REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION...

17
CITY OF COURTENAY REQUEST FOR QUOTATION NO. Q1909 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

Transcript of REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION...

Page 1: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

   

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

Page 2: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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

Page 3: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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. 

 

 

 

Page 4: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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. 

 

Page 5: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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. 

Page 6: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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. 

Page 7: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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             

Page 8: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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  

Page 9: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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

Page 10: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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.

Page 11: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

   

   

     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: 

        

Page 12: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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. 

Page 13: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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 

Page 14: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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 

Page 15: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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. 

Page 16: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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. 

Page 17: REQUEST FOR QUOTATION NO. Q19 - City of CourtenayOpportunity~Docs/20… · REQUEST FOR QUOTATION NO. Q19‐09 LINC YOUTH CENTRE HVAC UPGRADE PHASE 2 Closing Date: 2:00pm local time,

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:   ________________________