Section 5 “Undertaking Release and Indemnification”.
7. LICENSES AND PERMITS 7.1 The Contractor and sub‐contractors shall acquire and maintain a City of Courtenay
Business License or a Central Vancouver Island Inter‐Community Business License or a Courtenay/Comox Inter‐Municipal Business License prior to the commencement of the Work and shall maintain it in good standing for the term of this Agreement.
7.2 The Contractor and sub‐contractors must comply with all applicable federal, provincial and municipal legislation, regulations and bylaws.
8. HEALTH & SAFETY 8.1 During the term of this Agreement the Contractor shall ensure that all work performed
is in compliance with all applicable health & safety regulations and guidelines, including without limitation the Workers Compensation Act and Regulation of B.C with a copy of the Contractors Health & Safety plan and/or Safe Work procedure provided to the City prior to commencement of the work.
8.2 The Contractor shall be responsible for WorkSafe BC assessments relating to its work under this Agreement and the work of its sub‐contractors. It shall remain in good standing with WorkSafe BC for the term of the Agreement, with a Clearance Letter provided to the City prior to commencement of the Work
8.3 If the Contractor fails to comply with clause 8.1 and 8.2 of this Agreement the City may terminate this Agreement for cause.
8.4 The Contractor may be designated the Prime Contractor by the City for the immediate and/or designated work area. The Contractor shall complete, authorize and forward a Prime Contractor Designation form to the City prior to the commencement of the Work.
9. FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT
City of Courtenay Title of Agreement Page 5 of 7
5
9.1 The City is subject to the Province of British Columbia’s “Freedom of Information and
Protection of Privacy Act”. All documents will be received and held, to the extent reasonable, in confidence by the City and the information will not be disclosed except to the degree necessary for carrying out the City’s purposes or as required by law.
10. CITY INSPECTIONS 10.1 No reviews, approvals or inspections carried out or information supplied by the City
derogate from the duties and obligations of the Contractor, with respect to the Work and all responsibility for the Work is the Contractor’s.
11. TERMINATION
11.1 If at any time for the reasons herein stated, the City wishes to terminate this Agreement
it may do so by giving written notice delivered to the Contractor with no liability, cost or expense to the City, in instances of substandard workmanship, non‐conformance with the project schedule, non‐compliance with any regulation, legislation or bylaw, inadequate machinery, or unsafe work habits on the part of the Contractor. Upon receipt of written notice of termination, the Contractor must cease work, other than that authorized to close out the works in progress to a safe condition.
11.2 If termination is not for cause, the Contractor shall be paid at the rate prescribed for all Work properly performed to the date of delivery of the notice of termination according to the terms of this Agreement, plus necessary and reasonable windup costs incurred, if any, in closing out the Work or the part terminated.
12. NON‐DISCLOSURE 12.1 The Contractor acknowledges that in performing the Work required under this
Agreement, it will acquire information about certain matters which is confidential to the City, and the information is the exclusive property of the City.
12.2 The Contractor undertakes to treat as confidential all information received by reason of its position as Contractor and agrees not to disclose it to any third party either during performance of the Work or after the Work have been rendered under this Agreement.
13. WARRANTIES
13.1 The Contractor shall supply a minimum warranty for the work which shall survive the
date of completion of the Work as agreed to by the Contractor and the City.
13.2 The minimum warranty for labour shall be one (1) year and the materials warranty shall be as per the manufacturer’s warranty.
14. RESOLUTION OF DISPUTES
14.1 This Agreement shall be governed be interpreted and construed according to the laws of
British Columbia.
City of Courtenay Title of Agreement Page 6 of 7
6
14.2 The duties and obligations imposed by this Agreement and the rights and remedies available under this Agreement shall be in addition to and not in substitution for any duties, obligations, rights and remedies otherwise imposed by or available at law or equity.
15. CONFLICT OF INTEREST 15.1 The Contractor declares and confirms that it has no pecuniary or other interest in the
business of any third party that would cause a conflict of interest or be seen to cause a conflict of interest in performing the Work.
15.2 If any such conflict of interest occurs during the term of this Agreement, then the Contractor shall immediately declare it in writing to the City and, at the direction of the City, the Contractor shall promptly and diligently take steps to the satisfaction of the City to resolve the conflict.
16. COMPLIANCE WITH LAWS AND RESOLUTION OF DISPUTES 16.1 The Contractor will comply with all applicable laws, statutes, regulations, or bylaws
including those of Canada, the Province of BC, and the City of Courtenay. This Agreement and all disputes arising out of or in connection with this Agreement or in respect of any defined legal relationship associated with it or derived from it shall be governed by the laws of the Province of British Columbia.
17. CORPORATE CLIMATE ACTION STRATEGY REQUIREMENTS
17.1 The Contractor will comply with the Government of BC Greenhouse Gas (GHG) Reporting Regulation (November 2009), which mandates municipal facilities to report GHG emissions by facility and in addition, report GHG emissions by Contractors hired for new contracts and contract renewals. The City of Courtenay have prepared a GHG emissions guide and format for ease of use to report GHG emissions on behalf of the City.
17.2 The City requires the management of its assets in an environmentally sound manner and integrates environmental factors into planning and decision making. The intent is to conserve natural resources and to minimize negative impacts on the environment, while retaining optimal product or service performance. The City encourages the Contractor and sub‐contractors to minimize impacts on the environment including recycling, re‐use of materials where applicable and reduction of landfill waste.
17.3 Anti‐idling
In the interest of reducing negative impacts on human health, all Contractors working directly or indirectly for the City or on City owned property must ensure that when vehicles or equipment are not required to be running for operational purposes every effort is made to reduce engine idling.
Idling time shall be permitted to provide safe and efficient engine warm up time, 3 to 5 minutes for heavy duty vehicles and equipment, and up to 1 minute for light duty vehicles and equipment. During field operation, the same criteria shall apply.
City of Courtenay Title of Agreement Page 7 of 7
7
These time periods have been calculated by Natural Resources Canada to account for all incremental weather wear on batteries and starters as well as the incremental usage associated with re‐starting the engine. The anti‐idling criteria do not apply to any situation where the safety of the operator, passengers or other person shall be compromised by turning off the engine.
IN WITNESS WHEREOF, the parties shall execute this Agreement with effect as of the date first forth above. THE CORPORATION OF THE CITY OF COURTENAY By: ________________________ By: ______________________
Signature Signature Name: ________________________ Name: ______________________ Title: ________________________ Title: ______________________ Date: ________________________ Date: ______________________ CONTRACTOR By: ________________________
Signature Name: Title: Date: ________________________