RFP-2020-33 Summerland Museum HVAC Upgrade

54
REQUEST FOR PROPOSALS RFP-2020-33 Summerland Museum HVAC Upgrade RFP ISSUE DATE: Wednesday, December 2, 2020 RFP CLOSING DATE: Wednesday, December 23, 2020 RFP CLOSING TIME: 2:00 PM PST SUBMIT TO: [email protected] Proposals Submitted Only in Prescribed Manner Proposals must be submitted in accordance with the submission instructions in Part B, Section 1.6. Proposals submitted in any other manner will be disqualified. Proposals received after the Closing Date and Time will not be considered. Competitive Bid Documents The District’s website is the only authorized website to obtain competitive bid documents for District of Summerland opportunities. The District of Summerland shall not be held responsible for competitive bid documents that are located on any other website. Procurement documents are available for download at summerland.ca/bids.

Transcript of RFP-2020-33 Summerland Museum HVAC Upgrade

REQUEST FOR PROPOSALS RFP-2020-33

Summerland Museum HVAC Upgrade

RFP ISSUE DATE: Wednesday, December 2, 2020

RFP CLOSING DATE: Wednesday, December 23, 2020

RFP CLOSING TIME: 2:00 PM PST

SUBMIT TO: [email protected]

Proposals Submitted Only in Prescribed Manner

Proposals must be submitted in accordance with the submission instructions in Part B, Section 1.6. Proposals submitted in any other manner will be disqualified. Proposals received after the Closing Date and Time will not be considered.

Competitive Bid Documents

The District’s website is the only authorized website to obtain competitive bid documents for District of Summerland opportunities. The District of Summerland shall not be held responsible for competitive bid documents that are located on any other website. Procurement documents are available for download at summerland.ca/bids.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 2 of 47

Table of Contents PART A: THE SERVICES ...................................................................................................... 4

1. Background ...................................................................................................................... 4

1.1. The District of Summerland ........................................................................................ 4

1.2. The Summerland Museum & Archives Building .......................................................... 4

2. Deliverables ...................................................................................................................... 4

2.1. Scope of Work ............................................................................................................ 4

2.2. Term ............................................................................................................................ 4

2.3. Budget ......................................................................................................................... 4

3. Contractor Requirements ................................................................................................ 4

PART B: RFP PROCESS ..................................................................................................... 6

1. Key Details ........................................................................................................................ 6

1.1. RFP Process ............................................................................................................... 6

1.2. No Obligation to Proceed ............................................................................................ 6

1.3. RFP Contact Person ................................................................................................... 6

1.4. Timetable .................................................................................................................... 7

1.5. Site Visit Details .......................................................................................................... 7

1.6. Submission of Proposals ............................................................................................ 8

1.7. Eligibility ...................................................................................................................... 8

2. Definitions Used in this RFP ........................................................................................... 8

3. Qualifications ................................................................................................................... 9

4. Proponent to Review Site ................................................................................................ 9

5. Amendment or Withdrawal of a Proposal by Proponent .............................................. 9

6. Addenda Issued by District ............................................................................................. 9

7. Clarification and Verification ........................................................................................ 10

8. Remedy Period ............................................................................................................... 10

9. Evaluation of Proposals & Award of Agreement......................................................... 10

9.1. Stage I – Compliance Review ................................................................................... 10

9.2. Stage II – Evaluation of Rated Criteria ...................................................................... 11

9.3. Stage III – Evaluation of Pricing ................................................................................ 11

9.4. Stage IV – Cumulative Score and Selection of Highest Scoring Proponent ............. 12

9.5. Negotiations & Execution of an Agreement .............................................................. 12

10. Other Terms & Conditions of this RFP Process ...................................................... 13

10.1. Limitation of Liability .............................................................................................. 13

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 3 of 47

10.2. Procedural Rights of the District ............................................................................ 13

10.3. Pricing ................................................................................................................... 14

10.4. Disqualification ...................................................................................................... 15

10.5. Best and Final Offer .............................................................................................. 15

10.6. Proposals in English .............................................................................................. 16

10.7. Only One Entity as Proponent ............................................................................... 16

10.8. Proposals to Contain All Content in Prescribed Forms ......................................... 16

10.9. RFP Scope of Work is an Estimate Only ............................................................... 16

10.10. Proponent’s Expenses .......................................................................................... 16

10.11. Retention of Proposals .......................................................................................... 16

10.12. Notification and Feedback to Unsuccessful Proponents ....................................... 17

10.13. Procurement Protest Procedure ............................................................................ 17

10.14. Conflict of Interest ................................................................................................. 17

10.15. Confidentiality of District Information ..................................................................... 17

10.16. Confidentiality of Proponent Information ............................................................... 17

10.17. No Contract A and No Claims ............................................................................... 18

10.18. Governing Law and Trade Agreements ................................................................ 18

PART C: FORM OF AGREEMENT ........................................................................................ 19

PART D: PROPOSAL SUBMISSION FORMS AND INSTRUCTIONS ........................................... 38

APPENDIX A – PROPONENT SUBMISSION FORM ..................................................... 39

APPENDIX B – RATED CRITERIA FORM ..................................................................... 42

PART E: ATTACHMENTS ................................................................................................... 47

Part E Contents: ...................................................................................................................... 47

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 4 of 47

Part A: The Services This Part A provides detail on the services required by the District of Summerland. Proponents should ensure they are fully capable of providing all of the work and deliverables outlined, as this section will form the Scope of Work in the Agreement.

1. Background

1.1. The District of Summerland

The District of Summerland (the “District”) is a municipality of approximately 12,000 residents located in the Okanagan Valley in southern British Columbia.

Further details on the District can be found at www.summerland.ca.

1.2. The Summerland Museum & Archives Building

The Summerland Museum & Archives (the “Museum”) is located at 9521 Wharton Street, Summerland, BC. The Summerland Museum & Archives Society leases the building from the District of Summerland.

Two natural gas fired rooftop units service the Museum building; both units are end of life and one has failed. Additionally, the roof is in need of replacement. The District will be engaging a roofing contractor separately (see RFP-2020-32 – Flat Roof Replacement at the Museum Building) to complete the roof replacement work; however, the successful Proponent from this RFP will be required to coordinate scheduling with the roofing contractor.

2. Deliverables This section details the scope of work, requirements and deliverables the District seeks for the Summerland Museum HVAC Upgrade project.

2.1. Scope of Work

For details on the Deliverables, please refer to the “Summerland Museum – HVAC Upgrade” Issued for Tender drawings included as Part E, Attachment 1.

2.2. Term The successful Proponent should be prepared to coordinate the work with the roofing contractor, as the roof top units cannot be installed until the roofing work is complete. The term of the agreement is to be from the time of contract execution through project completion.

2.3. Budget Proponents should provide their required remuneration as detailed in Part D.

3. Contractor Requirements The Contractor must have a minimum five (5) years’ work experience with comparable commercial or institutional projects.

The Contractor shall possess the following prior to beginning work on this project:

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 5 of 47

• A Business License that allows the Contractor to perform work in Summerland (either a Summerland Business License or an Inter-Community/Mobile Business License from another Okanagan-Similkameen municipality).

• WorkSafe BC Clearance Letter of account in good standing and coverage for all employees/team members proposed.

• Commercial General Liability Insurance coverage as per the requirements detailed in Part C – Form of Agreement.

• Automobile Liability Insurance coverage as per the requirements detailed in Part C – Form of Agreement.

• Course of Construction Insurance or an installation floater as per the requirements detailed in Part C – Form of Agreement.

• A Performance Bond and a Labour & Materials Bond, each for 50% of the project value including taxes and contingency.

For clarity, a Proponent is not required to be in possession of all of the above at the time of submitting a Proposal, but if they are the successful Proponent and invited to enter into an Agreement, they must be prepared to obtain the above and provide proof to the District.

The Contractor will also be required to complete the documentation required to obtain a Permit to Perform Work within a Highway or Municipal Property. The Contractor will be acting as Prime Contractor and will be required to file a Notice of Project with WorkSafe BC, as required.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 6 of 47

Part B: RFP Process This Part B details the terms and conditions of how this RFP process will be run by the District, and how the Contractor will be selected. Proponents to this RFP should ensure they follow all the terms detailed below. Failure to follow the terms of this Part B may result in a Proposal being rejected.

1. Key Details 1.1. RFP Process

Not a Tender Call This RFP is not a tender call and the submission of any response to this RFP does not create a tender process. This RFP is not an invitation for an offer to contract made by the District. By this RFP, the District reserves itself the absolute and unfettered discretion to invite Proposals, consider and analyze submissions, select short-listed Proponents or attempt to negotiate an Agreement with the successful Proponent as the District considers desirable. Proposal submission by a Proponent and its subsequent receipt by the District does not represent a commitment on the part of the District to proceed further with any Proponent or project.

1.2. No Obligation to Proceed Though the District fully intends, at this time, to proceed through the RFP, the District is under no obligation to award an Agreement as a result of this RFP. The receipt by the District of any information (including any submissions, ideas, plans, drawing, models or other materials communicated or exhibited by any intended Proponent or on its behalf) shall not impose any obligations on the District. There is no guarantee by the District, its officers, employees or agents, that the process initiated by the issuance of this RFP will continue, or that this RFP process or any RFP process will result in an Agreement with the District.

1.3. RFP Contact Person The point of contact at the District of Summerland for any queries or questions related to this RFP is:

Dana Silk, Manager of Procurement & Contract Administration

Email: [email protected]

Proponents shall carefully review the RFP documents immediately upon receipt of the RFP and report any errors, omissions or ambiguities, and ask any questions that will further their understanding of the request. The Proponent is solely responsible to seek clarification from the District on any matter it considers to be unclear and Proponents are to rely on their own independent analysis in preparing a submission.

It is the Proponent’s responsibility to determine if, as part of their evaluation of this assignment and the preparation of their Proposal, they need to request access to any information included in this RFP. If there are any services that are not included in the Scope of Work, but which the Proponent deems necessary to successfully complete this assignment, the Proponent should advise the RFP Contract Person.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 7 of 47

Proponents should contact the RFP Contact Person with any questions, in writing, by email only, prior to the Deadline for Questions noted in Section 1.4 – Timetable, below. This will allow the District, at its discretion, to issue addendum prior to the Anticipated Last Date to Issue Addenda. Questions received after the Deadline for Questions will be addressed if time permits.

Verbal discussion between District staff and a Proponent shall not become a part of the RFP unless confirmed by a written Addendum. The District shall not be held responsible for any misunderstanding by the Proponent.

1.4. Timetable This RFP process will follow the timetable noted below and may be amended at the District’s discretion through the issuance of an addendum to this RFP.

Event: Date:

Issue Date of this RFP December 2, 2020

Optional Site Visit Email [email protected] to register December 15, 2020 at 1:00pm

Deadline for Questions December 16, 2020

Anticipated Last Day to Issue Addenda December 18, 2020

RFP Closing Date and Time: December 23, 2020 at 2:00pm PST

Agreement Execution Date (estimated) Week of January 4, 2021

1.5. Site Visit Details An optional site visit has been scheduled for December 15, 2020 at 1:00pm. Interested parties shall convene at the Summerland Museum & Archives Building, located at 9521 Wharton Street. Interested parties must contact the RFP Contact Person at [email protected] to register in advance.

The site visit is intended to give Proponents an opportunity to physically view the site. Although the visit is optional, it is recommended that interested Proponents attend so that they may familiarize themselves with the site and any other necessary data or conditions that may affect performance of Work in order to determine full extent of Work. Please note that administrative staff will be present to facilitate access, but there will be no technical expertise present during the site visit. Proponents should submit any questions they may have in accordance with Section 1.3 of this Part.

Attendees must follow COVID-19 protocols and masks will be mandatory for the duration of the site visit, unless an individual is able to demonstrate that they are exempt from the requirement to wear a mask. Individuals may not attend if they are feeling COVID-19 symptoms or required to self-isolate.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 8 of 47

1.6. Submission of Proposals

In order to be considered, Proposals should be submitted by email to [email protected] in advance of the RFP Closing Date & Time. The email subject line should identify the email as a submission for RFP-2020-33 –Summerland Museum HVAC Upgrade. The District shall not be responsible for any technical problems that may arise when submitting Proposals.

Proposals submitted in any other manner will be disqualified.

Proposals must be received no later than the RFP Closing Date and Time detailed in Section 1.4 above. It is solely the responsibility of the Proponent to ensure that the Proposal is received on time.

1.7. Eligibility Proposals will not be evaluated if the Proponent’s current or past corporate or other interest may, in the District’s opinion, give rise to a conflict of interest in connection with the RFP.

2. Definitions Used in this RFP

“Addendum” and “Addenda” mean additional information or amendments to this RFP, issued by the District.

“Agreement” means the written agreement between the District of Summerland and the successful Proponent resulting from this RFP.

“Closing Date and Time” means the date and time that Proposals to this RFP must be received.

“Conflict of Interest” includes, but is not limited to, any situation or circumstance where:

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

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

“Contractor” means the successful Proponent; the individual, firm, co-partnership, or corporation retained by the District to perform the Deliverables in accordance with the Agreement.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 9 of 47

“Deliverables” means the services that the District seeks to be provided by the Contractor, as further defined in Part A – The Services.

“Evaluation Committee” means the team of qualified staff appointed by the District to review and assess Proposals.

“Must”, “Mandatory”, or “Required” means a requirement that must be met in order for a Proposal to receive consideration.

“Proponent” means a person or entity that submits a Proposal to this RFP.

“Proposal” means a response submitted to this RFP.

“Request for Proposal” or “RFP” means this Request for Proposals and includes the documents listed in the index and any modifications thereof or additions thereto incorporated by addendum before the Closing Date and Time.

“Section” means the numbered section of the referenced part of this RFP.

3. Qualifications

By submitting a Proposal, the Proponent is representing that it has the competence, qualifications, and relevant experience to carry out the work and will employ the same experienced staff to efficiently and safely perform the Deliverables.

4. Proponent to Review Site

Proponents are responsible to familiarize themselves with the site and any other necessary data or conditions that may affect performance of Work in order to determine full extent of Work. Under no circumstances will any claims be allowed against Owner resulting from failure to ascertain full extent of Work herein described, specified, or implied. Proponents to verify to own satisfaction all site conditions, roof components, and measurements. Proponents to obtain or check all measurements and dimensions at worksite as may be necessary and required for performance of work. Proponents should promptly report in writing any discrepancies, errors, conflicts, or omissions to the RFP Contact Person when discovered and prior to the Closing Date and Time.

5. Amendment or Withdrawal of a Proposal by Proponent

A Proponent may amend a Proposal at any time up until the RFP Closing Date and Time. Amendments should be submitted in the same format and method as the original Proposal. Amendments to a Proposal must be clearly labelled as such and must contain the RFP reference number and title and the full legal name and legal address of the Proponent. Amendments must clearly detail which part(s) of the Proposal is being amended or replaced

A Proponent may withdraw a Proposal that is already submitted at any time throughout the RFP process by contacting the RFP Contact Person.

6. Addenda Issued by District

This RFP may only be amended by way of an Addendum issued in accordance with this Section. At any time up until the Closing Date and Time, the District may issue an Addendum in order to amend, clarify, or answer questions to this RFP. Each Addendum will

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 10 of 47

be issued at the same location and in the same manner as this RFP document (i.e. on the District of Summerland website only at summerland.ca/bids).

Each Addendum will form an integral part of this RFP. Proponents are solely responsible for checking for Addenda up until the Closing Date and Time. If the District deems it necessary to issue an Addendum after the Anticipated Last Day to Issue Addenda, as detailed in Section 1.4 of this Part B, then the District may extend the Closing Date and Time in order to provide Proponents with more time to complete their Proposal.

Proponents must confirm receipt of all Addenda in Part D, Appendix A – Proponent Submission Form of their Proposal.

7. Clarification and Verification

At any point in the evaluation process, the District may, at its sole option, request further details or clarification from the Proponent and/or third parties on aspects of a Proposal by way of a written request for clarification. The written request shall clearly state the required clarification and time limit to supply the information requested. Following receipt of the clarification information, the District may use this information to reassess and/or re-score the Proposal according to the scored criteria.

Proponents should note that the District, in addition to any other remedies it may have at law or in equity, reserves the right to rescind any contract awarded to a Proponent in the event that the District determines that the Proponent made a misrepresentation or provided any inaccurate, misleading or incomplete information in its proposal or during contract negotiations.

8. Remedy Period

Notwithstanding the requirements for mandatory criteria and scored criteria, the District may, in its sole discretion, provide written notification to a Proponent that identifies any of the mandatory or recommended requirements not met and provides the Proponent with five (5) calendar days to remedy and supply the requirements. This option to remedy missing requirements shall be exercised at the absolute discretion of the District and does not apply to Proposals received after the Closing Date and Time.

9. Evaluation of Proposals & Award of Agreement

The District will conduct the evaluation of Proposals and selection of a successful Proponent in accordance with the process detailed in this Section. Evaluation of Proposals will be by a Proposal Evaluation Committee. The District’s intent is to enter into an Agreement with the Proponent who has met all mandatory criteria and minimum scores, and who has the highest overall ranking based on this evaluation process.

9.1. Stage I – Compliance Review Prior to the evaluation of Proposals, the District will review each Proposal to determine if it complies with the submission instructions and mandatory requirements provided in this RFP. If, in the sole discretion of the District, a Proposal does not materially comply with the requirements set out in this RFP and/or the District determines that there is a material or perceived conflict of interest, the Proposal will be disqualified from further consideration.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 11 of 47

Proposals not clearly demonstrating that they meet the following mandatory criteria will be excluded from further consideration in the evaluation process.

Mandatory Criteria:

1 The Proposal must be received by the Closing Date and Time, in accordance with the requirements of Section 1.4 – RFP Timetable

2 The Proposal must be submitted in accordance with the requirements of Section 1.6 – Submission of Proposals

3 The Proposal must include the following completed forms: • Appendix A – Proponent Submission Form

4 The Proposal must include the information requested on the following forms, either on the forms or a format of their choice:

• Appendix B – Rated Criteria Form

9.2. Stage II – Evaluation of Rated Criteria Proposals that are deemed compliant after Stage I will be evaluated in Stage II. The evaluation team will establish the Stage II score using the following criteria.

Scored Criteria Weighting (Points)

Company Profile & Team 15

Approach & Methodology 20

Experience & References 20

Sustainability Considerations 5

Total 60

Threshold: A minimum score of thirty-five (35) points must be obtained in this section for a Proponent to move to Stage III.

Any proposal not meeting a threshold score will not be given further consideration.

Scoring Methodology

Each criterion will be scored by the evaluation committee as a percentage out of 100, which will then be multiplied by the weighting to provide a weighted score.

9.3. Stage III – Evaluation of Pricing At the conclusion of Stage II, any proposals that have met the minimum scores and minimum overall threshold requirement will advance to Stage III – Pricing Evaluation.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 12 of 47

Scored Criteria Weighting (Points)

Pricing - Base Bid 40

Scoring Methodology

Each Proponent will receive a percentage of the total possible points allocated to price by dividing that Proponent’s price into the lowest bid price. For example, if the lowest bid price is $120,000, that Proponent receives 100% of the possible points for that category (120,000/120,000 = 100%), a Proponent who bids $150,000 receives 80% of the possible points for that category (120,000/150,000 = 80%) and a Proponent who bids $240,000 receives 50% of the possible points for that category (120,000/240,000 = 50%). Lowest price ------------------- x Total available points = Score for proposal with 2nd lowest price 2nd lowest price Lowest price ------------------- x Total available points = Score for proposal with 3rd lowest price 3rd lowest price

9.4. Stage IV – Cumulative Score and Selection of Highest Scoring Proponent At the conclusion of Stage III, each Proposal’s weighted scores will be added together, and Proposals will be ranked according to their total weighted scores. Subject the express and implied rights of the District, the highest scoring Proponent will be selected to enter into an agreement based on the Form of Agreement attached as Part C of this RFP. In the event that two or more Proposals have an equal total weighted score, Proponents may be asked to submit a Best and Final Offer; otherwise, the Proponent with the lowest total price will be invited to enter into an Agreement with the District.

Stage IV – Cumulative Scores Weighting (Points)

Stage II – Rated Criteria 60

Stage III – Pricing 40

Total Points 100

9.5. Negotiations & Execution of an Agreement Neither the District nor any Proponent will be legally bound to provide or purchase the Deliverables until the execution of a written Agreement.

The District will invite the top ranked Proponent to enter into discussions with a view to concluding an Agreement. The terms and conditions found in the Form of Agreement (Part C) are to form the basis for commencing negotiations between the District and the selected Proponent. In no event will the District be required to offer any modified terms to any other Proponent prior to entering into an agreement with a

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 13 of 47

Proponent and the District shall incur no liability to any other Proponent as a result of such negotiation or modifications. No Proponent shall have any rights against the District arising from such negotiations.

It is the intent of the District to ensure it has the flexibility it needs to arrive at a mutually acceptable Agreement. Negotiations may include, among other things:

• Clarifications or amendments to the scope of work, plus any resulting price adjustments.

• Social and environmental aspects.

• Innovations.

• Amendments to the terms and conditions of the Form of Agreement (included as Part C), based on items submitted in the Proposal.

Proposals should remain valid for a period of sixty (60) days following the Closing Date and Time of this RFP.

The District would seek to execute an Agreement within 15 days of issuing an invitation to the Proponent to conclude an Agreement. If the District and the preferred Proponent cannot negotiate a successful Agreement within this time-period, the District may terminate negotiations with that Proponent and invite the next-highest-ranked Proponent to conclude an Agreement. The District may then continue this process until an Agreement is executed, or there are no further Proponents, or the District otherwise elects to cancel the RFP process entirely. For clarity, the District may discontinue discussions with a Proponent if at any time the District is of the view that it will not be able to conclude an Agreement with that Proponent. The District may rescind an award if the Proponent is unable to provide the adequate business and insurance documents, as requested under Part A, Section 3 – Contractor Requirements.

10. Other Terms & Conditions of this RFP Process The following terms and conditions shall also apply to this RFP:

10.1. Limitation of Liability No representation, warranty or undertaking, expressed or implied, is or will be made by, and no responsibility is or will be accepted by, the District in relation to this RFP or the completeness or accuracy of any information presented in the RFP.

10.2. Procedural Rights of the District The District has the right, at its sole discretion, at any time, either before or after the Closing Date and Time, to:

a) accept, reject, or disqualify any Proposal;

b) determine whether a Proposal is in compliance with the RFP or whether a failure to comply is material or not;

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 14 of 47

c) if only one Proposal is received, elect to accept it, reject it, and/or re-issue the RFP documents for re-bid without revising the existing RFP documents;

d) alter or amend any aspect of the RFP;

e) seek clarification or request further information or documentation from any or all Proponents, or from third parties;

f) elect not to proceed with the RFP;

g) cancel this RFP and subsequently call for new submissions for the subject matter of this RFP (including any portion thereof);

h) select one or more than one Proponent for the performance of all or any part of the services that are the subject matter of the RFP;

i) decline to enter into an Agreement with any Proponent if the District is of the opinion that the Proponent submitted pricing that is too low to be sustainable and/or the delivery of services according to the RFP would be in jeopardy; and,

j) cancel its decision to enter into an agreement with any Proponent in the event of any material change with the respect to the Proponent’s Proposal that has not been approved by the District;

in each case without any liability for costs, expenses or damages incurred or suffered by any Proponent or entity.

10.3. Pricing Proponents shall deduct any applicable government discounts and quote firm net prices. All prices quoted shall be in Canadian funds, F.O.B. destination, freight and duty prepaid. The Contractor will pay for the full cost of any and all transportation of the goods from point of origin in any country to the specified District location, including, but not limited to, inland haulage, any and all customs clearance fees, duties, taxes, documentation charges, demurrage if any, port handling charges and any unloading fees. Contractor pays and bears freight charges, and the Contractor owns goods in transit and files any claims. The material delivered in response to District orders shall remain the property of the Contractor until a full physical inspection is made by the District and the material accepted to the satisfaction of the District. All containers shall be suitable for storage and shipment by common carrier, and all prices shall include standard commercial packaging.

Where applicable, Proponents shall give both unit prices and extended totals. The District reserves the right to correct a patent computational or other mathematical error evident on the face of the bid, however, unit prices will not be adjusted. In the case of a discrepancy in computing the amount of a proposal, the unit price will govern over extended totals.

The District may elect to evaluate pricing on the basis of the total cost of ownership. In using life cycle costing, factors such as the following may be considered: initial purchase pricing including shipping and handling, installation, training, warranties, duration of useful life and all reasonable operating costs (fuel/energy use, water use, routine maintenance, consumable supplies, parts and repairs), direct and indirect

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 15 of 47

labour required, energy usage, environmental impact, social costs or benefits, disposal costs, transitional costs, residual value, etc. The District reserves the right to use those or other applicable criteria that, in its sole opinion, will most accurately estimate total cost of use and ownership.

10.4. Disqualification The District may, at its sole discretion, disqualify a proposal or cancel its decision to award to any Proponent under this RFP process, at any time prior to or after the execution of an agreement, if:

a) the Proponent or Proposal is not materially compliant with any part of this RFP;

b) the Proponent fails to cooperate in any attempt by the District to verify any information provided by the Proponent in its Proposal;

c) the Proposal, in the opinion of the District, contains false, misleading, or misrepresented information;

d) the Proposal, in the opinion of the District, reveals a real, foreseeable or perceivable conflict of interest;

e) there is evidence that the Proponent, its employees, agents, Contractors, or representatives colluded with one or more other Proponents or any of its respective employees, agents, Contractors or representatives in the preparation or submission of Proposals;

f) the Proponent has been responsible for significant or persistent deficiencies in performance of any substantive requirement or obligation under a prior contract or contracts with the District or any other party;

g) there is evidence professional misconduct or acts or omissions that adversely reflect on the commercial integrity of the Proponent;

h) there is evidence that the Proponent was convicted of a criminal offence or other serious offences; or

i) the Proponent has filed for bankruptcy.

10.5. Best and Final Offer At its sole discretion, the District may provide Proponents with an opportunity to provide a Best and Final Offer (BAFO). The BAFO process represents an optional step in the Contractor selection process. BAFOs may be useful, for example, when no single response addresses all the specifications, when shortlisted proposals are over budget, when two or more Proponents are tied or nearly tied (e.g. 1% apart of less) after the evaluation process, or when Proponents submitted responses that are unclear or deficient in one or more areas.

The District may restrict the number of Proponents invited to submit a BAFO or may offer the option to all Proponents. In either case, the District will provide the same information and the same submission requirements to all Proponents chosen to submit a BAFO. Proponents may be asked to review their offers, provide additional clarification to specific sections of the RFP, or respond to an updated scope of work.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 16 of 47

If a BAFO is requested, submitting a BAFO response is optional. Those choosing not to submit a BAFO should submit a written response notifying the District that their response remains as originally submitted.

A BAFO may be submitted only once and the terms of the BAFO will not identify either the current rank of any of the Proponents selected for a BAFO or the offers currently proposed.

10.6. Proposals in English All Proposals are to be in the English language only.

10.7. Only One Entity as Proponent The District will accept Proposals where more than one organization or individual is proposed to deliver the Deliverables, so long as the Proposal identifies only one entity that will be the lead entity and will be the Proponent with the sole responsibility to perform the Agreement if executed. The District will only enter into an Agreement with that one Proponent. Any other entity involved in delivering the Service should be listed as a subcontractor. The Proponent may include the subcontractor and its resources as part of the Proposal and the District will accept this, as presented in the Proposal, in order to perform the evaluation. All subcontractors to be used in the Service must be clearly identified in the Proposal.

10.8. Proposals to Contain All Content in Prescribed Forms All information that Proponents wish to be evaluated must be contained within the submitted Proposal. Proposals should not reference external content in other documents or websites. The District may not consider any information that is not submitted within the Proposal or within the pre-prescribed forms set out in this RFP.

10.9. RFP Scope of Work is an Estimate Only While the District has made every effort to ensure the accuracy of the Deliverables described in this RFP, the District makes no guarantees as to the accuracy of the information provided. Any quantities or measurements provided are estimates only and are provided to describe the general nature and scale of the Deliverables. Proponents must obtain all information they deem necessary, including verification of quantities or measurements, in order to complete a Proposal.

10.10. Proponent’s Expenses Proponents are solely responsible for their own expenses in participating in this RFP process, including costs in preparing a Proposal and for subsequent finalizations of an agreement with the District, if required. The District will not be liable to any Proponent for any claims, whether for costs, expenses, damages or losses incurred by the Proponent in preparing its Proposal, loss of anticipated profit in connection with any final Agreement, or any matter whatsoever, including any actual or alleged unfairness on the part of the District at any stage of the Request for Proposal process.

10.11. Retention of Proposals All Proposals submitted to the District will not be returned and will be retained in accordance with the Freedom of Information and Protection of Privacy Act.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 17 of 47

10.12. Notification and Feedback to Unsuccessful Proponents At any time up until or after the execution of a written Agreement with the Contractor, the District may notify unsuccessful Proponents in writing that they have not been selected to conclude an Agreement. Unsuccessful Proponents may then request a debriefing with the District’s RFP Contact Person in order to obtain feedback on how their Proposal fared in the evaluation. Such requests for feedback should be made within 60 days of notification of the RFP results to the unsuccessful Proponent. Details of feedback provided will be at the District’s sole discretion in order to protect the confidentiality of other Proponents and the District’s commercial interest.

10.13. Procurement Protest Procedure If a Proponent wishes to challenge the RFP process, it should provide written notice to the RFP Contact Person in accordance with any applicable procurement protest mechanisms. The notice must provide a detailed explanation of the Proponent’s concerns with the procurement process or its outcome.

10.14. Conflict of Interest All Proponents must disclose an actual or potential conflict of interest, as set out in Appendix A – Proponent Submission Form. The District may, at its sole discretion, disqualify any Proponent from this RFP process, if it determines that the Proponent’s conduct, situation, relationship (including relationships of the Proponent’s employees and District employees) create or could be perceived to create a conflict of interest.

The District may rescind or terminate an Agreement entered into if it subsequently determines that the Proponent failed to declare an actual or potential conflict of interest during this RFP process, as required under Appendix A – Proponent Submission Form.

10.15. Confidentiality of District Information Information pertaining to the District obtained by the Proponent as a result of participation in this RFP process is confidential and must not be disclosed without written authorization from the District.

All Proponents and any other persons who, through this RFP process, gains access to the District’s confidential information, are required to keep all information strictly confidential, which in any way reveals confidential business, financial or investment details, programs, strategies or plans learned through this RFP process. This requirement will continue with respect to such information learned by the Contractor, if any, over the course of the Agreement.

10.16. Confidentiality of Proponent Information Proponents should note that in accordance with the provisions of Freedom of Information and Protection of Privacy Act, certain details of this RFP and any executed Agreement may be made public, including the Contractor’s name and total Agreement price. Proponents should be aware of and review the District’s obligations under FOIPPA and the District’s limited ability to refuse to disclose third party information pursuant to Section 21 of FOIPPA.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 18 of 47

Proponents are advised that their Proposals or Agreement details may, as necessary, be disclosed on a confidential basis to advisers retained by the District to advise or assist with the RFP process or other matters.

10.17. No Contract A and No Claims This RFP process is not intended to create and no contractual obligations whatsoever (including what is commonly referred to as ‘Contract A’) shall arise between the District and any Proponent upon the submission of a Proposal in response to this RFP. For extra clarity, both the Proponent and the District are free to cancel their participation in this RFP process at any time up until the execution of a written Agreement for the Deliverables.

Without limiting the above paragraph, no Proponent shall have any claim whatsoever against the District for any damage or other loss resulting from a Proponent’s participation in this RFP, including where the District does not comply with any aspect of this RFP and including any claim for loss of profits or Proposal preparation costs should the District not execute an Agreement with the Proponent for any reason whatsoever.

10.18. Governing Law and Trade Agreements This RFP is governed by the laws of the Province of British Columbia and any other agreements that exist between the Province of British Columbia and other jurisdictions.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 19 of 47

Part C: Form of Agreement

AGREEMENT AGREEMENT NUMBER: RFx-2020-XX OUR FILE: 2240-xx

THIS AGREEMENT (the “Agreement”) is effective as of [insert date], 2020 (“Effective Date”), BETWEEN: DISTRICT OF SUMMERLAND,

a Municipal Corporation having its offices at: PO Box 159, 13211 Henry Ave Summerland, BC V0H 1Z0

(herein referred to as the “District”) AND: [INSERT CONTRACTOR NAME] [insert Contractor address] [insert Contractor address]

(herein referred to as the “Contractor”)

WHEREAS the District wishes to retain the Contractor to provide goods and/or services to the District. WHEREAS the Contractor has the requisite expertise, ability and capacity to provide said goods and/or services to the District and wishes to provide same.

NOW, THEREFORE, in consideration of the mutual covenants and agreements herein set forth and other good and valuable consideration, the parties hereto mutually agree as follows: 1. Project Title

The assignment to which this Agreement pertains is titled “[Insert Title]” and hereinafter shall be referred to as the “Deliverables”.

2. Definitions In this Agreement, in addition to the words defined above, “Authority” means any government authority, agency, body or department, whether federal, provincial or municipal, having or claiming jurisdiction over the Agreement; and “Authorities” means all such authorities, agencies, bodies and departments.

“Business Day” means any working day, Monday to Friday inclusive, but excluding statutory in the Province of British Columbia and any other day which the District has elected to be closed for business, namely: New Year's Day, Family Day, Good Friday, Easter Monday, Victoria Day, Canada Day, British Columbia Day, Labour Day, Thanksgiving Day, Remembrance Day, Christmas Day, and Boxing Day.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 20 of 47

“Confidential Information” means all information of the District that is of a confidential nature, including all confidential information in the custody or control of the District regardless of whether it is identified as confidential or not, and whether recorded or not, and however fixed, stored, expressed or embodied, which comes into the knowledge, possession or control of the Contractor in connection with the Agreement.

“Contract” means the aggregate of: (a) the Agreement, including any schedule attached at the time of execution; (b) the RFP, including any addenda; (c) the Contractor’s Proposal; (d) any negotiated changes, and (e) any amendments executed in accordance with the terms of the Agreement.

“District Representative” means Choose an item. or such other person as the District may appoint in writing.

“Performance Management Process” means the process used by the District to evaluate and rate the performance of the Contractor and other suppliers.

“Person” if the context allows, includes any individuals, persons, body corporate, firms, partnerships, corporations or any other legal entity, or any combination thereof.

“Personnel” means any individuals identified by name in the Contractor’s Proposal and any individuals employed or otherwise engaged by the Contractor to perform the Deliverables with the prior consent of the District.

“Proposal” means the Contractor's written proposal, dated Click or tap to enter a date., provided to the District in response to the RFP.

“Requirements of Law” mean all applicable requirements, laws, statutes, codes, acts, ordinances, orders, decrees, injunctions, by-laws, rules, regulations, official plans, permits, licences, authorisations, directions, and agreements with all Authorities that now or at any time hereafter may be applicable to either the Agreement or the Deliverables or any part of them.

“RFP” means the Request for Proposals RFP-####-## - [insert title], issued by the District on Click or tap to enter a date..

“Standards” means any and all laws, enactments, bylaws, statutes, regulations, rules, orders, permits, licenses, codes, building codes, professional standards and specifications (including Canadian Standards Association standards) applicable to the provision of the Deliverables, as they are in force from time to time or in the latest current version, as the case may be.

“Substantial Completion” means that: (1) the Work is certified as ready for use and substantially complete by the engineer and is being used for the purpose intended, as designed; and (2) any remaining Work to be done under the Agreement for a particular phase is capable of completion or correction at a cost of not more than 3% of the fixed fee price for the particular phase.

“Total Completion” means that: (1) the Work is certified as ready for use and totally complete by the engineer and is being used for the purpose intended; and (2) no remaining Work is to be done for a particular phase under the Agreement, except for warranty items as required.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 21 of 47

“Work” means any task or tasks to be undertaken by the Contractor to complete the Services.

3. Services

a) The Contractor shall provide the Deliverables in accordance with the terms of this Agreement.

b) The Contractor shall diligently and carefully perform the Deliverables required hereunder in a manner consistent with prudent industry Standards.

c) The Contractor shall furnish all skills, labour, supervision, materials, equipment and supplies necessary thereof and, if permitted to subcontract, shall be fully responsible for all work and services performed by subcontractors.

d) The Contractor shall perform all work in substantial compliance with Contractor’s safety procedures and those of the District site safety procedures the Contractor has been instructed to follow and been provided copies of in writing prior reasonably in advance of provision of work to that site, where the same do not conflict with applicable law.

e) The Contractor shall interfere minimally with the District's operations or that of other suppliers.

f) Upon completion of the work, the Contractor shall leave the work site clear of any tools, equipment, and rubbish.

g) The Contractor shall not, without prior written authorization of the District, make any alterations or substitutions in the work, or perform extra work. The Contractor is not entitled to any payment for unauthorized work.

h) The Contractor shall comply with any orders from the Public Health Officer of the Government of British Columbia and any other orders from any other areas of government. The Contractor must ensure that employees and subcontractors do not visit the site if they are feeling sick or should otherwise be required to self-quarantine. The Contractor shall take measures to ensure physical distancing, as required, to reduce potential transmission of communicable diseases.

i) The Contractor shall comply with all Requirements of Law during the performance of the Deliverables.

4. Project Scope Modifications

The Contractor is advised that the District may modify elements of the project scope where these modifications are in the best interests of the District. This may include deletion of certain tasks/deliverables, and/or cancellation of the project. The District will ensure the Contractor is paid all eligible fees for works completed to the date of any proposed modification.

Where the District requests the Contractor to provide work that the Contractor considers is not included in the original Scope of Work, the Contractor must notify the District that a change order will be required.

No additional works shall be undertaken in relation to this assignment without the prior written approval of District staff. The District shall not be required to pay for any work not

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 22 of 47

included in the Scope of Work unless the District approves a Change Order prior to the Contractor performing the work.

Where unanticipated delays occur (for any reason) that impact (delay) aspects of the Contractor’s work program, the Contractor shall not seek compensation for said delays.

5. Order of Precedence In the event of a conflict or inconsistency in any provisions in the Contract: (a) the main body of the Agreement shall govern over the Schedules to the Agreement; (b) the Agreement (including its Schedules) shall govern over the RFP and the Proposal; and (c) the RFP shall govern over the Proposal.

6. Term This Agreement shall commence on the Effective Date and expire on completion of the

Deliverables, which is to be no later than Click or tap to enter a date., unless the Agreement is terminated early in accordance with the provisions of the Agreement.

7. Contractor Personnel The Contractor will perform the Deliverables using only the Personnel named in the

Contractor’s Proposal, unless otherwise approved in writing by the District Representative.

8. Subcontractors If wishing to subcontract a portion of the Work, Contractor must be prepared to submit a list of potential subcontractors for approval by the District prior to the commencement of the Work. The District has the right, without any liability to the District, to reject any proposed subcontractor and to require the Contractor to substitute another subcontractor that is acceptable to the District. Subcontractors approved by the District shall not be changed without the written consent of the District.

The Contractor is responsible for supervising and coordinating all Deliverables delegated to the subcontractor(s) and for the proper execution of the Deliverables.

9. Warranty as to Work The Contractor hereby represents and warrants that the Deliverables shall be provided

fully and diligently in a professional and competent manner by persons qualified and skilled in their occupations and furthermore that all Deliverables will be provided in accordance with: (a) the Agreement; (b) applicable Standards; and (c) Requirements of Law. If any of the Deliverables, in the opinion of the District, are inadequately provided or require corrections, the Contractor shall forthwith make the necessary corrections at its own expense as specified by the District in a rectification notice. The Contractor shall be responsible to the District for the acts and omissions of the Contractor’s Personnel. The Contractor represents and warrants to the District that any warranties related to this Agreement that it will obtain or has obtained from the Contractor’s Subcontractor(s) or any person shall pass through for the sole benefit of the District and its Personnel. The Contractor shall ensure that it shall take all actions as may be required by the District to enforce any such warranties for the sole benefit of the District and its representatives. Without limitation to any additional warranties provided by the Contractor, the Contractor warrants that:

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 23 of 47

(a) all work, including goods or equipment installed, shall be of merchantable quality and free from defects in workmanship and materials;

(b) all work shall strictly conform to applicable samples, specifications and drawings; (c) all work shall be fit for the purpose intended for the District; (d) all work shall be free and clear of all liens, charges and encumbrances; (e) the work must comply with the standards set forth by applicable federal, provincial,

municipal and industry regulatory agencies; (f) the shipping and handling of any hazardous material will be made in accordance

with all applicable laws and regulations; and, (g) the work must comply with all applicable environmental protection laws and

regulations. Unless a longer warranty period is specified on the face of the purchase order or is otherwise provided, the foregoing warranty shall be valid for two (2) years from the date of acceptance of the Deliverables by the District. If at any time prior to the expiration of any applicable warranty period, any weakness, deficiency, failure, breakdown or deterioration in workmanship or material is discovered in the Deliverables provided by the Contractor, or if the work does not conform to the terms and conditions of this Agreement, the District may at its option:

(a) require the Contractor to promptly replace, redesign or correct the defective or non-conforming work at no expense to the District, or

(b) the District may replace or correct the defective work and charge the Contractor with the expenses incurred by the District.

The Contractor agrees to indemnify and save harmless the District, its elected officials, officers, employees, and agents from any liability, loss, cost and expense arising either directly or indirectly, from breach of any warranty given by the Contractor hereunder.

All costs for the repair of the work during the warranty term of this Agreement shall be paid for by the Contractor.

Warranty on any consignment inventory shall commence upon physical installation.

Section 9 shall survive any termination or expiry of the Contract. 10. Remuneration & Reimbursement The District shall pay the Contractor for the performance of the Deliverables in accordance

with Schedule B – Fees.

11. Taxes

The Contractor is responsible for all taxes, tariffs, and duties applicable to labour, work and equipment and these taxes, tariffs, and duties shall be included in the fee. Notwithstanding, GST and applicable PST shall be billed as a separate item.

12. Invoices & Payment Not more than once each month, the Contractor may deliver an invoice to the District, in

respect of the immediately preceding month, setting out a portion of the fee claimed for work performed in that preceding month. Each invoice should show:

a) the agreement title;

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 24 of 47

b) purchase order and/or procurement competition number; c) a description of the services provided; d) the percentage of the Deliverables that are being invoiced, where applicable; e) the percentage of the Deliverables that are complete (i.e. including previous

billings), where applicable; f) the total contract value; and g) the amount of GST applicable.

The District shall, to the extent the District is satisfied the billing is for work satisfactorily performed by the Contractor, pay the Contractor the fees claimed on any invoice delivered in accordance with this section, within 30 days after delivery of such invoice to the District. Invoices are to be submitted to: District of Summerland 13211 Henry Avenue, Box 159 Summerland, BC V0H 1Z0 Attention: Choose an item. Email: Choose an item.

13. Hold Back or Set Off Notwithstanding the invoicing process detailed in Section 13, the District may hold back

payment or set off against payment if, in the opinion of the District acting reasonably, the Contractor has failed to comply with any requirements of the Agreement, including:

(a) the Contractor is not performing the Deliverables or has failed to comply with any requirements of the Agreement to the satisfaction of the District;

(b) defective work is not being remedied; (c) there is an affidavit, claim of lien, or lien filed against the equipment on which the

work is done or is being done, or reasonable evidence of the probable filing of an affidavit, claim of lien, or lien;

(d) the Contractor is failing to make prompt payments to anyone employed by the Contractor in connection with the Deliverables; or

(e) an unsatisfied claim exists for damages caused by the Contractor in connection with the Deliverables.

Where subcontractors or suppliers of material are not receiving prompt payment, the District may deduct the amount of such payments from amounts otherwise due to the Contractor and will, if deducted, hold these funds in trust until such time as the Contractor has resolved the issue to the satisfaction of the District.

14. Inspection of Work The District’s Representative may, at any time, enter into any place or premises where the Contractor is undertaking the work to inspect the work and to ensure the work is being performed in accordance with the Agreement Documents.

The District’s Representative, upon written notice to the Contractor, has the authority to stop the work or to order the Contractor to take remedial action where, the Contractor is not performing the work in accordance with the requirements; or he is of the opinion that there exists a danger to life or to property.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 25 of 47

The Contractor shall immediately obey the provisions of the notice and will not be entitled to any extra payment unless approved by a Change Order.

The District is not required to make inspections. Inspections made by the District do not relieve or release the Contractor from being responsible for the supervision of its operations under this Agreement, from making its own inspections, and for ensuring the work is being performed in accordance with the requirements.

15. District's Representative The District appoints the District Representative as the only person authorized by the

District to communicate with the Contractor in respect of this Agreement. The District shall not be bound to the Contractor by communication from any person other than the District Representative or their delegate.

16. Indemnity The Contractor shall indemnify, and save harmless, the District, and its elected officials,

officers, employees, and agents, from and against all claims, losses, damages, costs, expenses (including legal fees and disbursements), liabilities, actions and proceedings, suffered, made, incurred, sustained, brought, prosecuted, in any manner caused by, based upon, occasioned by or attributable to, any wilful or negligent act or omission, or other actionable wrong, on the part of the Contractor, its employees, subcontractors or agents, connected with the performance or breach of this Agreement by the Contractor. The Contractor’s obligations under this section shall survive the expiry or earlier termination of this Agreement.

17. Workers Compensation, Occupational Safety & Employment Standards The Contractor shall, at all times, in providing the Deliverables and otherwise performing

its obligations under this Agreement, comply with the requirements of the Employment Standards Act (British Columbia), the Workers Compensation Act (British Columbia), and all other applicable federal and provincial legislation regarding wages and labour regulations, including the Occupational Health and Safety Regulation. The Contractor shall ensure compliance by its subcontractors, workers, and suppliers. The Contractor shall perform the role of prime contractor and shall submit any required notices, including but not limited to a WorkSafe BC Notice of Project. The Contractor shall, upon request from the District, provide evidence of any required registration under the Acts and evidence of compliance with any requirement under that Act to make any payments or pay assessment.

The Contractor shall, upon request by the District, provide proof of payment in good standing, by producing a Clearance Letter, with WorkSafe BC.

18. Insurance & Bonding Requirements The Contractor shall obtain and maintain Commercial General Liability insurance during

the currency of this Agreement that provides coverage for death, bodily injury, property loss and damage and all other losses arising out of or in connection with the provision of the Deliverables, in an amount not less than $2,000,000 per occurrence, or in such a greater amount as may be required by the District Representative from time to time, acting reasonably.

The insurance shall:

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 26 of 47

(a) name the Corporation of the District of Summerland, its officials, officers, employees, servants, and agents as “Additional Insured”;

(b) include that the District is protected notwithstanding any act, neglect or misrepresentation by the Contractor which might otherwise result in the avoidance of a claim and that such policies are not affected or invalidated by any act, omission or negligence of any third party which is not within the knowledge or control of the insureds;

(c) be issued by an insurance company entitled to carry on the business of insurance under the laws of British Columbia;

(d) be primary and non-contributory with respect to any policies carried by the District and shall provide that any coverage carried by the District is in excess coverage;

(e) not be cancelled or materially changed without the insurer providing the District with 30 days written notice stating when such cancellation or change is to be effective;

(f) be maintained for a minimum period of 12 months; (g) not include a deductible greater than $5,000.00 per occurrence; (h) extended to cover the Contractor’s Blanket Contractual Liability; (i) include a cross liability clause; and, (j) be on other terms acceptable to the District Representative, acting reasonably.

The Contractor shall obtain and maintain during the currency of this Agreement Automobile Liability insurance with an inclusive third-party liability limit of not less than $5,000,000 per occurrence. All vehicles owned, leased or not owned but operated by or on behalf of the insured must be covered by either Automobile or Commercial General Liability Insurance.

The Contractor shall provide and maintain a minimum of $[Full replacement value of project plus 10%] inclusive per occurrence Course of Construction (Builder’s Risk) Insurance for building or projects under construction against the costs of repair or replacement in the event of an accident. An Installation Floater with a limit of not less than $[Full replacement value of project plus 10%] will be accepted in lieu of Course of Construction insurance.

The Contractor shall a Performance Bond and a Labour and Material Payment Bond, each in the amount of 50% of the contract price, including taxes, covering the performance of the Work including the Contractor’s obligations during the Maintenance Period, 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

The Contractor shall cause all policies of insurance required to be taken out by it under this Agreement to be with insurance companies satisfactory to the District.

19. Errors and Omissions The Contractor accepts responsibility for the acts and omissions of all employees of their project team, subcontractors and subconsultants it may engage in rendering the service on the project.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 27 of 47

20. Insurance Certificates The Contractor shall provide the District with certificates of insurance confirming the

placement and maintenance of the insurance, promptly after a request to do so from time to time by the District.

21. District May Insure If the Contractor fails to insure as required, the District may effect the insurance in the

name and at the expense of the Contractor and the Contractor shall promptly repay the District all costs incurred by the District in doing so. For clarity, the District has no obligation to effect such insurance.

22. Performance Management Process The Contractor agrees to participate in, and comply with the terms of, the Performance

Management Process. The Contractor acknowledges that the Performance Management Process may be changed from time to time by the District at the District’s sole discretion. Without limiting the foregoing, the Contractor acknowledges and agrees:

(a) to adhere to any guidelines and processes issued in respect of the Performance Management Process;

(b) to respond to requests from the District for information or feedback arising out of or about the Performance Management Process (including responding to vendor evaluation information), within the time frame specified in the request (or in the absence of a time frame, within a reasonable period of time);

(c) to meet with the District, whether remotely or in person, at no charge to the District, to discuss performance and other evaluations (including vendor evaluation information) or any other issues arising out of or about the Performance Management Process;

(d) that performance ratings, performance feedback and other information about the Contractor and its Personnel gathered or obtained through the Performance Management Process (including vendor evaluation information) may be made available to the government of British Columbia and other municipal or regional governments;

(e) in addition to and without limiting any provision, statutory or otherwise, that protects employees or other personnel of the District from actions or proceedings for damages, the Contractor agrees that no action or proceeding for damages may be brought against any personnel of the District for any acts done in good faith in connection with the Performance Management Process (including any evaluation of the Contractor by any such the District) or for any alleged neglect or default in the execution in good faith of such the District’s duty as it relates to the Performance Management Process; and

(f) that performance ratings and performance and other evaluations prepared or obtained through the Performance Management Process (including vendor evaluation information) may be used by the District or the British Columbia government or any other local government, to inform other procurement evaluation processes, whether or not related to this Agreement.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 28 of 47

This Section shall survive any termination or expiry of the Agreement. 23. Condonation Not a Waiver

Any failure by the District to insist in one or more instances upon strict performance by the Contractor of any of the terms or conditions of the Agreement shall not be construed as a waiver by the District of its right to require strict performance of any such terms or conditions, and the obligations of the Contractor with respect to such performance shall continue in full force and effect.

24. Dispute Resolution The District’s Manager of Procurement & Contract Administration shall be the interpreter of the requirements of the Agreement.

In the event of any dispute, which shall be any disagreement or misunderstanding between the District and the Contractor after initial attempts at resolution, either party may provide the other with a written summary of the Agreement question at issue and the redress sought.

Within fourteen calendar days of receipt of such communication the recipient shall acknowledge and respond in writing addressing all the issues raised in the initial communication or request a time extension.

If a party does not provide any written response to the written communication issued as per the foregoing, the communication will be deemed to have been accepted by the receiving party.

If there is an exchange of communication and issues remain unresolved, both parties shall:

(a) make immediate bona fide efforts to resolve the outstanding issues by amicable negotiations involving the assistance of senior persons in both parties’ organizations and;

(b) provide frank, conditional, and timely disclosure of all relevant facts, information, and documents to facilitate those negotiations.

If the dispute cannot be settled within fourteen calendar days of the end of the above negotiations, or such other time period as agreed to by both parties, the dispute may be referred to and finally resolved by arbitration conducted by a single arbitrator, agreed to by both parties, and under the rules of the British Columbia International Commercial Arbitration Centre. The place of arbitration shall be in Summerland, BC, unless otherwise agreed to by both parties. The findings of the arbitrator shall be final and binding upon both parties.

The Contractor shall not delay any the Deliverables on account of or during any dispute, negotiation, or arbitration proceedings. The parties shall each bear their own costs throughout the process and the costs of a mediator or arbitrator shall be divided equally between the parties.

25. Bankruptcy or Default by Contractor If the Contractor:

(a) is adjudged bankrupt; or (b) makes a general assignment for the benefit of creditors due to insolvency;

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 29 of 47

(c) has a receiver appointed because of his insolvency; (d) an order is made or resolution passed for the winding up or dissolution of the

Contractor; or (e) the Contractor takes the benefit of any enactment relating to bankrupt or insolvent

debtors; the District may, without prejudice to any other of the District’s rights or remedies, give the Contractor, the receiver, or the trustee written notice and terminate the Agreement.

If the Contractor fails to perform the Deliverables in accordance with the Agreement Documents, the District may provide written notice informing the Contractor that he is in default of his contractual obligations and instruct the Contractor to correct the default within five (5) days, or such other longer specified time as outlined in the notice.

If the Contractor fails to correct the default within the time specified, the District may, without prejudice to any other of the District’s rights or remedies,

(a) correct the default and deduct the District’s direct costs from any payment owing to the Contractor or any security held by the District; and/or

(b) deduct any portion of the remaining Deliverables from the Agreement; and/or (c) terminate the Agreement. Without limiting any other right or remedy available to the District, if the District terminates part or all of the Deliverables under this section, the District may arrange, upon such terms and conditions and in such manner as the District considers appropriate, for performance of all or any part of the Deliverables remaining to be completed, and the Contractor shall be liable to the District for any expenses reasonably and necessarily incurred by the District in engaging the services of another person to perform those Deliverables (including the amount by which the fees, disbursements and other costs payable by the District exceed those that would have been payable to the Contractor for completion of the Deliverables under this Agreement). The District may set off against, and withhold from amounts due to the Contractor, such amounts as the District estimates shall be required to cover the District’s costs of correcting any breaches of the Contractor’s obligations under this Agreement and to be incurred by the District to complete all or any part of the Deliverables.

26. Termination at District’s Discretion Without prejudice to any right or remedy to which the District may be entitled, the District

may at any time and in its sole discretion and without reason, terminate this Agreement upon 30 days’ notice to the Contractor.

27. Remedies On any early termination of the Agreement by the District: (a) The Contractor shall be entitled to be paid for all work satisfactorily performed by the

Contractor up to the date of such termination in accordance with this Agreement and upon such payment being made the District shall have no further obligation to the Contractor under this Agreement; and

(b) If the Contractor’s right to perform the Deliverables is terminated in accordance with the provisions of the Agreement, the Contractor is not entitled to, and irrevocably waives and releases the District from any and all claims for, any

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 30 of 47

damages or compensation for costs incurred, loss of profit or loss of opportunity, directly or indirectly arising out of termination of this Agreement.

28. Alternative Rights & Remedies Exercise by a party to this Agreement of any right or remedy of that party, whether granted

in or under this Agreement or at law or equity, does not limit or affect any other right or remedy of any kind, whatever its source, that the party may have against the other party and does not affect the right of the party exercising the right or remedy to exercise other rights or remedies against the other party.

29. Records The Contractor:

(a) shall keep proper accounts and records of its performance of the Deliverables, including invoices, receipts and vouchers, which shall at all reasonable times be open to audit and inspection by the District, which may make copies and take extracts from the accounts and records;

(b) shall keep reasonably detailed records of performance of the Deliverables, which shall at all reasonable times be open to inspection by the District, which may make copies and take extracts from the records;

(c) shall afford facilities and access to accounts and records for audit and inspection by the District and shall furnish the District with such information as the District may from time to time require regarding those documents; and

(d) shall preserve, and keep available for audit and inspection, all records described in this section for at least two years after completion of the Deliverables, expiry of this Agreement or termination of this Agreement, whichever applies.

30. Freedom of Information and Protection of Privacy Act The District is subject to the Province of British Columbia’s Freedom of Information and Protection of Privacy Act (FOIPPA). The Contractor should be aware of and review the District’s obligations under FOIPPA and the District’s limited ability to refuse to disclose third party information pursuant to Section 21 of FOIPPA.

31. Copyright & Intellectual Property The Contractor agrees that the District shall be the sole owner of any newly created

intellectual property that was collected or created by the Contractor, or on behalf of the Contractor, for this Agreement. By this Section, the Contractor irrevocably assigns to the District all rights, title and interest, including copyright and all intellectual property rights, in and to all materials produced by the Contractor in rendering the Services in which such rights may exist, including all drawings, plans, specifications, reports and other documents, and the Contractor hereby waives any moral rights the Contractor may have in relation to such documents. For clarity, the assignment and waiver granted by this Section shall survive the expiry or earlier termination of this Agreement.

The Contractor shall provide at least one complete set of all drawings, estimates, programs, reports, or other documents produced in connection with this Agreement in format(s) approved by the District. The Contractor must provide the District with any data collected by the Contractor on behalf of the District as part of this Agreement in reasonable formats, as determined by the District, that will allow the District to work with and manipulate the data. The Contractor must provide any drawings or diagrams prepared by the Contractor for the

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 31 of 47

District as part of this Agreement in editable file formats such as CAD. The Contractor must provide final reports in PDF format and Microsoft Office format or another editable format approved by the District.

32. Confidentiality During and following the term, the Contractor shall: (a) keep all District Confidential Information confidential and secure; (b) limit the disclosure of District Confidential Information to only those of its directors, officers, employees, agents, partners, affiliates, volunteers, subcontractors, or personnel who have a need to know it for the purpose of providing the Deliverables and who have been specifically authorized to have such disclosure; (c) not directly or indirectly disclose, destroy, exploit or use any District Confidential Information (except for the purpose of providing the Deliverables, or except if required by order of a court or tribunal), without first obtaining: (i) the written consent of the District and (ii) in respect of any District Confidential Information about any third-party, the written consent of such third-party; (d) provide District Confidential Information to the District on demand; and (e) return all District Confidential Information to the District before the end of the term, with no copy or portion kept by the Contractor, upon request. Details of the Contract may be disclosed on a confidential basis to consultants or suppliers retained by the District to advise or assist with matters related to the Contract or to audit, assess, or develop District programs and functions. Details of the Contract may also be disclosed on a confidential basis to organizations that have agreed to provide funding or are considering providing funding for the Deliverables or a related project.

33. Contractor Not a Partner, Agent or Employee

The Contractor shall have no power or authority to bind the District or to assume or create any obligation or responsibility, express or implied, on behalf of the District. The Contractor shall not hold itself out as an agent, partner or employee of the District. Nothing in the Agreement shall have the effect of creating an employment, partnership or agency relationship between the District and the Contractor (or any of the Contractor's directors, officers, employees, agents, partners, affiliates, volunteers, subcontractors, or personnel).

34. Non-Exclusive Contract, Work Volumes

The Contractor acknowledges that it is providing the Deliverables to the District on a non-exclusive basis. The District reserves the right to contract with other parties for the same or similar goods and services as those provided by the Contractor and reserves the right to obtain the same or similar goods and services internally.

35. Withholding Taxes The Contractor will pay and remit, and otherwise be responsible for, all withholding taxes,

income taxes, Canada Pension Plan contributions, employment insurance deductions and any other deductions required by the applicable provincial or federal statutes for the Contractor and any of its employees. The Contractor agrees to indemnify and hold harmless the District should the District be required to pay any remittances described above.

If the Contractor is a non-resident company, payments to the Contractor, as a non-resident, may be subject to withholding taxes under the Income Tax Act (Canada). Unless a non-resident Contractor provides the District with an official letter from Canada Revenue Agency waiving the withholding requirements, the District will withhold the taxes it determines are required under the Income Tax Act (Canada).

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 32 of 47

36. Assignment The Contractor shall not assign this Agreement or the benefit hereof without the prior

written consent of the District, at its sole discretion. 37. Time of the Essence Time is of the essence of this Agreement.

The Contractor must advise the District immediately of any shortage or delay of any kind. If delivery of goods and services is not completed by the delivery date, the District reserves the right to terminate this Agreement in whole or in part and to purchase substitute goods and services elsewhere and charge the Contractor with any incidental or consequential damages that might be incurred. If the Contractor fails to achieve Substantial Completion or Total Completion of the Work on or before the specified dates, the Contractor shall deduct liquidated damages from its final invoice in the amount of $100 for each and every Business Day beyond the specified date that Substantial Completion is not achieved, and $50 for each and every Business Day beyond the specified date that Total Completion is not achieved. The maximum aggregate amount of such liquidated damages will be ten percent (10%) of the total fixed fee price for the approved phases of Work. The liquidated damages will not relieve the Contractor from its obligation to complete the Work or from any other duties, obligations or responsibilities of the Contractor under this Agreement, and will not limit the District’s rights to terminate this Agreement for default of the Contractor under this Agreement. If the Agreement is terminated before Substantial Completion or Total Completion is achieved, liquidated damages will cease accumulating upon termination.

38. Force Majeure Neither party shall be liable for damages caused by delay or failure to perform its obligations under the Agreement where such delay or failure is caused by an event beyond its reasonable control. The parties agree that an event shall not be considered beyond one’s reasonable control if a reasonable business person applying due diligence in the same or similar circumstances under the same or similar obligations as those contained in the Agreement would have put in place contingency plans to either materially mitigate or negate the effects of such event. Without limiting the generality of the foregoing, the parties agree that force majeure events shall include: (a) a law or governmental order, rule, regulation or direction; (b) an action by a government or public authority to impose an embargo, export

restriction or other restriction or prohibition; (c) war, insurrections, terrorism, riots or crime; (d) hurricane, flood, earthquake, lightning or other natural event or disaster; (e) plague or epidemics; and (f) strikes or other work stoppages; but shall not include shortages or delays relating to supplies or services, except as they relate to a force majeure event.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 33 of 47

If a party seeks to excuse itself from its obligations under this Agreement due to a force majeure event, that party shall immediately notify the other party of the delay or non-performance, the reason for such delay or non-performance and the anticipated period of delay or non-performance. If the anticipated or actual delay or non-performance exceeds fifteen (15) business days, the other party may immediately terminate the Agreement by giving notice of termination and such termination shall be in addition to the other rights and remedies of the terminating party under the Agreement, at law or in equity.

39. Notice Any notice, direction, demand, approval, certificate or waiver (“Notice”) which may be or

is required to be given under this Agreement shall be in writing and delivered personally or by courier or sent by email, addressed as follows:

(a) To the District: District of Summerland 13211 Henry Ave Summerland, BC V0H 1Z0 Attention: Choose an item. Email: Choose an item.

(b) To the Contractor: [insert address] Attention: Email:

or to such other address or email address of which notice has been given as provided in this section.

Any Notice delivered personally, by courier, or by registered mail is to be considered given on the day it is received. Any Notice delivered by non-registered mail is considered given five (5) business days after it is postmarked. Any Notice sent by email is to be considered given on the day it is sent, if that day is a business day, and if that day is not a business day, it is to be considered given on the next business day after the date it is sent. In this section, business day means a day other than a Saturday, Sunday or BC statutory holiday.

40. Interpretation & Governing Law In this Agreement (a) reference to the singular includes a reference to the plural, and vice versa, unless

the context requires otherwise; (b) reference to a particular numbered section or Schedule is a reference to the

correspondingly numbered section or Schedule of this Agreement; (c) the word "enactment" has the meaning given to it in the Interpretation Act (British

Columbia) on the reference date of this Agreement; (d) reference to any enactment is a reference to that enactment as amended, unless

otherwise expressly provided; (e) reference to a month is a reference to a calendar month; and (f) section headings have been inserted for ease of reference only and are not to be

used in interpreting this Agreement.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 34 of 47

This Agreement is governed by, and is to be interpreted according to, the laws of British Columbia and the federal laws of Canada applicable therein and each party irrevocably attorns to the jurisdiction of the court system of the Province of British Columbia.

41. Binding on Successors This Agreement enures to the benefit of and is binding upon the parties and their

respective successors, trustees, administrators and receivers, despite any rule of law or equity to the contrary.

42. Severability If any provision of this Agreement, or the application of such provision to any person or in any circumstance, shall be determined to be invalid, illegal or unenforceable, the remaining provisions of this Agreement, and the application of such provision to any person or in any circumstance other than that to which it is held to be invalid, illegal or unenforceable, shall not be affected thereby.

43. Entire Agreement The Contract embodies the entire agreement between the parties with regard to the

provision of Deliverables and supersedes any prior understanding or agreement, collateral, oral or otherwise with respect to the provision of the Deliverables, existing between the parties at the date of execution of the Agreement.

44. Removal of Liens The Contractor shall immediately remove, at their own expense, any liens filed or registered against the District’s equipment or the District’s property as a result of the Contractor’s performance under this Agreement.

45. Permits The Contractor shall, at their own expense, procure any permits, certificates, and licenses required by law and for the District for the execution of the Deliverables.

As evidence of their agreement to be bound by this Agreement, the parties have executed this Agreement below, on the respective dates written below. DISTRICT OF SUMMERLAND

by its authorized signatories:

Signature

Name

Title

Date

[INSERT CONTRACTOR NAME]

by its authorized signatories:

Signature

Name

Title

Date

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 35 of 47

DISTRICT OF SUMMERLAND

by its authorized signatories:

Signature

Name

Title

Date

[INSERT CONTRACTOR NAME]

by its authorized signatories:

Signature

Name

Title

Date

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 36 of 47

Schedule A – Scope of Project The Deliverables to be provided by the Contractor under this Agreement include the following:

[Insert Deliverables from RFP.]

If any services, deliverables, functions, responsibilities or tasks are not specifically described in this Agreement are: a) required for the proper performance of any of the Deliverables; or b) are usually performed as part of services that are substantially similar to the Deliverables, such services, deliverables functions, responsibilities and tasks shall be deemed to be included within the scope of the Deliverables to the same extent and in the same manner as if specifically required by this Agreement.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 37 of 47

Schedule B – Fees Notwithstanding anything else in the Agreement, the total fee that may be payable by the District of Summerland to the Contractor under the Agreement will not exceed [Insert maximum contract amount] ($xxx) plus GST and PST.

The fixed fee prices are firm not-to-exceed prices. The scope must be completed for the price submitted. The Contractor will not be compensated above the total fixed fee price if they find that the work requires more effort than they had planned for when they prepared their Proposal.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 38 of 47

Part D: Proposal Submission Forms and Instructions This Part D contains forms detailing the information that should be included in a Proposal.

Part D Contents:

This Part D contains the following forms:

Appendix A – Proponent Submission Form

Appendix B – Rated Criteria Form

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 39 of 47

APPENDIX A – PROPONENT SUBMISSION FORM

Proposals should include this Appendix A – Proponent Submission Form.

1. Proponent Details:

Full Legal Name of Proponent:

Other “DBA” Names the Proponent Uses:

Registered Address:

Proponent Contact Person Name & Title:

Contact Person Phone No.:

Contact Person Email:

2. Confirmation of Addenda Received:

We have checked the District of Summerland website at http://summerland.ca for Addenda and confirm receipt of the following Addenda, issued by the District up until the Closing Date and Time:

Addendum # Issued on Date:

3. Certification & Acknowledgement of RFP Process:

By signing this Appendix A – Proponent Submission Form, we the Proponent, certify and acknowledge the following:

a. We have carefully read and examined this RFP document, including all Parts and Appendices, and have conducted such other investigations as were prudent and reasonable in preparing this Proposal. We are able to provide the Deliverables and meet the Contractor Requirements detailed in Part A for the pricing submitted in this Proposal.

b. We certify that the statements made in this Proposal are true and submitted in good faith.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 40 of 47

c. We acknowledge and understand that the RFP process and the submission of this Proposal do not give rise to any contractual obligations whatsoever (including what is commonly referred to as ‘Contract A’) between the District and us, the Proponent, and that no contractual obligations shall arise between the District and us, the Proponent, until and unless we execute a written Agreement with the District.

d. We certify that we have not engaged in any conduct which would constitute a Conflict of Interest in relation to this RFP process, and that there is no foreseeable Conflict of Interest in performing the contractual obligations contemplated in the RFP; or, we have disclosed any potential, perceived, or actual conflict of interest below:

4. Subcontractors:

Subcontractors to be used for the work are as follows:

Name of subcontractor Trade/work to be performed

5. Quotation

Having carefully examined the Request for Proposals, including Addenda issued by District, as well as the place of the work and conditions affecting the work as applicable, the Undersigned offers to provide the Work and any requested warranties as indicated in the table below.

All Prices are in Canadian funds, are inclusive of all applicable duties and taxes, except applicable GST and PST, which shall be itemized separately where indicated.

Prices shall be all-inclusive and include for all labour, materials, supplies, site visits, travel, shipping costs, duty, insurance, expenses, disbursements, and all other costs and fees necessary to complete the Deliverables.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 41 of 47

Base Bid (Required)

Item Cost

Summerland Museum HVAC Upgrade

Subtotal:

Goods and Services Tax (GST):

Provincial Sales Tax (PST) if applicable:

Total: Alternate Prices (Required)

Item Cost (+/-) Scope of Works Mechanical, Item 2 ‘N’: All labour, equipment and resources for the safe removal and disposal of the two existing natural gas fired roof top units and associated piping, valves and ancillaries as shown on the drawings and specification.

Scope of Works Mechanical, Item 2 ‘O’: Evacuation and disposal of the existing refrigerant contained within the existing roof top units, including a certificate of disposal for municipal tracking.

Subtotal:

Goods and Services Tax (GST):

Provincial Sales Tax (PST) if applicable:

Total:

6. Certification Signature:

The Proponent hereby certifies that the above statements are true and that the individual signing below has the authority to bind the Proponent:

__________________________________ Signature

__________________________________ Name

__________________________________ Title

__________________________________ Date

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 42 of 47

APPENDIX B – RATED CRITERIA FORM Proposals should include the following sections in this order, with all requested details and supporting documents, either on this form or in a format of your choice.

1. Company Profile & Team:

Provide a brief corporate profile including the company’s history, experience, number of staff, available resources, areas of specialization and other services provided by your company. Discuss your company’s experience and strengths in relation to this work. Discuss your company’s safety program, including any formal recognition or certifications (e.g. Certification of Recognition - https://www.bcmsa.ca/what-we-do/cor/). Indicate whether your company is a member of any professional associations. Provide a brief description of each key team member proposed, including their experience, qualifications, certifications (e.g. Red Seal), and proposed role in the project.

If your company has multiple locations, please identify the corporate head office and any local offices that may be involved in project delivery and coordination.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 43 of 47

2. Approach & Methodology:

In this section, please: • Describe how you will complete the work, including the proposed materials. • Describe the warranties of your proposed materials and workmanship. • Include a schedule that demonstrates the proposed timeline and sequencing of

work. • Describe site safety and site protection measures. • Describe how you would communicate with the District throughout the contract.

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 44 of 47

3. Experience & References: In this section, in a format similar to the tables below, Proponents should provide details on three (3) projects completed in the last five (5) years which are the most relevant and similar to the Deliverables. Proponents should note that the District may contact the client to provide a reference on the experience listed and may amend scoring in the evaluation based on the client’s feedback. Positive references will impact scoring positively, and poor or negative references will impact scoring negatively and may be grounds for rejection of a Proposal. Additionally, the District may consider information regarding the integrity and reliability of a Proponent’s services from parties other than those provided in a Proponent’s proposal, including the District’s own experience with the Proponent.

Project Experience #1

Client Name:

Contact Name:

Contact Phone Number:

Contact Email:

Dates Work Undertaken:

Proposed Team Members on Project:

Brief Description of Project and Services Proponent Performed:

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 45 of 47

Project Experience #2

Client Name:

Contact Name:

Contact Phone Number:

Contact Email:

Dates Work Undertaken:

Proposed Team Members on Project:

Brief Description of Project and Services Proponent Performed:

Project Experience #3

Client Name:

Contact Name:

Contact Phone Number:

Contact Email:

Proposed Team Members on Project:

Dates Work Undertaken:

Brief Description of Project and Services Proponent Performed:

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 46 of 47

4. Sustainability Considerations:

In this section, please: • Describe how you will minimize waste to landfill and maximize recycling through

the project. • Describe how you will otherwise minimize the environmental impact of the project

(e.g., through material choices, supply chains, fuel choices, etc.).

RFP-2020-33 Summerland Museum HVAC Upgrade

Page 47 of 47

Part E: Attachments Part E Contents:

This Part E contains the following forms:

Attachment 1: “Summerland Museum – HVAC Upgrades” Issued for Tender Drawings

COVER PAGE,

PROJECT NOTES

& SITE PLAN

BUILDING ENERGY SOLUTIONS

SUITE 722 - 550 WEST BROADWAY

VANCOUVER, BC, CANADA, V5Z 0A9

Tel: 1.778.371.3459

DISCLAIMER NOTECOPYRIGHT RESERVED THIS PLAN AND DESIGN ARE, AND ATALL TIMES REMAIN THE EXCLUSIVE PROPERTY OF BUILDINGENERGY SOLUTIONS AND CANNOT BE USED OR REPRODUCEDFOR ANY REASON WHATSOEVER WITHOUT THE WRITTENCONSENT FROM BUILDING ENERGY SOLUTIONS

BUILDING ENERGY SOLUTIONS IS NOT RESPONSIBLE FOR THEACCURACY OF THESE DRAWINGS, THEY ARE ISSUED FORINFORMATION PURPOSES ONLY. EXACT DIMENSIONS ANDLOCATIONS OF ALL SERVICES SHALL BE COORDINATED ANDVERIFIED WITH THE CONTRACTOR

MECHANICAL & ELECTRICAL ENGINEERS

ISSUED FOR REVIEW1 20/10/19

REVISIONS# (YR/M/D)

SUMMERLAND MUSEUM

- HVAC UPGRADE

9521 WHARTON ST, SUMMERLAND, BC V0H 1Z0

Title

Scale

Drawn

Checked

Project No.

Seal

Drawing No.

Latest Revision No.

AS NOTED

MM

SM

20-B216

NOT FOR CONSTRUCTION

ISSUED FOR TENDER

Project

2

ISSUED FOR TENDER2 20/11/17

M0.1

SUMMERLAND MUSEUM - HVAC UPGRADE

9521 WHARTON ST, SUMMERLAND, BC V0H 1Z0

DWG. NO DESCRIPTION SCALE

DRAWING LIST

NTS

AS NOTED

AS NOTED

MECHANICAL SPECIFICATIONM1.1

M2.1

9521 WHARTON ST,

SUMMERLAND,

BRITISH COLUMBIA

V0H 1Z0

CIVIC ADDRESS

SCOPE OF WORKS MECHANICAL:

THE INTENT OF THIS PROJECT IS TO REMOVE, DISPOSE AND REPLACE THE AGING AND FAILED NATURAL GAS FIRED ROOF TOP UNITS SERVING THE MUSEUM IN

SUMMERLAND, BC. THIS PROJECT ALSO FOCUSES ON USING LOW CARBON EMISSION TECHNOLOGY WHERE POSSIBLE TO REDUCE GREENHOUSE GAS EMISSIONS.

THE FOLLOWING SCOPE OF WORKS IS RECOMMENDED AS A MINIMUM AND IS NOT LIMITED TO:

1. ALL LABOUR, EQUIPMENT AND RESOURCES FOR THE INSTALLATION AND COMMISSIONING OF THE NEW HIGH EFFICIENCY HYBRID ROOFTOP UNITS. THESE

HYBRID ROOFTOP UNITS SHALL INCORPORATE HEATPUMP TECHNOLOGY FOR COOLING AND FIRST STAGE HEATING AND A NATURAL GAS FIRED SECTION

FOR BACK UP AND PEAK LOAD HEATING PURPOSES.

2. ALL LABOUR, EQUIPMENT AND RESOURCES FOR THE SUPPLY, DELIVERY, INSTALLATION OF THE NEW DUCTWORK MODIFICATIONS REQUIRED TO INSTALL

THE NEW ROOF TOP UNITS AND FOR THE REQUIRED DUCTWORK MODIFICATIONS WITHIN THE BUILDING.

SPECIFICALLY, THE FOLLOWING TASKS FORM PART OF THE SCOPE OF WORKS FOR THIS PROJECT AS DEFINED HERE AND WITH THE DESIGN INTENT DRAWINGS

PERTAINING TO THIS DRAWING AND SPECIFICATION SET.

a. DEMOLITION, REMOVAL AND DISPOSAL OF THE EXISTING DUCTWORK & ANCILLARIES.

b. ALL PERMITS AND CERTIFICATION AS REQUIRED BY CODE AND THE LOCAL JURISDICTION (GAS, REFRIGERATION, ELECTRICAL ETC)

c. NEW HYBRID ROOF TOP UNITS AND ANCILLARIES

d. NATURAL GAS PIPING

e. SHEET METAL DUCTWORK

f. THERMAL INSULATION (ALL NEW & EXISTING EXPOSED DUCTWORK INSIDE MEZZANINE MECHANICAL ROOM TO RE-INSULATED)

g. ELECTRICAL INSTALLATION

h. CONTROLS INSTALLATION

i. CONNECTION OF NEW ROOF TOP UNITS TO THE FIRE ALARM PANEL

j. HUMIDIFICATION SYSTEM AND CONTROLS AND ANCILLARIES TO MEET CLASS B MUSEUM STANDARDS

k. STRUCTURAL MODIFICATION AND ANTI-VIBRATION SPRING MOUNTS

l. AIR SYSTEM BALANCING

m. VERIFICATION OF SYSTEM INCLUDING OPERATION AND MAINTENANCE MANUAL

ALTERNATE PRICING:

n. ALL LABOUR, EQUIPMENT AND RESOURCES FOR THE SAFE REMOVAL AND DISPOSAL OF THE TWO EXISTING NATURAL GAS FIRED ROOF TOP UNITS AND

ASSOCIATED PIPING, VALVES AND ANCILLARIES AS SHOWN ON THE DRAWINGS AND SPECIFICATION.

o. EVACUATION AND DISPOSAL OF THE EXISTING REFRIGERANT CONTAINED WITHIN THE EXISTING ROOF TOP UNITS. . THE CONTRACTOR SHALL ALSO

PROVIDE A CERTIFICATE OF DISPOSAL FOR MUNICIPAL TRACKING

3. UNDER THIS CONTRACT, IT IS PROPOSED TO EVACUATE THE REFRIGERANT AND INSTALL A NEW HIGH EFFICIENCY HYBRID ROOF TOP UNITS THAT UTILIZE

HEATPUMP TECHNOLOGY FOR COOLING AND FIRST STAGE HEATING AND NATURAL GAS FOR SECOND STAGE AND BACK UP/PEAK LOAD HEATING

PURPOSES. NEW SUPPLY AND RETURN AIR DUCTWORK SHALL ALSO BE INSTALLED TO ENSURE EACH NEW ROOF TOP UNIT IS CORRECTLY INSTALLED TO

EACH OF ITS RESPECTIVE ZONE. DUE TO THE FAILURE OF ONE EXISTING ROOF TOP UNIT, A CROSS CONNECTION HAS BEEN INSTALLED BETWEEN THE TWO

SYSTEMS. THIS SHALL BE REMOVED, AND THE EXISTING DUCTWORK SHALL BE MADE GOOD. ADDITIONALLY, A SECTION OF SUPPLY AIR DUCTWORK HAS

BEEN DISCONNECTED ALTOGETHER DUE TO A CLASH WITH A PRIOR BUILDING UPGRADE. IT IS INTENDED THAT AS PART OF THIS PROJECT, THIS ZONE

SHALL BE REINSTATED TO ENSURE PROPER AIRFLOW TO THE BUILDING.

4. DUE TO THE SIZE CONSTRAINT OF THE EXISTING ROOF STRUCTURE, THE NEW HYBRID ROOF TOP UNITS DESIGN HAS BEEN BASED ON THE TRANE RANGE,

WHICH FEATURES A MINIMAL FOOTPRINT, HEIGHT AND SIDE AND REAR CLEARANCES.

5. ALL NEW PIPING, EQUIPMENT AND VALVES SHALL BE ADEQUATELY LABELLED TO THE SATISFACTION OF THE OWNER.

6. PRIOR TO COMMENCEMENT OF THE REMOVAL WORKS, THE CONTRACTOR IS EMPLOY A SPECIALIST SUB-TRADE TO CARRY OUT AN INSPECTION OF THE

SYSTEM AND LOCALISED WORK AREA TO ENSURE THAT NO ASBESTOS OR LEAD BASED MATERIAL OR OTHER HAZARDOUS MATERIAL IS PRESENT IN THE

REDUNDANT SERVICES. IF ASBESTOS OR LEAD BASED MATERIAL IS FOUND, THE CLIENT AND CONSULTANT MUST BE IMMEDIATELY INFORMED AND THE

APPROPRIATE ACTION WILL BE INSTRUCTED TO THE CONTRACTOR. REMOVAL AND DISPOSAL OF HARZOUDOUS MATERIAL NOT SPECIFICALLY IDENTIFIED

WITHIN THE TENDER OR TENDER ADDENDUM DOCUMENTS WILL BE SUBJECT TO A CHANGE ORDER OR DIRECT EMPLOYMENT BY THE OWNER.

7. THE CONTRACTOR IS REMINDED THAT THE BUILDING MAY BE OCCUPIED DURING THE RENOVATIONS. SHUTDOWNS OF THE EXISTING SERVICES MUST BE

CLOSELY COORDINATED WITH THE SITE MANAGER. CONTRACTOR TO NOTE 20°C MUST BE MAINTAINED DURING CONSTRUCTION AND SO SUPPLY OF

SUPPLEMENTARY HEATING WILL BE REQUIRED

8. NEW DUCTWORK INCLUDING ANCILLARY EQUIPMENT (BALANCE DAMPERS ETC) ARE TO BE INSTALLED AS INDICATED ON THE MECHANICAL DESIGN INTENT

DRAWINGS.

9. ALL NEW EQUIPMENT SHALL BE SEISMICALLY RESTRAINED AS REQUIRED BY CODE.

10. THE CONTRACTOR SHALL MAKE ALLOWANCE TO MAKE GOOD THE EXISTING (OR NEW) PENETRATIONS THROUGH THE STRUCTURE TO THE CLIENT'S

SATISFACTION. THIS SHALL INCLUDE FIRE STOPPING AND/OR DRYWALL PATCHING AND PAINTING AS NEEDED.

11. THE PROPONENT MUST ALSO MAKE DUE ALLOWANCE FOR ALL CRANAGE, ELECTRICAL, BUILDERS WORK AND PERMITS.

12. ALL NEW AND EXISTING DUCTWORK IN MEZZANINE LEVEL SHALL BE THERMALLY INSULATED AS PART THIS CONTRACT TO THE SATISFACTION OF THE

CLIENT.

13. POSITION AND SEISMICALLY RESTRAIN ALL EQUIPMENT AND PIPING AS REQUIRED BY CODE AND LOCAL JURISDICTION REQUIREMENTS AND AS PER THE

DETAILED DESIGN DRAWINGS.

14. VERIFY THAT ALL EXISTING LOCAL POWER SUPPLIES, PIPING AND CONDENSATE DRAINS ARE INSTALLED CORRECTLY AND ARE OPERATIONAL. THE

CONTRACTOR SHALL ALLOW TO INSTALL NEW WEATHERPROOF ELECTRICAL OUTLETS AS REQUIRED BY CODE TO EACH NEW FURNACE AND HEAT

RECOVER VENTILATOR.

16. PROVIDE ONE YEAR WARRANTY ON NEW SYSTEM AND EQUIPMENT.

17. MANUFACTURER'S START-UP SERVICE ON NEW EQUIPMENT.

SCOPE OF WORKS ELECTRICAL:

1. THE CONTRACTOR SHALL ALLOW TO DISCONNECT AND MAKE SAFE THE EXISTING POWER SUPPLIES TO THE EXISTING REDUNDANT EQUIPMENT AS

DETAILED ON THE DRAWINGS AND SPECIFICATIONS.

2. THE CONTRACTOR SHALL ALLOW NEW POWER SUPPLIES COMPLETE WITH NEW ELECTRICAL DISCONNECTS TO THE NEW EQUIPMENT.

3. PROVIDE NEW 20 AMP ELECTRICAL SERVICE TO THE ROOF AS SHOWN ON THE DRAWINGS.

4. PROVIDE 120V POWER TO NEW CONTROL VALVES IN THE ROOF MECHANICAL ROOM.

5. CONNECT NEW ROOF MOUNTED VENTILATION EQUIPMENT TO EXISTING FIRE ALARM PANEL.

SCOPE OF WORKS

PROJECT NOTES

M3.1

AS NOTEDE0.1

EXISTING HVAC SYSTEM - DEMOLITION

PROPOSED HVAC SYSTEM

ELECTRICAL SCHEDULES & DETAILS

NTS

AS NOTEDE1.0 ELECTRICAL SPECIFICATION

M4.1 MECHANICAL SCHEDULES

GENERAL NOTES:

1. THE MECHANICAL SYSTEM SHALL CONSIST OF ALL WORK SHOWN ON

DRAWINGS, DIAGRAMS, AND AS DESCRIBED IN SPECIFICATIONS. DRAWINGS

ARE GENERALLY DIAGRAMMATIC AND INTENDED TO INDICATE THE SCOPE

AND GENERAL ARRANGEMENT OF WORK AND ARE NOT DETAILED

INSTALLATION INSTRUCTIONS.

2. ITEMS NOTED "TYPICAL" OR "TYP" ON ANY SHEET APPLY TO THAT

PARTICULAR SHEET

3. COORDINATE WITH SPECIFICATIONS. IN CASE OF CONFLICT BETWEEN

SPECIFICATIONS AND DRAWINGS THE MORE STRINGENT SHALL APPLY.

4. VERIFY EXISTING CONDITIONS BEFORE COMMENCING ANY WORK ON A

PREVIOUSLY INSTALLED EXISTING MECHANICAL SYSTEM.

5. THE MECHANICAL CONTRACTOR SHALL ACT AS THE GENERAL CONTRACTOR

AND SHALL INCLUDE ALL SUB TRADES AND WORK TO FACILITATE THE

INSTALLATION OF THE SYSTEM INCLUDING BUT NOT LIMITED TO ELECTRICAL

CONTRACTOR, PLUMBING CONTRACTOR AND SEISMIC CONTRACTOR.

6. NO CORING ON EXISTING STRUCTURES SHALL COMMENCE UNTIL THE AREA

IS SCANNED AND THE PROJECT MANAGER HAS APPROVED SCAN REPORT.

7. THE USE OF PLASTIC ANCHORS IS PROHIBITED

8. DO NOT SCALE THE DRAWINGS. OBTAIN ACCURATE MEASUREMENTS FROM

SITE.

9. THE CONTRACTOR SHALL ALLOW FOR ALL AND ANY PIPING, VENTING

OFFSETS REQUIRED TO AVOID THE EXISTING STRUCTURE, MECHANICAL OR

ELECTRICAL INSTALLATIONS.

10. VISIT AND INSPECT THE SITE AND REVIEW ALL CORRESPONDING DRAWINGS.

NO ALLOWANCE WILL BE MADE FOR FAILURE TO DO SO.

11. BE RESPONSIBLE FOR CARE OF THE BUILDING. PERFORM ALL CUTTING,

PATCHING, PAINTING AND REPAIRING REQUIRED FOR THE WORK OF THIS

TRADE. WORKS TO BE PERFORMED BY THE MECHANICAL CONTRACTOR'S

FORCES AT THE MECHANICAL CONTRACTOR'S EXPENSE.

12. CLEAN ALL DEBRIS DAILY AND UPON COMPLETION OF CONTRACT.

13. COORDINATE WORK WITH ALL OTHER TRADES. PATCH AND SEAL ALL FLOOR

AND WALL PENETRATIONS WITH FIRE RESISTANT INSULATION AND MASTIC.

14. ONE SET OF OWNER'S APPROVED DRAWINGS AND PERMIT DRAWINGS SHALL

BE KEPT ON THE SITE AND AVAILABLE FOR CHECKING AT ALL TIMES DURING

CONSTRUCTION.

15. ALL MATERIALS TO MEET FLAME SPREAD RATING REQUIREMENTS OF THE

AUTHORITIES HAVING JURISDICTION.

16. OBTAIN ALL PERMITS REQUIRED. ARRANGE FOR INSPECTION OF THE WORK

BY THE INSPECTION AUTHORITY AND PAY FULL FEES. PROVIDE FINAL

CERTIFICATE TO THE OWNER.

17. MECHANICAL CONTRACTOR SHALL COMPLY WITH ALL THE RULES AND

REGULATIONS SET FORTH BY THE OWNER.

18. PROVIDE CERTIFICATE OF GUARANTEE OF WORKMANSHIP AND MATERIAL

FOR ONE YEAR FROM DATE OF ACCEPTANCE.

19. IDENTIFY ALL EQUIPMENT WITH LAMICOID PLATES.

20. ANY WORK NOT SHOWN ON THE DRAWINGS OR SPECIFICALLY MENTIONED IN

THE SPECIFICATIONS AND CONSIDERED NECESSARY FOR THE COMPLETION

OF THE WORK IN PROPER MANNER SHALL BE PROVIDED BY THIS

CONTRACTOR WITHOUT ADDITIONAL CHARGE.

21. NOTHING CONTAINED HEREIN SHALL BE CONSTRUED TO RELIEVE THIS

CONTRACTOR FROM MAKING GOOD AND PERFECT IN ALL USUAL DETAILS OF

CONSTRUCTION AND HE WILL BE HELD RESPONSIBLE TO PROVIDE AND

FURNISH MATERIAL TO DO ALL THE WORK AND LABOR AND BEAR EXPENSES

INCIDENTAL TO THE SATISFACTORY COMPLETION OF THE WORK EMBRACED

IN THESE SPECIFICATIONS.

22. MECHANICAL CONTRACTOR SHALL VERIFY AND CONFIRM EXACT LOCATION

OF ALL THE EXISTING SERVICES AND EQUIPMENT ON SITE.

23. COMPLETE MECHANICAL INSTALLATION SHALL BE PERFORMED IN

ACCORDANCE WITH ALL APPLICABLE CODES, BY-LAWS, AND AUTHORITIES

HAVING JURISDICTION.

24. ALL WORK SHALL CONFORM TO ASHRAE 90.1 LATEST EDITION.

25. SEISMIC RESTRAINTS FOR ALL EQUIPMENT AND PIPING COVERED UNDER

DIVISION 15. SEISMIC ENGINEER SHALL BE RETAINED UNDER THE

CONTRACTOR'S SCOPE OF WORK TO ENSURE SEISMIC INSTALLATIONS ARE

APPROVED BY A CERTIFIED SEISMIC ENGINEER.

26. WHERE PIPES PENETRATE HORIZONTAL OR VERTICAL FIRE PARTITIONS, FIRE

WALLS, RATED FLOOR ASSEMBLIES OR SMOKE PARTITIONS, INSTALL A ULC

LISTED FIRE STOP SYSTEMS MUST PROVIDE AN EFFECTIVE BARRIER

AGAINST THE SPREAD OF FIRE, SMOKE AND GASES. THEY MUST BE

INSTALLED AS PER MANUFACTURER'S INSTRUCTIONS AND DETAILS.

27. FIRE STOP SYSTEMS ARE TO MEET THE REQUIREMENTS OF THE AUTHORITY

HAVING JURISDICTION.

28. SHOP DRAWINGS TO BE SUBMITTED 7 DAYS AFTER AWARD OF CONTRACT.

29. PURCHASE ORDER SHALL BE EXECUTED NO MORE THAN 2 DAYS AFTER

RECEIPT OF ENGINEERS APPROVAL.

30. ALTERNATIVE EQUIPMENT MAY BE SUBMITTED IN ACCORDANCE WITH THE

RFP DOCUMENTS, A MINIMUM OF 5 BUSINESS DAYS BEFORE SUBMISSION OF

ENQUIRES DEADLINE.

31. ALL WORKS MUST BE SYMMETRICAL AND PLUMB.

32. ALL WORKS MUST FOLLOW THE LINES OF THE BUILDING.

33. OVERALL WORKMANSHIP MUST BE COMPLETED TO THE SATISFACTION OF

THE CLIENT.

MECHANICAL/PLUMBING NOTES:

1. INSTALL ALL MECHANICAL WORK AS HIGH AS POSSIBLE, TIGHT TO

STRUCTURE ABOVE, EXCEPT WHERE CONFLICT OCCURS WITH

REQUIREMENTS LISTED UNDER SPECIFICATION (VIBRATION ISOLATION).

2. THE MECHANICAL PLANS ARE DIAGRAMMATIC IN NATURE AND DO NOT

ATTEMPT TO SHOW ALL REQUIRED OFFSETS.

3. COORDINATE ALL MECHANICAL WORK WITH THAT OF OTHER TRADES TO

ENSURE PROPER AND ADEQUATE INTERFACE OF THEIR WORK WITH THE

WORK OF THIS CONTRACTOR. PROVIDE COORDINATED SHOP DRAWINGS

PRIOR TO FABRICATION AND INSTALLATION.

4. COORDINATE EXACT LOCATIONS OF ALL TEMPERATURE SENSORS WITH

CLIENT PRIOR TO INSTALLATION.

5. THE MECHANICAL CONTRACTOR SHALL INCLUDE FOR ALL PERMITS AS

REQUIRED BY THE LOCAL AUTHORITY.

6. PROVIDE VENT FROM ALL GAS PRESSURE REGULATORS TO A SAFE

LOCATION OUTSIDE THE BUILDING.

7. BEFORE FABRICATION AND INSTALLATION OF DUCTWORK AND PIPING, MAKE

CERTAIN THAT SUCH ITEMS CAN BE INSTALLED AS SHOWN ON THE

DRAWINGS WITHOUT INTERFERENCE WITH THE STRUCTURE OR THE WORK

OF OTHER TRADES. IF ANY MATERIALS ARE FABRICATED OR INSTALLED

PRIOR TO THE INVESTIGATION AND REACHING OF A SOLUTION TO POSSIBLE

INTERFERENCE PROBLEMS, NECESSARY CHANGES SHALL BE MADE AT THE

CONTRACTOR'S EXPENSE.

8. NOTE THE REMOVAL OF MECHANICAL WORK IS NOT SHOWN ON PLANS.

CONTRACTOR SHALL VISIT THE SITE AND CONFIRM ALL OF THE EXISTING

MECHANICAL ITEMS TO BE REMOVED AND THE REMOVAL WORK SHALL BE

INCLUDED IN THE TENDER PRICING. PROTECT FINISHED OR UNFINISHED

WORK AND OPERATING WORK AREAS BY TARPAULINS OR OTHER COVERING

FROM DAMAGE DUE TO EXECUTION OF WORK. REPAIR DAMAGE TO BUILDING

RESULTING FROM MECHANICAL WORK TO THE SATISFACTION OF

CONSULTANTS AT NO EXPENSE TO THE OWNER.

9. SHUT-DOWNS OF EXISTING SYSTEMS REQUIRED FOR THIS INSTALLATION

SHALL BE FULLY COORDINATE WITH THE BUILDING MANAGEMENT AND THIS

WORK PERFORMED AS DIRECTED IN WRITING BY THE BUILDING

MANAGEMENT. CONNECTION TO EXISTING SERVICES MAY BE PERFORMED

DURING OFF-WORK HOURS OR ON WEEKEND IN PREMIUM TIME.

10. INSULATE ALL CONDENSER WATER, HEATING WATER, AND CONDENSATE

DRAIN PIPING WITH 1-1/2 IN. (38 MM) THICK 3.5 LB/CU. FT. DENSITY, FIBROUS

GLASS WITH WHITE KRAFT BONDED TO ALUMINUM FOIL. FITTINGS SHALL BE

INSULATED WITH PRE-MOLDED FIBERGLASS INSULATION. THE INTEGRITY OF

THE VAPOR BARRIER SHALL BE MAINTAINED THROUGHOUT THE

INSTALLATION. TAPE AND SEAL ALL JOINTS OF VAPOR BARRIER TAPE.

11. APPLY INSULATION TO CLEAN, DRY PIPING WITH ALL JOINTS TIGHTLY

BUTTED. ADHERE THE FACTORY APPLIED VAPOR BARRIER JACKET. LAP

SMOOTHLY AND SECURELY AT THE LONGITUDINAL LAPS WITH A WHITE

VAPOR BARRIER ADHESIVE. ADHERE 3 IN. (75 MM) WIDE BUTT JOINT STRIPS

OVER ALL END JOINTS WITH VAPOR BARRIER ADHESIVE TO ENSURE A

CONTINUOUS VAPOR BARRIER. INSULATE ALL FITTINGS ON PIPING WITH

INSULATION CEMENT TO THE SAME THICKNESS AS THE ADJACENT

INSULATION.

12. VAPOR SEAL WITH 1/8 IN. (3 MM) WET COATS OF VAPOR BARRIER MASTIC,

REINFORCED WITH GLASS FABRIC.

13. PROVIDE ALL NECESSARY PIPING MATERIAL AND LABOR FOR THE SYSTEMS

SHOWN ON THE DRAWINGS. PIPING AND FITTINGS SHALL BE IN ACCORDANCE

WITH CURRENT EDITION OF APPLICABLE CODES AND LATEST REVISIONS.

14. PROVIDE ULC LISTED BACKFLOW PREVENTERS AS SHOWN ON DRAWINGS

AND/OR AS REQUIRED BY THE LOCAL AUTHORITIES HAVING JURISDICTION.

15. PROVIDE AIR GAP FITTING ON DRAIN FROM REQUIRED FIXTURES

ACCEPTABLE TO AUTHORITIES HAVING JURISDICTION.

ELECTRICAL NOTES:

1. PROVIDE NEC CODE MINIMUM HORIZONTAL AND VERTICAL WORKING

CLEARANCE FOR ALL ELECTRICAL PANELS AND EQUIPMENT. OFFSET

MECHANICAL WORK AS REQUIRED.

2. VERIFY VOLTAGE ON SITE BEFORE ORDERING EQUIPMENT.

SCOPE OF WORKS, PROJECT NOTES & MECHANICAL LEGENDM0.1 NTS

MECHANICAL LEGEND

EXHAUST AIR DUCT DOWN

EXHAUST AIR DUCT UP

RETURN AIR DUCT UP

RETURN AIR DUCT DOWN

SUPPLY OR OUTDOOR AIR DUCT DOWN

SUPPLY OR OUTDOOR AIR DUCT UP

ROUND DUCT UP

MANUAL DAMPER

ROUND DUCT DOWN

T THERMOSTAT

-

-

-

CONDENSATE

EMERGENCY SHUT-OFF VALVE

DROP (TO BELOW)

TO ABOVE

X-XEQUIPMENT / FIXTURE TYPE

GRILLE TYPE

NECK / GRILLE SIZE

AIR VOLUME (CFM)

CONCENTRIC DIFFUSER

DEMO - TO BE REMOVED

OPEN DRAIN

COVER PAGE, PROJECT NOTES & SITE PLAN

SCALE: NONE

SITE PLAN

SCALE: NONE

N

SEQUENCE OF WORKS

CONSTRUCT WORK IN PHASES:

1.0 PHASE 1:

1.1 PROVIDE DETAILED WORK SCHEDULE INCLUDING EQUIPMENT DELIVERY PERIODS

(WITHIN 7 DAYS OF PROJECT AWARD)

1.2 CONDUCT A PROJECT KICK OFF MEETING

1.3 PROVIDE PROPOSED EQUIPMENT SHOP DRAWINGS FOR CONSULTANT AND

OWNER APPROVAL

1.4 PURCHASE ALL EQUIPMENT AS INDICATED IN THE CONTRACT DOCUMENTS

2.0 PHASE 2:

2.1 INSTALL NEW EQUIPMENT AND CARRY OUT SPECIFIED PIPING AND DUCTWORK

MODIFICATIONS

2.2 MAKE ALL PREPARATION WORK NECESSARY TO MINIMIZE INTERRUPTION TO

EXISTING SYSTEMS

2.3 CARRY OUT ELECTRICAL AND CONTROLS MODIFICATIONS

2.4 COMPLETE SYSTEM TESTING AND BALANCING AS SPECIFIED IN THE CONTRACT

DOCUMENTS

2.5 CARRY OUT THERMAL INSULATION AND LABELING

3.0 PHASE 3:

3.1 PERFORM AND COMPLETE SYSTEM DEMONSTRATION AND OPERATOR TRAINING

3.2 SUBSTANTIAL COMPLETION AND PROJECT CLOSEOUT

3.3 ISSUE OPERATION AND MAINTENANCE MANUALS

MAIN ENTRANCE EXISTING RTU'S

TO EXISTING SYSTEM

CONNECTION POINT

FUNNEL DRAIN

BUILDING ENERGY SOLUTIONS

SUITE 722 - 550 WEST BROADWAY

VANCOUVER, BC, CANADA, V5Z 0A9

Tel: 1.778.371.3459

DISCLAIMER NOTECOPYRIGHT RESERVED THIS PLAN AND DESIGN ARE, AND ATALL TIMES REMAIN THE EXCLUSIVE PROPERTY OF BUILDINGENERGY SOLUTIONS AND CANNOT BE USED OR REPRODUCEDFOR ANY REASON WHATSOEVER WITHOUT THE WRITTENCONSENT FROM BUILDING ENERGY SOLUTIONS

BUILDING ENERGY SOLUTIONS IS NOT RESPONSIBLE FOR THEACCURACY OF THESE DRAWINGS, THEY ARE ISSUED FORINFORMATION PURPOSES ONLY. EXACT DIMENSIONS ANDLOCATIONS OF ALL SERVICES SHALL BE COORDINATED ANDVERIFIED WITH THE CONTRACTOR

MECHANICAL & ELECTRICAL ENGINEERS

ISSUED FOR REVIEW1 20/10/19

REVISIONS# (YR/M/D)

SUMMERLAND MUSEUM

- HVAC UPGRADE

9521 WHARTON ST, SUMMERLAND, BC V0H 1Z0

Title

Scale

Drawn

Checked

Project No.

Seal

Drawing No.

Latest Revision No.

AS NOTED

MM

SM

20-B216

NOT FOR CONSTRUCTION

ISSUED FOR TENDER

Project

2

ISSUED FOR TENDER2 20/11/17

MECHANICAL

SPECIFICATION

M1.1

GENERAL PROVISIONS

1.0 SCOPE:

1.1 PROVIDE COMPLETE AND FULLY OPERATIONAL MECHANICAL SYSTEM TO MEET

REQUIREMENTS HEREIN AND IN ACCORDANCE WITH APPLICABLE CODES AND ORDINANCES.

1.2 VISIT THE SITE BEFORE SUBMITTING TENDER AND EXAMINE LOCAL AND EXISTING

CONDITIONS ON WHICH THE WORK IS DEPENDANT. NO CONSIDERATION WILL BE GRANTED

FOR MISUNDERSTANDING OF WORK TO BE DONE RESULTING FROM FAILURE TO VISIT THE

SITE.

1.3 SHOULD THE CONTRACTOR DISCOVER ANY SPECIFIED EQUIPMENT, MATERIAL OR

INSTALLATION WHICH MAY BE IN VIOLATION OF LAWS, ORDINANCES, OR REGULATIONS OF

AUTHORITIES HAVING JURISDICTION, PROMPTLY BRING THIS MATTER TO THE ATTENTION OF

THE CONSULTANT.

1.4 ASSUME RESPONSIBILITY OF LAYING OUT OF WORK AND FOR DAMAGE CAUSED BY

IMPROPER EXECUTION OF WORK.

1.5 PROTECT FINISHED AND UNFINISHED WORK FROM DAMAGE. REPAIR DAMAGE TO PARTS OF

BUILDING RESULTING FROM IMPROPER EXECUTION OF WORK.

1.6 GIVE NOTICES, OBTAIN PERMITS AND PAY ALL FEES FOR THE WORK SPECIFIED HEREIN.

CERTIFY THAT WORK INSTALLED CONFORMS WITH THE LAWS AND REGULATIONS OF

AUTHORITIES HAVING JURISDICTION.

1.7 PROTECT EQUIPMENT AND MATERIALS IN STORAGE ON SITE DURING AND AFTER

INSTALLATION UNTIL FINAL ACCEPTANCE. THOROUGHLY CLEAN PIPING, DUCTS AND

EQUIPMENT OF DIRT, CUTTINGS AND OTHER FOREIGN SUBSTANCES.

1.8 ALL NECESSARY CUTTING, CORING AND PATCHING OF EXISTING WALL, FLOOR AND ROOF

REQUIRED TO COMPLETE NEW MECHANICAL INSTALLATION SHALL BE INCLUDED IN THIS

CONTRACT. CONFIRM WITH AND OBTAIN PERMISSION FROM BUILDING OWNER AND YOUR

STRUCTURAL ENGINEER PRIOR TO CUTTING AND/OR CORING OF EXISTING STRUCTURE.

CUTTING OF EXISTING CONCRETE SURFACES SHALL BE BY MACHINE SAW CUTTING. HOLES

FOR PIPES IN CONCRETE WALLS AND FLOORS SHALL BE MADE WITH CORE DRILLING

EQUIPMENT. ALLOW TO MAKE GOOD ALL EXPOSED SURFACES AT COMPLETION OF

MECHANICAL AND ELECTRICAL WORK.

1.9 REPAIR BUILDING WHERE DAMAGED FROM EQUIPMENT, INSTALLATION, IMPROPERLY

LOCATED HOLES ETC. BY THIS SECTION OF WORK. USE MATERIAL MATCHING MATERIALS

EXISTING BUILDING.

1.10 CONTRACT DOCUMENTS OF THIS DIVISION AND DRAWINGS ARE DIAGRAMMATIC AND

APPROXIMATELY TO SCALE UNLESS DETAILED OTHERWISE. THEY ESTABLISH SCOPE,

MATERIAL AND INSTALLATION QUALITY AND ARE NOT DETAILED INSTALLATION

INSTRUCTIONS.

1.11 THIS DRAWING INDICATES THE GENERAL LOCATION AND ROUTE TO BE FOLLOWED BY THE

PIPING FOR DESIGN INTENT ONLY. THE PIPES SHALL BE INSTALLED IN SUCH A WAY AS TO

CONSERVE HEAD ROOM AND INTERFERE AS LITTLE AS POSSIBLE WITH THE FREE USE OF

SPACE THROUGH WHICH THEY PASS. SERVICE LINES SHALL BE PARALLEL TO BUILDING

LINES. ALL PIPES AT CEILING SHALL BE KEPT AS TIGHT AS POSSIBLE TO BEAMS OR OTHER

LIMITING MEMBERS AT HIGH END.

2.0 MATERIALS

2.1 ALL PIPING MATERIAL SHALL BE IN ACCORDANCE WITH B.C BUILDING CODE WITH THE

FOLLOWING STANDARDS.

2.1.1 GAS PIPING SHALL BE SCHEDULE 40 PIPE WITH SCHEDULE 40 FITTINGS. JOINTS SHALL BE

SCREWED OR WELDED AS REQUIRED BY B.C. GAS CODE.

2.1.2 REFRIGERANT (R410a) PIPING SHALL BE SOFT DRAWN COPPER TO ASTM B-280.

2.2 WHERE PIPES, DUCTS, CABLES ETC. PARTIALLY PENETRATE OR PASS THROUGH FIRE RATED

WALLS OR SMOKE SEPARATION WALLS, SEAL ALL VOIDS BETWEEN PIPE OR DUCT AND WALL

WITH A ULC APPROVED FIRE STOPPING TO THE HOURLY RATING REQUIRED BY THE

NATIONAL BUILDING CODE OR LOCAL CODES. FIRE-STOPPING SHALL BE INSTALLED BY A

CONTRACTOR REGULARLY ENGAGING IN THIS WORK. SUBMIT SHOP DRAWINGS FOR REVIEW

PRIOR TO COMMENCING WORK. SUBMIT REPORT CONFIRMING THIS WORK HAS BEEN

COMPLETED AT THE END OF THE PROJECT.

3.0 TESTING

3.1 ALL SYSTEMS, EQUIPMENT AND MATERIALS SHALL BE TESTED. TESTING PROCEDURES

SHALL BE AS REQUIRED BY SPECIFICATION BELOW OR AUTHORITY HAVING JURISDICTION.

CARRY OUT HYDRAULIC TESTS FOR AN 8 HOUR PERIOD AND MAINTAIN PRESSURE WITH NO

APPRECIABLE PRESSURE DROP. WHERE LEAKAGE OCCURS, REPAIR AND RETEST.

3.1.1 TEST DRAINAGE SYSTEMS BY FILLING WITH WATER TO PRODUCE WATER PRESSURE OF 5

FEET MINIMUM, 25 FEET MAXIMUM. CHECK FOR PROPER GRADE AND OBSTRUCTION BY

BALL TEST.

3.1.2 TEST GAS PIPING AS REQUIRED BY AUTHORITIES HAVING JURISDICTION.

3.1.3 TEST LOW VELOCITY DUCTS FOR TIGHTNESS SUCH AS LEAKAGE IS IN AUDIBLE AND NOT

DETECTABLE BY FEEL.

3.1.4 PERFORM LEAKAGE TEST ON LOW VELOCITY DUCTWORK AS PER THE SMACNA HVAC AIR

DUCT LEAKAGE TEST MANUAL WITH A LEAKAGE CLASS OF 24 FOR RECTANGULAR DUCTS

AND A LEAKAGE CLASS OF 12 FOR ROUND DUCTS.

4.0 SHOP DRAWINGS

4.1 SUBMIT THREE (3) COPIES OF SHOP DRAWINGS FOR REVIEW OF EQUIPMENT USED.

5.0 MECHANICAL SYSTEMS VERIFICATION

5.1 THE MECHANICAL CONTRACTOR IS TO INCLUDE IN THE SUBMITTED BID PRICE THE COST OF

COMMISSIONING WORK. AN APPROVED COMMISSIONING AGENCY WILL BE APPOINTED BY

THE CONTRACTOR AND APPROVED BY THE CONSULTANT.

5.2 THE CX AGENCY SHALL PROVIDE THE FOLLOWING SCOPE OF SERVICES TO REVIEW, INSPECT

AND VERIFY ALL MECHANICAL SYSTEMS INSTALLED UNDER THIS CONTRACT ARE

OPERATING IN CONFORMANCE TO THE DESIGN INTENT.

5.2.1 REVIEW OF THE DRAWINGS AND SPECIFICATIONS AS ISSUED FOR CONSTRUCTION, AND

CONFIRMATION TO THE OWNER AND CONSULTANT THAT THE CX AGENT UNDERSTANDS

THE INTENDED AND DESIGN INTENT AND SPECIFIED SEQUENCE OF OPERATIONS. THE CX

AGENT SHALL ALLOW ADEQUATE TIME TO REVIEW WITH THE OWNER AND CONSULTANT

THE DESIGN INTENT OF THE PROJECT AND THE INTENDED OPERATION.

5.2.2 VERIFICATION OF CONDITION AND OPERATION OF INSTALLED EQUIPMENT AND

REPORTING ON SUCH AS INDICATED BELOW.

5.2.3 REVIEW OF THE BALANCING REPORTS, AND COORDINATION WITH THE BALANCING AGENT

TO ENSURE THAT ALL SYSTEMS ARE FUNCTIONING AS INTENDED.

5.2.4 PARTICIPATING IN END-TO-END CHECKS ON ALL SPECIFIED SEQUENCE OF OPERATIONS,

WORKING IN CONJUNCTION WITH THE CONTRACTOR.

5.2.5 CO-ORDINATE AND SUPERVISE THE START-UP OF EQUIPMENT AND SYSTEMS AS

SPECIFIED BELOW. UTILIZE THE START-UP SERVICES OF THE MANUFACTURERS

REPRESENTATIVE WHERE SPECIFIED. ENSURE THAT THE EQUIPMENT IS OPERATING IN A

SATISFACTORY MANNER.

5.2.6 RESOLVE INTER-CONTRACTOR COORDINATION PROBLEMS. WHERE PROBLEMS BECOME

APPARENT DURING THE CX PROCESS, WORK AT THE IDENTIFICATION AND RESOLUTION

OF THESE PROBLEMS.

5.3 ORGANIZE AND CONDUCT THE DEMONSTRATION TO THE OWNER OF ALL MECHANICAL

EQUIPMENT AND SYSTEMS SUPPLIED UNDER THIS CONTRACT. THE DEMONSTRATIONS

SHALL OCCUR ONLY AFTER THE OPERATION AND TESTING HAS BEEN SUCCESSFULLY

COMPLETED. EQUIPMENT SUPPLIERS AND THE BALANCING AGENT SHALL PARTICIPATE IN

THE DEMONSTRATION AS REQUIRED.

5.3.1 THE CX AGENT BEARS THE RESPONSIBILITY TO ENSURE THE MECHANICAL INSTALLATION

FUNCTIONS AS INTENDED, OR TO INDICATE IF CERTAIN COMPONENTS OF THE SYSTEMS

CANNOT OPERATE AS INTENDED, WHY SUCH IS THE CASE AND WHAT IS RECOMMENDED

TO RECTIFY THE PROBLEMS.

5.3.2 THE CX AGENT WILL COORDINATE THE WORK OF THE MECHANICAL CONTRACTOR,

ELECTRICAL CONTRACTOR, BALANCING AGENT AND CONTROLS CONTRACTOR,

INCLUDING ORGANIZATION AND CHAIRING OF ANY MEETINGS REQUIRED BETWEEN THESE

PARTIES TO RESOLVE AND COORDINATE THE CX PROCESS. THE CO-OPERATION OF ALL

TRADES IS ESSENTIAL FOR AN EFFICIENT AND PLANNED PROCESS. A TEAM COMPRISING

THE ABOVE PARTIES IS RECOMMENDED ALONG WITH AN OWNER'S REPRESENTATIVE.

5.4 OPERATING AND MAINTENANCE DATA AND AS-BUILT DRAWINGS

5.4.1 PROVIDE ONE (1) ELECTRONIC COPY IN PDF FORMAT & ONE (1) OF HARD COVER TYPE

BINDERS AT COMPLETION OF PROJECT TO CONSULTANT. ASHRAE STANDARD FOR O&M

MANUALS SHALL FORM PART OF THIS SPECIFICATION.

6.0 MECHANICAL INSULATION

6.1 INSULATION THICKNESS AND PERFORMANCE SHALL CONFORM TO REQUIREMENTS OF

ASHRAE/IES STANDARD 90.1-1989

6.2 EXPOSED DUCTWORK: RIGID MINERAL FIBRE INSULATION WITH FACTORY APPLIED FOIL

FACED JACKET, STANDARD 1502-A.2. FOR ROUND DUCTWORK SMALLER THAN 24” IN

DIAMETER, USE FLEXIBLE INSULATION.

6.3 CONCEALED DUCTWORK: FLEXIBLE MINERAL FIBRE INSULATION WITH FACTORY APPLIED

FOIL FACED JACKET, STANDARD 1502-B.2.

6.4 ACOUSTIC LINING: FIBREGLASS INSULATION WITH NEOPRENE SURFACE COATING OR MATT

FACED TO PREVENT FIBRE EROSION, STANDARD 1502-C.2 FOR DUCTWORK AND 1502-C.1

FOR PLENUMS.

6.5 PIPING: MINERAL FIBRE INSULATION PREFORMED FOR PIPING WITH INTEGRAL ALL SERVICE

JACKET, STANDARD 1501-A.2.

INSULATION THICKNESS SCHEDULE

OUTSIDE AIR DUCTS 2”

SUPPLY AIR DUCTS AND PLENUMS EXPOSED IN FINISHED

AREAS AND MECHANICAL ROOMS 1-1/2”

CONDITIONED SUPPLY AIR DUCTS IN HEATED SPACE 1”

ACOUSTIC DUCT LINERS (UNLESS INDICATED

OTHERWISE ON THE DRAWINGS) 1"

DOMESTIC HOT AND P-TRAPS UNDER HANDICAP FIXTURES 1”

DOMESTIC HOT AND RECIRCULATION OVER 2” 1-1/2”

CONDENSER WATER EXPOSED TO OUTDOORS 2”

COPPER CONDENSATE PIPING 1/2

7.0 PAINTING AND IDENTIFICATION

7.1 CLEAN ALL EXPOSED BARE METAL SURFACES SUPPLIED BY THE MECHANICAL AND

PLUMBING TRADE BY REMOVING ALL DIRT, DUST, GREASE AND MILLSCALE.

7.2 REPAINT ALL MARRED FACTORY FINISHED EQUIPMENT WHICH IS NOT SCHEDULED TO BE

REPAINTED TO MATCH ORIGINAL FACTORY FINISH.

7.3 NATURAL GAS AND FIRE PROTECTION PIPING SHALL BE COLOR CODED AS FOLLOWS:

GAS - YELLOW - C.G.S.B. 505-101

FIRE - RED - C.G.S.B. 509-102

7.4 THE PAINT USED IN THIS STANDARD IS TO BE IN ACCORDANCE WITH THAT SPECIFIED IN

C.G.S.B PUBLICATION 1-GP-60C VIZ "ENAMEL, INTERIOR, GLOSS, ALKYD TYPE"

8.0 AIR DISTRIBUTION

8.1 PROVIDE AIR DISTRIBUTION SYSTEMS TO CODE REQUIREMENTS.

8.2 FOLLOW ASHRAE AND SMACNA STANDARDS INCLUDING LATEST ISSUE OF SMACNA "HVAC

DUCT CONSTRUCTION STANDARDS METAL AND FLEXIBLE" AND SMACNA "HVAC DUCT

LEAKAGE TEST MANUAL" FOR SHEET METAL DUCT CONSTRUCTION.THE STATED STANDARDS

SHALL BE CONSIDERED AS PART OF THIS SPECIFICATION. AIR DISTRIBUTION DUCTWORK

SHALL BE INSULATED TO MEET THE REQUIREMENTS AS NOTED IN ASHRAE 90.1.

8.3 FANS SHALL MEET AMCA BULLETINS AND BEAR AMCA CERTIFIED RATING SEALS (AIR AND

SOUND) AND CSA LABEL.

8.4 DUCTWORK AND PLENUMS

8.4.1 GALVANIZED DUCT SYSTEMS: DUCTWORK SHALL BE G-60 COATED GALVANIZED STEEL OF

LOCK FORMING GRADE CONFORMING TO ASTM STANDARDS A-525 AND A-527. MINIMUM

DUCT GAUGE FOR RECTANGULAR DUCTWORK SHALL BE 26 GAUGE; 28 GAUGE FOR

ROUND DUCT OR TO SMACNA STANDARDS, WHICHEVER IS MOST STRINGENT.

DUCTWORK, CASINGS, EXTERIOR COMPONENTS, FITTINGS, HANGERS, REINFORCEMENT

AND OTHER CONSTRUCTION OR INSTALLATION REQUIREMENTS FOR DUCT SYSTEMS AND

RELATED COMPONENTS SHALL BE IN ACCORDANCE WITH SMACNA STANDARDS

REFERENCED ABOVE.

8.4.2 FLEXIBLE DUCTS: CLASS 1 VINYL COATED FIBREGLASS CLOTH OVER STEEL SPRING,

FLEXMASTER FABRIFLEX TYPE 4 (UNINSULATED) OR THERMAFLEX MKE (INSULATED) TO

SUIT PRESSURE CLASS. FLEXIBLE DUCTS SHALL CONFORM TO UL STANDARD 181 AND

NFPA BULLETIN 90A. FIRE RATING OF FLEXIBLE DUCTS SHALL BE 1/2 HOUR OR MORE AS

MEASURED BY UL STANDARD 181, PARAGRAPH 7, FLAME PENETRATION TEST.

8.4.3 SEALANTS AND GASKETING: LOW VOC EMITTING, WATER-RESISTANT, FIRE-RESISTIVE,

COMPATIBLE MATING MATERIALS. CLASS A, B OR C TO SUIT PRESSURE CONSTRUCTION

CLASS OF DUCTWORK FOR PROJECT.

8.5 DUCT ACCESS DOORS

8.5.1 FABRICATE TO SUIT PRESSURE CLASS OF DUCT SYSTEM IN ACCORDANCE WITH SMACNA

RECOMMENDATIONS.

8.5.2 FABRICATE RIGID, CLOSE-FITTING DOORS OF GALVANIZED STEEL WITH SEALING GASKETS

AND QUICK FASTENING LOCKING DEVICES. INSTALL MINIMUM 1” THICK INSULATION WITH

SHEET METAL FRAME AND INSIDE PANEL FOR INSULATED DUCTWORK. EQUAL TO

"SANDWICH" DUCTMATE ACCESS DOOR.

8.5.3 FABRICATE DUCT ACCESS DOORS WITH BUTT HINGES, SASH LOCKS FOR SIZES UP TO 18”.

8.5.4 FABRICATE CASING ACCESS DOOR WITH HINGES AND COMPRESSION LATCHES WITH

OUTSIDE AND INSIDE HANDLES FOR SIZES UP TO 24” X 48” AND ADDITIONAL HINGE FOR

LARGER SIZES. DOOR SHALL OPEN AGAINST PRESSURE. REFER TO SECTION 15050 FOR

REQUIRED OPENING SIZES.

8.6 FIRE DAMPERS

8.6.1 FIRE DAMPERS SHALL BE UL555S AND ILC555S CLASSIFIED AND LABELED.

8.6.2 FABRICATE OF GALVANIZED OR PRIME COATED STEEL, WEIGHTED TO CLOSE AND LOCK

WHEN RELEASED BY FUSIBLE LINK.

8.6.3 FIRE DAMPERS IN LOW PRESSURE DUCTWORK MAY BE MULTI-BLADE, OFFSET BUTTERFLY

OR TYPE B CURTAIN TYPE. TYPE A IS ACCEPTABLE AT GRILLES WHERE GRILLE HEIGHT IS

INCREASED BY 3".

8.6.4 FABRICATE COMBINATION FIRE AND BALANCING DAMPERS WITH LINKAGE READILY

ADJUSTABLE IN OPEN POSITION. PROVIDE CURTAIN TYPE WITH EXTENDED LINK STRAPS.

8.6.5 FIRE DAMPERS IN MEDIUM PRESSURE DUCTWORK SHALL BE TYPE B CURTAIN TYPE.

8.6.6 CURTAIN FIRE DAMPERS SHALL HAVE BLADES RETAINED IN RECESS SO FREE AREA OF

CONNECTING DUCTWORK IS NOT REDUCED (TYPE B).

8.6.7 FUSIBLE LINKS SHALL BE SET FOR 71°C.

8.7 SMOKE AND COMBINATION SMOKE/FIRE DAMPERS

8.7.1 ULC APPROVED MULTI BLADE COMBINATION FIRE/SMOKE DAMPERS SHALL BE UL555S

CLASSIFIED AND LABELLED AS CLASS I (MAXIMUM 4 CFM PER FT2 AT 1”W.G.) WITH 1-1/2

HOUR FIRE RATING AND 71°C FUSIBLE LINK. DAMPERS UNDER 1.5 FT2 SHALL BE 2” WIDER

AND 4” HIGHER TO ACCOMMODATE FRAME AND BLADE STOPS.

8.7.2 PROVIDE 120 VOLT FAIL CLOSED, FACTORY MOUNTED MOTOR TO MEET UL 555S RATING,

EQUAL TO HONEYWELL M445D.

8.7.3 PROVIDE MICROSWITCH PACKAGE TO PROVIDE 2-POSITION INDICATION MOUNTED IN

ENCLOSURE WITH SWITCH AND WIRE OUTSIDE DUCT. LINK SWITCH DIRECTLY TO DAMPER

BLADE. EQUAL TO RUSKIN SP-100.

8.8 VOLUME DAMPERS

8.8.1 FABRICATE OF GALVANIZED STEEL, MINIMUM 16 GAUGE WITH QUADRANTS OR

CONTINUOUS ADJUSTMENT RODS AND LOCK SCREW WITH 1/8” CLEARANCE ALL AROUND.

ROUND PIN DAMPERS WILL NOT BE ACCEPTED.

8.8.2 FABRICATE SINGLE AND MULTI-BLADE DAMPERS FOR DUCTS TO SMACNA STANDARDS.

8.8.3 MULTI-BLADE BALANCING DAMPERS SHALL BE OPPOSED BLADE PATTERN OF 18 GAUGE

METAL WITH MAXIMUM FRAME WIDTH OF 48”. MAXIMUM BLADE HEIGHT SHALL BE 12”.

ASSEMBLE CENTRE AND EDGE CRIMPED BLADES IN PRIME COATED OR GALVANIZED STEEL

CHANNEL FRAME WITH SHAFT EXTENSION, PIN AND BRONZE BUSHINGS, BLADE STOPS AND

LINKAGES TO SMACNA STANDARDS.

8.8.4 CONSTRUCT DAMPER BLADES FOR MEDIUM PRESSURE SYSTEMS TO BLOCK AIR PASSAGE

70% MAXIMUM, WITH LOCKING HANDLES.

8.8.5 FABRICATE MULTI-BLADE, PARALLEL ACTION GRAVITY BALANCED BACKDRAFT DAMPERS

WITH BLADES MAXIMUM 6” WIDTH WITH FELT OR FLEXIBLE VINYL SEALING EDGES, LINKED

IN RATTLE FREE MANNER WITH ADJUSTMENT DEVICE TO PERMIT SETTING FOR VARYING

DIFFERENTIAL STATIC PRESSURE.

8.9 FLEXIBLE CONNECTIONS

8.9.1 PROVIDE APPROVED FLAME-PROOF FABRIC CONNECTIONS; MINIMUM 4” WIDE WITH METAL

EDGE STRIPS ATTACHED TO DUCT OR EQUIPMENT BY SCREWS OR BOLTS AT 6” INTERVALS

AND SEALED WITH HIGH VELOCITY DUCT SEALER.

8.9.2 FLEXIBLE CONNECTORS SHALL BE FACTORY INSULATED WITH 1” THICK FLEXIBLE FIBROUS

INSULATION, FOIL BACKED.

8.10 OUTSIDE OPENINGS

8.10.1 OUTSIDE LOUVRES: FABRICATE OF 12 GAUGE ALUMINUM OR 16 GAUGE GALVANIZED

STEEL WITH 4” DEEP BLADES AT 45° SLOPE WITH ALUMINUM INSECT SCREEN. INTAKES

SHALL HAVE CENTRE BAFFLE AND RETURN BEND STORMPROOF PROFILE. PROVIDE

INSULATED BLANK-OFF PANELS BEHIND UNUSED PORTIONS OF LOUVRES. INTAKE AND

EXHAUST LOUVRES EQUAL TO TAMCO 3000 SERIES FIXED BLADE LOUVRES. LOUVRE

FINISH TO BE CONFIRMED BY ARCHITECT PRIOR TO PRODUCTION OF SHOP DRAWINGS.

8.11 AIR OUTLETS

8.11.1 PROVIDE ADC RATED OUTLETS WITH SEISMIC ATTACHMENT TABS. BASE AIR OUTLET

APPLICATION ON NC 25 MAXIMUM.

8.11.2 PROVIDE AIR OUTLETS WITH ACCESSORIES AS SPECIFIED. PROVIDE SPONGE RUBBER

SEAL AROUND EDGE OF SUPPLY OUTLETS. PROVIDE 2 DIAMETER LENGTH OF STRAIGHT

DUCT TO DIFFUSER OUTLETS.

8.11.3 REVIEW REQUIREMENTS OF OUTLET SIZE, FINISH AND TYPE OF MOUNTING BEFORE

SUBMITTING SHOP DRAWINGS AND SCHEDULES OF OUTLETS. AIR OUTLETS SHALL BE

PRODUCT OF ONE MANUFACTURER FOR GENERIC TYPE UNLESS OTHERWISE

SPECIFIED.

8.11.4 PROVIDE BAFFLES ON DIFFUSERS TO DIRECT AIR AWAY FROM OBSTRUCTIONS WITHIN

RADIUS OF DIFFUSER THROW.

8.11.5 PROVIDE ANTI-SMUDGE FRAMES OR PLAQUES ON ACOUSTIC PLASTER CEILINGS.

8.11.6 PROVIDE BALANCING DAMPERS ON AIR OUTLETS:

8.11.7 GRILLES SHALL HAVE GANG OPERATED OPPOSED BLADE DAMPERS WITH REMOVABLE

KEY.

8.11.8 DIFFUSERS SHALL HAVE RADIAL OPPOSED BLADE OR BUTTERFLY WITH EQUALIZING

GRID; DAMPERS ADJUSTABLE FROM DIFFUSER FACE.

8.11.9 PROVIDE EXTRACTORS WITH CURVED EXTRACTION BLADES FOR GRILLE CONNECTIONS

LESS THAN 12” FROM DUCT MAIN OR RISER WITH ACCESSIBLE CONTROL IN AIR OUTLET

COLLAR, STIFFENED TO AVOID VIBRATION. SIZE ON BASIS OF STRAIGHT AIR VOLUME

PROPORTIONING.

8.11.10 SUPPLY DIFFUSERS IN TILED CEILING SHALL HAVE 1/2” RECESSED LIP WITH

ADJUSTABLE PATTERN.

8.11.11 PROVIDE SEISMIC CLIPS ON DIFFUSERS.

9.0 INTERRUPTION OF EXISTING SERVICES

9.1 COORDINATE AND MAINTAIN LIAISON WITH THE OWNER TO INTERRUPT, RE-ROUTE OR

CONNECT TO WATER, SEWER, STORM, HEATING OR GAS SYSTEMS WITH MINIMUM

INTERRUPTION OF SERVICE. CONTACT RESPECTIVE UTILITY COMPANIES AND BUILDING

OWNER PRIOR TO STARTING WORK.

9.2 WHERE MODIFICATION OF EXISTING FACILITIES IS REQUIRED, ASSUME FULL

RESPONSIBILITY FOR ANY DISRUPTION OF EXISTING SYSTEMS. PROVIDE ALL TEMPORARY

CONNECTIONS REQUIRED TO MAINTAIN EXISTING SYSTEMS IN SERVICE DURING NORMAL

OPERATING HOURS. SHUT DOWN OF EXISTING MAY ONLY BE MADE AS DIRECTED BY

BUILDING OWNER. MAKE GOOD ALL MECHANICAL WORK DISTURBED DURING

CONSTRUCTION. RELOCATE EXISTING WORK AND COMPONENTS TO ACCOMMODATE NEW

WORK NECESSARY TO ALLOW COMPLETION OF THE SYSTEMS AS INDICATED.

9.3 ALL DELIVERIES AND STORAGE SHALL BE COORDINATED WITH THE CLIENT IN ADVANCED OF

ORDERED AND SITE SET UP. CONTINUAL DIALOGUE BETWEEN THE CONTRACTOR AND

CLIENT SHOULD BE ESTABLISHED TO ENSURE MINIMAL DISRUPTION TO THE OPERATION OF

THE BUILDING.

10.0 WORK IN EXISTING AREAS:

10.1 COORDINATION BETWEEN NEW AND EXISTING INSTALLATIONS.

10.1.1 CHECK AND COORDINATE ALL SYSTEMS IN THE RENOVATION WHICH EXTEND TO

EXISTING SYSTEMS TO ENSURE THEIR PROPER OPERATION.

10.1.2 PROVIDE INTERFACING COMPONENTS BETWEEN NEW AND EXISTING SYSTEMS AS

NECESSARY FOR PROPER PERFORMANCE AND OPERATION.

10.2 USE OF EXISTING MATERIAL AND OPERATION

10.2.1 TEST EXISTING EQUIPMENT (AND/OR EXISTING PIPING) AT COMMENCEMENT OF WORK

WHICH IS TO REMAIN AND TO BE RE-USED FOR PROPER OPERATION.

10.2.2 SERVICE ALL EXISTING EQUIPMENT (WHICH IS TO BE RE-USED) TO TOP OPERATING

CONDITION PRIOR TO SUBSTANTIAL COMPLETION.

10.2.3 REPORT TO THE CONSULTANT AT ONCE IF ANY EQUIPMENT (AND/OR PIPING) IS NOT IN

PROPER OPERATING CONDITION.

10.2.4 IF NO REPORT IS SUBMITTED ON DEFECTS OF EXISTING EQUIPMENT AND/OR EXISTING

PIPING WITHIN THREE WEEKS AFTER COMMENCEMENT OF WORK, THEN IT IS THE

RESPONSIBILITY OF THE CONTRACTOR TO MAKE GOODWILL DEFECTS AND DAMAGE IF

FOUND TO BE NECESSARY IN FUTURE.

10.2.5 SUBMIT WRITTEN REPORT TO CONSULTANT AT COMPLETION OF PROJECT CONFIRMING

ALL NECESSARY TESTING AND EXAMINATION OF EXISTING PIPING, EQUIPMENT, ETC.

HAVE BEEN CARRIED OUT AND TO THE SATISFACTION OF THE CONTRACTOR.

10.3 SALVAGE MATERIAL

10.3.1 REMOVE FROM SITE ALL MATERIALS WHICH ARE NOT TO REMAIN OR BE RE-USED,

UNLESS NOTED AS REAMING THE PROPERTY OF THE OWNER.

10.4 EXISTING SERVICES

10.4.1 DISCONNECT AND REMOVE ALL EXISTING PRODUCTS WHICH ARE TO BE ABANDONED.

10.4.2 REMOVE ALL PIPING WHICH IS ABANDONED EXCEPT INACCESSIBLE PIPING CUT AND

CAP PIPING BELOW FINISHED SURFACES.

10.4.3 PLUG AND CAP ABANDONED DRAINS AND VENT POINTS IN SYSTEM WHICH ARE NOT

BEING RE-USED. PLUG AND CAP TO THE APPROVAL OF THE LOCAL AUTHORITIES.

10.4.4 MAINTAIN HEATING AND COOLING IN THE BUILDING AS REQUIRED TO PROTECT THE

BUILDING AND EQUIPMENT OR TO PROVIDE COMFORT CONDITIONS FOR THE

OCCUPANTS.

10.4.5 KEEP ALL SPRINKLER, STANDPIPE AND OTHER FIRE AND LIFE SAFETY PROTECTION

SERVICES IN OPERATION AT ALL TIMES.

10.4.6 ALL MECHANICAL SYSTEMS DEMOLITION WORK SHALL BE PERFORMED BY QUALIFIED

PERSONNEL OF RESPECTIVE TRADES. EXISTING EQUIPMENT AND/OR SYSTEMS WHICH

ARE TO REMAIN SHALL BE LEFT IN GOOD CONDITION.

10.5 WORKING ON A ROOF

10.5.1 CONTRACTOR TO PROVIDE GUARDRAILS ALONG PERIMETER OF BUILDING TO PROTECT

WORKERS FROM FALL HAZARDS. GUARDRAILS TO BE 45 INCHES ABOVE WORKING

SURFACE.

10.5.2 CONTRACTOR TO PROVIDE ALL NECESSARY PERSONAL FALL ARREST SYSTEM (PFAS)

EQUIPMENT, WHICH INCLUDES ANCHORAGE, FULL-BODY HARNESS AND LANYARD OR

LIFELINE.

11.0 ELECTRICAL MOTORS

11.1 SUPPLY MECHANICAL EQUIPMENT COMPLETE WITH ELECTRICALMOTORS.

11.2 PROVIDE MOTORS TO CEMA AND CSA STANDARDS FOR HARD, CONTINUOUS SERVICE,

DESIGNED TO LIMIT TEMPERATURE RISE TO 40DEG.C. FOR OPENING HOUSING AND 50DEG.C.

FOR DRIP PROOF HOUSING. AND OPERATE 1200 OR 1800 R/MIN. UNLESS OTHERWISE

SPECIFIED DO NOT USE AIR OVER RATINGS.

11.3 MOTORS SHALL HAVE BALL AND ROLLER TYPE BEARINGS WITH GREASE LUBRICATION

FITTINGS.

11.4 ALL BELT-DRIVEN DEVICES SHALL HAVE THE MOTORS MOUNTED ON ADJUSTABLE BASES

WITH ADJUSTING SCREWS SO THAT PROPER BELT TENSION CAN BE OBTAINED.

11.5 WHERE MECHANICAL EQUIPMENT HAS BEEN SELECTED BY THE DESIGN BUILD CONTRACTOR

TO BE COMPLETE WITH STARTERS, DISCONNECTS AND/OR CONTROL PANELS, THE

CONTRACTOR SHALL PROVIDE ANY REQUIRED WIRING AND CONDUIT BETWEEN THE

EQUIPMENT AND THE ABOVE ITEMS.

12.0 ACCESS OF EQUIPMENT

12.1 MAKE ALL ARRANGEMENTS TO ENSURE THAT ACCESS INTO THE BUILDING IS AVAILABLE FOR

ALL MECHANICAL EQUIPMENT. DO ALL HOISTING AND RIGGING INTO PLACE OF ALL SPECIFIED

EQUIPMENT AND BE RESPONSIBLE FOR ANY DAMAGE INCURRED THEREFROM.

13.0 GUARANTEE WARRANTY

13.1 THE CONTRACTOR SHALL FURNISH A WRITTEN WARRANTY STATING THAT ALL WORK

EXECUTED UNDER THIS DIVISION WILL BE FREE FROM DEFECTS OF MATERIAL AND

WORKMANSHIP FOR A PERIOD OF ONE (1) YEAR FROM THE DATE OF SUBSTANTIAL

PERFORMANCE, WHICH SHALL INCLUDE ONE (1) COMPLETE SUMMER AND ONE (1) COMPLETE

WINTER OF UNINTERRUPTED OPERATION. WARRANTY SHALL INCLUDE ANY PART OF

EQUIPMENT, UNITS OR STRUCTURES FURNISHED HEREUNDER AND SHOW DEFECTS IN THE

WORKS UNDER NORMAL OPERATING CONDITIONS AND/OR FOR THE PURPOSE OF WHICH

THEY WERE INTENDED.

13.2 THE CONTRACTOR SHALL AT THEIR OWN EXPENSE PROMPTLY INVESTIGATE ANY

MECHANICAL OR CONTROL MALFUNCTION, AND REPAIR OF REPLACE ALL SUCH DEFECTIVE

WORK, AND ALL OTHER DAMAGES THEREBY BECOMES DEFECTIVE DURING THE TIME OF THE

GUARANTEE WARRANTY.

13.3 THE CONTRACTOR SHALL IDENTIFY MANUFACTURERS WARRANTY WITHIN THE OPERATION

AND MAINTENANCE MANUAL.

14.0 SUBSTANTIAL PERFORMANCE INSPECTION

14.1 PRIOR TO THE CONTRACTOR REQUESTING AN INSPECTION FOR SUBSTANTIAL PERFORMANCE

ALL THE FOLLOWING ITEMS MUST BE PROVIDED TO PERMIT BENEFICIAL USE BY THE OWNER:

14.1.1 COMPLY WITH THE REQUIREMENTS IN THE GENERAL CONTRACT CONDITIONS.

14.1.2 MAINTENANCE AND OPERATING MANUALS TO BE SUBMITTED AND APPROVED.

14.1.3 AS BUILT DRAWINGS

14.1.4 BALANCE REPORTS

14.1.5 ALL MOTOR NAME PLATE RATINGS AND ACTUAL OPERATING AMPS AND VOLTAGES.

14.1.6 ALL SYSTEMS SHALL BE CERTIFIED IN WRITING BY THE CONTRACTOR AS COMPLETE

AND FULLY OPERATIONAL

14.1.7 INSTRUCTIONS TO THE OWNERS OPERATING PERSONNEL SHALL BE PROVIDED IN

ACCORDANCE WITH THE SPECIFICATIONS. A SIGNED STATEMENT TO THIS EFFECT,

COUNTERSIGNED BY THE OWNER SHALL BE SUBMITTED TOT HE CONSULTANT.

14.1.8 A COMPLETE LIST OF ITEMS WHICH THE CONTRACTOR HAS NOT FINISHED, OR ARE

DEFICIENT SHALL BE PROVIDED, IF, IN THE OPINION OF THE CONSULTANT, THIS LIST

INDICATES THE PROJECT IS EXCESSIVELY INCOMPLETE, A SUBSTANTIAL COMPLETION

INSPECTION WILL NOT E PERFORMED.

14.1.9 THE CONTRACTOR SHALL BE FULLY RESPONSIBLE TO ACCUMULATE ALL NECESSARY

DATA FROM HIS SUB-CONTRACTORS AND SUPPLIERS AND PRESENT SAME IN THE

SPECIFIED FORMAT FOR APPROVAL BY THE CONSULTANT.

15.0 DEMONSTRATION AND INSTRUCTION TO OWNER

15.1 DEMONSTRATE TO AND INSTRUCT THE REPRESENTATIVE DESIGNATED BY THE OWNER ON

THE COMPLETE SYSTEMS OPERATING AND MAINTENANCE PROCEDURES USING THE

ASSISTANCE OF SPECIALIST SUB-TRADES AND MANUFACTURER'S REPRESENTATIVES.

15.2 SUBMIT A PROGRAM FOR APPROVAL 14 DAYS PRIOR TO SUBSTANTIAL COMPLETION WHEN

APPROVAL IS OBTAINED FROM THE CONSULTANT. ARRANGE AN ACCEPTABLE TIME WITH THE

CONSULTANT FOR THE EXECUTION. ALLOW A PERIOD OF 5 DAYS DURING THIS PERIOD. THE

FOLLOWING SYSTEMS SHALL BE DEMONSTRATED IN REGARDS TO PERFORMANCE AND

SAFETY FEATURES (TO THE FULLEST)

15.2.1 CONTROLS SYSTEMS

15.2.2 FIRE PROTECTION AND PLUMBING SYSTEMS

15.2.3 HEATING SYSTEMS

15.3 OBTAIN A SIGNED STATEMENT FROM THE OWNER CERTIFYING THAT THE DEMONSTRATION

AND INSTRUCTIONS HAVE BEEN GIVEN TO HIS SATISFACTION.

16.0 FIELD REVIEWS

16.1 THE CONSULTANT OR HIS REPRESENTATIVE MAY CHOOSE TO REVIEW ALL WORK PRIOR TO IT

BEING CONCEALED. ALL WORK SHALL BE APPROVED BY ANY OTHER REGULATORY BODY

HAVING JURISDICTION. ALL OPENINGS SHALL BE SEALED APPROPRIATELY IN PARTICULAR IN

FIRE RATED WALLS AND PIPING. SEALING SHALL BE APPROVED PRIOR TO COVERING.

17.0 PLUMBING

17.1 COMPLY WITH B.C. PLUMBING CODE AND LOCAL BUILDING BYLAWS.

18.0 SCHEDULE OF APPROVED EQUIPMENT

18.1 THIS CONTRACT SHALL BE BASED ON MATERIAL AND EQUIPMENT AS SPECIFIED. SUBMIT

PROPOSALS TO SUPPLY EQUIVALENT MATERIALS OR EQUIPMENT IN WRITING TO THE

CONSULTANT AT LEAST 7 WORKING DAYS PRIOR TO CLOSING DATE OF TENDER. ALL

EQUIVALENT PRODUCTS SHALL BE LISTED IN THE CONTRACT DOCUMENTS OR IN ADDENDA.

EQUIPMENT SPECIFIED APPROVED

EQUIVALENT

VALVES BRASS & CAST IRON CRANE

NEWMAN HATTERSLEY

VICTAULIC

APOLLO

KITZ

RELIEF VALVES WATTS

FARRIS

SINGER

LONERGAN

METERS AND GAUGES MARSH

TAYLOR

WEISS

MARSHALLTOWN

CIRCUIT BALANCING VALVES TOUR AND ANDERSON

ARMSTRONG

BELL & GOSSET

SUCTION GUIDES ARMSTRONG

VICTAULIC

GROOVED COUPLINGS VICTAULIC

GRUVLOK

INSULATION MATCH EXISTINGMANSON

KNAUF

AIR VENTS ARMSTRONG

DOLE

SARCO

BELL & GOSSETT

WATER TREATMENT ALCHEM

CALGON

SAVOLITE

PACE CHEMICALS

DEARBORNE

DUBOIS CHEMICALS

FIRE STOPPING SEALANTS DOW MASON

VIBRATION ISOLATION & KORFUND

SEIMSMIC RESTRAINTS VIBRO-ACOUSTICS

ROOFTOP UNITS TRANE -

HUMIDIFIERS NORTEC -

19.0 INSULATION

19.1 THE BRITISH COLUMBIA INSULATION CONTRACTORS ASSOCIATION (BCICA) STANDARD

MANUALS, LATEST EDITION SHALL FORM, PART OF THIS SPECIFICATION FOR THE

MECHANICAL INSULATION

20.0 SEISMIC RESTRAINTS

20.1 PROVIDE SEISMIC RESTRAINTS ON ALL MECHANICAL EQUIPMENT, PIPING AND DUCTWORK IN

ACCORDANCE WITH PART 4 OF NEC 1990 AND THE GUIDELINES FOR SEISMIC RESTRAINTS OF

MECHANICAL SYSTEMS AND PLUMBING PIPING SYSTEMS, AS PREPARED BY SMACNA AND THE

PLUMBING INSTITUTE COUNCIL.

20.2 AT COMPLETION OF WORK, PROVIDE WRITTEN CONFIRMATION TO THE CONSULTANT THAT

ALL MECHANICAL INSTALLATIONS HAVE BEEN PROVIDED WITH SEISMIC RESTRAINTS AS PER

BUILDING CODE REQUIREMENTS.

21.0 COMMISSIONING

21.1 COMMISSIONING IS THE RESPONSIBILITY OF THE CONTRACTOR. PROVIDE THE SERVICES OF

A SPECIALIST COMPANY TO CO-ORDINATE THE COMMISSIONING OF THE EQUIPMENT AND

SYSTEMS.

21.2 TEST THE OPERATION OF INDIVIDUAL COMPONENTS AND SYSTEMS. GO THROUGH EACH STEP

OF THE SEQUENCE OF OPERATION AND VERIFY THAT EACH COMPONENT OPERATES

CORRECTLY. DIRECT AND ENSURE THAT ALL TRADES INVOLVED MAKE THE REQUIRED

CHANGES AND ADJUSTMENTS TO AFFECT THE PROPER OPERATION OF ALL COMPONENTS

AND SYSTEMS. DOCUMENT THE OPERATIONS AND SEQUENCES.

21.3 IN CONJUNCTION WITH THE BALANCING CONTRACTOR, DOCUMENT THE PERFORMANCE OF

EACH COMPONENT. VERIFY THE OPERATION POINT OF EQUIPMENT WITH RESPECT TO

CERTIFIED PERFORMANCE DATA. REVIEW THE RESULTS WITH THE MANUFACTURER'S.

21.4 PROVIDE DOCUMENTATION OF THE COMMISSIONING PROCESS FOR INCLUSION INTO THE

MAINTENANCE MANUALS. THESE ARE TO INCLUDE CHECK OUT SHEETS, EQUIPMENT DATA

SHEETS, START-UP CERTIFICATES FROM SUPPLIERS INVOLVED IN THE START UP AND

DOCUMENTATION CONCERNING DEMONSTRATION TO THE OWNER. INCLUDE ALL RECORD

AND RESULT SHEETS FROM TESTS.

21.5 ORGANIZE AND ATTEND THE DEMONSTRATION TO THE OWNER OF ALL EQUIPMENT AND

SYSTEMS SUPPLIED UNDER THIS CONTRACT. THE DEMONSTRATION SHALL OCCUR ONLY

AFTER THE OPERATION AND TESTING HAS BEEN COMPLETED. EQUIPMENT SUPPLIERS SHALL

PARTICIPATE IN THE DEMONSTRATION AS REQUIRED.

22.0 CONTROLS

22.1 ALL CONTROLS SHALL BE ELECTRIC

22.2 INCLUDE MANUFACTURER'S SITE ATTENDANCE DURING COMMISSIONING PHASE

22.3 PROVIDE ALL SAFETY CONTROLS FOR THE CONDENSERS AS REQUIRED BY CODE.

22.4 PROVIDE HONEYWELL 7-DAY PROGRAMMABLE THERMOSTAT.

MECHANICAL SPECIFICATION

SCALE: NONE

10"x8"14"x10"24"x10"

12"x7"

14"x4"

14"x4"

4"Ø

8"x8"

5"Ø

18"x10"

5"Ø

3"Ø

380CFM380CFM380CFM

180CFM

40CFM

250CFM

250CFM

180CFM

30CFM

180CFM 180CFM

20CFM

1380CFM

1610CFM

T H

26"x16"

380CFM

T

REMOVE &

REPLACE T'STAT

REMOVE &

REPLACE T'STAT

MAIN ENTRANCE

LOADING DOCK

ELECTRICAL PANEL 'A'

SEE DWG E0.1

EXISTING DCW

14

"x1

4"

14"x10"

22

"x1

0"

24

"x1

0"

24

"x1

0"

24

"x8

"

210CFM

HATCHED AREA INDICATES

SERVICES AND EQUIPMENT

TO BE REMOVED AS PART

OF THIS PROJECT (TYP)

24x10 DOWN

TEMPORARY BYPASS

(INSTALLED AS RTU-1

FAILED) TO BE REMOVED

UPON COMPLETION

RTU-1 (NOT CURRENTLY

WORKING)

RTU-1

OUTDOOR AIR

FROM ABOVE

OUTDOOR AIR FROM ABOVE

EXISTING 18"x8"

DUCT CURRENTLY

DISCONNECTED

EXISTING 2"Ø SAN

RTU #1

(EAST)

RTU #2

(WEST)

EXISTING RTU'S TO BE

REMOVED/ REPLACED (FOR

ALTERNATE PRICING)

EXISTING RTU STRUCTURAL

SUPPORTS (TYP)

61"x34"

46"x34"

EXISTING RTU'S TO BE

REMOVED/ REPLACED (FOR

ALTERNATE PRICING)

1"Ø GAS TO BE REUSED

1"Ø GAS TO BE REUSED

LINE OF LEVEL 1

EXTERNAL WALL

REFER TO HVAC

SCHEMATIC FOR

DUCTWORK LAYOUT

REFER TO (A) FOR

CONTINUATION

REFER TO HVAC

SCHEMATIC FOR

DUCTWORK LAYOUT

REFER TO (A) FOR

CONTINUATION

EXISTING STRUCTURAL BEAM

(33" ABOVE ROOF LEVEL)

REFER TO STRUCTURAL

DWGS FOR WORK DETAILS TO

EXISTING STRUCTURAL

SUPPORTS

EXISTING

HVAC

SYSTEM -

DEMOLITION

BUILDING ENERGY SOLUTIONS

SUITE 722 - 550 WEST BROADWAY

VANCOUVER, BC, CANADA, V5Z 0A9

Tel: 1.778.371.3459

DISCLAIMER NOTECOPYRIGHT RESERVED THIS PLAN AND DESIGN ARE, AND ATALL TIMES REMAIN THE EXCLUSIVE PROPERTY OF BUILDINGENERGY SOLUTIONS AND CANNOT BE USED OR REPRODUCEDFOR ANY REASON WHATSOEVER WITHOUT THE WRITTENCONSENT FROM BUILDING ENERGY SOLUTIONS

BUILDING ENERGY SOLUTIONS IS NOT RESPONSIBLE FOR THEACCURACY OF THESE DRAWINGS, THEY ARE ISSUED FORINFORMATION PURPOSES ONLY. EXACT DIMENSIONS ANDLOCATIONS OF ALL SERVICES SHALL BE COORDINATED ANDVERIFIED WITH THE CONTRACTOR

MECHANICAL & ELECTRICAL ENGINEERS

ISSUED FOR REVIEW1 20/10/19

REVISIONS# (YR/M/D)

SUMMERLAND MUSEUM

- HVAC UPGRADE

9521 WHARTON ST, SUMMERLAND, BC V0H 1Z0

Title

Scale

Drawn

Checked

Project No.

Seal

Drawing No.

Latest Revision No.

AS NOTED

MM

SM

20-B216

NOT FOR CONSTRUCTION

ISSUED FOR TENDER

Project

2

ISSUED FOR TENDER2 20/11/17

M2.1

A) EXISTING HVAC & PLUMBING SYSTEM - DEMOLITION (MEZZANINE LEVEL)

SCALE:

3

16

" = 1'-0"

80 421

C) EXISTING HVAC & PLUMBING SYSTEM - DEMOLITION (GROUND LEVEL)

SCALE:

3

16

" = 1'-0"

80 421

B) EXISTING ROOFTOP UNIT SETTING OUT PLAN (DEMOLITION)

21 40

SCALE:

1

2

" = 1'-0"

GENERAL DEMOLITION NOTES:

1. CONTRACTOR SHALL VISIT THE SITE AND CONFIRM ALL OF THE EXISTING MECHANICAL

ITEMS TO BE REMOVED AND THE REMOVAL WORK SHALL BE INCLUDED IN THE TENDER

PRICING. PROTECT FINISHED OR UNFINISHED WORK AND OPERATING WORK AREAS BY

TARPAULINS OR OTHER COVERING FROM DAMAGE DUE TO EXECUTION OF WORK.

REPAIR DAMAGE TO BUILDING RESULTING FROM MECHANICAL WORK TO THE

SATISFACTION OF CONSULTANTS AT NO EXPENSE TO THE OWNER.

2. THE CONTRACTOR SHALL PROVIDE THE OWNER REPRESENTATIVE WITH AT LEAST 72

HOURS WRITTEN NOTICE OF ANY FURTHER SHUTDOWNS THAT MAY BE REQUIRED IN

ORDER TO MINIMIZE THE IMPACT TO THE OPERATIONS IN THE ZONE/S AFFECTED.

3. ANY EQUIPMENT AND/OR PIPING IDENTIFIED BY THE CLIENT SHALL BE SET ASIDE BY THE

CONTRACTOR AND TURNED OVER. THE OWNER HAS FIRST REFUSAL OF ALL

REDUNDANT EQUIPMENT AND PIPING.

4. ALL REDUNDANT PIPING, HANGERS, CONDUIT AND WIRING WHICH IS NO LONGER

REQUIRED SHALL BE REMOVED BY THE CONTRACTOR.

5. ALL NEW AND EXISTING OPENINGS AROUND PIPING, CONDUITS, ARE TO BE FIRE

STOPPED WHERE THEY PENETRATE THE SPACE.

6. ALL OTHER COORDINATION AND SCHEDULING TASKS SHALL BE PERFORMED PER THE

SPECIFICATION.

7. PRIOR TO REMOVAL OF ANY EQUIPMENT IN THIS AREA, THE CONSULTANT SHALL WALK

THROUGH WITH THE CONTRACTOR TO IDENTIFY ANY SERVICES TO BE RETAINED. DO

NOT REMOVE ANY EQUIPMENT WITHOUT AUTHORIZATION OF THE CONSULTANT AND/OR

OWNER.

8. THE EXISTING SERVICES SHOWN ON THIS DRAWING SHEET ARE PROVIDED FOR

INFORMATION PURPOSES & TO ILLUSTRATE GENERAL LAYOUT. THEY MAY NOT BE 100%

ACCURATE. IT IS THE CONTRACTORS RESPONSIBILITY TO CHECK LOCATION AND

ROUTES OF ALL EXISTING SERVICES PRIOR TO COMMENCEMENT OF WORKS.

9. DEMOLITION SHALL INCLUDE ALL EQUIPMENT & SERVICES IDENTIFIED BELOW, BUT NOT

LIMITED TO:

9.1 REMOVE ROOFTOP UNITS (RTU-1 & RTU-2) & ANCILLARIES AS SHOWN. (FOR

ALTERNATE PRICING)

9.2 REMOVE DUCTWORK & ANCILLARIES AS SHOWN.

(4) EXISTING DUCTWORK (TO

BE MODIFIED)

SCALE: NONE

(1) EXISTING RTU'S - ELEVATION

SCALE: NONE

(3) EXISTING DUCTWORK THERMAL

INSULATION

SCALE: NONE

(2) EXISTING RTU'S - PLAN

RTU-2 TO BE REMOVED

& DISPOSED OF (FOR

ALTERNATE PRICING)

RTU-1 TO BE REMOVED

& DISPOSED OF (FOR

ALTERNATE PRICING)

REPAIR & INSTALL

THERMAL INSULATION

TO NEW & EXISTING

DUCTWORK

SCALE: NONE

10"x8"

12"x7"

14"x4"

14"x4"

4"Ø

8"x8"

5"Ø

18"x10"

5"Ø

3"Ø

380CFM380CFM380CFM

180CFM

40CFM

250CFM

250CFM

180CFM

30CFM

180CFM 180CFM

20CFM

1380CFM

1610CFM

26"x16"

380CFM

ELECTRICAL PANEL 'A'

SEE DWG E0.1

TH

TH

NEW TEMPERATURE &

HUMIDITY CONTROLLERS

FOR RTU-2 (60" AFFL)

NEW TEMPERATURE &

HUMIDITY CONTROLLERS

FOR RTU-2 (60" AFFL)

18"X10" UP

CONNECT TO EXISTING DCW OF

SAME PIPE DIAMETER OR LARGER

EXISTING 3/4"Ø DCW

3"Ø VENT UP

EXISTING 2"Ø SAN

VENT UP

CONNECT TO EXISTING SAN

(MAKE GOOD WALL ON COMPLETION)

2"Ø SAN UP TO NEW

DRAIN

3/4"Ø DCW UP

14

"x1

4"

14"x10"

24

"x1

0"

24

"x1

0"

210CFM

18"X10"

80CFM

NEW BOXING OUT,

MAINTAIN 40" BETWEEN

INSIDE BOXING & EXHIBIT

NEW DUCTWORK SHALL

BE BOXED IN ADJACENT

TO HAND RAIL TO SAME

ELEVATION PAINT FINISH

TO MATCH EXISTING SEE

PIC #1 ON M3.1

PROVIDE NEW SIDEWALL

DOUBLE DEFLECTION

GRILLE (FINISH WHITE)

C/W2 VOLUME CONTROL

DAMPER

S-1

10"x8"

80

RTU-1

RTU-2

NEW HUMIDIFIER

MOUNTED ON WALL

H-1

H-2

RTU STRUCTURAL

SUPPORTS - REFER TO

STRUCTURAL DWGS

3/4"Ø OF DRAIN C/W

AIRGAP TO FLOOR DRAIN

3/4"Ø DCW C/W FILTER.

3/4"Ø DCW C/W FILTER.

3/4"Ø OF DRAIN C/W

AIRGAP TO FLOOR DRAIN

INSTALL NEW 18"x10"

SUPPLY AIR DUCTWORK

& CONNECT TO EXISTING

EXISTING RWL

RB

BP

NEW 3/4"Ø RPBP

(WATTS 009 RPBA)

2"Ø VENT UP THROUGH ROOF

NEW 2"Ø

FUNNEL DRAIN

3/4"Ø DCW FROM BELOW

RTU STRUCTURAL SUPPORTS -

REFER TO STRUCTURAL DWGS

1"Ø GAS

1"Ø GAS

LINE OF LEVEL 1

EXTERNAL WALL

REFER TO HVAC

SCHEMATIC FOR

DUCTWORK LAYOUT

REFER TO HVAC

SCHEMATIC FOR

DUCTWORK LAYOUT

EXISTING STRUCTURAL BEAM

(33" ABOVE ROOF LEVEL)

RTU-2

RTU-1

S/A

R/A

S/A

R/A

15 AMP COMMERCIAL GRADE

WEATHER & TAMPER RESISTANT

DUPLEX OUTLET TO BE INSTALLED.

(LOCATION TBC)

CONNECT CONDENSATE PIPING TO

SANITARY IN CEILING VOID BELOW.

SEE DETAIL ON M4.1.

CONNECT CONDENSATE PIPING TO

SANITARY IN CEILING VOID BELOW.

SEE DETAIL ON M4.1.

16"x12"

16"x12"

16"x12"

PRV

PRV

42" SERVICE

CLEARANCE

ALL EXTERNAL

DUCTWORK TO BE

FINISHED WITH

ALUMINUM CLADDING

ALL BUILDING PENETRATIONS SHALL

BE MADE WATERPROOF & WEATHER

SEALED TO OWNERS SATISFACTION

(TYP)

PROPOSED

HVAC

SYSTEM

BUILDING ENERGY SOLUTIONS

SUITE 722 - 550 WEST BROADWAY

VANCOUVER, BC, CANADA, V5Z 0A9

Tel: 1.778.371.3459

DISCLAIMER NOTECOPYRIGHT RESERVED THIS PLAN AND DESIGN ARE, AND ATALL TIMES REMAIN THE EXCLUSIVE PROPERTY OF BUILDINGENERGY SOLUTIONS AND CANNOT BE USED OR REPRODUCEDFOR ANY REASON WHATSOEVER WITHOUT THE WRITTENCONSENT FROM BUILDING ENERGY SOLUTIONS

BUILDING ENERGY SOLUTIONS IS NOT RESPONSIBLE FOR THEACCURACY OF THESE DRAWINGS, THEY ARE ISSUED FORINFORMATION PURPOSES ONLY. EXACT DIMENSIONS ANDLOCATIONS OF ALL SERVICES SHALL BE COORDINATED ANDVERIFIED WITH THE CONTRACTOR

MECHANICAL & ELECTRICAL ENGINEERS

ISSUED FOR REVIEW1 20/10/19

REVISIONS# (YR/M/D)

SUMMERLAND MUSEUM

- HVAC UPGRADE

9521 WHARTON ST, SUMMERLAND, BC V0H 1Z0

Title

Scale

Drawn

Checked

Project No.

Seal

Drawing No.

Latest Revision No.

AS NOTED

MM

SM

20-B216

NOT FOR CONSTRUCTION

ISSUED FOR TENDER

Project

2

ISSUED FOR TENDER2 20/11/17

M3.1

A) PROPOSED HVAC & PLUMBING SYSTEM (MEZZANINE LEVEL)

SCALE:

3

16

" = 1'-0"

80 421

C) PROPOSED HVAC & PLUMBING SYSTEM (GROUND LEVEL)

SCALE:

3

16

" = 1'-0"

80 421

B) PROPOSED ROOFTOP UNIT SETTING OUT PLAN

21 40

SCALE:

1

2

" = 1'-0"

THE SCOPE OF WORK FOR THIS PROJECT GENERALLY INCLUDES THE FOLLOWING, BUT NOT

LIMITED TO:

1. DEMOLITION & REMOVAL/DISPOSAL (FOR ALTERNATE PRICING)

2. ALL PERMITS AND CERTIFICATION AS REQUIRED BY CODE AND THE LOCAL

JURISDICTION

3. NEW ROOF TOP UNITS AND ANCILLARY COMPONENTS AS SPECIFIED AND AS REQUIRED

BY CODE

4. VERIFICATION OF SYSTEM INCLUDING:

4.1 SYSTEM BALANCING.

4.1 OPERATION AND MAINTENANCE MANUALS

4.2 SEISMIC DESIGN (RESTRAINTS) AND PERMITS

4.3 ELECTRICAL INSTALLATION

4.4 CONTROLS INSTALLATION

4.5 REMEDIATION

4.6 ADHERENCE WITH CODE AND JURISDICTIONAL REQUIREMENTS

5. SHEET METAL DUCTWORK

6. THERMAL INSULATION

7. ELECTRICAL INSTALLATION

8. CONTROLS INSTALLATION

9. HUMIDIFIER INSTALLATION

10. DCW PIPEWORK INSTALLATION

11. NEW RPBP

12. SANITARY PIPEWORK INSULATION

GENERAL NOTES (INSTALLATION):

1. THE CONTRACTOR WILL SHUT DOWN THE EXISTING EQUIPMENT BEFORE WORKS COMMENCE WITH

THE BUILDING STAFF IN ATTENDANCE.

2. THE CONTRACTOR SHALL PROVIDE THE PROJECT MANAGER WITH AT LEAST 72 HOURS WRITTEN

NOTICE OF ANY FURTHER SHUTDOWNS THAT MAY BE REQUIRED.

3. THE CONTRACTOR SHALL PROVIDE THE PROJECT MANAGER WITH AT LEAST 72 HOURS WRITTEN

NOTICE OF ANY EQUIPMENT START-UP.

4. ALL NEW DUCTWORK SHALL BE THERMALLY INSULATED AS PER THE SPECIFICATION.

5. THE MECHANICAL PLANS ARE DIAGRAMMATIC IN NATURE AND DO NOT ATTEMPT TO SHOW ALL

REQUIRED OFFSETS.

6. THE CONTRACTOR SHALL REVIEW THE PROPOSED MECHANICAL LAYOUT ON SITE WITH THE

CONSULTANT PRIOR TO COMMENCING THE INSTALLATION OR PRE-FABRICATION. ANY SERVICES

CONTRACTOR SHALL NOT FABRICATE UNTIL THE FINAL LAYOUT HAS BEEN APPROVED BY THE

CONSULTANT.

7. COORDINATE WITH SPECIFICATIONS. IN CASE OF CONFLICT BETWEEN SPECIFICATIONS AND

DRAWINGS THE MORE STRINGENT SHALL APPLY.

8. DO NOT SCALE THE DRAWINGS. OBTAIN ACCURATE MEASUREMENTS FROM SITE.

9. NO CORING ON EXISTING STRUCTURES SHALL COMMENCE UNTIL THE AREA IS SCANNED AND THE

PROJECT MANAGER HAS APPROVED SCAN REPORT.

10. THE CONTRACTOR SHALL PROVIDE ALL PERMITS AND CERTIFICATION AS REQUIRED BY CODE AND

THE LOCAL JURISDICTION.

11. CRANE LOCATIONS MUST BE AGREED WITH THE BUILDING OWNER. BEFORE COMMENCEMENT, THE

CONTRACTOR SHALL REVIEW THE CRANE LOCATIONS WITH THE OWNER TO ENSURE THERE ARE

NO SITE SERVICES UNDERNEATH THE PROPOSED CRANE LOCATIONS. THE CONTRACTOR IS

REQUIRED TO GIVE THE OWNER A MINIMUM OF FIVE DAYS WRITTEN NOTICE IN ADVANCE OF

CRANE ARRIVING ON SITE.

12. COMPLETE BALANCING REPORT SHOWING AIR FLOW RATES MEASURED WHEN ALL

DOORS/WINDOWS ARE CLOSED & APPLIANCES ARE OPERATING UNDER NORMAL CONDITIONS.

(1) NEW 18"X10" SUPPLY DUCT

IN NEW BOXING

SCALE: NONE

NEW SIDEWALL DOUBLE

DEFLECTION GRILLE

CONNECT TO EXISTING

DUCTWORK DOWN

NEW BOXING OUT,

MAINTAIN 40" BETWEEN

BOXING & EXIBIT

18"x10" SUPPLY AIR

DUCTWORK

CONNECT TO EXISTING

SUPPLY AIR DUCTWORK,

SEE DWG (A)

NEW 3/4"Ø DCW FROM BELOW -

CONNECT TO EXISTING DCW IN

CEILING SPACE BELOW

APPROXIMATE LOCATION OF 3"Ø VENT

LINE, CONTRACTOR TO CONFIRM EXACT

LOCATION ON SITE

GAS FIRED

EQUIPMENT

GAS VALVE

DRIP LEG

ASSEMBLY

REDUCER AS

REQUIRED

UNION

GAS PIPING CONNECTION DETAIL

SCALE: N.T.S.

HUMIDIFIER CLEARANCE DETAIL

SCALE: N.T.S.

HUMIDIFIER CONNECTION DETAIL

SCALE: N.T.S.

SCALE : N.T.S.

LEAST 1"(25mm) INCH

"H" MUST BE AT

TOTAL TRAP HEIGHT = X + H + (1.5 X PIPE DIA.)

(WITHOUT INSULATION)

TOTAL

TRAP

HEIGHT

X

H

SCALE : N.T.S.

"X" MUST BE AT LEAST

1"(25mm) INCH PLUS CASING

STATIC PRESSURE

(+)

"X" = 1/2"(12mm) "H"

(WITHOUT INSULATION)

TOTAL TRAP HEIGHT = X + H + (1.5"(38mm) X PIPE DIA.)

STATIC PRESSURE

1"(25mm) INCH PLUS CASING

"H" MUST BE AT LEAST

X

HEIGHT

TRAP

TOTAL H

DRAIN PLUG

(-)

TRAP DETAIL: MODULE WITH

NEGATIVE STATIC PRESSURE

TRAP DETAIL: MODULE WITH

POSITIVE STATIC PRESSURE

RTU UNIT CURB MOUNTING DETAIL

SCALE: N.T.S.

EQUIPMENT

SCHEDULES &

DETAILS

BUILDING ENERGY SOLUTIONS

SUITE 722 - 550 WEST BROADWAY

VANCOUVER, BC, CANADA, V5Z 0A9

Tel: 1.778.371.3459

DISCLAIMER NOTECOPYRIGHT RESERVED THIS PLAN AND DESIGN ARE, AND ATALL TIMES REMAIN THE EXCLUSIVE PROPERTY OF BUILDINGENERGY SOLUTIONS AND CANNOT BE USED OR REPRODUCEDFOR ANY REASON WHATSOEVER WITHOUT THE WRITTENCONSENT FROM BUILDING ENERGY SOLUTIONS

BUILDING ENERGY SOLUTIONS IS NOT RESPONSIBLE FOR THEACCURACY OF THESE DRAWINGS, THEY ARE ISSUED FORINFORMATION PURPOSES ONLY. EXACT DIMENSIONS ANDLOCATIONS OF ALL SERVICES SHALL BE COORDINATED ANDVERIFIED WITH THE CONTRACTOR

MECHANICAL & ELECTRICAL ENGINEERS

ISSUED FOR REVIEW1 20/10/19

REVISIONS# (YR/M/D)

SUMMERLAND MUSEUM

- HVAC UPGRADE

9521 WHARTON ST, SUMMERLAND, BC V0H 1Z0

Title

Scale

Drawn

Checked

Project No.

Seal

Drawing No.

Latest Revision No.

AS NOTED

MM

SM

20-B216

NOT FOR CONSTRUCTION

ISSUED FOR TENDER

Project

2

ISSUED FOR TENDER2 20/11/17

M4.1

DELIVERY DEADLINES FOR ALL SCHEDULES

1. SHOP DRAWINGS TO BE SUBMITTED 7 DAYS AFTER AWARD OF

THIS CONTRACT.

2. PURCHASE ORDER SHALL BE EXECUTED NO MORE THAN 2

DAYS AFTER RECEIPT OF ENGINEERS APPROVAL

3. ALTERNATIVE EQUIPMENT MAY BE SUBMITTED IN ACCORDANCE

WITH THE RFP DOCUMENTS, A MINIMUM OF 5 BUSINESS DAYS

BEFORE SUBMISSION OF ENQUIRES DEADLINE

EQUIPMENT SCHEDULES & DETAILS

SCALE: NONE

ROOFTOP UNIT SCHEDULE

EQUIPMENT MARK

MANUFACTURER

MODEL

SERVICE

RTU-1

COOLING CAPACITY (BTUH)

LOCATION

NOTES:

1. BACKSIDE HORIZONTAL DUCT CONNECTIONS REQUIRED.

2. INTERLOCK WITH F/A PANEL.

AIRFLOW (CFM)

GAS INPUT (BTUH)

REFRIGERANT

DIMENSIONS

ROOF

TRANE

4DCY4036C1070A

EAST

37,000

1150

70,000

R410A

47.86"H x 44.5"W x 52.03"L

WEIGHT 488 LBS

208-230/1/60POWER (V/PH/HZ)

RTU-2

ROOF

TRANE

4DCY4060C1115A

WEST

58,000

1785

115,000

R410A

51.86"H x 47.4"W x 61.75"L

548 LBS

208-230/1/60

NOTES:

1. CONFIRM FINAL SIZES AND LOCATIONS OF ALL EQUIPMENT PRIOR TO ORDERING ELECTRICAL EQUIPMENT OR ROUGH-IN.

2. PROVIDE ELECTRICAL CONNECTION AND CONTROL AS REQUIRED FOR A COMPLETE AND OPERATIONAL SYSTEM AND INCLUDE ALL COSTS IN THE TENDER PRICE.

CONTRACTOR TO CONFIRM STARTER AND CONTROL REQUIREMENTS WITH MECHANICAL DIVISION BEFORE SUBMITTING TENDER.

3. ALL FEEDER AND BREAKER SIZES ARE TO BE CONFIRMED WITH MECHANICAL SHOP DRAWINGS PRIOR TO ORDERING EQUIPMENT. POWER REQUIREMENTS FOR

SUBMITTED ALTERNATE EQUIPMENT ARE THE RESPONSIBILITY OF THE CONTRACTOR(S) AND ASSOCIATED COSTS ARE THE RESPONSIBILITY OF THE

CONTRACTOR(S).

HP FLA

VOLT PHASE VFDLOCATION

UNIT

No.

LOAD

BREAKER CONDUCTOR MCA MOP NOTES

UNIT

DESCRIPTION

RTURTU-1 2P60A 2#6 + #8G CUROOF 1, 1/3 & 1/20 -- 208 1 X 39.9 60 SINGLE POINT CONNECTION

RTURTU-2 2P40A 2#8 + #10G CUROOF 1/2, 1/5 & 1/20 -- 208 1 X 26.2 40

EQUIPMENT MARK

RTU-1

SUPPLIED BY:

E = ELECTRICAL

M = MECHANICAL

CONTROL DEVICES:

C = TIME CLOCK

F = FLOAT SWITCH

O = OTHER (IDENTFY)

P = PRESSURE SWITCH

UNIT DESCRIPTION UNIT LOCATION

ROOF

HP

1, 1/3 & 1/20

VOLT PH

1

S

M

EQUIPMENT

I

M

C

M

S

M

I

M

STARTER

C

M

TYPE

-

S

M

I

M

CONTROL

C

M

TYPE

REMARKS

LEGEND:

208

MECHANICAL EQUIPMENT ELECTRICAL DATA LIST (BASIS OF DESIGN)

E PWR

N MG

CO

M

S

E

DISCONNECT

I

E

C

E INTERLOCK WITH EXISTING FIRE ALARM PANEL (FAP/OFF)

SERVICE

WEST

STARTER:

MP = MANUAL C/W PILOT LIGHT

MG = MAGNETIC

CONTROL TYPE:

OA = OFF/AUTO

HOA = HAND/OFF/AUTO

SS = STP/START

R = MANUAL C/W PILOT LIGHT

S = MAGNETIC

T = THERMOSTAT

L = SWITCH

DDC = DIGITAL CONTROL

VOLT = REQUIRED SUPPLY VOLTAGE

PH = POWER PHASE

S = SUPPLIED BY.

I = INSTALLED BY.

C = CONNECTED BY.

E PWR = FED BY EMERGENCY POWER

CO = CONTROL.

ABBREVIATIONS:

ROOFTOP UNIT

RTU-2 ROOF 1/2, 1/5 & 1/20 1 M M M -M M M208 N MGM E E EEAST ROOFTOP UNIT M M M

HUMIDIFIERH-1 2P25A 2#12 + #12G CUSTORAGE -- -- 208 1 - 18.7 25 --

HUMIDIFIERH-2 2P25A 2#12 + #12G CUSTORAGE -- -- 208 1 - 18.7 25 --

H-1 STORAGE -- 1 M M M -M M M208 N MGM E E E --RTU-1 HUMIDIFIER M M M

H-2 STORAGE -- 1 M M M -M M M208 N MGM E E E --RTU-2 HUMIDIFIER M M M

HUMIDIFIER SCHEDULE (BASIS OF DESIGN)

EQUIPMENT MARK

MANUFACTURER

MODEL

SERVICE

H-1

CAPACITY

LOCATION

NOTES:

1. PROVIDE STEAM DISTRIBUTOR SAM-E.

2. PROVIDE REMOTE THERMOSTAT.

3. PROVIDE 25 AMP DISCONNECT.

4. PROVIDE 5μm FILTER & RPBP.

DIMENSIONS

WEIGHT

POWER (V/PH/HZ)

STORAGE

CONDAIR

EL-010

RTU-1

2-10 LBS/HR

16.5"W x 14"D x 26.5"H

65 LBS

208/1/60

MIN CURRENT 18.7 AMPS

H-2

STORAGE

CONDAIR

EL-010

RTU-2

2-10 LBS/HR

16.5"W x 14"D x 26.5"H

65 LBS

208/1/60

18.7 AMPS

INTERLOCK WITH EXISTING FIRE ALARM PANEL (FAP/OFF)

MECHANICAL EQUIPMENT CABLE SIZES (BASIS OF DESIGN)

SINGLE POINT CONNECTION

RTU-2 DETAIL

SCALE: N.T.S.

RTU-1 DETAIL

SCALE: N.T.S.

ELECTRICAL

SCHEDULES &

DETAILS

E0.1

SCALE: NONE

ELECTRICAL SCHEDULES & DETAILS

BUILDING ENERGY SOLUTIONS

SUITE 722 - 550 WEST BROADWAY

VANCOUVER, BC, CANADA, V5Z 0A9

Tel: 1.778.371.3459

DISCLAIMER NOTECOPYRIGHT RESERVED THIS PLAN AND DESIGN ARE, AND ATALL TIMES REMAIN THE EXCLUSIVE PROPERTY OF BUILDINGENERGY SOLUTIONS AND CANNOT BE USED OR REPRODUCEDFOR ANY REASON WHATSOEVER WITHOUT THE WRITTENCONSENT FROM BUILDING ENERGY SOLUTIONS

BUILDING ENERGY SOLUTIONS IS NOT RESPONSIBLE FOR THEACCURACY OF THESE DRAWINGS, THEY ARE ISSUED FORINFORMATION PURPOSES ONLY. EXACT DIMENSIONS ANDLOCATIONS OF ALL SERVICES SHALL BE COORDINATED ANDVERIFIED WITH THE CONTRACTOR

MECHANICAL & ELECTRICAL ENGINEERS

ISSUED FOR REVIEW1 20/10/19

REVISIONS# (YR/M/D)

SUMMERLAND MUSEUM

- HVAC UPGRADE

9521 WHARTON ST, SUMMERLAND, BC V0H 1Z0

Title

Scale

Drawn

Checked

Project No.

Seal

Drawing No.

Latest Revision No.

AS NOTED

MM

SM

20-B216

NOT FOR CONSTRUCTION

ISSUED FOR TENDER

Project

2

ISSUED FOR TENDER2 20/11/17

GENERAL NOTES:

1. ALL NEW EQUIPMENT TO BE FED FROM PANEL A. REFER TO DRAWING M3.1 FOR

LOCATION.

2. REFER TO MECHANICAL EQUIPMENT SCHEDULES ON DRAWING M4.1 FOR LOAD AND

CABLE SIZES.

(1) EXISTING PANEL 'A' - 1 OF 3

SCALE: NONE

(4) EXISTING FIRE ALARM

PANEL

SCALE: NONE

(2) EXISTING PANEL 'A' - 2 OF 3

SCALE: NONE

(3) EXISTING PANEL 'A' - 3 OF 3

SCALE: NONE

NOTE CIRCUITDESCRIPTION BKR DESCRIPTION NOTE

-- 15 --

-- --

-- --

01

03

05

02

04

06

-- --

--

--

09

11

10

12

07 08

MOUNTING - WALL

LOCATION - AS SHOWN

VOLTAGE - 120/240V

MAIN BUS - 400A

EXISTING PANEL 'A'

-- --

-- --

-- --

15

17

16

18

13 14

-- --

-- --

--

21

23

22

24

19 20

-- --

-- --

-- --

27

29

28

30

25 26

-- --

-- --

-- --

33

35

34

36

31 32

-- --

--

-- --

39

41

40

42

37 38

15

15

SPACE

SPACE

PF-1 & EF-3

SPACE

HEAT PUMP

SPACE

GF1

LIGHTING

LIGHTING

LIGHTING

--

RECEPTACLES

RANGE

RECEPTACLES

RECEPTACLES

RECEPTACLES

PANEL B

--

--

--

15

15

15

--

--

--

--

--

15

--

15

15

20

20

--

15

15

15

15

RANGE

15

15

40

40

15

TIME CLOCK OUTSIDE

HEAT PUMP

RECEPTACLES15

15

RECEPTACLES

RECEPTACLES

15

15

RECEPTACLES

RECEPTACLES

TELEPHONE RECEPTACLE

FIRE ALARM

PANEL B15 --

--

SPACE

SPACE

SPACE

SPACE

SPACE

--

--

WH-1 WATER HEATER

WH-1 WATER HEATER40

40

F-2

ELECTRIC HEAT 15

30

ELECTRIC HEAT 15

F-230

F-130

F-130

ELECTRICAL

SPECIFICATION

E1.0

SCALE: NONE

ELECTRICAL SPECIFICATION

BUILDING ENERGY SOLUTIONS

SUITE 722 - 550 WEST BROADWAY

VANCOUVER, BC, CANADA, V5Z 0A9

Tel: 1.778.371.3459

DISCLAIMER NOTECOPYRIGHT RESERVED THIS PLAN AND DESIGN ARE, AND ATALL TIMES REMAIN THE EXCLUSIVE PROPERTY OF BUILDINGENERGY SOLUTIONS AND CANNOT BE USED OR REPRODUCEDFOR ANY REASON WHATSOEVER WITHOUT THE WRITTENCONSENT FROM BUILDING ENERGY SOLUTIONS

BUILDING ENERGY SOLUTIONS IS NOT RESPONSIBLE FOR THEACCURACY OF THESE DRAWINGS, THEY ARE ISSUED FORINFORMATION PURPOSES ONLY. EXACT DIMENSIONS ANDLOCATIONS OF ALL SERVICES SHALL BE COORDINATED ANDVERIFIED WITH THE CONTRACTOR

MECHANICAL & ELECTRICAL ENGINEERS

ISSUED FOR REVIEW1 20/10/19

REVISIONS# (YR/M/D)

SUMMERLAND MUSEUM

- HVAC UPGRADE

9521 WHARTON ST, SUMMERLAND, BC V0H 1Z0

Title

Scale

Drawn

Checked

Project No.

Seal

Drawing No.

Latest Revision No.

AS NOTED

MM

SM

20-B216

NOT FOR CONSTRUCTION

ISSUED FOR TENDER

Project

2

ISSUED FOR TENDER2 20/11/17

1. SCOPE OF WORK

1.1. PROVIDE ALL NECESSARY LABOUR, MATERIAL, TOOLS, TRANSPORTATION, SERVICES AND

FACILITIES REQUIRED FOR THE COMPLETE ELECTRICAL INSTALLATION AS SHOWN ON THE

DRAWINGS AND AS SPECIFIED.

1.2. PROVIDE ALL NECESSARY LABOUR, MATERIALS, EQUIPMENT, DEVICES AND APPARATUS NOT

MENTIONED IN THE SPECIFICATIONS, OR SHOWN ON THE DRAWINGS AS REQUIRED FOR THE

COMPLETE ELECTRICAL INSTALLATION.

2. CODE, RULES AND REGULATIONS

2.1. ELECTRICAL INSTALLATION SHALL BE IN ACCORDANCE WITH THE CURRENT EDITION OF THE

CANADIAN ELECTRICAL CODE, NATIONAL BUILDING CODE, VANCOUVER BUILDING BY-LAW, AND

APPLICABLE MUNICIPAL AND PROVINCIAL CODES, RULES AND REGULATIONS.

2.2. PROVIDE ALL NECESSARY MATERIAL AND LABOUR REQUIRED TO MEET THE REQUIREMENTS OF

THESE CODES, RULES AND REGULATIONS EVEN THOUGH THE WORK MAY NOT BE SHOWN ON

THE DRAWINGS OR MENTIONED IN THE SPECIFICATIONS.

3. PERMITS AND FEES

3.1. OBTAIN ALL PERMITS AND PAY ALL FEES REQUIRED FOR THE ELECTRICAL INSTALLATION.

4. CO-OPERATION WITH OTHER TRADES

4.1. CHECK WITH OTHER TRADES TO AVOID DELAYS.

5. APPROVAL OF MATERIALS

5.1. ELECTRICAL EQUIPMENT SHALL BE NEW AND OF THE TYPE AND QUALITY SPECIFIED.

6. CERTIFICATION OF INSPECTION

6.1. OBTAIN A CERTIFICATE OF INSPECTION AND APPROVAL FROM THE ELECTRICAL INSPECTION

DEPARTMENT HAVING JURISDICTION OVER THE WORK. CERTIFICATE OF INSPECTION SHALL BE

SUBMITTED TO THE ARCHITECT ON COMPLETION OF THE WORK.

7. CLEAN UP

7.1. REMOVE ALL DEBRIS FROM THE SITE AS IT OCCURS, AND DO NOT ALLOW TO ACCUMULATE.

7.2. TOUCH UP WITH MATCHING PAINT ANY EQUIPMENT THAT HAS BEEN DAMAGED DURING

CONSTRUCTION.

8. GUARANTEE

8.1. THE SATISFACTORY OPERATION OF ALL WORK AND APPARATUS INCLUDED AND INSTALLED

UNDER THIS SECTION OF THE SPECIFICATION SHALL BE GUARANTEED FOR A PERIOD OF ONE

YEAR UNLESS NOTED OTHERWISE.

8.2. REPLACE FORTHWITH, AT NO ADDITIONAL COST TO THE OWNER, ANY PART WHICH MAY PROVE

TO BE DEFECTIVE WITHIN A PERIOD OF TWELVE MONTHS AFTER THE FINAL ACCEPTANCE OF

THE COMPLETE BUILDING, PROVIDED THAT SUCH FAILURE IS NOT DUE TO ANY IMPROPER

USAGE OR ORDINARY WEAR AND TEAR

8.3. NO CERTIFICATE GIVEN, PAYMENT MADE, PARTIAL OR ENTIRE USE OF THE EQUIPMENT BY THE

OWNER, SHALL BE CONSTRUED AS ACCEPTANCE OF DEFECTIVE WORK.

9. EARTH QUAKE RESISTANTS

9.1. PROVIDE SEISMIC RESISTANT AND ANCHORAGE FOR ALL LIGHTING FIXTURES TO COMPLY WITH

THE LOCAL BUILDING BYLAWS

9.2. THIS CONTRACTOR SHALL ENGAGE A SEISMIC RESTRAINT CONSULTANT TO DESIGN AND

REVIEW SEISMIC RESTRAINTS FOR ALL WORK ASSOCIATED WITH DIVISION 26. THE SEISMIC

RESTRAINT CONSULTANT SHALL SUPERVISE THEIR INSTALLATION AND SUBMIT THE REQUISITE

ASSURANCES TO THE LOCAL MUNICIPAL AUTHORITIES

9.3. SUBMIT ASSURANCE COMMITMENT LETTER FROM THE SEISMIC RESTRAINT CONSULTANT AT

THE COMMENCEMENT OF THE PROJECT AND ITS COMPLETION

9.4. ALL RECESSED LIGHTING FIXTURES IN MECHANICAL GRID CEILINGS (T- BAR) SHALL BE

RESTRAINED USING AT LEAST TWO (2) #16 AWG STRANDED STAINLESS STEEL AIRCRAFT CABLE

SECURITY BRIDLES PER FIXTURE TIED TO THE BASIC BUILDING STRUCTURE. ATTACH EACH

SECURITY CABLES AT ENDS OF EACH FIXTURE USING A FURTHER ATTACHMENT TO EACH

CORNER OF THE FIXTURE AND IN SUCH A MANNER THAT THE FIXTURE CANNOT FALL LOWER

THAN 12" (300mm) BENEATH FIXTURE INSTALLED HEIGHT

10. CONDUIT AND RACEWAY

10.1. RIGID STEEL CONDUIT: FOR ALL EXPOSED AND UNDERGROUND CONDUIT EXPOSED TO

MECHANICAL DAMAGE. (MINIMUM SIZE: 3/4" (19mm))

10.2. ELECTRICAL METALLIC TUBING (EMT): INTERIOR POWER AND LIGHTING BRANCH CIRCUITS

WHERE RUN CONCEALED ABOVE SUSPENDED CEILING, IN STUD WALLS, FURRED SPACES, AND

WHERE NOT EXPOSED TO MECHANICAL DAMAGE, OR ABOVE 6' (1830mm) FROM FLOOR.

(MINIMUM SIZE: 3/4" (19mm))

10.3. ELECTRICAL NON-METALLIC TUBING (ENT): INTERIOR BRANCH CIRCUITS & COMMUNICATIONS

CABLING WHERE ENCLOSED IN CONCRETE SLAB. ENT MUST BE SMOOTH INTERIOR WALL TYPE.

SUBMIT SHOP DRAWING FOR APPROVAL PRIOR TO USE. (MINIMUM SIZE: 3/4" (19mm))

10.4. FLEXIBLE METALLIC CONDUIT: IN DRY LOCATIONS, CONNECTION TO TRANSFORMERS, (6'

(1830mm) MAX.), VIBRATING EQUIPMENT (24" (610mm) MAX) AND TO RECESSED LIGHTING

FIXTURES

10.5. LIQUID-TIGHT FLEXIBLE METALLIC CONDUIT: IN DAMP AND WET LOCATIONS FOR CONNECTION

TO ALL PUMP MOTORS, SOLENOID VALVES, HVAC EQUIPMENT AND SIMILAR DEVICES SHALL BE

MADE USING LIQUID TIGHT FLEXIBLE METALLIC CONDUIT. PROVIDE SEPARATE GROUND WIRE

INDEPENDENT OF CONDUIT, RUN INSIDE CONDUIT AND BONDED AT BOTH ENDS TO

ENCLOSURES. MAXIMUM LENGTH OF 24" (610mm).

10.6. CONDUIT IN DIRECT CONTACT WITH EARTH TO BE RIGID PVC TYPE.

10.7. CONDUIT SYSTEM SHALL BE CONCEALED UNLESS EXPOSED WORK IS CLEARLY CALLED FOR ON

DRAWINGS

10.8. CONDUITS SHALL BE TIGHTLY COVERED AND WELL PROTECTED DURING CONSTRUCTION

USING METALLIC BUSHINGS AND BUSHING "PENNIES" TO SEAL OPEN END

10.9. IN ALL EMPTY CONDUITS OR DUCTS, INSTALL A 200 lb (90 kg) TENSILE STRENGTH

POLYETHYLENE PULLING ROPE

10.10. CONDUIT SYSTEMS SHALL BE ELECTRICALLY CONTINUOUS THROUGHOUT. INSTALL CODE

SIZED, INSULATED, COPPER, GREEN GROUNDING CONDUCTOR IN ALL CONDUIT RUNS PULLED

WITH PHASE AND/OR NEUTRAL CONDUCTORS

10.11. LOCATIONS OF CONDUIT RUNS SHALL BE PLANNED IN ADVANCE OF THE INSTALLATION AND

COORDINATED WITH THE DUCTWORK, PLUMBING, CEILING AND WALL CONSTRUCTION IN THE

SAME AREAS AND SHALL NOT UNNECESSARILY CROSS OTHER CONDUITS OR PIPE, NOR

PREVENT REMOVAL OF CEILING OR TILES OR PANELS, NOR BLOCK ACCESS TO MECHANICAL

OR ELECTRICAL EQUIPMENT

10.12. WHERE PRACTICAL, INSTALL CONDUITS IN GROUPS, IN PARALLEL, FOR VERTICAL AND

HORIZONTAL RUNS AND AT ELEVATIONS THAT AVOID UNNECESSARY OFFSETS

10.13. EXPOSED CONDUIT SHALL BE RUN PARALLEL OR AT RIGHT ANGLES TO THE CENTERLINES OF

COLUMNS AND BEAMS

10.14. CONDUITS SHALL NOT BE PLACED CLOSER THAN 12" (300mm) FROM A PARALLEL HOT WATER

OR STEAM LINE OR 3" (75mm) FROM SUCH LINES CROSSING PERPENDICULAR TO THE RUNS

10.15. CONDUIT RUN IN UNDER FLOOR LAYER BELOW WOOD FLOORING SHALL NOT BE RUN IN SAME

DIRECTION AS FLOORING

10.16. ALL RACEWAY SYSTEMS SHALL BE SECURED TO THE BUILDING STRUCTURES USING SPECIFIED

FASTENERS, CLAMPS AND HANGERS SPACED ACCORDING TO CODE REQUIREMENTS

10.17. SUPPORT SINGLE RUNS OF CONDUIT USING ONE HOLE PIPE STRAPS. WHERE RUN

HORIZONTALLY ON WALLS IN DAMP OR WET LOCATION, INSTALL "CLAMP-BACKS" TO SPACE

CONDUIT OFF THE SURFACE

10.18. MULTIPLE CONDUIT RUNS SHALL BE SUPPORTED USING "TRAPEZE" HANGERS, FABRICATED

FROM SPECIFIED CONSTRUCTION CHANNEL, MOUNTED TO 3/8" (9.5mm) DIAMETER, THREADED

STEEL RODS SECURED TO BUILDING STRUCTURES. FASTEN CONDUIT TO CONSTRUCTING

CHANNEL WITH STANDARD ONE HOLE PIPE CLAMPS OR THE EQUIVALENT

10.19. RACEWAYS SHALL BE JOINED USING SPECIFIED COUPLING OR TRANSITION COUPLINGS WHERE

DISSIMILAR RACEWAY SYSTEMS ARE JOINED.

10.20. CONDUITS SHALL BE SECURELY FASTENED TO CABINETS, BOXES, AND GUTTERS USING TWO

LOCKNUTS AND AN INSULATING BUSHING OR SPECIFIED INSULATING CONNECTORS. INSTALL

GROUNDING BUSHINGS OR BONDING JUMPERS ON ALL CONDUITS TERMINATING AT

CONCENTRIC KNOCKOUTS.

10.21. CONDUIT TERMINATIONS EXPOSED AT WEATHERPROOF ENCLOSURES AND CAST OUTLET

BOXES SHALL BE MADE WATERTIGHT USING SPECIFIED CONNECTORS AND HUBS.

10.22. INSTALL EXPANSION COUPLINGS WHERE ANY CONDUIT CROSSES A BUILDING SEPARATION OR

EXPANSION JOINT.

10.23. ALL FLOOR PENETRATIONS SHALL BE SEALED WATER-TIGHT. MAINTAIN FIRE RATING AS

REQUIRED.

10.24. FIRE-SAFE ALL RATED WALL PENETRATIONS USING 3M LISTED FIRE-SAFING SEALANTS AND

ASSEMBLIES.

11. BOXES AND WIRING SERVICES

11.1. ALL OUTLETS SHALL FINISH FLUSH WITH BUILDING WALLS AND CEILING, EXCEPT WHERE

EXPOSED WORK IS CALLED FOR. THERE SHALL BE NO GAP BETWEEN BOX AND WALL OR

CEILING MATERIAL. ANY OPENING BETWEEN BOX AND WALL OR CEILING SHALL BE CAULKED

AIRTIGHT.

11.2. INSTALL RAISED DEVICE COVERS ON ALL OUTLET BOXES AS REQUIRED TO FINISH FLUSH WITH

SURFACE. COVERS SHALL BE OF A DEPTH TO SUIT THE WALL OR CEILING FINISH.

11.3. EXPOSED OUTLET BOXES AND BOXES IN DAMP AND WET LOCATIONS SHALL BE CAST METAL

WITH GASKETED CAST METAL COVER PLATES.

11.4. OUTLET BOXES SHALL BE INSTALLED AT THE LOCATIONS AND ELEVATIONS SHOWN ON THE

DRAWINGS OR SPECIFIED HEREIN. MAKE ADJUSTMENTS TO LOCATIONS AS REQUIRED BY

STRUCTURAL CONDITIONS AND TO SUIT COORDINATION REQUIREMENTS OF OTHER TRADES.

11.5. OUTLET BOXES IN STUD WALL AND PARTITIONS SHALL NOT BE MOUNTED BACK-TO-BACK NOR

SHALL THROUGH-WALL BOXES BE PERMITTED.

11.6. BOXES INSTALLED IN STUD WALLS SHALL BE EQUIPPED WITH BRACKETS DESIGNED FOR

ATTACHING DIRECTLY TO THE STUDS OR SHALL BE MOUNTED ON HEAVY GAUGE GALVANIZED

STEEL BOX SUPPORTS.

11.7. FIXTURE OUTLET BOXES INSTALLED IN SUSPENDED CEILINGS OF GYPSUM BOARD OR LATH

AND PLASTER CONSTRUCTION SHALL BE MOUNTED TO 16 GAUGE METAL CHANNEL BARS

ATTACHED TO MAIN CEILING RUNNERS.

11.8. FIXTURE OUTLET BOXES INSTALLED IN SUSPENDED CEILINGS SYSTEMS SUPPORTING

ACOUSTICAL TILES OR PANELS SHALL BE SUPPORTED DIRECTLY FROM THE STRUCTURES

ABOVE WHEREVER PENDANT MOUNTED FIXTURES ARE INSTALLED FROM THE BOX.

11.9. MOUNTING HEIGHTS: MOUNTING HEIGHTS FROM FINISHED FLOOR TO CENTER LINE OF DEVICE

BOX SHALL BE AS FOLLOWS, AND IN ACCORDANCE WITH HANDICAPPED ACCESSIBILITY

REQUIREMENTS OF GOVERNING CODE.

11.9.1. CONVENIENCE RECEPTACLE - 18" (450MM)

11.9.2. CONVENIENCE RECEPTACLE ABOVE COUNTER - 42" (1050mm)

11.9.3. LIGHT SWITCHES - 48" (1220mm)

11.9.4. TELEPHONE OUTLET - 18" (450mm)

11.9.5. FIRE ALARM STATIONS - 55" (1400mm)

11.9.6. FIRE ALARM BELLS/HORNS/STROBES - 12" (300mm) BELOW CEILING AND NO MORE THAN

110" (2800mm) ABOVE FINISHED FLOOR

11.9.7. EMERGENCY LIGHT HEADS - 90" (2300mm)

12. CABLE AND WIRE

12.1. CONDUCTORS SHALL NOT BE INSTALLED IN CONDUIT UNTIL ALL WORK OF ANY NATURE THAT

MAY CAUSE DAMAGE IS COMPLETED. CARE SHALL BE TAKEN IN PULLING CONDUCTORS THAT

INSULATION IS NOT DAMAGED. U.L. AND C.S.A. APPROVED NON-PETROLEUM BASE AND

INSULATING TYPE PULLING COMPOUND SHALL BE USED AS NEEDED.

12.2. ALL CABLES SHALL BE INSTALLED AND TESTED IN ACCORDANCE WITH MANUFACTURERS

REQUIREMENTS AND WARRANTY.

12.3. ALL ASPECTS OF SPLICING AND TERMINATING SHALL BE IN ACCORDANCE WITH CABLE

MANUFACTURERS PUBLISHED PROCEDURES.

12.4. MAKE UP ALL SPLICES IN OUTLET BOXES WITH CONNECTORS AS SPECIFIED HEREIN WITH

SEPARATE TAILS OF CORRECT COLOR TO BE MADE UP TO SPLICE. PROVIDE AT LEAST 6"

(150mm) OF TAILS PACKED IN BOX AFTER SPLICE IS MADE UP.

12.5. ALL WIRE AND CABLE IN PANELS, TERMINAL CABINETS AND EQUIPMENT ENCLOSURES SHALL

BE BUNDLED AND CLAMPED.

12.6. ALL FEEDERS LESS THAN 60A SHALL BE COPPER. FEEDERS LARGER THAN 60A MAY UTILIZE

ALUMINIUM CONDUCTORS WITH ENGINEER APPROVAL

12.7. ALL FIRE ALARM CONDUCTORS ARE TO HAVE 1 HR FIRE RATING.

12.8. ALL EMERGENCY LIGHTING CONDUCTORS ARE TO HAVE 1 HR FIRE RATING.

12.9. MINIMUM WIRE SIZE SHALL BE NO. 12 AWG R90 COPPER.

13. WIRING DEVICES

13.1. SWITCHES

13.1.1. SPECIFICATION GRADE, WHITE, DECORATOR STYLE AVAILABLE FOR BACK AND SIDE

WIRING. 20A, 120V OR 347V, SINGLE POLE, DOUBLE POLE, THREE-WAY OR FOUR-WAY AS

INDICATED.

13.2. RECEPTACLES

13.2.1. SPECIFICATION GRADE, WHITE, DECORATOR STYLE DUPLEX RECEPTACLE CSA TYPE 5-15R,

125V, 15A U-GROUNDED.

13.2.2. GROUND FAULT INTERRUPTER TYPE TO BE INDICATING, SPECIFICATION GRADE, IMPACT

RESISTANT, U GROUND, COMPLETE WITH BREAKER AND RESET BUTTON.

13.2.3. INSTALL ALL RECEPTACLES IN THE VERTICAL PLANE UNLESS OTHERWISE NOTED.

13.3. DIMMERS

13.3.1. FLUSH MOUNTED TYPE, WHITE. (1000 WATTS RATED)

13.3.2. ELECTRONIC WITH PRESET.

13.4. COVER PLATES

13.4.1. STAINLESS STEEL, 1mm THICK BRUSHED COVER PLATES.

13.4.2. WEATHERPROOF, DURABLE, 'IN-USE' RATED COVER PLATES COMPLETE WITH GASKETS

FOR WP DUPLEX RECEPTACLES AS INDICATED.

13.4.3. INSTALL SINGLE THROW SWITCHES WITH HANDLE IN "UP" POSITION WHEN SWITCH

CLOSED.

13.4.4. INSTALL RECEPTACLES/SWITCHES VERTICALLY IN GANG TYPE OUTLET BOX WHEN MORE

THAN ONE RECEPTACLE IS REQUIRED IN ONE LOCATION.

14. PANEL BOARDS

14.1. SUBMIT SHOP DRAWINGS PRIOR TO ORDERING.

14.2. RATINGS: REFER TO PANEL SCHEDULES SHOWN ON DRAWING.

14.3. BACKFEED BREAKERS SHALL NOT BE UTILIZED IN PLACE OF A MAIN BREAKER.

14.4. FINISH: ALL PAINTED STEEL WORK SHALL BE TREATED WITH A PRIMER COAT AND FINISH COAT

OF THE MANUFACTURER'S STANDARD GRAY COLOR OR ANSI 61.

14.5. PANEL BOARDS TO HAVE FLUSH DOORS WITH TWO KEYS FOR EACH PANEL BOARD (ALL KEYS

TO BE ALIKE).

14.6. BUSSING

14.6.1. BUSSING SHALL BE RECTANGULAR CROSS SECTION FULL LENGTH TIN PLATED ALUMINUM.

14.6.2. EACH PANEL BOARD SHALL BE EQUIPPED WITH A GROUND BUS SECURED TO THE

INTERIOR OF THE ENCLOSURE. THE BUS SHALL BE EQUAL TO THE PANEL BOARD NEUTRAL

BUS AND SHALL HAVE A SEPARATE LUG FOR EACH GROUND CONDUCTOR. NOT MORE

THAN ONE CONDUCTOR SHALL BE INSTALLED PER LUG.

14.6.3. PANEL BOARD DIRECTORIES: SHALL BE TYPEWRITTEN, ARRANGE IN NUMERICAL ORDER

AND SHALL SHOW THE NUMBER OF THE CIRCUIT IS INDICATED. THE ROOM NUMBERS

SHALL BE VERIFIED WITH THE OWNER AND SHALL NOT NECESSARILY BE THOSE USED IN

THE DRAWINGS. MOUNT TWO COPIES OF DIRECTORIES INSIDE EACH PANEL BOARD.

14.6.4. ACCEPTABLE MANUFACTURERS: SIEMENS, CUTLER HAMMER, SCHNEIDER CANADA.

15. PROTECTIVE DEVICES

15.1. CIRCUIT BREAKERS: MOLDED CASE, BOLT-ON, THERMAL MAGNETIC TYPE, 40 DEGREES C.

AMBIENT TEMPERATURE COMPENSATED, FIXED MOUNTING, WITH QUICK-MAKE AND

QUICK-BREAK SWITCHING MECHANISM MECHANICALLY TRIP-FREE FROM THE OPERATING

HANDLE.

15.2. RATINGS: REFER TO DRAWINGS AND PANEL SCHEDULES FOR TRIP FRAME AND POLES

REQUIRED. MINIMUM SHORT CIRCUIT RATING FOR 120/240 VOLT BREAKERS IS 10,000 A, IF NOT

INDICATED OTHERWISE.

15.3. MANUAL MOTOR STARTERS: FRACTIONAL H.P. 1 PHASE MOTORS SHALL BE PROTECTED BY

THERMAL O.L. RELAY INTEGRAL WITH THE DISCONNECT.

16. PLYWOOD BACKBOARDS

16.1. WHERE INDICATED FOR TELEPHONE OR COMMUNICATION SYSTEM TERMINALS, OR FOR MOTOR

CONTROL OR OTHER EQUIPMENT ASSEMBLIES, PROVIDE BACKBOARDS OF SIZE INDICATED.

16.2. USE DOUGLAS FIR PLYWOOD, EXTERIOR GRADE WITH "B" FACE, PRIME AND FINISHED PAINTED.

PLYWOOD SHALL BE FIRE RESISTANT (3/4" (75mm) THICK).

17. GROUNDING

17.1. ENCLOSURES OF EQUIPMENT, RACEWAYS, AND FIXTURES SHALL BE PERMANENTLY AND

EFFECTIVELY GROUNDED. PROVIDE CODE-SIZED (UNLESS OTHERWISE INDICATED) COPPER,

INSULATED GREEN EQUIPMENT GROUND WITH ALL BRANCH AND FEEDER CIRCUIT RUNS.

EQUIPMENT GROUND SHALL ORIGINATE AT PANEL BOARD GROUND BUS AND SHALL BE

BONDED TO ALL SWITCH AND RECEPTACLE BOXES AND ELECTRICAL EQUIPMENT ENCLOSURES.

18. IDENTIFICATION

18.1. IDENTIFY ALL PLACES OF ELECTRICAL EQUIPMENT (INCLUDING EACH AND EVERY RECEPTACLE)

OTHER THAN CONDUITS AND CONDUCTORS WITH ENGRAVED LAMINATED PLASTIC

NAMEPLATES OR BROTHER P-TOUCH LABELS HAVING 1/8" (3mm) MINIMUM HEIGHT. ATTACH ALL

LAMACOID LABELS, UNLESS OTHERWISE DIRECTED WITH SILICONE CEMENT.

18.2. COLOURS OF LABELS TO BE AS FOLLOWS:

18.2.1. NORMAL POWER - BLACK LETTERING ON WHITE BACKGROUND

18.2.2. EMERGENCY POWER - WHITE LETTERING ON RED BACKGROUND

18.2.3. LOW VOLTAGE - BLUE LETTERING ON WHITE BACKGROUND

18.3. ALL JUNCTION AND PULLBOXES FOR CONDUITS, DUCTS AND OTHER RACEWAYS IN CONCEALED

CEILING SPACES SHALL BE PERMANENTLY MARKED USING A BLACK FELT PEN AS FOLLOWS.

(WHERE CEILING SPACE IS PAINTED OUT, PUT MARKING ON INSIDE OF COVERPLATES).

19. COMMUNICATION CABLING

19.1. DATA CABLING:

19.1.1. INSTALL FOUR TWISTED PAIR, 24 GAUGE, SOLID COPPER WIRE, CATEGORY 6 INSULATED &

UNSHIELDED, FROM THE COMMUNICATION BACKBOARD TO THE MODULAR JACK AT EACH

WORKSTATION. CABLE IS TO BE BLUE JACKETED.

19.1.2. DATA CABLES ARE TO BE TERMINATED AS SPECIFIED IN THE EIA/TIA 568 STANDARDS, PIN

CONFIGURATION 568A ON CATEGORY 6, RJ45 MODULAR JACKS. JACK MODULE COLOUR IS

TO BE BLUE.

19.1.3. ALL DATA CABLES ARE TO BE TESTED FOR CONTINUITY, CROSSTALK AND ATTENUATION

AND BE WITHIN LIMITS SPECIFIED IN EIA/TIA BULLETIN TSB67. SUBMIT TEST RESULTS TO

ENGINEER FOR REVIEW.

19.2. TELEPHONE CABLING:

19.2.1. INSTALL FOUR TWISTED PAIR, 24 GAUGE, SOLID COPPER WIRE, CATEGORY 6 INSULATED &

UNSHIELDED, FROM THE COMMUNICATION BACKBOARD TO THE MODULAR JACK AT EACH

WORKSTATION. CABLE IS TO BE WHITE OR GRAY JACKETED.

19.2.2. TELEPHONE CABLES ARE TO BE TERMINATED ON RJ-11 (4 PIN) MODULAR JACKS. WITH

USOC PIN CONFIGURATION. SPARE CONDUCTORS ARE TO BE DRESSED ALONG CABLE,

BEHIND FACEPLATE. JACK MODULE COLOUR IS TO BE WHITE.

19.3. CATV CABLING:

19.3.1. INSTALL RG-6 COAXIAL CABLE, 75 OHM, 18 GAUGE COPPER CENTER CONDUCTOR, FROM

LOCATIONS INDICATED BACK TO COMMUNICATIONS BACKBOARD(S).

19.3.2. TERMINATE WIRING USING APPROVED TYPE F CONNECTORS AND AS PER

MANUFACTURERS RECOMMENDATIONS. PROVIDE PASS THROUGH PLATES ON DROP END.

19.3.3. ALL CATV CABLES ARE TO BE TESTED FOR CONTINUITY, CROSSTALK AND ATTENUATION.

CABLES THAT ARE NON-COMPLIANT ARE TO BE REPLACED AT NO COST.

19.4. HORIZONTAL RUNS OF COMMUNICATION CABLE ARE TO BE SUPPORTED USING APPROPRIATE J

HOOKS CONNECTED TO THE BUILDING STRUCTURE OR T-BAR CEILING SYSTEM. CADDY

CABLE-CAT OR APPROVED EQUAL.

19.5. PROVIDE LABELING OF OUTLETS, CABLING AND PATCH PANELS.

19.6. PROVIDE 40" (100mm) SPARE CABLE AT WORKSTATION OUTLET AND 120" (3000mm) SPARE

CABLE AT COMMUNICATION BACKBOARD, FOR ALL CABLES.

19.7. CONTRACTOR MUST BE A QUALIFIED INSTALLER, TRAINED AND AUTHORIZED BY AN APPROVED

MANUFACTURER.

19.8. PROVIDE GROUND BAR AT COMMUNICATION BACKBOARDS WITH #6 AWG, RW90, GREEN

JACKETED GROUND CONDUCTOR TO BUILDING GROUND POINT.

20. RECORD DRAWING

20.1. ELECTRICAL CONTRACTOR TO PROVIDE AS-BUILT MARKUPS TO ENGINEER FOR RECORD

DRAWINGS.

20.2. AS-BUILT MARKUPS ARE TO INDICATE THE FOLLOWING ITEMS:

20.2.1. ALL REVISIONS TO DRAWINGS FROM SITE INSTRUCTIONS AND CHANGE ORDERS ARE TO BE

INDICATED.

20.2.2. DEVICE LOCATION AND CIRCUITING WHERE DIFFERS FROM ORIGINAL DRAWINGS.

20.2.3. COMMUNICATION DROP ADDRESS.

20.2.4. FIRE ALARM DEVICE ADDRESS.

20.2.5. ALL ABANDONED JUNCTION BOXES AND CONDUITS.

20.2.6. CABLE TRAY ROUTING.

21. MAINTENANCE MANUALS

21.1. PROVIDE OPERATION AND MAINTENANCE DATA FOR INCORPORATION INTO MAINTENANCE

MANUALS AS FOLLOWS IN HARD COVER RING BINDER C/W INDEX TAB SEPARATORS. PROVIDE

ONE (1) HARD COPIES AND ONE (1) PDF SOFTCOPY. SOFTCOPY MAY BE SUBMITTED USING

COMPACT DISC, USB FLASH DRIVE OR EMAIL.

21.2. TECHNICAL DATA, PRODUCT DATA, SUPPLEMENTED BY BULLETINS COMPONENT

ILLUSTRATIONS, EXPLODED VIEWS, TECHNICAL DESCRIPTIONS OF ITEMS AND PARTS LISTS.

(ADVERTISING OR SALES LITERATURE IS NOT ACCEPTABLE)

21.3. WIRING AND SCHEMATIC DIAGRAMS

21.4. NAMES AND ADDRESSES OF LOCAL SUPPLIERS FOR ITEMS INCLUDED IN MAINTENANCE

MANUALS.

22. FIRE ALARM

22.1. PROVIDE NEW FIRE ALARM DEVICES AS INDICATED ON THE ELECTRICAL DRAWINGS AND

RECONNECT TO EXISTING FIRE ALARM SYSTEM. OPERATION OF NEW AND/OR RELOCATED

EXISTING DEVICES SHALL MATCH EXISTING, EXISTING MANUFACTURER IS "EDWARDS". IF ANY

FIRE ALARM DEVICES ARE DISCONNECTED, ARRANGE AND PAY FOR THE VERIFICATION OF THE

AFFECTED EXISTING DEVICES AS REQUIRED BY THE LOCAL AUTHORITIES.

22.2. ARRANGE WITH THE OWNER ANY FIRE ALARM ZONE SHUT DOWNS PRIOR TO THE WORK. AT

TIME OF COMPLETION OF THE PROJECT, A THIRD PARTY SHALL PROVIDE A VERIFICATION OF

ALL AFFECTED DEVICES. ALL COSTS SHALL BE INCLUDED IN THE ELECTRICAL COSTS. SUBMIT A

CERTIFICATE OF VERIFICATION AS REQUIRED BY ULC TO THE CONSULTANT.

22.3. ELECTRICAL CONTRACTOR SHALL PROVIDE ALL LABOUR, SERVICES, AND MATERIALS

REQUIRED TO PROVIDE A COMPLETE AND FUNCTIONAL LIFE SAFETY FIRE SYSTEM. THE

SYSTEM SHALL COMPLY WITH ALL PERTINENT CODES, RULES, REGULATIONS,

MANUFACTURER'S RECOMMENDATIONS, AND UNDERWRITER'S LABORATORIES CANADA (ULC)

LISTINGS. ALL FIRE ALARM REQUIREMENTS ARE TO BE PROVIDED BY EDWARDS.

22.4. THE FIRE ALARM SYSTEM SHALL REMAIN SUPERVISED AND MONITORED. PROVIDE FIRE WATCH

IF THE FIRE ALARM SYSTEM CANNOT BE RESTORED TO A SUPERVISED AND MONITORED STATE.

22.5. FIRE ALARM SYSTEMS, INCLUDING THE VOICE COMMUNICATION CAPABILITY WHERE PROVIDED,

SHALL BE INSTALLED IN CONFORMANCE WITH CAN/ULC-S524, “INSTALLATION OF FIRE ALARM

SYSTEMS.”

22.6. FIRE ALARM SYSTEMS SHALL BE VERIFIED IN CONFORMANCE WITH CAN/ULC-S537,

“VERIFICATION OF FIRE ALARM SYSTEMS,” TO ENSURE THEY ARE OPERATING SATISFACTORILY.