invitation to tender...or other material element of the bid, the amendment must be sealed and marked...

69
SECTION 00 01 01 INVITATION TO TENDER Project: Air Handling Unit Replacement – WRWTP Grit Building Tender #: T17-361 Date of Issue: June 23 rd , 2017 Closing Location: by hand, mail or courier to: Regional District of Central Okanagan Reception 1450 KLO Road Kelowna, BC V1W 3Z4 Bid Closing Date and Time: Two (2) complete copies of each Tender must be received prior to 3 pm Pacific Time, July 12 th , 2017 Proponent’s Meeting (non-mandatory): 1pm on July 4 th 2017 at the entrance gate to the Westside Regional Wastewater Treatment Plant, 4261 Gellatly Rd S, West Kelowna, BC Enquiries: all enquiries must be directed to: Andy Brennan – Purchasing Manager 1450 KLO Road Kelowna, BC V1W 3Z4 Tel: 250-469-6170 [email protected]

Upload: others

Post on 21-Apr-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

SECTION 00 01 01

INVITATION TO TENDER Project: Air Handling Unit Replacement – WRWTP Grit Building Tender #: T17-361 Date of Issue: June 23rd, 2017 Closing Location: by hand, mail or courier to:

Regional District of Central Okanagan Reception 1450 KLO Road Kelowna, BC V1W 3Z4

Bid Closing Date and Time:

Two (2) complete copies of each Tender must be received prior to 3 pm Pacific Time, July 12th, 2017

Proponent’s Meeting (non-mandatory): 1pm on July 4th 2017 at the entrance gate to the Westside Regional

Wastewater Treatment Plant, 4261 Gellatly Rd S, West Kelowna, BC

Enquiries: all enquiries must be directed to:

Andy Brennan – Purchasing Manager 1450 KLO Road Kelowna, BC V1W 3Z4 Tel: 250-469-6170 [email protected]

Page 2: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 01 10 T17-361 TABLE OF CONTENTS PAGE 1 OF 1

SECTION 00 01 10

TABLE OF CONTENTS DIVISION 00 PROCUREMENT AND FORM OF AGREEMENT REQUIREMENTS 00 01 01 Title Page 00 01 10 Table of Contents 00 01 15 List of Drawings 00 11 16 Invitation to Bid 00 21 13 Instructions to Bidders 00 25 13 Pre-Bid Meeting 00 41 13 Bid Form 00 43 13 Bid Security Form 00 43 19 Breakdown of Bid Price Form 00 43 36 Proposed Subcontractors Form 00 43 83 Proposed Construction Schedule Form 00 45 13 Bidder’s Qualifications Form 00 52 13 Form of Agreement 00 62 10 Prime Contractor Declaration Form 00 73 00 Supplementary General Conditions DIVISION 01 SPECIFICATIONS & DRAWINGS APPENDIX A SCHEDULE OF VALUES APPENDIX B CCDC INSURANCE REQUIREMENTS – CCDC41

Page 3: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 01 15 T17-361 TABLE OF CONTENTS PAGE 1 OF 1

SECTION 00 01 15

LIST OF DRAWINGS

Drawing No. Title Date

M 1.0 Title Sheet, Drawing List, Symbol Legend 2017-06-19

M 2.0 Lower Floor Plan – Existing & Demolition 2017-06-19

M 2.1 Main Floor Plan – Existing & Demolition 2017-06-19

M 2.2 Roof Plan – Existing, Demolition & New Work 2017-06-19

M 3.0 Sections, Schematics & Details – Existing, Demolition & New Work - Mechanical 2017-06-19

Page 4: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 11 16 T17-361 INVITATION TO BID PAGE 1 OF 1

SECTION 00 11 16

INVITATION TO BID

1.0 INTRODUCTION 1.1 The Regional District of Central Okanagan, hereinafter called the “Owner” or “Regional

District”, requests bids from suitably qualified contractors for the replacement of an Air Handling Unit and related controls at the Grit Building of the Westside Regional Wastewater Treatment Plant. This work generally involves:

• Removal and disposal of existing AHU and adjacent exhaust fan (not used) and related ducting)

• Installation of new AHU unit, c/w unit supplied VFD, and related glycol piping revisions and control valve

• Balancing and commissioning of air and glycol systems • Installation of new control panels and interface of common alarm with existing SCADA

panel (location similar to existing)

1.2 The Place of the Work is the Grit Building at the Westside Regional Wastewater Treatment

Plant, 4261 Gellatly Rd S, West Kelowna, BC.

Page 5: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 21 13 T17-361 INSTRUCTIONS TO BIDDERS PAGE 1 OF 7

SECTION 00 21 13

INSTRUCTIONS TO BIDDERS 1.0 GENERAL 1.1 These INSTRUCTIONS TO BIDDERS apply to and govern the submission of bids for the Contract. 2.0 INQUIRIES 2.1 All inquiries and requests for clarification regarding these Bid Documents shall be directed in

writing to:

Regional District of Central Okanagan Purchasing Manager 1450 KLO Road Kelowna, BC V1W 3Z4

Attention: Andy Brennan, Purchasing Manager Email: [email protected] Fax: (250) 469-6171 2.2 Any query regarding these Bid Documents shall be directed only to the Regional District of

Central Okanagan Purchasing Manager named above. Neither these Bid Documents nor the Work are to be discussed with any other Regional District staff, Board member, or Consultant except at the direction of the Purchasing Manager. Violation of this condition may result in rejection of your bid. The Regional District will not be responsible for bidders adjusting their bid based on oral instructions by any member of Regional District staff, Board member or by contracted Consultant or agent. Bid Documents will only be modified by issuance of an addendum by the Purchasing Manager.

3.0 DEFINITIONS 3.1 In addition to the definitions defined within the CCDC2 - 2008 Stipulated Price Contract,

additional definitions are provided within Supplementary General Conditions (SC) 1 of SECTION 00 73 00 SUPPLEMENTARY GENERAL CONDITIONS, all of which shall apply to the Contract Documents.

4.0 SUBMISSION OF BIDS 4.1 Bids shall be submitted to:

Regional District of Central Okanagan Main Floor Reception 1450 KLO Road, Kelowna, BC Attention: Andy Brennan, Purchasing Manager

no later than 3:00 p.m. local time July 12th, 2017

(the “Bid Closing Date”)

Amendments to bids already submitted can be by giving written notice, delivered by hand, mailing or faxing to: 250-469-6171

4.2 Bids shall be submitted in a sealed envelope, with the Bidder's name Project name and file

number clearly identified on the outside as follows:

Tender for: (Name of Project)

Page 6: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 21 13 T17-361 INSTRUCTIONS TO BIDDERS PAGE 2 OF 7

SECTION 00 21 13

File No.: (File Number) Submitted by: (Bidder's Name) Date: _______________ Time: _______________ (To be stamped by the Regional District)

DO NOT OPEN PRIOR TO THE BID CLOSING DATE AND TIME

4.3 Telephone, email, or facsimile bids will NOT be accepted. 4.4 On or before the Bid Closing Date the Owner may extend the Bid Closing Date for any reason

and, in that event, shall issue an addendum as per section 17.0 – Addenda hereto, advising bidders of the revised Bid Closing Date. In the event of such extension, the revised date shall thereupon be deemed to be the Bid Closing Date.

4.5 Shortly after the bid closes, the Regional District will post the unofficial results at

www.regionaldistrict.com/purchasing 4.6 Late bids will NOT be accepted or considered, and will be returned unopened. 5.0 BID DOCUMENTS 5.1 The Bid Documents which a bidder must review to prepare a bid consists of all documents

noted within SECTION 00 01 10 TABLE OF CONTENTS and SECTION 00 01 15 LIST OF DRAWINGS and any document which has been further referenced within those documents.

5.2 Any additional information made available to bidders prior to the Bid Closing Date by the

Owner, such as geotechnical reports or as-built plans, which are not expressly included in the Bid Documents, are not included in the Contract Documents. Such additional information is made available only for the assistance of bidders who must make their own judgment about its reliability, accuracy, or completeness, and neither the Owner nor any representative of the Owner gives any guarantee or representation that the additional information is reliable, accurate, or complete.

5.3 Bidders should examine the Bid Documents immediately upon receipt and notify the Owner’s

Purchasing representative as per provision 2.0 Inquiries, of these INSTRUCTIONS TO BIDDERS, no less than five (5) working Days before the Bid Closing Date, of any errors, omissions, or ambiguities found in the Bid Documents. This will allow the Owner, at its discretion, to issue addenda to all bidders prior to the Bid Closing Date. There is no guarantee that any questions received after the 5 Working Days prior to the Bid Closing Date will be answered.

5.4 It is the responsibility of the bidder to ensure receipt of a complete set of Bid Documents.

5.5 It is the sole responsibility of bidders to check the Regional District’s website

(www.regionaldistrict.com/purchasing) for any updated information and addenda issued before the Bid Closing Date. www.regionaldistrict.com/purchasing is the only authorized website for potential bidders to obtain competitive bid documents for this bid. The Regional District shall not be held responsible for our competitive bid documents that are located on any other website.

6.0 BID REQUIREMENTS 6.1 A bid must be on the form provided under Section 00 41 13 BID FORM and be signed by the

authorized signatory(s) of the Bidder as follows:

Page 7: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 21 13 T17-361 INSTRUCTIONS TO BIDDERS PAGE 3 OF 7

SECTION 00 21 13

.1 signature(s) must be in original handwriting;

.2 if the bidder is a partnership or joint venture then the name of the partnership or joint

venture and the name of each partner or joint venturer shall be included, and each partner or joint venturer shall sign; if a partner or joint venturer is a corporation then such corporation shall sign as indicated in provision 6.1 c) below;

.3 if the bidder is a corporation then the full name of the corporation shall be included,

together with the names and signatures of authorized signatories; and

.4 if the bidder is a sole proprietor then the full name of the sole proprietor and their signature shall be included.

6.2 A bid must be accompanied by security (“Bid Security”) in an amount equal to ten (10) percent

of the Bid Price and in an acceptable form as indicated within SECTION 00 43 13 BID SECURITY FORM.

6.3 A bid must include all of the completed forms indicated within provision 3.1 of SECTION 00 41

13 BID FORM and be submitted as a complete bid package prior to the time of close specified. 6.4 Wherein any documents noted within provision 3.1 of SECTION 00 41 13 BID FORM numbers are

requested in both words and figures, in the case of discrepancy between the two, the amount in words shall govern.

7.0 AMENDMENT OF BIDS 7.1 A bidder may amend or revoke a bid by giving written notice, delivered by hand, mail or

facsimile, to the Owner in accordance with provision 4.1 of these INSTRUCTIONS TO BIDDERS, at any time up until the Bid Closing Date. An amendment or revocation that is received after the Bid Closing Date shall not be considered and shall not affect a bid as submitted.

7.2 An amendment or revocation of a bid must be signed by an authorized signatory of the bidder

in the same manner as indicated by provision 6.1 of these INSTRUCTIONS TO BIDDERS.

7.3 If an amendment discloses the Bid Price or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS and must be delivered by hand or mail. Any amendment that expressly or by inference discloses the bidder's Bid Price or other material element of the bid such that, in the opinion of the Owner, the confidentiality of the bid is breached, will invalidate the entire bid.

7.4 If a bid amendment or revocation is sent by email the bidder assumes the entire risk that equipment and staff at the office referred to in provision 4.1 of these INSTRUCTIONS TO BIDDERS will properly receive the email containing the amendment or revocation before the Bid Closing Date. The Owner assumes no risk or responsibility whatsoever that any email will be received as required by provision 14.1 of these INSTRUCTIONS TO BIDDERS and shall not be liable to any bidder if for any reason an email is not properly received.

8.0 BID EVALUATION 8.1 Bids will be evaluated based on the following criteria:

.1 Qualifications and related experience of the bidder, including senior staff and any

Page 8: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 21 13 T17-361 INSTRUCTIONS TO BIDDERS PAGE 4 OF 7

SECTION 00 21 13

Subcontractors to perform the Work;

.2 Performance of the bidder and proposed subcontractors on similar projects including without limitation, the bidder’s history with the respect to the quality of work, schedule, changes in the work and force account work;

.3 The bidder’s compliance and ability to comply with all statutes, regulations, bylaws and other enactments affecting the bidder’s work including its record of compliance and the record of compliance of any proposed subcontractors;

.4 Overall cost to the Owner having the Work completed in accordance with the Contract

Documents;

.5 The conformity of the bid to the requirements set forth in these INSTRUCTIONS TO BIDDERS;

.6 Bidder’s stated period of completion and compliance with any time requirements

provided for in the Bid Documents; and

.7 The ability of the bidder to provide full and continuous operations without delay once construction has commenced.

9.0 AWARD 9.1 The Owner has no obligation to accept the lowest or any bid and may, in its sole discretion and

according to its own judgement of its best interest taking into account the criteria under which bids will be evaluated:

.1 reject any or all bids and reserves the complete right to at any time terminate the process

under these INSTRUCTIONS TO BIDDERS and to retender with or without modifications;

.2 award the Contract to the bidder whose bid the Owner considers to be in its best interest;

.3 consider and accept a bid which contains defects or deficiencies that, in the Owner’s opinion, are not material;

.4 reject bids which, in the Owner’s opinion contain qualifications, omissions, irregularities or informalities so as to make comparison with other bids difficult.

9.2 Despite any other express or implied provision(s) in the Bid Documents or any applicable

statutory provisions, the Owner will not be liable for a bidder's costs of preparing a bid or for damages for any lost profit in the event that the bidder’s bid is not accepted or that the Owner breaches any contract between the bidder and the Owner arising out of the bidder’s submission of a bid in response to the Owner’s invitation to bid.

9.3 When all bids are over budget, the Owner has a right to reject all bids and to retender the

Work with or without modifications.

9.4 Award of this bid is when a Notice of Award is issued to the successful bidder (if any).

9.5 The Owner may after issuance of any Notice of Award, negotiate changes to the scope of Work, the materials, the Specifications or any conditions with the successful bidder without having

Page 9: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 21 13 T17-361 INSTRUCTIONS TO BIDDERS PAGE 5 OF 7

SECTION 00 21 13

any duty or obligation to advise any of the unsuccessful bidders. The Owner shall have no liability to any unsuccessful bidder as a result of such negotiations or modifications.

9.6 Pursuant to GC 3.7 of the Contract, the Owner reserves the right to object to any of the Subcontractors and Suppliers listed in a bid. If the Owner objects to a listed Subcontractor(s) then the Owner will permit a bidder to, within 5 Days, propose a substitute Subcontractor(s) acceptable to the Owner. A bidder will not be required to make such a substitution and, if the Owner objects to a listed Subcontractor(s), the bidder may, rather than propose a substitute Subcontractor(s), consider its bid rejected by the Owner and by written notice withdraw its bid. The Owner shall, in that event, return the bidder's Bid Security.

10.0 KNOWLEDGE OF SITE 10.1 All bidders, either personally or through a representative, are responsible to examine the Place

of the Work before submitting a bid. A bidder has full responsibility to be familiar with and make allowance in the bid for all conditions at the Place of the Work that might affect the bid, including any information regarding subsurface soil conditions made available by the Owner, the location of the Work, local conditions, topography, soil conditions, weather and access. Unless otherwise specified in the Bid Documents, a bidder is not required to do subsurface investigations. By submitting a bid, a bidder represents that the bidder has examined the Place of the Work, or specifically elected not to so do. No additional payments or time extensions shall be claimable or due because of difficulties relating to conditions at the Place of the Work which were reasonably foreseeable by a bidder prior to submitting a bid.

11.0 APPROVED EQUALS 11.1 Prior to the Bid Closing Date a bidder may request the Owner to approve materials, products or

equipment (“Approved Equals”) to be included in a bid in substitution for items indicated in the Bid Documents.

11.2 Applications for an Approved Equal must be in writing, and supported by appropriate

supporting information, data, specifications and documentation to enable comparison to the materials, products or equipment specified in the Bid Documents.

11.3 If the Owner decides in its discretion to accept an Approved Equal, then the Owner will issue an addendum to all bidders.

11.4 The Owner is not obligated to review or accept any application for an Approved Equal.

11.5 Applications for Approved Equals must be made at least 5 working Days prior to the Bid Closing Date.

12.0 INTERPRETATION OF BID DOCUMENTS 12.1 If a bidder is in doubt as to the correct meaning of any provision of the Bid Documents, the

bidder may request clarification in writing from the person named in provision 2.1 of these INSTRUCTIONS TO BIDDERS.

12.2 If a bidder discovers any contradictions or inconsistencies in the Bid Documents or its provisions, the bidder shall immediately notify the person in writing named in provision 2.1 of these INSTRUCTIONS TO BIDDERS.

12.3 If the Owner considers it necessary, the Owner may issue written addenda to provide clarification(s) of the Bid Documents.

Page 10: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 21 13 T17-361 INSTRUCTIONS TO BIDDERS PAGE 6 OF 7

SECTION 00 21 13

12.4 No oral interpretation or oral representations from the Owner or any representative of the

Owner will affect, alter or amend any provision of the Bid Documents. 13.0 PRICES 13.1 The Bid Price will represent the entire cost excluding GST to the Owner of the complete Work

based on the Bid Documents. Without limiting the generality of the above, bidders shall include in their Bid Price (and any unit prices, optional prices, or other forms of pricing) sufficient amount to cover:

.1 the costs of labour, equipment and material included in or required for the Work,

including all items which, while not specifically listed, are included in the Work specifically or by necessary inference from the Bid Documents;

.2 all assessments payable with respect to labour as required by any statutory scheme such as Workers' Compensation, employment insurance, holiday pay, insurance, CPP and all employee benefits;

.3 all overhead costs, including head office and on-site overhead costs, and all amounts for the Bidder's profit; and

.4 the cost of complying with all applicable laws regarding trade or other qualifications of employees performing the Work.

14.0 TAXES AND DUTIES 14.1 The Bid Price and unit prices should include excise duties in force as of the date of the Bid

Closing Date, except the Goods and Services Tax under the Excise Tax Act (Canada)(“GST”). 15.0 DURATION OF BIDS 15.1 Bids shall remain open for acceptance by the Owner for a period of 30 Days after the Bid

Closing Date. 16.0 QUALIFICATIONS OF BIDDERS 16.1 By submitting a bid a bidder is representing that it has the competence, qualifications and

relevant experience required to do the Work. 17.0 ADDENDA 17.1 The Owner may issue changes and clarifications to the Bid Documents and written addenda to

all parties by posting them to the Regional District website at www.regionaldistrict.com/purchasing at any time up to the Bid Closing Date and Time. Such addenda shall then form part of the Bid Documents. Bidders are responsible for checking the Regional District website for any addenda issued up until the Bid Closing Date and Time.

17.2 In the space provided in SECTION 00 43 13 BID FORM, a bidder shall acknowledge receipt of all addenda.

Page 11: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 25 13 T17-361 PRE-BID MEETING PAGE 1 OF 1

SECTION 00 25 13

PRE-BID MEETING 1.0 GENERAL

An optional (recommended) pre-bid meeting will be held on July 4th, 2017 at 1:00pm at the location stated on the front cover of the Bid Documents. A Regional District representative and the Consultant will be available to answer questions regarding the bid. Any new information that is requested or generated will be included in an addendum that will be issued at least two days prior to the Bid Closing Date.

Page 12: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 41 13 T17-361 BID FORM PAGE 4 OF 4

SECTION 00 41 13

BID FORM TO: Regional District of Central Okanagan 1450 KLO Road, Kelowna, BC V1W 3Z4 Attention: Andy Brennan, Purchasing Manager FROM: (Name of bidder)

1.0 WE, THE UNDERSIGNED:

1.1 have received and carefully reviewed all of the Bid Documents, as indicated within SECTION 00 21 23 INSTRUCTIONS TO BIDDERS, and the following addenda (list all addenda issued if any): _____________________________________________________________________

1.2 have full knowledge of the Place of the Work, and the Work required;

1.3 have complied with SECTION 00 21 23 INSTRUCTIONS TO BIDDERS; and

2.0 ACCORDINGLY, WE HEREBY OFFER:

2.1 to perform and complete the Work and to provide all the labour, equipment and material all as set out in the Bid Documents, in strict compliance with the Bid Documents; and

2.2 to achieve Substantial Performance of the Work, on or before October 31st, 2017; and

2.3 to do the Work for a fixed price of ___________________________________________ dollars ($____________________) in Canadian funds (the “Bid Price”), which price includes duties in force at this date, but excludes the Goods and Services Tax (GST). Said Bid Price is comprised of the prices set out in SECTION 00 43 19 – BREAKDOWN OF BID PRICE FORM.

3.0 WE CONFIRM:

3.1 that the following are attached to and form a part of this bid: .1 completed forms:

SECTION 00 41 13 Bid Form SECTION 00 43 19 Breakdown of Bid Price Form SECTION 00 43 36 Proposed Subcontractors Form SECTION 00 43 83 Proposed Construction Schedule Form SECTION 00 45 13 Bidder’s Qualifications Form SECTION 00 62 10 Prime Contractor Declaration Form

.2 the Bid Security as required by SECTION 00 43 13 BID SECURITY FORM

Page 13: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 41 13 T17-361 BID FORM PAGE 4 OF 4

SECTION 00 41 13

4.0 WE AGREE:

4.1 that this bid will be irrevocable and open for acceptance by the Owner for a period of 30 Days beginning on and including the Day following the Bid Closing Date;

4.2 within ten (10) Working Days of receipt of a written Notice of Award to deliver to the Owner: .1 a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50

percent of the Contract Price, issued by a surety licensed to carry on the business of suretyship in the province of British Columbia, and in a form acceptable to the Owner. All Bonds shall be in accordance with the latest edition of CCDC 221 and CCDC 222. The Performance Bond shall remain in force as a maintenance bond for the Warranty period as defined in the Contract. All bonds will name the Owner as the Obligee;

.2 a detailed Construction Schedule, as provided by GC 3.5; .3 a “clearance letter” indicating that the Contractor is in WorkSafe BC compliance; .4 a copy of the insurance policies as provided by GC 11.1 indicating that all such insurance

coverage is in place;

4.3 we will sign the Contract and deliver an executed copy to the Owner within 72 hours of receipt from the Owner; and

4.4 within two Days of receipt of written Notice to Proceed, or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work.

5.0 WE AGREE:

5.1 that, if we receive written Notice of Award of this Contract and contrary to clause 4.0 of this BID FORM, we: .1 fail or refuse to deliver the documents as specified by paragraph 4.2 of this BID FORM; .2 fail to execute and deliver the Contract to the Owner within 72 hours of receipt of such

document from the Owner; or .3 fail or refuse to commence the Work as required by the Notice to Proceed, then such failure or refusal will be deemed to be a refusal by us to enter into the Contract and the Owner may, on written notice to us, award the contract to another party. We further agree that, without limiting the Owner’s rights against us for compensation for any damages suffered by the Owner because of such failure or refusal, the Bid Security shall be forfeited to the Owner, in an amount equal to the lesser of:

a) the face value of the Bid Security; and b) the amount by which our Bid Price is less than the amount for which the Owner

contracts with another party to perform the Work.

6.0 OUR ADDRESS is as follows: ____________________________________

Page 14: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 41 13 T17-361 BID FORM PAGE 4 OF 4

SECTION 00 41 13

____________________________________ ____________________________________

E-mail: ________________________ Telephone: ________________________ Facsimile: ________________________ Attention: ________________________

7.0 IN WITNESS WHEREOF this Bid is executed this_____________day of____________, 20_______. WHERE THE BIDDER IS A CORPORATION: ________________________________________ (Full Name of Corporation) Per: ___________________________________ (Authorized Signatory) WHERE THE BIDDER IS A PARTNERSHIP: ________________________________________ (Full Name of Partnership) Per: ___________________________________ (Authorized Signatory) Per: ___________________________________ (Authorized Signatory) WHERE THE BIDDER IS A SOLE PROPRIETORSHIP: SIGNED _______________________________________ Doing business as:________________________ Occupation:______________________________ in the presence of: _______________________________________ Witness

Page 15: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 43 13 T17-361 BID SECURITYFORM PAGE 1 OF 1

SECTION 00 43 13

BID SECURITY FORM

1.0 GENERAL As per clause 6.2 of SECTION 00 21 13 INSTRUCTIONS TO BIDDERS, a Tender must be accompanied by Bid Security in an amount equal to ten (10) percent of the Bid Price and in the form of: .1 a bid bond issued by a surety licensed to carry on the business of suretyship in British

Columbia in a form reasonably satisfactory to the Owner. For certainty, the Bid Security cannot include any provisions that limit the bidders liability to the Owner; or

.2 a certified cheque.

Page 16: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 43 36 T17-361 PROPOSED SUBCONTRACTORS FORM PAGE 1 OF 1

SECTION 00 43 83

BREAKDOWN OF BID PRICE FORM

Pursuant to clause 2.3 of SECTION 00 41 13 BID FORM, the Bid Price for the Work is comprised of the following components and the bidder’s overhead and profit are included in each component:

WORK ITEM: BID PRICE Mechanical & Start-up

Mobilization & Permits $

Piping & Other Equipment: $ Insulation

$

SUBTOTAL $

Equipment

Air Handing Equipment

$

SUBTOTAL $

Sheet Metal

Ductwork $

Insulation – Ductwork $

Testing & Balancing $

SUBTOTAL $

Electrical

SUBTOTAL $

Controls

SUBTOTAL $

Finishing Comm. & Demonstration Maintenance Manuals Demobilization

$

SUBTOTAL $

TOTAL “BID PRICE” (sum of all Work Items): $

GST: $

Page 17: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 43 36 T17-361 PROPOSED SUBCONTRACTORS FORM PAGE 1 OF 1

SECTION 00 43 83

PROPOSED SUBCONTRACTORS FORM Pursuant to clause 6.3 of SECTION 00 21 23 INSTRUCTIONS TO BIDDERS, the following are the Subcontractors we propose to use for the Divisions or Sections of Work listed hereunder: Division/ Section of Work Trade Subcontractor Name Phone Number

Page 18: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 43 83 T17-361 PROPOSED CONSTRUCTION SCHEDULE FORM PAGE 1 OF 1

SECTION 00 43 83

PROPOSED CONSTRUCTION SCHEDULE FORM Pursuant to clause 6.3 of SECTION 00 21 23 INSTRUCTIONS TO BIDDERS, the following is the construction schedule we propose for the Work : CONSTRUCTION SCHEDULE (MONTHS)

Activity Milestone Milestone Date 1 2 3 4 5 6 7 8 9 10 11 12

Page 19: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 45 13 T17-361 BIDDER’S QUALIFICATIONS FORM PAGE 1 OF 2

SECTION 00 45 13

BIDDER’S QUALIFICATIONS FORM

1.0 EXPERIENCE OF SUPERINTENDENT Pursuant to clause 6.3 of SECTION 00 21 13 INSTRUCTIONS TO BIDDERS, the following is a summary of relevant work experience for our superintendent proposed for the Work: 1.1 Name: ______________________________________________ 1.2 Experience:

Project Name: ____________________________________________________

Dates: ____________________________________________________

Project Name: ____________________________________________________

Responsibilities: ____________________________________________________

____________________________________________________

References: ____________________________________________________

____________________________________________________

Project Name: ____________________________________________________

Dates: ____________________________________________________

Project Name: ____________________________________________________

Responsibilities: ____________________________________________________

____________________________________________________

References: ____________________________________________________

____________________________________________________

Project Name: ____________________________________________________

Dates: ____________________________________________________

Project Name: ____________________________________________________

Responsibilities: ____________________________________________________

____________________________________________________

References: ____________________________________________________

____________________________________________________

Page 20: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 45 13 T17-361 BIDDER’S QUALIFICATIONS FORM PAGE 2 OF 2

SECTION 00 45 13

2.0 BIDDER’S COMPARABLE WORK EXPERIENCE Pursuant to clause 6.3 of SECTION 00 21 13 INSTRUCTIONS TO BIDDERS, the following is a summary of our relevant work experience: Project: __________________________________________________________

Description: __________________________________________________________

Value: __________________________________________________________

Owner's Name: __________________________________________________________

Telephone: ______________ Facsimile: ___________________________

Project: __________________________________________________________

Description: __________________________________________________________

Value: __________________________________________________________

Owner's Name: __________________________________________________________

Telephone: ______________ Facsimile: __________________________

Project: __________________________________________________________

Description: __________________________________________________________

Value: __________________________________________________________

Owner's Name: __________________________________________________________

Telephone: ______________ Facsimile: __________________________

Project: __________________________________________________________

Description: __________________________________________________________

Value: __________________________________________________________

Owner's Name: __________________________________________________________

Telephone: ______________ Facsimile: __________________________

Page 21: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 52 13 T17-361 FORM OF AGREEMENT PAGE 1 OF 1

SECTION 00 52 13

FORM OF AGREEMENT

1.0 GENERAL

The form of agreement for the Work required under this bid is the CCDC2 - 2008 Stipulated Price Contract, as modified by SECTION 00 73 00 SUPPLEMENTARY GENERAL CONDITIONS.

2.0 CONTRACT DOCUMENTS 2.1 the Contract Documents shall consist of the following:

.1 Agreement between Owner and Contractor, Definitions, and General Conditions of the Stipulated Price Contract as per Article A-3 Contract Documents of CCDC2 – 2008 Stipulated Price Contract; and

.2 all documents noted within Section 00 01 10 TABLE OF CONTENTS, and any document

which has been further referenced within those documents.

Page 22: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 62 10 T17-361 PRIME CONTRACTOR DECLARATION FORM PAGE 1 OF 2

SECTION 00 62 10

PRIME CONTRACTOR DECLARATION FORM 1.0 The Contractor shall, for the purposes of the Workers Compensation Act, and for the

duration of the Work of this Contract:

.1 be the "prime contractor" for the "Work site", and

.2 do everything that is reasonably practicable to establish and maintain a system or process that will ensure compliance with the Act and its regulations, as required to ensure the health and safety of all persons at the "Work site".

2.0 The Contractor shall direct all Subcontractors, Sub-subcontractors, Other Contractors,

employers, Workers and any other persons at the "Work site" on safety related matters, to the extent required to fulfill its "prime contractor" responsibilities pursuant to the Act, regardless of:

.1 whether or not any contractual relationship exists between the Contractor and any of

these entities, and

.2 whether or not such entities have been specifically identified in this Contract. 3.0 As per the requirements of the Workers Compensation Act Part 3, Division 3, Section

118(1-3) which states:

Coordination at multiple-employer Workplaces

118 (1) In this section:

“multiple-employer Workplace” means a Workplace where Workers of 2 or more employers are Working at the same time;

“prime contractor” means, in relation to a multiple-employer Workplace,

a) the directing contractor, employer or other person who enters into a written

agreement with the owner of that Workplace to be the prime contractor for the purposes of this Part, or

b) if there is no agreement referred to in paragraph (a), the owner of the Workplace.

(2) The prime contractor of a multiple-employer Workplace must

a) ensure that the activities of employers, Workers and other persons at the

Workplace relating to occupational health and safety are coordinated, and

b) do everything that is reasonably practicable to establish and maintain a system or process that will ensure compliance with this Part and the regulation in respect to the Workplace.

(3) Each employer of Workers at a multiple-employer Workplace must give to the

prime contractor the name of the person the employer has designated to supervise the employer’s Workers at that Workplace.

4.0 The Contractor covenants and agrees that when performing any work for the Owner, whether

directly as a contractor or indirectly as a subcontractor, it will adhere to all of the

Page 23: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 62 10 T17-361 PRIME CONTRACTOR DECLARATION FORM PAGE 2 OF 2

SECTION 00 62 10

requirements of the B.C. Employment Standards Act (RSBC 1996), as may be amended from time to time, that are applicable to the work being performed, including but not limited to:

.1 Section 36 (2); an employer must ensure that each employee has at least 8 consecutive

hours free from work between each shift worked

.2 Section 39; despite any provision of this Part, an employer must not require or directly or indirectly allow an employee to work excessive hours or hours detrimental to the employee’s health or safety.

5.0 I fully understand and accept the responsibilities of the prime contractor designation in

accordance with the Workers Compensation Act and the B.C. Employment Standards Act while contracted by the Regional District of Central Okanagan on project location:________________________________ and will abide by all Workers Compensation Board Regulation requirements.

Project: ____________________________________ Company: ____________________________________ Signed: ____________________________________ ________________________________ (Print name of Contractor) (Contractor’s Signature) Witness: ____________________________________ ________________________________ (Print name of Contractor’s Contract Liaison) (Contractor’s Contract Liaison Signature) Date: ____________________________________

Page 24: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 73 00 T17-361 SUPPLEMENTARY GENERAL CONDITIONS PAGE 1 OF 15

SECTION 00 73 00

SUPPLEMENTARY GENERAL CONDITIONS The following are the Supplementary General Conditions (SGC) referred to in Article A-3 of the Agreement. These amendments shall be read in conjunction with the Agreement, Definitions and General Conditions of the Stipulated Price Contract (CCDC2-2008) of the Contract Documents. Where reference is made in the Contract Documents to the General Conditions of Contract (GC), such reference includes these amendments. DEFINITIONS SC 1. Delete the definition for 24. Value Added Taxes, and replace it with the following: 24. Value Added Taxes Value Added Taxes means the Goods & Services Tax under the Excise Tax Act (Canada). Add the definitions: 27. Abnormally Adverse Weather

Abnormally Adverse Weather means temperature, precipitation, wind or other weather condition which, in a two week period, differs from the statistical average for that condition in that period by more than one standard deviation, calculated based on relevant data available from Environment Canada.

28. Approved Equal

Approved Equal has the meaning set out in clause 10.0 Approved Equals of SECTION 00 21 13 INSTRUCTIONS TO BIDDERS.

29. Bid Closing Date

Bid Closing Date means the final date as per clause 4.1 of INSTRUCTION TO BIDDERS that bids will be accepted in response to the Regional District’s invitation to bid.

30. Bid Documents Bid Documents has the meaning set out in provision 5.1 of SECTION 00 21 13 INSTRUCTIONS TO BIDDERS. 31. Bid Price

Bid Price means the price for which a bidder offers to perform the Work as set out in clause 2.3 SECTION 00 41 13 BID FORM. Should the Regional District award the contract to a bidder, then that bidder’s Bid Price will be the Contract Price.

32. Bid Security Bid Security has the meaning as set out in clause 6.2 of SECTION 00 21 13 INSTRUCTIONS TO BIDDERS. 33. Regional District Regional District means the Regional District of Central Okanagan. 34. Construction Schedule

Construction Schedule means a schedule of the Work prepared by the Contractor setting out the start and completion dates of the major elements of the Work including, but not limited to, mobilization, Shop Drawings, construction, installation; testing, commissioning, Substantial Performance of the Work, Owner occupancy and any other Milestone Dates, and may be amended from time to time in accordance with

Page 25: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 73 00 T17-361 SUPPLEMENTARY GENERAL CONDITIONS PAGE 2 OF 15

SECTION 00 73 00

the Contract Documents. 35. Contract Documents

Contract Documents has the meaning as set out in clause 2.0 Contract Documents of SECTION 00 52 13 FORM OF AGREEMENT. 36. Day Day means a calendar day if not preceded by the adjective wording.

37. GC GC is, when used in conjunction with a numeral, a reference to the section of the General Conditions of the CCDC2-2008 Stipulated Price Contract.

38. Milestone Dates

Milestone Dates means any date specified in the Contract Documents for completion of the Work, or portion of the Work, including the date for Substantial Performance of the Work.

39. Notice of Award Notice of Award means the written award by the Owner of a Contract for the Work. 40. Notice to Proceed Notice to Proceed means a written notice from the Owner to proceed with the Work

42. SC SC is, when used in conjunction with a numeral, a reference to the SECTION 00 73 00 SUPPLEMENTARY GENERAL CONDITIONS.

43. Tender

Tender is used interchangeably and holds the same meaning as bid. GENERAL CONDITIONS OF CONTRACT GC 1.1 CONTRACT DOCUMENTS SC 2. Replace GC1.1.7.1 with the following:

.1 the order of priority of documents, from highest to lowest, shall be: • Agreement • Addenda • Supplementary General Conditions • General Requirements • General Conditions • Specifications • Drawings • Executed Bid Form

SC 3. In GC 1.1.8. replace “sufficient copies” with “ten copies and an electronic set”. GC 2.1 AUTHORITY OF THE CONSULTANT SC 4. In paragraph 2.1.3 delete the phrase “against whom the Contractor makes no reasonable objection and”.

Page 26: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 73 00 T17-361 SUPPLEMENTARY GENERAL CONDITIONS PAGE 3 OF 15

SECTION 00 73 00

GC 2.2 Role of the CONSULTANT SC 5. Add the following paragraph:

2.2.19 All decisions, determinations, findings, interpretations instructions, consents and approvals of the Consultant must be in writing. Neither the Owner nor the Consultant will be bound by any oral decisions, determinations, findings, interpretations, instructions, consents or approvals of the Consultant.

GC 2.3 Review and Inspection of the Work SC 6. Add the following new paragraphs 2.3.8 and 2.3.9 as follows:

2.3.8 If the Contractor is not prepared for a review or inspection after the Contractor has notified the Consultant of readiness for a proposed review or inspection, and as a result the Consultant is required to make second or subsequent visits, the Contractor shall reimburse the Owner for any additional charges rendered by the Consultant to the Owner for the second visit or subsequent visits, and the Owner may deduct the amount of any such charges from any monies otherwise owing to the Contractor on account of the Contract Price.

2.3.9 If the Contractor covers or permits to be covered Work that has been designated for

tests, inspections or approvals, before such tests, inspections or approvals are made, given or completed, the Consultant may direct the Contractor to uncover such Work, in order that the inspections or tests may be satisfactorily completed, and make good such Work at the Contractor’s own expense, and the Contractor shall comply with such direction.

GC 3.1 CONTROL OF THE WORK SC 7. Add the following to 3.1.1 after “Contract Documents”:

“including the Construction Schedule.”

GC 3.2 Construction by Owner or Other CONTRACTORS SC 8. Delete GC 3.2.2.2 and replace with the following:

3.2.2.2 Use reasonable efforts to ensure that the Owner’s other contractors or own forces are made aware of, and comply with, the safety precautions and programs of the Contractor provided pursuant to GC 9.4 – CONSTRUCTION SAFETY.

GC 3.5 CONSTRUCTION SCHEDULE SC 9. In paragraph 3.5.1 sub-paragraph .1, delete “. . . prior to the first application for payment. . .”

and replace with the following: “within ten (10) Working Days after Notice of Award”;

SC 10. Add the following paragraph:

3.5.1.4 If the Contractor submits a Construction Schedule or a revision to the Construction Schedule that any Milestone Dates will not be met then receipt of such schedule by the Consultant will not relieve the Contractor of the obligation to meet the Milestone Dates as set out in the Contract Documents.

Page 27: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 73 00 T17-361 SUPPLEMENTARY GENERAL CONDITIONS PAGE 4 OF 15

SECTION 00 73 00

SC 11. Add the following paragraph:

3.5.1.5 The Contractor shall immediately notify the Consultant in writing of any occurrence which, in the opinion of the Contractor has caused or which the Contractor anticipates may cause a delay to, or which will affect, the performance of the Work in accordance with the Construction Schedule. Such notice shall include complete details of the reason for the delay, the anticipated length of the delay and a revision to the Construction Schedule in accordance with the anticipated delay.

SC 12. Add the following paragraphs:

3.5.2 The Contractor shall perform the Work in compliance with the Milestone Dates and the Construction Schedule. Any such failure to comply shall be deemed to be a default to which the provisions of GC 7.1.2 to GC 7.1.6 (inclusive) apply.

3.5.3 If the Consultant determines that, because of the Contractor’s own acts or omissions,

the progress of the Work is behind the Construction Schedule, or the Contractor will not meet any particular Milestone Dates then the Contractor shall, upon written notice from the Consultant and at the Contractor’s own cost, take all reasonable measures to accelerate the Work so as to conform to the Construction Schedule or meet the Milestone Dates.

3.5.4 If the Consultant determines that, because of reasons other than the Contractor’s own

acts or omissions, the progress of the Work is behind the Construction Schedule, or will not meet any particular Milestone Dates, or if the Owner desires to accelerate the Work to achieve early completion of the Work, then on written notice from the Consultant the Contractor shall accelerate the Work as directed by the Consultant at the Owner’s cost, such acceleration to be a change to the Work to which the provisions of Part 6 shall apply.

3.5.5 If the Consultant has not directed the Contractor to accelerate the Work at the

Owner’s cost, the Contractor shall not be entitled to claim any payment on account of acceleration costs unless the Contractor has given prior written notice within 5 Working Days to the Consultant setting out that the Contractor intends to claim such costs and the reasons for such claim, provided however that the giving of such notice shall not entitle the Contractor to payment of such costs.

3.5.6 If the Contractor accelerates the performance of the Work because of a notice given

pursuant to GC 3.5.3, or for the Contractor’s own benefit, then the Owner may claim all reasonable additional costs incurred as a result of such acceleration.

3.5.7 If, for any reason, the Contractor deems it necessary to accelerate the Work then the

Contractor shall provide written notice of its intention to accelerate the Work 5 Working Days prior to doing so and shall accelerate the Work at its own expense.

GC 3.6 SUPERVISION SC 13. Delete paragraphs 3.6.1 and 3.6.2 and replace with the following:

3.6.1 The Contractor shall employ a competent senior representative at the Place of the Work (the “Supervisor”) who shall have the responsibility to ensure that the Work is performed in compliance with the Contract Documents. The Contractor shall also employ any assistants to the Supervisor necessary for the Contractor to

Page 28: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 73 00 T17-361 SUPPLEMENTARY GENERAL CONDITIONS PAGE 5 OF 15

SECTION 00 73 00

perform its obligations under this Agreement and the Supervisor and assistants shall be in attendance at the Place of the Work while the Work is being performed.

3.6.2 The Supervisor shall represent the Contractor at the Place of the Work and

instructions given to the Supervisor by the Consultant shall be deemed to have been given to the Contractor.

3.6.3 If the competence or performance of the Supervisor is not satisfactory to the

Consultant then, on written request from the Consultant, the Contractor shall provide a replacement satisfactory to the Consultant. The Contractor shall not change the Supervisor without consent of the Consultant, such consent not to be unreasonably withheld.

GC 3.7 SUBCONTRACTORS AND SUPPLIERS SC 14. Delete paragraphs 3.7.3 and 3.7.4 SC 15. Add the following paragraph:

3.7.7 The Contractor shall, in respect of his Subcontractors, be held responsible for and shall ensure that said Subcontractors obtain and pay for all necessary permits, fees, licenses and certificates of inspection and insurance in connection with the Work as may be required by applicable statutes, regulations, bylaws and ordinances.

GC 3.10 SHOP DRAWINGS SC 16. Add the following paragraph:

3.10.13 The Contractor shall submit all Shop Drawings, as-built drawings and any other drawings concerning the Work in triplicate and in reproducible, suitable and usable electronic form.

GC 5.1 FINANCING INFORMATION REQUIRED OF THE OWNER SC 17. Delete GC 5.1 - “Financing Information Required of the Owner” in its entirety. GC 5.2 APPLICATION FOR PROGRESS PAYMENT SC 18. The Schedule of Values referred to in this GC 5.2 shall be based on that included in Appendix A –

Schedule of Values of these Bid Documents. SC 19. Add the following paragraphs 5.2.8 and 5.2.9 as follows:

5.2.8 As a condition to all payments, the Contractor shall submit to the Consultant a Statutory Declaration on the standard Canadian Construction Association (CCA) 9A 2001, declared before a notary public or commissioner for oaths for the Province of British Columbia, stating that:

.1 all wages for the various classes of labour, and all accounts for purchase of

materials, equipment, or for the rental of equipment employed in or about the Work, and amounts due to Subcontractors have been paid;

Page 29: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 73 00 T17-361 SUPPLEMENTARY GENERAL CONDITIONS PAGE 6 OF 15

SECTION 00 73 00

.2 there are no outstanding claims or liens relating to labour or services provided in connection with the Work; and

.3 all levies, assessments and sums due under any applicable Workers' Compensation

laws or similar laws in force at the Place of the Work have been fully paid.

As a further condition of payment, there shall be no liens registered against the Place of the Work, arising from or connected with the Work. In the event that a claim of builders lien relating to the Work has been registered against title to the Place of the Work or legal proceedings have been commenced claiming a lien against the holdback, the Contractor shall be obligated, at its expense, to take all steps necessary, including making court application, to have the claim of lien immediately discharged from title to the Place of the Work, and removing the claim of the lien against the holdback, and to indemnify the Owner for all costs, including court costs on a solicitor and own client basis, incurred as a result.

GC 5.3 PROGRESS PAYMENT SC 20. In paragraph 5.3.1 sub-paragraph .3, delete “. . . 20 calendar days. . .” and replace with “. . .

30 calendar days. . .”; and

Add the following paragraph:

5.3.2 The payment by the Owner of any monthly or other payment shall not bind the Owner with respect to any subsequent payment or the final progress payment, but shall be taken as approximate only, and shall not mean, or be construed to mean, that the Owner has accepted Work that is not in accordance with the requirements of the Contract, or that the Contractor is in any manner released from its obligation to comply with the Contract.

GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK SC 21. Add the following paragraphs:

5.4.5 Prior to Substantial Performance of the Work and in addition to the lien holdback, a deficiency holdback shall be established for Work determined by the Consultant to be defective or incomplete (the “Deficiency Holdback”). The Consultant shall establish the amount of the Deficiency Holdback as twice the estimated cost to rectify defective work and finish incomplete Work using the services of another contractor or the Owner’s own forces. No part of the Deficiency Holdback shall become payable until all of the defective Work is corrected and all of the Work is complete. If the defective or incomplete Work is not corrected or completed within a reasonable time as determined by the Consultant, then all or a portion of the Deficiency Holdback as determined by the Consultant may be retained by the Owner to be applied against the loss and damage suffered by the Owner to correct or complete the Work.

GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK SC 22. Delete paragraph 5.5.3 in its entirety. GC 5.7 FINAL PAYMENT

Page 30: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 73 00 T17-361 SUPPLEMENTARY GENERAL CONDITIONS PAGE 7 OF 15

SECTION 00 73 00

SC 23.In paragraph 5.7.4, revise “5 calendar days” to read “15 Working Days”. GC 5.9 NON-CONFORMING WORK SC 24. In paragraph 5.9.1 replace “No payment by the Owner” with the words “No payment by the

Owner or certification by the Consultant”. GC 6.1 CHANGES IN THE WORK SC 25. Add the following paragraphs:

6.1.3 The Contractor shall not be entitled to rely on any oral representation (except in an emergency in which GC 6.1.4 will apply), site meeting discussion; site meeting minutes or other communication as approval that any Work is a change in the Work. The Contractor must receive a Change Order or Change Directive before proceeding with a change in the Work and the Contractor shall strictly comply with the requirements of this GC

6.1.4 In an emergency, when it is impractical to delay a Change Directive, the Consultant

may issue an oral direction which the Contractor shall follow. In such event the Consultant shall issue a Change Directive at the first opportunity.

GC 6.2 CHANGE ORDER

SC. 26. Change the first part of paragraph 6.2.2 to read “When the Owner and the Contractor agree in

writing…”; and

Add the following paragraph:

6.2.3. When the valuation of a change in the Work is to be determined either by estimate and acceptance in a lump sum, or by cost and fixed or percentage fee, the valuation shall be in accordance with the following:

.1 Work performed by the Contractor – Contractor’s direct field costs plus 10%

mark-up for overhead and profit.

.2 Work performed by the Subcontractor – Subcontractors will receive direct field costs plus 10% mark-up for overhead and profit. The Contractor will receive an additional 5% markup on the actual cost evidenced by invoice to cover all overhead and profit. GC 6.3 CHANGE DIRECTIVE SC 27. Delete and replace GC 6.3.6.3 and replace with the following:

“The Contractor’s fee will cover all overhead and profit and will be calculated as follows:

(1) Work performed by the Contractor – Contractor’s direct field costs plus 10% mark-up for overhead and profit.

(2) Work performed by the Subcontractor – Subcontractors will receive direct field costs plus 10% mark-up for overhead and profit. The Contractor will receive a 5% markup on the Subcontractor’s actual cost evidenced by invoice to cover all of the Contractor’s overhead and profit.

Page 31: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 73 00 T17-361 SUPPLEMENTARY GENERAL CONDITIONS PAGE 8 OF 15

SECTION 00 73 00

GC 6.5 DELAYS SC 28. In paragraph 6.5.4 in the second line change “10” to “5”. And at the end of paragraph 6.5.4

add the following sentences:

“A Notice in Writing shall be delivered to the Consultant for each and every delay and shall indicate the reasons for such delay and the best estimate of the Contractor as to its estimated duration and likely effect upon the Contract Time. No oral communication, site meeting discussion or meeting minutes shall be sufficient notification of delay.“

SC 29. Add the following paragraphs:

GC 6.5.6 If the Consultant determines that the Contractor is delayed in the performance of the Work, for reasons other than those under GC6.5.1, GC6.5.2 or GC6.5.3, such that in the Consultant’s opinion the Work is more than 20 percent behind the Construction Schedule, then upon notice from the Owner, the Contractor will increase the hours of work, the days of work, and the number of workers as required to bring the Work back into line with the Construction Schedule and any costs associated with such measures shall be borne by the Contractor.

GC 6.5.7 In the event of any delay the Contractor shall take all reasonable measures to minimize

the effects and costs of the delay and (except where the delay is caused by the Owner or the Consultant or other cause reasonably outside of the control of the Contractor) the Contractor will be responsible for all costs relating to the delay.

GC 6.5.8 The Contractor shall maintain and protect the Work during the period of delay in the

performance of the Work.

GC 7.2 CONTRACTOR’S RIGHT TO STOP THE WORK OR TERMINATE THE CONTRACT SC 30. Delete paragraph 7.2.3.1 in its entirety. SC 31. Delete paragraph 7.2.5 and replace with the following: “7.2.5 If the Contractor terminates the Contract under the conditions set out above,

the Contractor shall be entitled to be paid for all Work performed under the Contract including reasonable profit and will be entitled to no further compensation from the Owner.”

GC 8.2 NEGOTIATION, MEDIATION, AND ARBITRATION SC 32. Delete paragraph 8.2.1 and replace with the following:

8.2.1 In accordance with the latest edition of the Rules for Mediation of CCDC 40 - Rules for Mediation and Arbitration of Construction Disputes, 2005 the parties shall appoint a Project Mediator within 15 Working Days after both parties agree in writing that a Project Mediator be appointed.

SC 33. Delete paragraphs 8.2.6, 8.2.7 and 8.2.8 and replace with the following:

8.2.6 Upon termination of mediated negotiations, either party may refer the unresolved dispute to the courts, or to any other form of dispute resolution, including arbitration, which the parties have agreed to use.

Page 32: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 73 00 T17-361 SUPPLEMENTARY GENERAL CONDITIONS PAGE 9 OF 15

SECTION 00 73 00

GC 9.4 CONSTRUCTION SAFETY SC 34. Delete paragraph 9.4.1 and replace with the following:

9.4.1 The Contractor shall be solely responsible for construction safety at the Place of the Work as and to the extent required by applicable legislation, regulations and codes, including the Workers Compensation Act, applicable regulations and good construction practice, and shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the performance of the Work.

.1 The Contractor shall be the Prime Contractor for the Work and Place of the Work as

defined by the Workers Compensation Act Part 3, Division 3, Section 118.

.2 Prior to issuance of the Notice to Proceed, the Contractor shall sign and submit a Prime Contractor Agreement form (included in the Bid Documents) acknowledging acceptance and understanding of the requirements and obligations of the Prime Contractor role. If at any time the Contractor believes he is no longer acting as the Prime Contractor, due to multiple contractors or other factors, written notification must be provided by the Contractor to the Consultant. An investigation will then be completed and the Prime Contractor status will be confirmed or amended as warranted. All costs associated with amending Prime Contractor status or assigning Prime Contractor status to another party or the Owner, including the cost to manage site safety to complete the works, shall be the responsibility of the Contractor.

GC 10.1 TAXES AND DUTIES SC 35. Add the following paragraph:

10.1.3 Any tax including, without limiting the generality of the foregoing, the Value-Added Tax or any government sales tax, customs, duty or excise tax, whether paid or not, which is found to be inapplicable or for which exemption may be obtained is, the sole and exclusive property of the Owner. The Contractor agrees to cooperate with the Owner or his agent in the application for any refund of any such taxes, which cooperation shall include without limitation making or concurring in the making of application for any such refund or exemption and providing to the Owner or his agent copies, or where required, originals, or records, invoices, purchase orders and other documentation necessary to support such application for exemption or refund.

SC 36. Add the following paragraph:

10.1.4 Where any invoices or other documents are required for tax and duty refund purposes, the Contractor shall provide the Owner with such invoices and other documents as may be necessary to substantiate the amount of taxes or duties paid during the performance of the Contract for which the Owner may rightfully claim redemption.

GC 10.4 WORKERS’ COMPENSATION SC 37. Add the following sentence to paragraph 10.4.1: “The Contractor agrees that the Owner has the unfettered right to set off the amount of any

unpaid premiums and assessments for WorkSafe BC coverage against any monies owing by the Owner to the Contractor.

Page 33: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building SECTION 00 73 00 T17-361 SUPPLEMENTARY GENERAL CONDITIONS PAGE 10 OF 15

SECTION 00 73 00

SC 38. Add the following paragraph:

10.4.3 The Contractor shall indemnify and hold harmless the Owner from all manner of claims, demands, damages, costs, losses, penalties, actions, causes of action and proceedings arising out of or in any way related to unpaid WorkSafe BC assessments owed by any person working on the Project or relating to the Work or arising out of or in any way related to the failure to observe safety rules, regulations and practices of WorkSafe BC.

SC 39. Add the following paragraph:

10.4.4 The Contractor will be the “Prime Contractor” for the Project under the Workers Compensation Act (British Columbia) and will fulfill all obligations of the “Prime Contractor” under that Act, including by ensuring that the activities of any employees, workers and other persons at the Place of the Work relating to occupational health and safety are coordinated and by doing everything that is reasonably practicable to establish and maintain a system or process that will ensure compliance with the Workers Compensation Act and the regulations under that Act applicable to the Place of the Work”.

GC 12.3 WARRANTY SC 40. Add the following sentence to paragraph 12.3.4:

In effecting a correction of defects or deficiencies, the Contractor shall also bear all costs involved in removing, replacing, repairing or restoring aspects of the Work that may be affected in the process of making the correction.

SC 41. Add the following paragraph:

12.3.7 Where a material, Product or installation covered by warranty fails, the stipulated warranty and warranty period shall be renewed for the specific Work being replaced or repaired, with the exception of warranties referred to in GC 12.3.6

Page 34: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 1 OF 28

SPECIFICATIONS

TABLE OF CONTENTS ARTICLE # ARTICLE PAGE 1 GENERAL ........................................................................... ....................................... .........12 DESCRIPTION OF WORK ................................................................................................. 3 3 STANDARD OF ACCEPTANCE ....................................................................................... 3 4 ADDITION OF ACCEPTABLE MANUFACTURERS ...................................................... 4 5 EXISTING SERVICES ........................................................................................................ 4 6 CUTTING & PATCHING .................................................................................................... 4 7 MISCELLANEOUS METAL .............................................................................................. 4 8 ACCESSIBILITY & SAFETY ............................................ .................................................4 9 GUARDS AND COVERS .................................................................................................... 4 10 LUBRICATION OF EQUIPMENT ..................................................................................... 5 11 PAINTING ............................................................................................................................ 5 12 SYSTEMS BALANCING .................................................................................................... 5 13 SYSTEMS COMMISSIONING, VERIFICATION AND DEMONSTRATION ................ 5 14 SUBSTANTIAL PERFORMANCE REQUIREMENTS ..................................................... 7 15 OPERATING & MAINTENANCE MANUALS ................................................................. 7 16 SHOP DRAWINGS .............................................................................................................. 7 17 AS-INSTALLED RECORD DRAWINGS .......................................................................... 7 18 IDENTIFICATION............................................................................................................... 8 19 SPARE PARTS ..................................................................................................................... 8 20 VIBRATION ISOLATION .................................................................................................. 8 21 SEISMIC RESTRAINTS ..................................................................................................... 8 22 DUCTWORK AND ACCESSORIES .................................................................................. 9 23 INSULATION - DUCTWORK ............................................................................................ 9 24 INSULATION - PIPING .................................................................................................... 10 25 GLYCOL HEATING WATER SYSTEMS - PIPING, VALVES AND FITTINGS ......... 10 26 PIPING INSTALLATION.................................................................................................. 13 27 CHEMICAL TREATMENT ............................................... ...............................................13 28 PACKAGED AIR HANDLING UNIT (AHU) .................................................................. 13 29 CONTROLS GENERAL .................................................................................................... 17 30 CONTROLS SEQUENCE OF OPERATION .................................................................... 21 31 ELECTRICAL- GENERAL ................................................ ...............................................22 32 DOCUMENTATION FORMS ........................................................................................... 23

Page 35: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 2 OF 28

1 GENERAL

1.1 The project “Owner” is the Regional District of Central Okanagan, and the project is located at 4261 Gellatly Road, West Kelowna BC as per the image below:

1.2 It is the intention of these specifications and drawings to provide for a complete and fully operating mechanical and electrical system as described herein, and in complete accord with applicable codes and ordinances.

1.3 The work to be done shall include the provision of all labour, materials, tools and equipment as well as the application of a competent knowledge of construction, required for the installation, testing and commissioning of the complete mechanical system.

1.4 The drawings and specifications are a guide to establishing quality of equipment, materials, workmanship and performance. Drawings and specifications are complementary to one another, and any discrepancies between drawings and specifications leaving in doubt the true intent of work shall be brought to the attention of the Owner, as per section 2.1 of the Instructions to Bidders.

1.5 The term "provide" shall mean to supply, install and commission. 1.6 Before submitting a tender, the Tenderer shall review available drawings to understand

all conditions affecting the work under this contract. They shall investigate and satisfy himself that they can supply and install this work without any additional charges after award of the Contract.

1.7 The system shall comply with the greatest requirements of local municipal building by-laws, the current edition of the British Columbia Building Code, British Columbia Plumbing Code, NFPA, the British Columbia Fire Code and all revisions and amendments thereto.

1.8 The Contractor shall pay all fees, obtain all permits required, and obtain inspections and approvals from the inspection authority.

1.9 All materials used shall be new and the best of its respective kind. All equipment installed shall be in accordance with the manufacturer's printed installation directions.

1.10 The Contractor shall familiarize himself with the building plans and shall cooperate to resolve any conflicts or defaults which arise during the construction period.

1.11 Without additional charge or expense, the Contractor shall make any necessary changes or additions to accommodate the structural, electrical and architectural conditions that are required for the completion of the discipline related work. Minimal

Page 36: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 3 OF 28

structural/architectural information is available, so on-site coordination efforts may be required in some areas. The unit will require structural coordination but there is no concern with the new unit weight.

1.12 The Contractor shall leave systems operating with work areas clean and to the satisfaction of the Consultant.

1.13 The Contractor shall provide tests and systems commissioning to ensure systems operate as intended.

1.14 All demolished materials and equipment are the property of the contractor and shall be removed from the site, unless otherwise directed by the Owner. Leave work areas clean and dust free.

1.15 The Contractor shall patch and make good any materials and equipment that may become damaged.

2 DESCRIPTION OF WORK

2.1 The Grit Building AHU replacement project generally involves: .1 Removal and disposal of existing AHU and adjacent exhaust fan (not used) and

related ducting) .2 Installation of new AHU unit, c/w unit supplied VFD, and related glycol piping

revisions and control valve .3 Balancing and commissioning of air and glycol systems .4 Installation of new control panels and interface of common alarm with existing

SCADA panel (location similar to existing) 2.2 The Contractor shall be responsible for all work identified or implied by the drawings

and specifications, including but not limited to; .1 Coordination with others regarding owner supplied controls and other equipment .2 Installation and commissioning of all mechanical and structural systems,

including the electrical power supplies. .3 Disposal of all unused material.

2.3 The Contractor shall be responsible for the performance testing and commissioning of all equipment supplied and installed for the project (including all equipment supplied by the Owner where applicable).

2.4 All systems shall be operational and demonstrated to the Consultant and Owner to their satisfaction, prior to Total Completion being granted.

3 STANDARD OF ACCEPTANCE

3.1 Means that items named and specified by manufacturer and/or catalogue number forms part of specification and sets standard regarding performance, quality of material and workmanship and when used in conjunction with a referenced standard, shall be deemed to supplement the standard.

3.2 The listed manufacturer's name shown with a model name and/or number, was used in preparing the design. Tenders may be based on any listed manufacturer, providing they meet every aspect of the drawings and specifications, and approval is granted by the Owner in accordance with section 11 - Approved Equals of the Instructions to Bidders.

3.3 Where other than the listed manufacturer or named manufacturer is selected or approved, the Tenderer shall include for the cost of any resulting work and any necessary redesign of installation or structure.

3.4 If changed, the Contractor shall submit redesign drawings for review with Shop Drawings. Maintain installation, access and servicing clearances. Redesign drawings shall be to scale and of a standard equal to the Project Drawings. The consultant is available for assistance in this regard.

Page 37: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 4 OF 28

3.5 Where two or more items of equipment and/or material, of the same type, are required, the Contractor shall provide products of a single manufacturer.

3.6 A visible manufacturer's nameplate shall indicate manufacturer's name, model number, serial number, capacity data, electrical characteristics and approval stamps.

4 ADDITION OF ACCEPTABLE MANUFACTURERS

4.1 Material/products considered to satisfy the specification, but of a manufacturer other than those named in the Specification may be submitted to the Owner for consideration, in accordance with section 11.0 Approved Equals of the Instructions to Bidders.

4.2 Addition of manufacturer's names to the specifications will be in writing by the Owner, no fewer than 5 working days before the Bid Closing Date.

5 EXISTING SERVICES

5.1 This is a renovation project to an existing building. Current as-built drawings, or information depicted on the mechanical tender drawings may not necessarily exist on site. Therefore, the contractor is required to make reasonable assumptions to scope of work behind hidden surfaces, and the costs for dealing with those issues. This means that these anticipated costs should be carried in the tender price to deal with these issues.

5.2 Should the work uncover unexpected, costly issues such as asbestos, or other items considered unusual or unforeseen, then the costs for these items will be considered by the Consultant as additional costs. The consultant / owner, with consideration to the claim details and contractual fairness, will be the sole party to determine if the additional work claimed should have been anticipated by the contractor, as per the above item, or if it is in fact claimable as an extra.

6 CUTTING & PATCHING

The Contractor shall: 6.1 Be responsible for all cutting, patching, digging, canning and coring required to

accommodate the mechanical, structural and electrical services. 6.2 Make good all revisions to match the original condition.

7 MISCELLANEOUS METAL

The Contractor shall: 7.1 Be responsible for all miscellaneous steel work relative to the Specifications, including

but not limited to support of equipment. 7.2 All steel work shall be prime coated, ready for paint finish.

8 ACCESSIBILITY & SAFETY:

8.1 Install all work to be readily accessible for adjustment, inspection, operation and maintenance.

8.2 Equipment that is installed in a fashion such that service is not easily possible shall be reworked at the contractor’s own expense.

8.3 Ensure safety precautions are made when working off of all existing roofs as equipment is located near roof parapets.

8.4 All future access points for servicing must be developed with safety in mind.

9 GUARDS AND COVERS

Page 38: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 5 OF 28

9.1 Provide removable protective guards on all exposed V-belt drives and shaft couplings in accordance with Worker's Compensation Board requirements.

9.2 Removable access covers shall be provided for all equipment installed under this project.

10 LUBRICATION OF EQUIPMENT

10.1 Lubricate all equipment prior to being operated, except sealed bearings, which shall be checked.

10.2 Use the lubricant recommended by the manufacturer for the service for which the equipment is specified.

11 PAINTING

11.1 Clean exposed bare metal surfaces supplied under Division 15 removing all dirt, dust, grease and millscale. Apply at least one coat of corrosion resistant primer paint to all supports and equipment fabricated from ferrous metal. Paint all exposed ducts, equipment and supports with two finishing coats of paint; color to be as directed by the Owner.

11.2 Repaint all marred factory finished equipment supplied under Division 15, to match the original factory finish.

12 SYSTEMS BALANCING

12.1 This project includes the rebalancing and documentation of all supply and return air systems related to this AHU. The foul air system re-balancing is not included

12.2 Adjust duct and terminal balance dampers, adjustable air turning devices and adjust or change drive sheaves to balance supply, return and exhaust air systems to provide the design air quantities (within +/-10%) at each outlet and inlet and to maintain the design relationship between the supply and exhaust air system quantities. Refer to the drawings for air quantities.

12.3 Acceptable Balancing Contractors: BC Tech Engineering Services, R.A. Bruce Associates, Inland Technical Services, MDT Systems, Western Mechanical Services, KD Engineering, Vesta Dynamics. Others will be acceptable if approved in advance.

12.4 Adjust all air terminals to obtain the optimum air distribution pattern. 12.5 Adjust all air flow and pressure sensing devices. 12.6 Adjust the new glycol heating systems to design flow conditions. 12.7 Adjust relief damper as required (otherwise this device will be capped). 12.8 Submit reports electronically and include in O&Ms. 12.9 Include minimum 3 hard copies of a balance report for inclusion into the manuals.

13 SYSTEMS COMMISSIONING, VERIFICATION AND DEMONSTRATION

13.1 Be responsible for the performance and commissioning of all equipment provided under Division 15. Commissioning is the process of advancing the installation from the stage of static completion to full working order to specified requirements. It is the activation of the completed installation.

13.2 Acceptable Commissioning Contractors: BC Tech Engineering Services, R.A. Bruce Associates, Inland Technical Services, MDT Systems, Western Mechanical Services, KD Engineering, Vesta Dynamics. Others will be acceptable if approved in advance.

13.3 Commissioning is concluded when mechanical systems have been balanced and the installation is in full working order and acceptable for use. The work will include the following:

Page 39: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 6 OF 28

.1 Balancing of the air systems as specified.

.2 Balancing of the liquid systems as specified.

.3 Set up air diffusers, registers and grilles for optimum distribution/comfort.

.4 Plug all air pressure and flow measuring holes.

.5 Adjust vibration isolators and seismic restraints for optimum performance. Provide letter of certification.

.6 Verification of tight closure of outside air dampers.

.7 Verification and certification of the sealing of all HVAC penetrations through fire separations (rated & non-rated) and sound separations.

.8 Verification of water tightness of all roof and exterior wall penetrations.

.9 Verification that all coil drain pans operate.

.10 Verification that equipment is not short cycling.

.11 Verification of operation of all mechanical related fire alarm functions.

.12 Set up control valves/dampers and automatic temperature control devices.

.13 Testing and debugging of the Building Automation System.

.14 Set up and test all alarm and protective devices.

.15 Obtain and review trend logs for all control points. Submit trend logs to Consultant with detailed comments after verification of proper operation of all control sequences.

.16 Verify electrical connections and compliance with Codes. 13.4 After commissioning, demonstrate the operation of the systems to the Consultant and

then to the Owner's Operating Staff. 13.5 At the completion of the commissioning, testing, balancing and demonstration submit

the following to the Consultant: .1 A letter certifying that all work specified under this contract is complete, clean

and operational in accordance with the specification and drawings. .2 Completed copies of all commissioning check lists plus copies of start-up reports

from specialty contractors and vendors. .3 Signed off CWT field reports. .4 "RECORD" drawings. .5 A list of all alarm and protective devices tested, with the final operating

settings. 13.6 The verification process shall include instructional seminars to demonstrate all systems

and to explain the operation of each. The instruction shall be completed by the Commissioning Agency and shall include the following: .1 Ease of access provided throughout for servicing coils, filters, motors, drives,

fusible link fire dampers, control dampers and damper operators, etc. .2 Operation of all equipment and systems under each mode of operation and

failure. .3 After demonstration obtain the Owner's signature certifying that the

demonstration has been performed and completed to their satisfaction.

Page 40: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 7 OF 28

14 SUBSTANTIAL PERFORMANCE REQUIREMENTS

14.1 Before the Consultant is requested to make an inspection for Substantial Performance of the work: .1 Commission all systems and prove out all components, interlocks and safety

devices. .2 Complete any or all verification forms as required by this specification. .3 Submit a letter certifying that all work (including calibration of instruments and

balancing of systems) is complete, operational, clean and all required submissions have been completed.

14.2 The work will not be considered be ready for use or substantially complete until the following requirements have been met: .1 All life safety items are completed and fully functional. .2 All reported deficiencies have been corrected. .3 Testing and balancing completed. .4 Operating and Maintenance Manuals completed. .5 "Record” Drawing ready for review. .6 System Commissioning has been completed and has been verified by Consultant. .7 All demonstrations to the Owner have been completed.

15 OPERATING & MAINTENANCE MANUALS

15.1 Prepare instruction manuals which include equipment manufacturers' operating and maintenance bulletins, a report on the balancing of the air and water systems and a report on chlorination of water mains. The manuals shall be prepared by the Commissioning Agent and not the Contractor.

15.2 The manufacturers' bulletins shall include: .1 General description of the equipment and their operation. .2 Normal maintenance and minor trouble-shooting of each major item. .3 Wiring diagrams. .4 Control diagrams. .5 Spare parts list. .6 Local source of supply.

15.3 Submit three copies in suitably labeled hard cover binders, to the Consultant at least ten days prior to the Substantial Performance inspection date.

15.4 Submit electronic O&Ms on computer disk/drive.

16 SHOP DRAWINGS

16.1 Review the owner’s submission requirements outlined in the Statement of Requirements.

16.2 The Contractor shall provide in PDF form all shop drawings of all equipment for the Consultant’s review within 1 week of receipt of Contract Signature and Notice to Proceed. Submit clear and descriptive control sequences prior to installation.

17 AS-INSTALLED RECORD DRAWINGS

17.1 Maintain one set of record drawings at the site. Clearly mark in red any changes or deviations from the original design intent. Record all changes to the work as the installation progresses.

17.2 At the completion of the work, certify the drawing as being accurate, mark the drawing as "Record", and send to the Consultant upon Substantial Performance of this Contract.

Page 41: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 8 OF 28

17.3 Include in the tender price an allowance of $500 to transfer changes to the original documents. Coordinate changes to the original documents with the Consultant.

18 IDENTIFICATION

18.1 Each piece of equipment shall be identified with its equipment schedule identification, e.g. supply fan SF-1, cooling coil CC-1, pump P-1. .1 Provide laminated plastic plates with black face and white centre of minimum

size 90mm x 40mm x 2.5mm [3-1/2" x 1-1/2" x 3/32"] engraved with 12mm [1/2"] high lettering. Use 25mm [1"] high lettering for major equipment.

.2 Apply nameplates securely in conspicuous places, on cool surfaces.

19 SPARE PARTS

19.1 Provide spare parts for the Owner as follows: .1 one set of v-belts for each new piece of equipment. .2 one set of filter media for each filter or filter bank installed.

20 VIBRATION ISOLATION

20.1 Provide vibration isolation on all motor driven equipment with motors of ½ HP and greater power output (as indicated on the motor nameplate) and on piping and ductwork, as specified herein. For equipment, less than ½ HP, provide neoprene grommets at the support points.

20.2 Provide 20mm [3/4"] thick continuous perimeter closed cell foam gasket to isolate base of package type equipment, RTU's, exhaust fans, etc. from floors, roofs and roof curbs. Select width for nominal 3 psig loading under weight of equipment and allow for 25% compression, 5mm [3/16"]. Increase width of curb using steel shim if necessary to accommodate gasket. For light equipment such as exhaust fans, deflection should be a minimum of 0.05".

20.3 Use hold down bolts selected for seismic loads. Isolate bolts from base of unit using neoprene hemi-grommets. Avoid compressing gasket (eg. use Hilti HVA adhesive set bolts, or equal, with steel washers and lock nuts, adjusted finger tight to the hemi-grommets). Size bolt and hemi-grommet for minimum lateral clearance. Standard of Acceptance: American National Rubber-EPDM-SBR blend SCE 41 type self-extinguishing neoprene, Mason Industries Type HG Hemi-Grommets

21 SEISMIC RESTRAINTS

21.1 Provide cable restraints on all isolated equipment and seismic restraint on all other equipment, piping and ductwork, all in general accordance with SMACNA Guidelines.

21.2 It is the entire responsibility of equipment manufacturers to design their equipment so that the strength and anchorage of internal components of the equipment exceeds the force level used to restrain and anchor the unit itself to the supporting structure.

21.3 All resiliently mounted equipment, including piping and ductwork, shall be provided with seismic restraining devices (snubbers).

21.4 Air handling systems shall have curb/support bolting restraint systems designed by a BC Professional engineer, regularly employed in the design of restraint systems. Submit "sealed" shop drawings for review by the Consultant.

Page 42: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 9 OF 28

22 DUCTWORK AND ACCESSORIES

22.1 Reference Standards .1 The construction and installation of ductwork and plenums shall be in

accordance with the latest edition of the following referenced SMACNA manuals and ASHRAE handbooks.

.1 SMACNA - H.V.A.C. Duct Construction Standards.

.2 ASHRAE - Handbook - Equipment Volume. 22.2 General

.1 Modify local ducts as required for connections to the new AHU

.2 Ductwork used on this project shall be clean and free from scale, corrosion and deposits. All ductwork shall be degreased and wiped clean of all oil and other surface films with appropriate solvents prior to installation.

.3 All ductwork shall be delivered clean to the site and maintained in clean condition. Dirty ductwork shall be removed from site.

22.3 Galvanized Steel .1 Galvanized steel shall have a 380 g/sq.m. [1-1/4 oz/sq.ft] galvanizing coat both

sides to ASTM A525 G90. 22.4 Ductwork and Plenum Pressures

.1 Provide ductwork and plenums fabricated from galvanized steel for the static pressure categories listed below.

.2 500 Pa [2" W.G.] static pressure .1 All supply ductwork and plenums on systems without mixing boxes/air valves. .2 All return air ductwork and plenums, except where otherwise specified. .3 All outdoor air ductwork and plenums, except as otherwise specified.

22.5 Galvanized steel, lock forming quality. All ductwork to be constructed, braced, connected and jointed according to ASHRAE and SMACNA.

22.6 Duct and Plenum Access .1 Provide access doors and panels as required for equipment servicing.

22.7 Provide thermal breaks at all roof and wall penetrations. 22.8 Provide flexible canvas duct connections on all vibrating fan equipment.

23 INSULATION - DUCTwork

23.1 As applicable, use the latest edition of the "B.C. Insulation Contractors Association (BCICA) Standards Manual" as a reference standard if sufficient detail/information is not specified herein.

23.2 External .1 Flexible glass fibre insulation with integral vapour barrier. .2 Thermal Conductivity at 24°C. - 0.042 W/m/°C. .3 Acceptable Manufacturers: Certainteed STP Ductwrap #75, Fiberglas AF300 (type

II) RFFRK, Knauf FSK Ductwrap, Manson Alley-Wrap FSK. 23.3 Acoustic Duct Liner

.1 Internal flexible glass fibre acoustical insulation with sealer coating on one face.

.2 Thermal Conductivity at 24°C. - 0.040 W/m/°C.

.3 Thickness of insulation is as indicated by a circled dimension on the drawings. Where no value us provided, assume 2” thickness

.4 Acceptable Manufacturers: Certainteed Ultralite #150, Knauf Duct Liner M, Manson Akousti-liner.

23.4 Insulation Accessories

Page 43: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 10 OF 28

.1 All insulation accessories (adhesives, tape, coatings, etc.) shall be approved for the specific application.

23.5 Duct Insulation Schedule: .1 Provide 25mm [1"] insulation for outside air ducts. .2 Provide 25mm [1"] insulation for exhaust ducts for 2.5m [8'] from roof or wall

penetration. .3 Adhere insulation with insulation adhesive applied in 150mm [6”] wide strips at

300mm [12”] on centre and secure with twine at 300mm [12”] on centre. .4 Provide 50mm (2”) insulation with waterproof jacket on all cooling and heating

supply ducts located outdoors.

24 INSULATION - PIPing

24.1 As applicable, use the latest edition of the "B.C. Insulation Contractors Association (BCICA) Standards Manual" as a reference standard if sufficient detail/information is not specified herein.

24.2 Preformed pipe covering with integral vapour barrier. .1 Thermal Conductivity at 24°C. - 0.033 W/m/°C. .2 Acceptable Manufacturers: Certainteed 500 ASJ/SSL, Fiberglas 850 ASJ/SSL or

equal. 24.3 Insulation Accessories

.1 All insulation accessories (adhesives, tape, coatings, etc.) shall be approved for the specific application.

.2 Install flexible foamed elastomeric or flexible closed cell preformed piping insulation. Secure longitudinal and butt joints with adhesive. Insulate all fittings and components. To obtain the specified thickness, apply in layers with staggered joints.

24.4 Insulation Termination Points .1 Terminate insulation 75 mm [3"] back from all uninsulated fittings to provide

working clearance and terminate insulation at 90o and finish with reinforced scrim cloth and vapour barrier mastic system. Cover onto pipe and over the insulation vapour barrier. On concealed hot services terminate insulation 75mm [3"] back from all uninsulated fittings, cut off at 90o and apply reinforced scrim cloth and breather mastic system.

.2 Cut back insulation at 45o and finish with a silicone caulking sealant around the base of thermometer wells, pressure gauges, flow switches and pressure and control sensors.

24.5 Pipe Insulation Schedule: .1 Provide 25mm [1"] insulation for all metal heating pipes 50mm [2"] and smaller.

40mm [1.5"] for all heating pipes greater than 50mm [2"]. .2 Acceptable Manufactured Products: Truebro 'Handi Lav-Guard', Brocar Products

Inc. 'Trap Wrap', Sexauer 'Handi Lav-Guard'

25 Glycol HEATING WATER systems - PIPING, VALVES AND FITTINGS

25.1 Do all piping system work in accordance with ANSI/ASME B31.9. 25.2 Pipe

.1 Steel Pipe: Schedule 40 to ASTM A53-87 Grade B. 25.3 Pipe Joints

.1 Screwed fittings: screwed fittings up to 50mm [2"] using Teflon tape or pulverized lead paste.

Page 44: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 11 OF 28

.2 NPS 50mm [2.5"] and over - welded. 25.4 Pipe Fittings - Steel Pipe, screwed, flanged or welded:

.1 Malleable iron screwed fittings (banded pattern): Class 150 to ANSI B16.3-1977.

.2 Steel pipe flanges and flanged fittings: to ANSI B16.5-1981.

.3 Unions, malleable iron, brass to iron ground joint type: to ANSI B16.3-1977.. 25.5 Valves General

.1 Wherever possible all valves shall be of one manufacturer.

.2 Provide valves with manufacturer's name and pressure rating clearly marked on outside of body. All valves must be suitable in all respects for service used.

.3 All valves shall have a Provincial CRN number which is current. 25.6 Gate Valves

.1 NPS 2 and under, screwed: .1 Bronze body, rising stem, solid wedge disc, union or screwed bonnet. .2 Acceptable Products:

.1 Class 125 [860 kPa] - Crane 1700, Grinnell 3010, Kitz 24, Newman Hattersley 607, Nibco T-134, Toyo 293.

.2 NPS 2 and under, soldered: .1 Bronze body, rising stem, solid wedge disc, screwed bonnet. .2 Acceptable Products:

.1 Class 200 W.O.G. [1380 kPa] - Crane 1700S, Grinnell 3080SJ, Kitz 44, Newman Hattersley 607C, Nibco S-134, Toyo 299.

.3 NPS 2-1/2 and over, flanged: .1 Cast iron body, rising stem, O.S. & Y, solid wedge disc, bronze trim, bolted

bonnet. .2 Acceptable Products:

.1 Class 125 [860 kPa] - Crane 465-1/2, Grinnell 6020A, Kitz 72, Newman Hattersley 504, Nibco F-617-0, Toyo 421A.

25.7 Globe Valves .1 NPS 2 and under, screwed:

.1 Bronze body, rising stem, renewable composition or bronze disc, union bonnet.

.2 Acceptable Products: .1 Class 125 [860 kPa] - Crane 1703, Grinnell 3240, Kitz 03, Newman

Hattersley 14, Nibco T-235-Y, Toyo 220. .2 NPS 2 and under, soldered:

.1 Bronze body, rising stem, renewable composition or bronze disc, screwed bonnet.

.2 Acceptable Products: .1 Class 200 W.O.G. [1380 kPa] - Crane 1703S, Grinnell 3240SJ, Kitz 10,

Newman Hattersley 51, Nibco S-211-YW, Toyo 212. 25.8 Balance Fittings and Valves

.1 NPS 1-1/2 and over: .1 Screwed connections up to NPS 2. .2 Flanged connections NPS 2-1/2 and over. .3 Cast iron body, non-lubricated eccentric plug with resilient coating EPT or RS

55, suitable for 121oC [250oF] operating temperature, stainless steel bearings, adjustable memory stop, plug type suitable for wrench adjustment.

Page 45: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 12 OF 28

.4 Acceptable Products: .1 Class 175 W.O.G. [1210 kPa] - DeZurik 400, Keystone Ballcentric.

.2 NPS 3 and over: .1 Victaulic Vic-Plug Valve Series 377.

25.9 Circuit Balancing Valves .1 NPS 2 and under: copper alloy body, screwed, 'Y' pattern globe. .2 NPS 2-1/2 and over: cast iron body, flanged or grooved, 'Y' pattern globe. .3 Maximum pressure 1715 kPa [250 psig] and maximum temperature 121oC [250oF]. .4 Calibrated balancing valve with memory, positive shut-off, inlet and outlet

pressure measuring connections with integral shut-offs and drains. .5 Calibration charts and adjustment tools to be included. .6 Provide one (1) differential pressure meter kit suitable for direct readout c/w

connection hoses suitable for the system pressure. .7 Acceptable Products:

.1 Bell and Gossett - Circuit Setter

.2 ESBE - Circuit Setter

.3 Tour & Anderssen - STAD

.4 Armstrong - CBV

.5 Wheatley – GS

.6 Nexus 25.10 Needle Valves

.1 Bronze body, screwed, globe type with cadmium plated steel stem.

.2 Acceptable Products: .1 Class 400 [2760 kPa] - Crane 88/89, RP&C 60-100.

.3 Application: Install needle valves where petcocks or manual vents are indicated. 25.11 Drain Valves

.1 Globe type, bronze body with bronze trim and composition disc.

.2 Acceptable Products: .1 Crane 1703, Dahl 2343, Kitz 03, Newman Hattersley 13, Nibco T-235-Y, Toyo

220. 25.12 Hose Bibbs

.1 Brass ball valve with forged brass cap and chain, NPS 3/4 male threaded hose end, lockshield in public areas. Working pressure 1724 kPa [250 psi] to 121oC [250oF].

.2 Acceptable Products: .1 Crane F9202CC, DAHL #50-430 [50.430LS], Kitz 58CC, Red-White / Toyo 5046.

25.13 Strainers .1 NPS 2 and under: bronze body, screwed connections. .2 NPS 2-1/2 and over: cast iron body, flanged connections. .3 Basket Screen:

.1 Bronze, stainless steel or monel perforated screen.

.2 35 holes/cm2, 1.2 mm dia. perforations, 36% open area. .4 Acceptable Products:

.1 Armstrong, Kitz, Spirax/Sarco, Toyo 25.14 Air Vents Manual - High Capacity

.1 Globe Type

Page 46: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 13 OF 28

.1 Bronze body, union bonnet, screwed, 450 brinell hardened stainless steel trim and plug type disc.

.2 Acceptable Products: .1 Class 125 [860 kPa] - Crane 14-1/2 LP, Jenkins 2032, Lunkenheimer 73-PS,

Toyo 214. .2 Class 200 [1380 kPa] - Crane 212P, Jenkins 2050, Lunkenheimer 73-PS, Toyo

214.

26 PIPING INSTALLATION

26.1 Ream pipe ends. Clean scale and dirt, inside and outside before and after assembly. 26.2 During construction, protect all openings in piping and equipment, by capping or

plugging to prevent entry of dirt. 26.3 Connect to equipment in accordance with manufacturer's instruction unless otherwise

indicated. 26.4 Slope supply piping up (1:480) in direction of flow and drain from low points. Slope

return piping down (1:480) in the direction of flow. 26.5 Use eccentric reducers at pipe size change installed to provide positive drainage. 26.6 Provide clearance for access for maintenance of equipment, valves and fittings. 26.7 Install unions or flanges in connections to all equipment and specially components. 26.8 Arrange piping connections to allow ease of access and for removal of equipment. 26.9 Align and independently support piping connections adjacent to equipment to prevent

piping stresses being transferred. 26.10 Install valves with stems upright or horizontal unless approved otherwise. 26.11 Install valves to isolate each piece of equipment, and as indicated. 26.12 Construct piping to allow for expansion and contraction. 26.13 Tests and Cleaning

.1 Hydrostatically test all pipes for at least 8 hours prior to insulating.

.2 Repair all leaks as required for zero loss.

.3 Chemically flush all new hot water supplies prior to reconnection to equipment.

27 CHEMICAL TREATMENT:

27.1 Due to the limited piping revisions, chemical treatment is not required.

28 PACKAGED AIR HANDLING UNIT (AHU)

28.1 Contractor shall purchase and include delivery, installation and warranty. 28.2 The unit shall be designed to fit the existing curb. Add support rails, or coordinate with

unit supplier to position rails, as required to suit the site conditions. Rough dimensions are: W=64”, Curb length =98”. Refer to image below.

28.3 Model: Eng. Air Tag: AHU-1-1600 LM8/C/O/MV/R rooftop, air handling unit, horiz S/A. 7,000 CFM at ¾” ESP, 5 HP, VAV,

28.4 Electrical: 600V/3ph, Confirm at site the reuse of existing oversized feeder to existing unit

28.5 608 MBH with 45 GPM, 140 F EWT, 50% PPG. 60C (140F), LGT = 43C (110F). Supply air rise from -20C (-4F) to 25C (77F) at full speed. Off coil temperature at low speed (5769 cfm) shall be capable of 20C (72F) minimum. Supplier to confirm

28.6 Approx. 2200 lbs MCA=7.9 A at 575/3/60 28.7 Complete with

Page 47: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 14 OF 28

.1 FC blower, glycol heating coil, angle filters, O/A isolation damper c/w end switch wired in series with fan starter, inlet hood c/w bird screen

.2 factory mounted & wired VFD in outdoor enclosure

.3 remote panel with ON/OFF/AUTO switch and alarm lights as specified

.4 base to fit existing roof curb

.5 new S/A duct transition piece req’d

.6 outlet (not same size as existing) 28.8 Contractor to provide new S/A duct transition piece (not same size as existing) 28.9 18 ga. casing, enamel coat finish, lift-out access doors for servicing, coated 25mm [1"]

internal insulation. 28.10 Provide the units with the following:

.1 Filter section with 2" replaceable media filters (MERV 8).

.2 Low leakage outside air damper c/w side seals and edge seals.

.3 Electronic damper actuator (Belimo) c/w end switch. Actuator shall be compatible with control system.

.4 Outside air intake hood with 1/2" bird screen. 28.11 Approximate dimensions as per below:

Page 48: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 15 OF 28

Page 49: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 16 OF 28

28.12 Approximate operating data per below:

Page 50: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 17 OF 28

28.13 Approximate electrical operating data per below:

29 CONTROLS GENERAL

29.1 Control system shall consist of two components: .1 Panel A: A self-contained NEMA 12 electric control panel system provided with

the air handler. Locate in an accessible, owner approved location within the Grit Building (main floor-same location as existing) and wired to the rooftop unit.

.2 Panel B: A local stand-alone DDC control panel (Automated Logic or similar) that shall control off-coil temperature, space temperature and the coil control valve, alarms, interface with Panel A. etc. Locate beside Panel A. Provided by controls contractor.

29.2 Panel A shall provide local manual control of the fan speed control (on, off, auto), and activate the fan only after the outside air control damper and end switch have proven.

29.3 Panel B shall provide all other control features. Control the heating coil control valve in relation to a discharge air temperature sensor and space mounted thermostat reset. It shall also monitor filter differential pressure and fan run relays to activate sequences. Refer to sequence of operation.

29.4 Panel A: Alarm & Control Panel to be sized as required and shall include; • Unit off/auto Manual speed control switch (On is the fan run setting; the VFD will be set

by the balancer as required, with a minimum of 5769 cfm to achieve minimum 6 air changes).

• Unit on/off light • Alarm light (fan failure- current sensing relay from Panel B) • Auxiliary contacts – connected to local plant PLC system and Panel B 29.5 Panel B: Monitoring Control Panel to be sized as required and shall include: • Contacts to receive Panel A fan signals and send Panel B fan alarm signals (current

alarm, filter alarm) to the Panel A common alarm contact • Filter differential pressure reading and high limit • Fan current sensing relay (analog) • Discharge air temperature setpoint • Space temperature sensor input • Glycol control valve output 29.6 The installation shall be performed by Contractors specializing in this type of control

system installation and setup. 29.7 Acceptable manufacturers: Engineered Air, Automated Logic, Delta, Reliable, Siemens 29.8 The Contractor shall be responsible for the following items:

Page 51: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 18 OF 28

.1 All conduit and wiring for the control system, including control wiring required for Panel A.

.2 Supply of control valves and operators to the Mechanical Contractor.

.3 All programming, commissioning and tuning of the complete control system.

.4 Shop drawings, as-built diagrams and operating manuals.

.5 Demonstration and instruction for the Owner. 29.9 Discharge Air Temperature Sensor

.1 Thermistor duct temperature sensor within the discharge air stream. 29.10 Space Temperature Sensor

.1 Sensors shall be thermistor type and shall contain an adjustment for setpoint (graduated warmer-cooler), push button over-ride to return the zone to occupied mode. Set at 10C.

29.11 Air Handling Unit Status Indication .1 Adjustable setpoint analog current sensing relay. .2 Provided by controls contractor and situated in Panel B

29.12 Control Damper & Actuator .1 Low leakage outside air damper c/w side seals and edge seals complete with

actuator and end switch- Provided with air handler. 29.13 Variable Frequency Drive (VFD)

.1 AHU unit supplied and matched to motor

.2 To operate with an input, line side power factor of 0.94 or better at all speeds and loads.

.3 Factory C.S.A. certified.

.4 Unit to operate in ambient temperatures ranging from -30o C to +50o C.

.5 Unit to operate at full load with a variation of -15% and +10% of rated building voltage.

.6 Unit to operate at full load with a variation of +5% of rated frequency.

.7 Printed circuit board design using the latest "state of the art" components including microprocessor control of protective circuits.

.8 Suitable for use with the standard or high efficiency EEMAC Design B motors used on this project.

.9 VSD module and all additional peripheral components as specified herein, to be integrated and mounted in one common EEMAC 1 (use EEMAC 3R for outdoor units) wall or floor mounted enclosure.

.10 Transformers shall not be used on either the input or output of unit.

.11 The VSD shall include reactors or LRC filters as necessary to protect the motor from PWM - IGBT voltage spikes and limit the voltage rise times and maximum peak voltages throughout the specified building voltage range and for all operating conditions at the related motor connections as follows: .1 Maximum peak voltage 1000 volts. .2 Maximum voltage rate of rise: 500 volts/microsecond.

.12 Unit shall be provided with protection against:

Page 52: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 19 OF 28

.1 Stalls caused by overcurrent.

.2 Stalls caused by regenerative overvoltage.

.3 Overcurrent protection.,

.4 Regenerative overvoltage protection.

.5 Overload protection (thermal type).

.6 Ground fault protection.

.7 Instantaneous power failure protection.

.8 Alarm against overload.

.9 Overtemperature of heat sink.

.10 Input power under voltage, over voltage and phase loss.

.11 DC bus over voltage. .13 The unit shall have the following features:

.1 Adjustable acceleration and deceleration. Across the line starting shall not be possible. A ramp up time from 0 RPM to 1800 RPM of 30 seconds shall be the minimum possible ramp up time.

.2 Voltage/frequency ratio and adjustment.

.3 Power failure restart to be selectable and programmable for number of attempt's & time interval between attempt's. Unit also to have circuits to permit a start into a rotating motor, in either direction without trip or failure.

.4 Frequency range (output) 2 - 60 Hz minimum.

.5 Frequency resolution of 0.5 Hz or better.

.6 Frequency accuracy of +/-0.5% at 25°C.

.7 Able to accept a 4-20 milliamp, 0 to 5 vdc or 0 to 10 vdc external control signal for speed control.

.8 Able to accept a remote start / stop control.

.9 Minimum of 3 programmable preset speeds to facilitate operation of the unit from interlocks, at fixed speeds.

.14 Provide EMI filters to reduce EMI to FCC acceptance levels.

Page 53: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 20 OF 28

.15 The units shall have the following components: .1 Run and Stop pushbuttons or switch. .2 Hand-Off-Auto selector switch. .3 Manual speed adjusting potentiometer. .4 Fused disconnect switch rated for the full connected load and complete

with lockable, through door operator, defeatable with screw driver. Fuses to be suitable semi-conductor rated.

.5 Trip relay with light.

.6 Run relay with light.

.7 Analogue speed indicator, 0 - 110%, 50mm [2"] bezel minimum.

.8 110 volt control transformer, fused in the primary and secondary.

.9 Auto reset thermal overload - relay interlocked in run circuit.

.10 Terminal strip to accept N.C. safety contacts such as freeze stats and smoke alarms to safety shut down VSD when in Hand or Auto position.

.11 Form C contacts to indicate run mode.

.12 Form C contacts to indicate fault or alarm mode.

.13 0 to 10 vdc output signal directly proportional to controller's speed. .16 Units shall be equipped with a 5% line reactor and a harmonic filter on the power

input side to prevent the backfeeding of harmonics into the power system. Filters should control the THD within the values specified by IEEE 519.

.17 VSD's shall be installed by the Controls Contractor. All power wiring connections shall be by Division 16 and all control wiring by the Controls Contractor.

.18 The manufacture's representative shall be present at start-up and shall supervise the start-up and test the voltage at the motor connection with the Commissioning Agency present with a digital oscilloscope with storage capacity and with a sufficiently fast sample time to accurately measure voltage rate of rise to confirm that the voltage spikes and rate of rise are within the specified level. Submit the results to the Consultant including the input voltage on all three phases to the VSD at the time of measurement.

.19 The manufacture's representative shall be present for a minimum of 1/2 day to instruct the building maintenance personnel in the correct use and operation of the VSD units following the commissioning of the systems.

.20 Provide a parts and labour warranty for three years subsequent to Substantial Performance for the Variable Speed Drives.

.21 Provide a three-year parts and labour warranty against VSD related failure for each motor connected to a VSD power output.

.22 Shop drawings shall include:

Page 54: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 21 OF 28

.1 Dimensional drawings.

.2 All connection points.

.3 Power circuit diagrams.

.4 Installation and maintenance manuals.

.5 Warranty description.

.6 Certification of agency approvals.

.7 Conformance to each specified requirement.

.8 Placement of input and output reactors / filters, EMI filters, semi-conductor rated fuses (where required).

.9 Harmonic analysis indicating the level of harmonic distortion that the drives will cause.

.23 Variable speed drives shall be configured with hand-off-auto override capability 29.14 Heating Water Control Valve and Actuator

.1 Motorized valves of three-way configuration with linear flow characteristics accepting either a 0-10 vdc signal or a floating-point signal. Provided by controls contractor.

.2 50 gpm with 8 feet maximum pressure drop (50% glycol)

.3 Acceptable manufacturers: Belimo, Honeywell, Johnson 29.15 Controllers

.1 Field programmable using either Operators Control Language or Eikon programming. Pre-programmed or "canned" programming is not acceptable.

.2 Each controller shall be capable of operating standalone without adversely affecting the remainder of the control system.

.3 Should any controller fail, the remainder of the control system shall not be affected.

30 CONTROLS SEQUENCE OF OPERATION

30.1 Normally Off-Mode: Glycol valve closed, fan off, outside air damper closed. 30.2 Normally On-Mode: On fan start-up, the start switch on Panel A shall be set to the Auto

position. The outside air damper shall open and make the end switch before starting the fan.

30.3 The analog current sensing relay shall monitor fan operating status (Panel B). If the fan current is off set point, the control system shall provide an alarm and send a signal to the Panel A common alarm contract.

30.4 The Auto switch position shall signal Panel B through contacts to advise the system is operating.

30.5 New Air handler shall operate continuously on set speed (determined by air balancer). 30.6 If the fan has been off for more than 5 minutes, then a common alarm shall be

generated and sent to the SCADA contact in Panel A. 30.7 The discharge air controller shall modulate the glycol heating valve (normally open)

open and closed as required to maintain a minimum supply temperature of 10C (50F)-adjustable.

30.8 The room temperature sensor shall monitor space conditions and control to 10C (50F) set point. It shall increase or decrease the discharge air temperature sensor set point as required to maintain space temperature.

30.9 If the discharge air temperature sensor, or space temperature sensor deviates from set point by more than 2C for more than 3 minutes, then a common alarm shall be generated and sent to the SCADA contact in Panel A. The fan system shall continue to

Page 55: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 22 OF 28

operate unless the space temperature falls below 4C (40F), at which point the fan shall shut down.

30.10 When the fan operates, excess air from the air handler will relieve through the manual set building relief damper. The controls contractor shall work with the balancing and commissioning agent to set the weight of the relief dampers. Note: The owner may not want the relief damper due to odor control, in which case the building will remain over-pressurized and the relief will be capped. The actual final condition will be site specific.

31 ELECTRICAL – GENERAL:

31.1 The electrical installation shall be a design-build concept as coordinated by the selected contractor.

31.2 Engage a qualified electrical engineer and electrical contractor to review the proposed installation and coordinate the design according to all applicable building and electrical codes, adhering to local facility standards.

31.3 Coordinate requirements with Consultant and the Owner. 31.4 The existing AHU electrical disconnect, starters, feeders, circuit breakers and electrical

based controls shall be revised to accommodate the new VFD starter system supplied with the air handler.

31.5 Note: The supply fan size has been decreased from the previous unit. Refer to Section 28.13 for electrical data.

Page 56: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 23 OF 28

32 Documentation forms

32.1 MF 150 Check List - Start-up and Operation Requirements System: _______________________

ITEM CHECKED BY DATE

Prior To Start-Up

Safety Controls Installed & Operational Control and Dampers Operational Permanent Electrical Connections Made Fan Drives Aligned By Millwright Fan Rooms & Plenums Vacuum Cleaned Equipment Lubricated Building Swept & Clear Of Dust All Filters Installed Operating & Maintenance Data Available

During Start-Up

Qualified Operator In Charge Test On/off/auto positions

Monitor the building pressure relative to door closures and H2S infiltration Relief air balanced weights set

During Subsequent Operation

Qualified Operator In Charge Ensure That The Building Has Remained Clean Equipment Maintained Lubrication Maintained & Logged

NOTES:

• This is a brief checklist and does not cover all procedures, which may be advisable in a particular case. Additional information is available from equipment suppliers.

• Prior to starting or operating each system complete the appropriate section of this form and submit it to the Consultant.

• Submit completed copies of this form for each system with the certificate of substantial performance.

Page 57: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 24 OF 28

32.2 MF 170 Certificate of Testing and Balancing

I hereby declare that I ___________________________________________

I am an employee/a principal of _____________________________________

And certify that the testing and balancing procedures specified herein have been satisfactorily completed and I hereby certify that complete factual reports have been distributed.

SIGNED _____________________________________ DATE ____________________

NOTES:

.1 This certificate must be submitted prior to substantial performance.

Page 58: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 25 OF 28

32.3 MF 181 Check List – Demonstration of Systems System: ______________________

CONTRACTOR OWNER

ITEM SIGNED DATE SIGNED DATE

Review of System Concept

Review of Maintenance Manual

Review of System Balance

Troubleshooting

Points of required Maintenance

Access to Equipment

Location of Control Devices

All Electric Interlocks

All Alarms

Temperature Control

Air Volume Set- 6 AC

NOTES:

• Contractor to submit copies of this form with each appropriate item signed and dated by the person having overall charge of commissioning prior to substantial performance. (See MF 190).

• Owners representative to sign off each item during the demonstration. • Contractor to strike out items where they do not apply to the systems being

demonstrated. • Interlocks and controls to be demonstrated by following the descriptions and diagrams in

the contract documents and proving that all controls function as required.

Page 59: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 26 OF 28

32.4 MF 190 Certificate of Substantial Performance I hereby certify that I ______________________________________________________ am an employee / a principal /an agent of ____________________________________________________________________________ and have personally witnessed the following with regard to the mechanical and electrical systems work specified on the above project and that to the best of my knowledge except as noted on MF 191 (attached);

• The installation is complete and as specified.

• The systems have been commissioned and operate satisfactorily.

• Every control sequence and every control performs as specified.

• The systems are clean.

• All of the required submissions have been made to the consultant.

SIGNED ___________________________________ DATE ______________________________

NOTES:

• This certificate must be completed and submitted to the consultant prior to substantial performance.

• If it is apparent during this inspection that the systems or their operation are seriously deficient then all reasonable costs of any subsequent inspections shall be deducted from the contract sum.

Page 60: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 27 OF 28

32.5 MF 191 Check List – Work Remaining After Substantial Performance

COMPLETION

ITEM NO.

DESCRIPTION CLAIMED BY DATE VERIFIED DATE

NOTES:

• This form must be filled in and submitted to the Consultant prior to substantial performance.

• Items arising out of this inspection will be added to the list by the Consultant. Copies of the complete list will be circulated to the Owner and the Contractor.

• The Contractor may include estimated values against the outstanding work but determination of the actual amounts to be held will be made by the Consultant.

• The Contractor shall sign off each item as it is completed and submit the list monthly to the Consultant. When all items are signed off the completed list shall be submitted with the certificate of total performance MF 192.

Page 61: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building DIVISION 01 T17-361 SPECIFICATIONS & DRAWINGS PAGE 28 OF 28

32.6 MF 192 Certificate of Total Performance I hereby certify that I _____________________________________________________ am an employee / a principal / an agent of __________________________________________________________________________ and have personally witnessed that each item of outstanding work on the checklist and record of work remaining after substantial completion MF 191 (attached) has been satisfactorily completed and I hereby certify that the Mechanical & Electrical systems work specified on the above project is complete. SIGNED _____________________________________ DATE ___________________________

NOTES:

• This certificate must be completed and submitted to the Consultant prior to substantial performance.

• If it is apparent during this inspection that the systems or their operation are seriously deficient then all reasonable costs of any subsequent inspections shall be deducted from the contract sum.

END OF SECTION

Page 62: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

GRIT BUILDING

(AREA OF WORK)

////

T

REFERENCE DRAWINGSREVISION DESCRIPTION

BY

DESIGNEDDRAWN

DATE

BYBY

CHECKED

BY

APPROVED

NO.

REF. DWG. NO.

PROJECT NO.

DRAWING SIZE: 34 x 22DRAWING NO.

REV.

www.cwt-ltd.caYour project - Our focus

COPYRIGHT RESERVED. THIS PLAN AND DESIGN IS AND AT ALL TIMES REMAINS

THE EXCLUSIVE PROPERTY OF CORWIL TECHNOLOGIES LTD AND CANNOT BE

USED IN WHOLE OR IN PART WITHOUT EXPRESS WRITTEN PERMISSION OF

CORWIL TECHNOLOGIES LTD.

1

2

5

4

3

6

SCALE:

TITLE SHEET, SITE PLAN & SYMBOL

LEGEND

0 ISSUED FOR TENDER2017.06.19 BB PM SGW SGW

- -

- - - - -

- -

- - - - -

- -

- - - - -

- -

- - - - -

- -

- - - - -

-

-

-

-

-

-

0A17317

REGIONAL DISTRICT OF CENTRAL OKANAGAN

M1.0

AS NOTED

WEST KELOWNA, B.C.

GRIT BUILDING

AIR HANDLING UNIT REPLACEMENT

Page 63: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

1 2 3 4

A

C

E

B

C

D

REFERENCE DRAWINGSREVISION DESCRIPTION

BY

DESIGNEDDRAWN

DATE

BYBY

CHECKED

BY

APPROVED

NO.

REF. DWG. NO.

PROJECT NO.

DRAWING SIZE: 34 x 22DRAWING NO.

REV.

www.cwt-ltd.caYour project - Our focus

COPYRIGHT RESERVED. THIS PLAN AND DESIGN IS AND AT ALL TIMES REMAINS

THE EXCLUSIVE PROPERTY OF CORWIL TECHNOLOGIES LTD AND CANNOT BE

USED IN WHOLE OR IN PART WITHOUT EXPRESS WRITTEN PERMISSION OF

CORWIL TECHNOLOGIES LTD.

1

2

5

4

3

6

SCALE:

LOWER FLOOR PLAN - EXISTING &

DEMOLITION - MECHANICAL

0 ISSUED FOR TENDER2017.06.19 BB PM SGW SGW

- -

- - - - -

- -

- - - - -

- -

- - - - -

- -

- - - - -

- -

- - - - -

-

-

-

-

-

-

0A17317

REGIONAL DISTRICT OF CENTRAL OKANAGAN

M2.0

1:50

GRIT BUILDING

AIR HANDLING UNIT REPLACEMENT

Page 64: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

1 2

A

C

E

REFERENCE DRAWINGSREVISION DESCRIPTION

BY

DESIGNEDDRAWN

DATE

BYBY

CHECKED

BY

APPROVED

NO.

REF. DWG. NO.

PROJECT NO.

DRAWING SIZE: 34 x 22DRAWING NO.

REV.

www.cwt-ltd.caYour project - Our focus

COPYRIGHT RESERVED. THIS PLAN AND DESIGN IS AND AT ALL TIMES REMAINS

THE EXCLUSIVE PROPERTY OF CORWIL TECHNOLOGIES LTD AND CANNOT BE

USED IN WHOLE OR IN PART WITHOUT EXPRESS WRITTEN PERMISSION OF

CORWIL TECHNOLOGIES LTD.

1

2

5

4

3

6

SCALE:

MAIN FLOOR PLAN - EXISTING &

DEMOLITION - MECHANICAL

0 ISSUED FOR TENDER2017.06.19 BB PM SGW SGW

- -

- - - - -

- -

- - - - -

- -

- - - - -

- -

- - - - -

- -

- - - - -

-

-

-

-

-

-

0A17317

REGIONAL DISTRICT OF CENTRAL OKANAGAN

M2.1

1:50

GRIT BUILDING

AIR HANDLING UNIT REPLACEMENT

Page 65: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

1 2

A

C

E

1 2

A

C

E

REFERENCE DRAWINGSREVISION DESCRIPTION

BY

DESIGNEDDRAWN

DATE

BYBY

CHECKED

BY

APPROVED

NO.

REF. DWG. NO.

PROJECT NO.

DRAWING SIZE: 34 x 22DRAWING NO.

REV.

www.cwt-ltd.caYour project - Our focus

COPYRIGHT RESERVED. THIS PLAN AND DESIGN IS AND AT ALL TIMES REMAINS

THE EXCLUSIVE PROPERTY OF CORWIL TECHNOLOGIES LTD AND CANNOT BE

USED IN WHOLE OR IN PART WITHOUT EXPRESS WRITTEN PERMISSION OF

CORWIL TECHNOLOGIES LTD.

1

2

5

4

3

6

SCALE:

GRIT BUILDING

AIR HANDLING UNIT REPLACEMENT

ROOF PLAN - EXISTING, DEMOLITION &

NEW WORK - MECHANICAL

0 ISSUED FOR TENDER2017.06.19 BB PM SGW SGW

- -

- - - - -

- -

- - - - -

- -

- - - - -

- -

- - - - -

- -

- - - - -

-

-

-

-

-

-

0A17317

REGIONAL DISTRICT OF CENTRAL OKANAGAN

M2.2

1:50

Page 66: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

2

3 4

REFERENCE DRAWINGSREVISION DESCRIPTION

BY

DESIGNEDDRAWN

DATE

BYBY

CHECKED

BY

APPROVED

NO.

REF. DWG. NO.

PROJECT NO.

DRAWING SIZE: 34 x 22DRAWING NO.

REV.

www.cwt-ltd.caYour project - Our focus

COPYRIGHT RESERVED. THIS PLAN AND DESIGN IS AND AT ALL TIMES REMAINS

THE EXCLUSIVE PROPERTY OF CORWIL TECHNOLOGIES LTD AND CANNOT BE

USED IN WHOLE OR IN PART WITHOUT EXPRESS WRITTEN PERMISSION OF

CORWIL TECHNOLOGIES LTD.

1

2

5

4

3

6

SCALE:

SECTIONS, SCHEMATIC & DETAILS -

EXISTING, DEMOLITION & NEW WORK -

MECHANICAL

0 ISSUED FOR TENDER2017.06.19 BB PM SGW SGW

- -

- - - - -

- -

- - - - -

- -

- - - - -

- -

- - - - -

- -

- - - - -

-

-

-

-

-

-

0A17317

REGIONAL DISTRICT OF CENTRAL OKANAGAN

M3.0

AS NOTED

GRIT BUILDING

AIR HANDLING UNIT REPLACEMENT

Page 67: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building APPENDIX A T17-361 SCHEDULE OF VALUES PAGE 1 OF 2

1.1 Detailed Schedule of Values:

CLAIM NO:

FOR MONTH OF:

ITEM PRICE WORK TO DATE

PREVIOUS WORK THIS MONTH

Mechanical & Start-up $ % $ % $ % $

Mobilization & Permits Piping & Other Equipment:

Matl. Lab.

Insulation

Matl. Lab.

SUBTOTAL Equipment $ % $ % $ % $

Air Handing Equipment

Matl. Lab.

SUBTOTAL Sheet Metal Ductwork Matl.

Lab.

Insulation – Ductwork Matl. Lab.

Testing & Balancing Lab. SUBTOTAL

Electrical Matl. Lab.

SUBTOTAL Controls Matl.

Lab.

SUBTOTAL Finishing Comm. & Demonstration Maintenance Manuals Demobilization

SUBTOTAL TOTAL

NOTES: • Submit this form as called for on MF 100 for tender price breakdown and with each

progress claim. • Submit a separate form for each item listed on MF 120.

Page 68: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building APPENDIX A T17-361 SCHEDULE OF VALUES PAGE 2 OF 2

1.2 Monthly Progress Claim Summary:

CLAIM NO:

FOR MONTH OF:

ITEM PRICE WORK TO DATE PREVIOUS

WORK THIS MONTH

$ % $ % $ % $

Base Contract Summary

- Mechanical & Start-up

- Equipment

- Sheet metal

- Electrical

- Controls

- Finishing

Total Base Contract

Change Order Summary

Total Change Orders

Total Contract:

Amount due less 10% mechanics lien holdback

Page 69: INVITATION TO TENDER...or other material element of the bid, the amendment must be sealed and marked in the same manner as the bid under provision 4.2 of these INSTRUCTIONS TO BIDDERS

Air Handling Unit Replacement – WRWTP Grit Building APPENDIX B T17-361 INSURANCE REQUIREMENTS – CCDC41 PAGE 1 OF 1