INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the...

103
PURCHASING DEPARTMENT REQUEST FOR TENDER No. 2614 Elevator Modernization - Nanaimo Art Gallery CCDC 2 (2008) STIPULATED PRICE CONTRACT ISSUED: July 31, 2020 Mandatory Pre-Tender Meeting: Scheduled for August 12, 2020 at 11:00 AM, Pacific Time Refer to clause 20 of the instructions to Bidders for additional information CLOSING LOCATION: Purchasing Department 2020 Labieux Road Nanaimo, BC V9T 6J9 BID CLOSING: Tenders must be received prior to: August 21, 2020 at or before 3:00 PM (15:00 hours) Pacific Time INQUIRIES: Silvia Reid, SCMP, Buyer [email protected] Late Submissions will not be considered. Due to Covid-19 precautions, Tender openings will not be open to the public. The Tenders will be opened in the Purchasing Department immediately after the Bid Closing and the results will be posted on the City of Nanaimo website at https://www.nanaimo.ca/bid- opportunities/.

Transcript of INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the...

Page 1: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

PURCHASING DEPARTMENT

REQUEST FOR TENDER No. 2614

Elevator Modernization - Nanaimo Art Gallery

CCDC 2 (2008) STIPULATED PRICE CONTRACT

ISSUED: July 31, 2020

Mandatory Pre-Tender Meeting: Scheduled for August 12, 2020 at 11:00 AM, Pacific Time

Refer to clause 20 of the instructions to Bidders for additional information

CLOSING LOCATION: Purchasing Department

2020 Labieux Road Nanaimo, BC

V9T 6J9

BID CLOSING: Tenders must be received prior to:

August 21, 2020 at or before 3:00 PM (15:00 hours) Pacific Time

INQUIRIES: Silvia Reid, SCMP, Buyer

[email protected]

Late Submissions will not be considered.

Due to Covid-19 precautions, Tender openings will not be open to the public. The Tenders will be opened in the Purchasing Department immediately after the Bid Closing and the results will be posted on the City of Nanaimo website at https://www.nanaimo.ca/bid- opportunities/.

Page 2: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

TITLE SECTION PAGES

Invitation to Bid Section 00 11 16 1

Instructions to Bidders Section 00 21 13 12

Stipulated Price Bid Form Section 00 41 13 10

Stipulated Price Contract – CCDC 2 (2008)

• Agreement between the Owner and Contractor

• Definitions

• General Conditions of the Stipulated PriceContract

Supplementary Definitions Section 00 71 01 2

Supplementary General Conditions Section 00 72 43 15

Technical Specifications Spec. No. SPE1-59800MPH – Revision E

Elevator Modernization Section 14 24 00 4 – 40

Electrical Work Section 26 05 00 41 - 47

Elevator Construction Start Checklist 48

Elevator Turn-Over Checklist 49

Elevator Project Completion Checklist 50

List of Appendices

Appendix #

Description

1 Appendix A – Prime Contractor Preconstruction Meeting Form

2 Appendix B – COVID-19: Fit for Duty Questionnaire

3 Appendix C - Receipt Confirmation Form

4

5

6

5 2 23

Page 3: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

INVITATION TO BID

Page 4: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT SECTION 00 11 16 CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

PAGE 1 OF 1 INVITATION TO BID

Owner: City of Nanaimo Project: Elevator Modernization - Nanaimo Art Gallery Reference No: T-2614

The Owner Invites Bids for construction of the work, which in general terms, will consist of the following:

• Supply and installation of all components necessary to modernize one (1) hydraulic passenger elevator at the Nanaimo Art Gallery, located at 150 Commercial Street, Nanaimo, BC.in accordance with the contract documents.

The successful Bidder will be required to enter into a CCDC 2 (2008) Stipulated Price Contract.

Sealed bids clearly marked “City of Nanaimo – Elevator Modernization - Nanaimo Art Gallery”, will be received prior to August 21, 2020 at 3:00 p.m. (15:00 hrs), Pacific Time, at the following address and location:

Address: City of Nanaimo

Purchasing Department 2020 Labieux Road Nanaimo, BC, V9T 6J9

Attention: Silvia Reid, SCMP - Buyer

END OF SECTION

Page 5: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

INSTRUCTIONS TO BIDDERS

Page 6: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

PAGE 1 OF 12

CONTRACT: Elevator Modernization - Nanaimo Art Gallery Reference No: T-2614

1.0 INTRODUCTION

1.1 These Instructions to Bidders apply to and govern the preparation of Bids for the Work, which

generally involves the work listed below and which is as set out generally and by inference in the Bid Documents:

• Supply and installation of all components necessary to modernize one (1) hydraulic

passenger elevator at the Nanaimo Art Gallery, located at 150 Commercial Street, Nanaimo, BC in accordance with the contract documents.

1.2 For further information, Bidders shall direct all inquiries to:

Name: Silvia Reid, SCMP - Buyer

City of Nanaimo Purchasing Department

Address:

2020 Labieux Road, Nanaimo, B.C. V9T 6J9

Email: [email protected]

1.3 All italicized terms are as defined in the Definitions and Supplementary Definitions of the Contract.

2.0 SUBMISSION OF BIDS

2.1 Each Bid shall be addressed to the Owner in a sealed envelope clearly marked with the Contractor’s name, the Contract name and the Contract Reference Number. The sealed envelope containing the fully executed Stipulated Price Bid Form, and all required documents, shall be delivered before the Bid Closing to the Owner in accordance with the Invitation to Bid and the Instructions to Bidders at the following location:

Address: City of Nanaimo

Purchasing Department 2020 Labieux Road Nanaimo, B.C, V9T 6J9

Attention: Silvia Reid, SCMP - Buyer

2.2 The time and date for the delivery of Bids shall be prior to:

3:00 p.m. (15:00 hrs.), Pacific Time August 21, 2020 (The “Bid Closing”).

2.3 Bids delivered after the Bid Closing shall not be accepted or considered and shall be

returned unopened.

Page 7: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

PAGE 2 OF 12

2.4 In the event of a dispute or issue about whether or not a Bid complies with the Instructions to Bidders, the Owner reserves the right to retain and open a copy of the Bid in question in order to seek and obtain a legal opinion in relation thereto.

3.0 BID DOCUMENTS

3.1 The Bid Documents consist of all of the documents listed in Article A-3 of the Agreement

between the Owner and the Contractor.

4.0 FORM OF BID

4.1 Each Bidder shall submit a complete Bid on the Stipulated Price Bid Form, which forms part of the Bid Documents, with the blank spaces filled in. The Bid Price shall be for a sum in Canadian Dollars including all tariffs, freight, duties, assessments and taxes other than the Value Added Taxes, which are payable with respect to the Work prior to the Bid Closing.

4.2 Any discrepancies between the Stipulated Price Bid Form and a post Bid Closing submission

required by the Bid Documents shall be resolved in favor of the Stipulated Price Bid Form.

4.3 Bids shall be written in English.

4.4 A Bid must include the following:

4.4.1 Schedule A - List of Sub-Contractors 4.4.2 Schedule B - Bidder’s Qualification Statement 4.4.3 Schedule C - Bidder’s Questionnaire 4.4.4 Schedule D – Bidders Preliminary Schedule 4.4.5 Schedule E – Tender Information [Consists of (3) Pages]

4.5 The Bid Price shall represent the entire cost, excluding Value Added taxes, to the Owner of

the complete Work. Notwithstanding the generalities of the above, Bidders shall, unless specified otherwise in the Bid Documents, include in the Bid Price sufficient amounts to cover:

4.5.1 the costs of all labour, equipment and materials included in or required for the Work;

4.5.2 all assessments payable with respect to labour as required by any statutory scheme such as Workers' Compensation, employment insurance, holiday pay, insurance, Canada Pension Plan and all employee benefits;

4.5.3 all overhead costs, including head office and on-site overhead costs, and all amounts for the Bidder’s profit;

4.5.4 all escalation of costs for the Contract Time.

4.6 The Bid Price shall allow for compliance with all applicable laws regarding trade or other qualifications of employees performing the Work, and payment of appropriate wages for labour included in or required for the Work.

4.7 Along with the Stipulated Price Bid Form executed in accordance with the terms and

conditions of these Instructions to Bidders, a Bidder shall submit, prior to Bid Closing, such further and other documents as required by the Bid Documents.

Page 8: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

PAGE 3 OF 12

5.0 VARIATION IN AND INTERPRETATION OF BID DOCUMENTS AND NO IMPLIED OBLIGATIONS

5.1 The Bidder shall carefully examine the Bid Documents. If a Bidder is in doubt as to the

correct meaning of any provision of the Bid Documents, the Bidder may request clarification from the person named in Article 1.2 of the Instructions to Bidders. Any errors, omissions, discrepancies or clauses requiring clarification shall be reported in writing to the person identified in Article 1.2 of the Instructions to Bidders at least five (5) calendar days prior to the Bid Closing. Where necessary, the Owner shall respond to reported errors, omissions, discrepancies or clauses requiring clarification by way of addenda. However, the Bidder(s) acknowledge and agree that the Owner does not have an obligation to provide a response to any written inquiry and that it is in the sole and unfettered discretion of the Owner to provide any written response to a written inquiry. Telephone inquiries will not be replied to.

5.2 A Bidder shall immediately notify the person named in Article 1.2 of the Instructions to

Bidders if a Bidder becomes aware of any discrepancies between a provision of the Bid Documents and conditions at the Place of the Work, as observed in an examination under Article 10.1 of the Instructions to Bidders.

5.3 The Owner shall be the sole judge as to the intent of the Bid Documents should a Bidder fail

to report any such errors, omissions, discrepancies or clauses requiring clarification at least five (5) calendar days prior to the Bid Closing.

5.4 No implied obligation of any kind by or on behalf of the Owner shall arise from anything in

the Bid Documents, and the express covenants and agreements contained in the Bid Documents and made by the Owner, are and shall be, the only covenants and agreements that apply.

5.5 Without limiting the generality of Article 5.4 of the Instructions to Bidders, the Bid Documents

supersede all communications, negotiations, agreements, representations and warranties either written or oral relating to the subject matter of the Bid made prior to the Bid Closing, and no changes shall be made to the Bid Documents except by written addenda. No oral interpretation or representations from the Owner or any representative of the Owner will affect, alter or amend any provision of the Bid Documents.

6.0 ADDENDA

6.1 Any addenda issued to the Bidder shall form part of the Bid Documents, whether or not the

receipt of same has been acknowledged by a Bidder, and the cost for doing the Work therein shall be included in the Bid Price.

Information obtained from any other source is not official and cannot be relied upon. No verbal communication will affect or modify the terms of this Request for Tender.

6.2 Bidders are required to check the City’s website for all information issued up to the Bid Closing at the following website; https://www.nanaimo.ca/bid- opportunities/. It is the responsibility of the Bidder to ensure that it has received any Addenda issued.

Page 9: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

PAGE 4 OF 12

7.0 BID

7.1 Submission of a bid by a Bidder gives the Owner the right to require the Bidder to execute

the Contract to perform the Work as set out within the Bid Documents.

7.2 Bidders submitting Bids shall be actively engaged in the line of work required by the Bid Documents and shall be able to refer to work of a similar nature performed by them. They shall be fully conversant with the general technical phraseology in the English language of the lines of work covered by the Bid Documents. By submitting a Bid, a Bidder is representing that it has the capacity, competence, qualifications and relevant experience required to do the Work.

7.3 Each Bidder shall review the Bid Documents provided by the Owner and confirm that it is in

possession of a full set of Bid Documents when preparing its Bid.

7.4 Bids should be properly executed in full compliance with the following requirements:

7.4.1 The signatures of persons executing the Bid must be in their respective handwriting; and

7.4.2 If the Bid is made by a limited company, the full name of the company shall

be accurately printed immediately above the signatures of its duly authorized officers and the corporate seal shall be affixed;

7.4.3 If the Bid is made by a partnership, the firm name or business name shall

be accurately printed above the signature of the firm and the Bid shall be signed by a partner or partners who have authority to sign for the partnership;

7.4.4 If the Bid is made by an individual carrying on business under the name

other than its own, its business name together with its name shall be printed immediately above its signature or

7.4.5 If the Bid is made by a sole proprietor who carries on business in its own

name, the proprietor shall print its name immediately below its signature.

7.5 Bids received from agents representing principals shall be accompanied by a Power of Attorney signed by the said principals showing that the agents are duly authorized to sign and submit the Bid and have full power to execute the Contract on behalf of their principals. The execution of the Contract shall bind the principals and have the same effect as if it were duly signed by the principals.

8.0 BID DEPOSIT

8.1 The Bidder shall submit with its Bid a bid bond in a form acceptable to the Owner, or in lieu

of a bid bond, a Bidder may submit a certified cheque or an irrevocable letter of credit in favor of the Owner equal to 10% of the Bid Price as a guarantee that, if awarded the Contract for the Work, the Bidder shall execute a Contract and submit the Performance Bond and the Labour and Materials Payment Bond referred to in Article 9.0 of the Instructions to Bidders within the specified time frames.

Page 10: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

PAGE 5 OF 12

8.2 The Bid Deposit of the unsuccessful Bidders shall be returned as soon as possible after the Contract has been duly executed by the Successful Bidder.

8.3 The Owner will not pay any interest on money furnished as security.

8.4 The bid bond shall be issued by a Surety Company licensed in the Province of British

Columbia and satisfactory to the Owner.

8.5 The Bidder shall submit with its Bid a Consent of Surety from a recognized bonding company licensed to issue surety bonds in the province of British Columbia for a contract Performance Bond and a Labour and Materials Payment Bond, each for fifty percent (50%) of the Total Bid Price.

9.0 PERFORMANCE AND LABOUR AND MATERIAL PAYMENT BONDS

9.1 The Successful Bidder shall be required to furnish at its own expense a Performance Bond

and Labour and Materials Payment Bond. For the purposes of this Article, both of these bonds shall be referred to as the “Bonds”.

9.2 The Bonds are to be issued by a Surety Company licensed in the Province of British

Columbia, satisfactory to the Owner and each in the amount of 50% of the Contract Price.

9.3 The Performance Bond shall remain in force as a maintenance Bond for the Warranty period as defined in the Contract.

9.4 The form of the Bonds shall be in accordance with the latest edition of CCDC 221 and CCDC

222.

10.0 INSPECTION OF THE PLACE OF THE WORK

10.1 The Bidder shall be responsible for inspecting the Place of the Work and for making whatever inquiries or arrangements necessary for it to become fully informed of the nature of the Place of the Work, including information regarding the subsurface conditions as made available by the Owner and topography of the site, and of the Work to be performed and all matters which may in any way affect the Work. Without limiting the foregoing, by the submission of its Bid, the Bidder acknowledges that it has investigated and satisfied itself as to:

10.1.1 the nature of the Work;

10.1.2 the location and all conditions relating to the location of the Work including, but not limited to, accessibility, general character, surface and sub-surface conditions, information regarding the subsurface conditions as made available by the Owner, utilities, road, uncertainties of seasonal weather and all other physical, topographical, geological and geographic conditions;

10.1.3 the conditions, laws and restrictions applicable to the Work that might affect the performance of the Work;

10.1.4 all environmental risks, conditions, laws and restrictions applicable to the Work that might affect the Work; and

10.1.5 the magnitude of the construction work required to execute and complete the

Work.

Page 11: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

PAGE 6 OF 12

10.2 The Bidder shall be fully responsible for obtaining all information required for the preparation

of its Bid and for the execution of the Work. The Owner shall not be responsible for undertaking any investigations to assist the Bidder. The Non-Bid Information forms no part of this Bid. The Owner and the Consultant assume no responsibility of any kind whatsoever arising from or relating to its failure to include or refer to such Non-Bid Information. Bidders who obtain or rely upon such Non-Bid Information or other documents do so entirely at their own risk. Such additional information is made available only for the assistance of Bidders who must make their own judgment about its reliability, accuracy, completeness and relevance to the Work, and neither the Owner nor any representative of the Owner, including the Consultant, gives any guarantee or representation that the additional information is reliable, accurate, complete or relevant.

10.3 The Bidder’s obligation to become familiar with the information described in Article 10.1 of

the Instructions to Bidders is not lessened or discharged by reason of any technical reports, including soils reports or data, test hole drilling reports or other soils information, made available or supplied in conjunction with the bidding process. Any technical reports so provided are for information only and neither the Owner nor the Consultant accept or assume any responsibility for the contents or accuracy of such technical reports and the Bidder agrees that the Owner and the Owner’s consultants and their representatives shall not be liable in any way to the Bidder in respect of such technical reports. The Bidder further agrees that it shall not rely upon any oral information provided to it by the Owner, the Consultant or their representatives.

11.0 AMENDMENT OF BID

11.1 Bids shall not be revoked, amended, or clarified after being delivered in accordance with the

Bid Documents unless such revocation, amendment or clarification is made in writing and actually received by the person named in Article 2.1 of the Instructions to Bidders prior to the Bid Closing.

11.2 An amendment or revocation that is received after the Bid Closing shall not be considered

and shall not affect a Bid as submitted.

11.3 Any amendment that expressly or by inference discloses the Bidder's Bid Price or other material element of the Bid such that in the opinion of the Owner the confidentiality of the Bid is breached, shall invalidate the entire Bid.

11.4 Bid amendment or revocation by fax will not be accepted.

11.5 Email revisions must comply with Article 11.1. Bid amendment or revocation by email must

be received as a new email by the person named in Article 2.1 of the Instructions to Bidders prior to the Bid Closing. The bidder assumes all responsibility for the timely and effective delivery of any emailed revision.

12.0 DURATION OF BID

12.1 The Bid shall be irrevocable and open for acceptance by the Owner for sixty (60) calendar

days following the end of the day of the Bid Closing.

Page 12: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

Page 7 of 12

13.0 BID SELECTION

13.1 As it is the purpose of the Owner to obtain the Bid most suitable and most advantageous to the interests of the Owner, notwithstanding anything else contained within the Bid Documents, the Owner reserves the right, in its sole and unfettered discretion, to reject or accept any Bid, including the right to reject all Bids.

13.2 Without limiting the generality of the foregoing, any Bid which:

13.2.1 is incomplete, obscure, irregular, unrealistic or not completed in accordance

with these Instructions to Bidders;

13.2.2 is non-compliant in a trivial/immaterial or substantial/material manner, or conditional;

13.2.3 has erasures or corrections;

13.2.4 omits a price on any one or more items in the Bid;

13.2.5 fails to complete the information required in the Bid;

13.2.6 is accompanied by insufficient Bid Deposit,

may at the Owner's sole and unfettered discretion be rejected or accepted.

13.3 Further, a Bid may be rejected or accepted on the basis of the Owner's unfettered assessment of its best interest, which includes, but is not limited to, the Owner's unfettered assessment as to a Bidder’s past work performance for the Owner or for anyone else or as to a Bidder's financial capabilities, completion schedule, or ability to perform the Work, or the Owner's desire to reduce the number of different contractors on the location of the Project at any given time.

13.4 The Owner reserves the right to negotiate after Bid Closing with the Bidder that the Owner

deems has provided the most advantageous Bid in all circumstances, including, but not limited to, when the Bid Price exceeds the Owner’s budget. In no event shall the Owner be required to offer any modified terms to any other Bidder prior to entering into a Contract with the Successful Bidder and the Owner shall incur no liability to any other Bidder as a result of such negotiation or modification.

13.5 In no event shall the Owner be liable for a Bidder's costs of preparing a Bid.

13.6 In the event of an obvious uneven bid, the Owner reserves the right to attain clarification

from the bidder.

13.7 The Owner may accept or waive a minor an inconsequential irregularity, or where applicable to do so, the Owner may, as a condition of the acceptance of the Tender; request a Bidder to correct a minor or inconsequential irregularity with no change in the Tender. The determination of what is or is not a minor bid irregularity, the determination of whether to accept, waive, or require correction of an irregularity and the final determination of the validity, will be the sole discretion of the Owner.

Page 13: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

Page 8 of 12

14.0 AWARD

14.1 Award of Contract by the Owner occurs once the Bidder receives a Notice of Award duly executed by an authorized signing officer or agent of the Owner after the authorized officer of the Owner has been duly and legally authorized by the Owner to send such Notice of Award.

14.2 The Successful Bidder shall, within fifteen (15) calendar days of receipt of the written Notice

of Award, be required to deliver to the Owner the following items:

14.2.1 a Construction schedule as provided by GC 3.5 – CONSTRUCTION SCHEDULE of the General Conditions of the Contract;

14.2.2 a letter of account indicating the Successful Bidder is in compliance with the applicable requirements of WorkSafe BC. This letter is to be current and dated within 14 calendar days prior to the Bid Closing;

14.2.3 a copy of the insurance policies as specified in GC 11.1- INSURANCE of the General Conditions of the Contract indicating that all such insurance coverage is in place;

14.2.4 such bond(s) as set out in Article 9.0 of the Instructions to Bidders;

14.2.5 such further and other documents as required by the Bid Documents.

14.3 Upon the Successful Bidder complying with the requirements of Articles 14.2 and 14.5 of the Instructions to Bidders, the Bid Deposit shall be returned to the Successful Bidder.

14.4 If the Successful Bidder fails to comply with any of the requirements of Articles 14.2 and

14.5 of the Instructions to Bidders, the Bid Deposit shall be forfeited to the Owner as compensation for damages the Owner may suffer. The forfeiture of a Successful Bidder’s Bid Deposit shall not be construed as a waiver of any rights or remedies which the Owner may have against such Bidder for loss or damages incurred or suffered in excess of the amount of such Bid Deposit.

14.5 Within fifteen (15) calendar days of receipt of the written Notice of Award, the Successful

Bidder shall execute the Contract Documents.

14.6 Within two (2) calendar days of receipt of written Notice to Proceed, or such longer time as may be otherwise specified in the Notice to Proceed, the Successful Bidder shall commence the Work.

15.0 SUBCONTRACTORS

15.1 The Owner reserves the right to object to any of the Subcontractors listed in a Bid. If the

Owner objects to a listed Subcontractor(s) then the Owner shall permit a Bidder to, within five (5) calendar days, propose a substitute Subcontractor(s) acceptable to the Owner provided that there is no resulting adjustment in the Bid Price or the Substantial Performance date set out in the Stipulated Price Bid Form. A Bidder shall not be required to make such a substitution and, if the Owner objects to a listed Subcontractor(s), shall consider its Bid rejected by the Owner and by written notice withdraw its Bid. The Owner shall, in that event, return the Bidder's Bid Deposit.

Page 14: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

Page 9 of 12

16.0 BIDS EXCEEDING BUDGET

16.1 If the Bid Price of every Bidder exceeds the amount the Owner has budgeted for the Work, the Owner may reject all Bids.

17.0 LAW AND FORUM OF BID

17.1 The law to be applied in respect of the Bid Documents and the Contract shall be the law of the Province of British Columbia and all civil actions commenced in relation to the Bid Documents or Contract shall be adjudicated by the Courts of the Province of British Columbia and by submitting Bids, Bidders are taken to have agreed to attorn to the jurisdiction of the Courts of the Province of British Columbia.

18.0 THE FREEDOM OF INFORMATION AND PROTECTION OF PRIVACY ACT

18.1 All documents submitted to the Owner will be subject to the protection and disclosure provisions of the Province of British Columbia Freedom of Information and Protection of Privacy Act (“FOIP”). FOIP allows persons a right of access to records in the Owner’s custody or control. It also prohibits the Owner from disclosing the Bidder’s personal or business information where disclosure would be harmful to the Bidder’s business interests or would be an unreasonable invasion of personal privacy as defined in Part 3, Division 1 and Division 2 of FOIP. Bidders are encouraged to identify what portions of their submissions are confidential and what harm could reasonably be expected from its disclosure. However, the Owner cannot assure Bidders that any portion of the Bidder’s documents can be kept confidential under FOIP. Questions about the collection of your personal information may be referred to the Legislative Services Department at (250) 755- 4405, or via email at [email protected].

19.0 APPROVED EQUALS

19.1 A minimum of five (5) days prior to the Bid Closing, the Bidder may request the Owner to approve materials, Products, or equipment ("Approved Equal") to be included in a Bid in substitution for items indicated in the Contract Documents.

19.2 Applications for an Approved Equal shall be in writing, and supported by appropriate supporting information, data, specifications, and documentation.

19.3 If the Owner decides in its sole discretion to accept an Approved Equal, then the Owner shal l i ssue an addendum to al l Bidders.

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

20.0 MANDATORY PRE-TENDER MEETING

20.1 A mandatory pre-tender meeting is scheduled as follows: Meeting Place: 150 Commercial Street, Nanaimo, British Columbia Meeting Date: August 12, 2020 Meeting Start Time 11:00 AM sharp to approximately 12:30 PM, Pacific Time

Page 15: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

Page 10 of 12

Each of the Bidders are permitted to send one representative only to the pre-tender meeting. The Bidder representative must adhere to the City’s COVID-19 safety protocols as further described in this Section 23.0 Covid-19 Safety Protocols. Completion of a sign in sheet will be required of all Bidders in attendance at the Meeting Start Time.

The site visit will give the opportunity for contractors to view the site, take any measurements, confirm specifications and ask any other questions regarding the work.

No claims will be allowed for any misunderstanding about the terms and conditions of the Contract relating to site conditions. No adjustment to the schedule or to the Contract price will be made for difficulties encountered during the construction due to conditions, features, and peculiarities of the site that were evident at the time of the Bid Closing deadline.

21.0 WORKING HOURS

21.1 The Work is to be undertaken during normal Hours of Work, Monday to Friday 9:00 AM – 4:30 PM, Pacific Time, except where required otherwise below and elsewhere herein.

21.2 All Noisy / Disruptive Work, including all related labour costs, whether completed on Overtime Hours or not, shall be included in the Bid Contract Price.

21.3 The requirement for timing of Noisy / Disruptive Work may or may not mandate that such work

be done on Overtime Hours, depending on the Definition of Terms herein.

21.4 The term “Noisy / Disruption Work” where it appears in this Specification or related sections, shall be completed between 9 am or after 4:30 pm, Monday to Friday, and shall refer to the following:

a. All work that is in any way noisy or disruptive to public and staff activity and circulation,

building power/utility delivery, interior climate control, and normal building activities. b. Tasks such as all drilling, hammering, coring, impact wrenching, grinding, cutting, jack

hammering, and pumping.

22.0 MINIMUM RATE OF PAY

22.1 Collective Agreement between the City of Nanaimo and Canadian Union of Public Employees, Local 401 - Article 31 – Contract or Sub-Contracts

Every contract made by the Employer for construction, remodeling, repair or demolition of any municipal works or for providing any municipal service or function shall be subject to the following condition:

“Minimum rate of pay for work performed under this Contract or under sub-contract shall be as classified in the current Agreement between the City of Nanaimo and the Canadian Union of Public Employees, Local No. 401”.

Page 16: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

Page 11 of 12

In the event the City has concerns that a Contractor is in violation of Article 31, the following shall apply:

22.1.1 The City shall immediately inform the Contractor of its concerns and require the Contractor to comply.

22.1.2 The City shall follow up Contract and if violation still exists within thirty (30) days provide written request for compliance.

22.1.3 If violation continues, the City shall provide second request within a further thirty (30) days and demand compliance or Contract forfeiture may occur.

22.1.4 If violation continues, the City shall provide final request within a further thirty (30) days and may give two weeks’ notice for failure to comply with provision of Contract.

22.1.5 The City may terminate the Contract and/or withhold funds and/or require the Contractor to submit appropriate monies to rectify the breach of Contract.

22.1.6 If the City does not require forfeiture, such decisions must be for bona fide operational or legal reasons.

22.1.7 Notwithstanding the above, the City may proceed to 25.1.4 or 25.1.5 directly.

23.0 COVID-19 Safety Protocols

23.1 The Bidder representative must adhere to the City’s COVID-19 safety protocols including but not limited to:

23.1.1 The day of the meeting, the Bidder representative attending the site meeting must fill out and return the COVID-19: Fit for Duty Questionnaire, which is attached as Appendix B. Return the Questionnaire by email no later than 2 hours prior to the site meeting to [email protected] or the Bidder representative can bring the form to the site meeting. The person listed on the form will be the only allowable Bidder representative, alternates are not permitted. Bidders must completed the Covid-19: Fit for Duty Questionnaire to attend the mandatory pre-tender meeting.

In the event that social distancing of 2 meters cannot be accomplished during the site meeting, Proponent representatives are encouraged to bring and wear masks and gloves.

23.1.2 If you are sick, stay home: The symptoms of COVID-19 are similar to other respiratory illnesses, including the flu and common cold. They include cough, sneezing, fever, sore throat, and difficulty breathing. If you have any of these symptoms, stay home. Call 8-1-1 or use the BC COVID-19 Self-Assessment Tool to help determine if you need further assessment or testing for COVID-19.

23.1.3 Physical distancing: Minimize your contact with others through physical distancing by keeping (2) two metres or more apart when on our worksites.

Page 17: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

INSTRUCTIONS TO BIDDERS

SECTION 00 21 13

Page 12 of 12

23.1.4 Travel: If you have travelled out of the Country within the last 14 days you must self- isolate and are not permitted on our worksites. 23.1.5 Wash your hands: The most important thing you can do to prevent infection and protect you and the people you work with is to wash your hands regularly and avoid touching your face. 23.1.6 To help reduce your risk of infection:

• Wash your hands often with soap and water for at least 20 seconds. Using soap and water is the single most effective way of reducing the spread of infection.

• If a sink is not available, alcohol based hand rubs (ABHR) can be used to clean your hands as long as they are not visibly soiled. If they are visibly soiled, use a wipe and then ABHR to effectively clean them.

• Do not touch your face, eyes, nose, or mouth with unwashed hands. • Cover your mouth and nose with a disposable tissue or the crease of your elbow

when you sneeze or cough. • Regularly clean and disinfect frequently touched surfaces. • Do not share food, drinks, utensils, etc.

23.2 Changes in Covid-19 Safety Protocols As events and situations change, the City reserves the right to put in place more stringent

measures to protect the health and well-being of all participants at the site meeting. In the event this happens, Proponent representatives will be made aware of the requirements and will be given adequate time to prepare.

END OF SECTION

Page 18: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

STIPULATED PRICE BID FORM

Page 19: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

Stipulated Price Bid Form

SECTION 00 41 13

PAGE 1 OF 10

Contract: Elevator Modernization - Nanaimo Art Gallery Reference No: RFT-2614

TO: City of Nanaimo

Purchasing Department 2020 Labieux Road, Nanaimo, B.C., V9T 6J9

(Hereinafter called "the Owner")

1.0 WE, THE UNDERSIGNED:

1.1. have received and carefully reviewed all of the Bid Documents, including the Instructions to

Bidders, and the following addenda:

(ADDENDA, IF ANY)

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

1.3. have complied with the Instructions to Bidders; and

1.4. hereby offer to perform the Work in accordance with the documents, for the Bid Price of:

Bid Contract Price $___________________________

• Excluding Value Added Taxes

Page 20: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

Stipulated Price Bid Form

SECTION 00 41 13

PAGE 2 OF 10

2.0 ACCORDINGLY WE HEREBY AGREE:

2.1.

2.2.

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

to achieve Substantial Performance of the Work on or before; March 5, 2021 and total completion deadline of March 12, 2021.

3.0 WE CONFIRM:

3.1. that the Bid Deposit as required by Article 8.0 of the Instructions to Bidders is enclosed; and

3.2. this Bid is made without any connection, collusion, knowledge, comparison of figures or arrangement with any person or persons submitting a Bid for this same Contract.

4.0 WE AGREE:

4.1. that this Bid shall be irrevocable and open for acceptance by the Owner for a period of sixty (60) calendar days following the end of the day of the Bid Closing, even if the Bid of another Bidderis accepted by the Owner. If within this period, the Owner delivers a Notice of Award by which theOwner accepts our Bid, we shall:

4.1.1 within ten (10) calendar days of receipt of the written Notice of Award, be required to deliver to the Owner the following:

(a) a Construction Schedule, as provided by GC 3.5 of the General Conditions of theContract;

(b) a letter of account, from the Workers Compensation Board indicating that the Bidder’saccount with the Workers’ Compensation Board is in good standing. This letter is tobe current and dated within 14 calendar days prior to the Bid Closing;

(c) a copy of the insurance policies as specified in GC 11-INSURANCE of the GeneralConditions of the Contract indicating that all such insurance coverage is in place;

(d) such bond(s) as set out in Article 9.0 of the Instructions to Bidders; and

(e) such further and other documents as required by the Bid Documents;

4.1.2 within fifteen (15) calendar days of receipt of the written Notice of Award, execute the Contract Documents.

4.1.3 within two (2) calendar days of receipt of written Notice to Proceed, or such longer time as may be otherwise specified in the Notice to Proceed, commence the Work.

4.2. that, if we receive written Notice of Award of this Contract and, contrary to Article 4.1 of this Stipulated Price Bid Form, we:

4.2.1 fail or refuse to deliver the documents as specified by Article 4.1.1 of this Stipulated Price Bid Form; or

4.2.2 fail or refuse to commence the Work as required by the Notice to Proceed,

4.2.3 fail or refuse to execute the Contract Documents as specified by Article 4.1.3 of this Stipulated Price Bid Form, then such failure or refusal will be deemed to be a refusal by us to enter into the Contract and the Owner may, on written notice to us, award the

Page 21: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

Stipulated Price Bid Form

SECTION 00 41 13

PAGE 3 OF 10

Contractor:

(FULL LEGAL NAME OF CORPORATION, PARTNERSHIP OR INDIVIDUAL)

(AUTHORIZED SIGNATORY)

Contract to another party. Furthermore, the Owner shall be at liberty to enforce its rights, both as against the Bid Deposit, and as available at law to the fullest extent.

4.3. that, if we receive written Notice of Award of this Contract:

4.3.1 we shall be required to furnish at our expense a Performance Bond and Labour and Materials Payment Bond. For the purposes of this Article, both of these bonds shall be referred to as the “Bonds”;

4.3.2 the Performance Bond shall guarantee the faithful performance of the Contract, and in default thereof, shall protect the Owner against any losses or damage arising by reason of our failure to faithfully perform the Contract;

4.3.3 the Bonds are to be issued by a Surety Company licensed in the Province of British Columbia and satisfactory to the Owner – each in the amount of 50% of the Contract Price; and

4.3.4 the Performance Bond shall remain in force as a maintenance Bond for the Warranty Period as defined in the General Conditions to the Contract.

5.0 OUR ADDRESS AND CONTACT INFORMATION is as follows:

Address:

Phone:

Fax:

Email:

Attention:

This Bid is executed this day of , 20 .

(AUTHORIZED SIGNATORY) Corporate Seal may be Affixed Hereto, if available.

Page 22: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

Stipulated Price Bid Form

SECTION 00 41 13

PAGE 4 OF 10

Schedule 'A' - LIST OF SUBCONTRACTORS

Contract: Elevator Modernization - Nanaimo Art Gallery

From (Bidder): Company name

We, the above-named Bidder, propose to use for the above-named project/contract, the Subcontractors named below:

Item of Work Name of Subcontractor

Page 23: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

Stipulated Price Bid Form

SECTION 00 41 13

PAGE 5 OF 10

Schedule 'B' – BIDDER’S QUALIFICATION STATEMENT

Contract: Elevator Modernization - Nanaimo Art Gallery

1. This document is intended to provide information on the capacity, competence, and relevant experienceof the Contractor. Applicant may supplement information with additional sheets if required.

2. Bidder shall have completed a minimum of 3 Related Contracts of similar size and value.

3. Legal Structure of Bidder:

Joint Venture Corporation , Partnership , Registered , Sole Proprietor , Other:

Year Established:

4. Contractor’s Relevant Experience:

Project #1 Title and Location: ________________________________

Completion Date:

Project Value and approx. size: _________________________________

Project Supervisor:

Owner Name and Contact: ___________________________________

Consultant Name and Contact: __________________________________

Project #2 Title and Location: ________________________________

Completion Date:

Project Value and approx. size: _________________________________

Project Supervisor:

Owner Name and Contact: ___________________________________

Consultant Name and Contact: __________________________________

Project #3 Title and Location: ________________________________

Completion Date:

Project Value and approx. size: _________________________________

Project Supervisor:

Owner Name and Contact: ___________________________________

Consultant Name and Contact: __________________________________

Page 24: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

Stipulated Price Bid Form

SECTION 00 41 13

PAGE 6 OF 10

Schedule “C” Bidder’s Questionnaire

Contract: Elevator Modernization - Nanaimo Art Gallery

The Bidder, having read and understood all documents relating to this Request for Tender confirm we possess the necessary qualifications as required by the specifications.

The name of the site superintendent proposed and related previous experience:

Name:

Qualifications:

Years with Company: Years of Experience:

Previous Projects:

The name of the project manager proposed and related previous experience:

Name:

Qualifications: Previous Projects:

The name of the equipment installer proposed and related previous experience:

Name:

Qualifications:

Previous Projects:

In addition, we accept the responsibilities as the Prime Contractor for this project as defined in the WorkSafeBC Occupational Health and Safety Regulations, including WorkSafe BC OH&S Regulations Section 20.1A Qualified contractor, Section 20.2 Notice of Project and 20.3 Coordination of Multiple Employer Workplaces and Workers’ Compensation Act, Section 24 Coordination of Multiple-Employer Workplaces.

We also acknowledge I understand the duties of the Owner as defined in the Workers Compensation Act, General duties of owner, section 25.”

Company name Bidder’s initials

Page 25: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

Stipulated Price Bid Form

SECTION 00 41 13

PAGE 7 OF 10

Schedule “D” Bidders Preliminary Schedule

INDICATE SCHEDULE WITH BAR CHART WITH MAJOR ITEM DESCRIPTIONS AND TIME Per 2.2 of the Stipulate Price Bid Form – Substantial performance on or before March 5, 2021 and Total Completion deadline of March 12, 2021

ACTIVITY CONSTRUCTION SCHEDULE (WEEKS)

2 4 6 8 10 12 14 16 18 20

Page 26: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

Stipulated Price Bid Form

SECTION 00 41 13

PAGE 8 OF 10

Schedule “E” Tender Information [Consists of (3) Pages]

1.1 EQUIPMENT DETAILS

1.1.1 New Piping Included (Yes/No)

1.1.2 Controller Manufacturer/Model

a.) Does equipment use relays? (Yes/No)

b.) If yes, for what purpose

1.1.3 Control Valve Manufacturer/Model

1.1.4 Door Operator Manufacturer/Model

1.1.5 Door Detector Manufacturer/Model

1.1.6 Operating Fixtures Manufacturer/Model

1.1.7 Direct Monitoring of Phone Line Provided (Yes/No)

1.1.8 Equipment to be re-used (if different from specification)

Page 27: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

Stipulated Price Bid Form

Schedule “E” Tender Information

1.2 POWER CONFIRMATION

1.2.1 Confirmed Supply Voltage

1.2.2 Motor HP

1.2.3 Running current, full load (AC amps)

1.2.4 Accelerating current, full load (AC amps)

1.2.5 Nominal duration of accelerating current, seconds

1.2.6 Suggested fuse amp rating

1.2.7 Suggested ampacity of conductors

1.2.8 Duty rating of new elevator motor

SECTION 00 41 13

PAGE 9 OF 10

Page 28: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

Stipulated Price Bid Form

SECTION 00 41 13

PAGE 10 0F 10

Schedule “E” Tender Information

1.3 SCHEDULE

1.3.1 Time from award to arrival of drawings

1.3.2 Time from award to delivery of equipment to site

1.3.3 Earliest Start Date, assuming contract award within 90 days

1.3.4 Total time from start of work on site to Substantial Performance [Working days (a+b+c+d)]

or

/Weeks

a.) Time for pre-work, elevator NOT permanently out of service

/Working Days

b.) Time for permanent shutdown of elevator /Working Days

c.) Time for holiday allowance/mechanic sick days /Working Days

d.) Time for cleanup and deficiencies /Working Days

Page 29: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

SUPPLEMENTARY DEFINITIONS

Page 30: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY DEFINITIONS

SECTION 00 71 01

Page 1 of 2

DEFINITIONS

Add the following definitions:

27. Alternate: has the meanings set out in paragraph 22.1.1 and 22.1.2 of the Instructions to Bidders.

28. Alternative Price: The amount to be added to or deducted from the Bid Price for an Alternate.

29. Approved Equal: has the meaning set out in paragraph 23.1 of the Instructions to Bidders.

30. Bid Closing: is the time and date as specified in Instructions to Bidders, paragraph 2.2.

31. Bid Deposit: means the documents set out in Instructions to Bidders 8.1.

32. Bid Documents: means the documents set out in Article A-3 of the Agreement between Ownerand Contractor.

33. Bid Price: is the amount as provided by the Bidder in Item 1.4 of the Stipulated Price Bid Form.

34. Certificate of Substantial Performance: means a certificate issued by the Consultantindicating that Substantial Performance of the Work has been achieved

35. Contemplated Change Order: a written description of a proposed change in the Work.

36. Contingency or Contingency Allowance: means an allowance to cover the costs of possibleWork, such as Concealed or Unknown Conditions, or Changes, that is not identified at the BidClosing but which may, pursuant to provisions of the Contract Documents, become part of theWork.

37. Elevator Consultant: where it appears in the Specifications, refers to the Consultant.

38. Elevator Contractor: where it appears in the Specifications, refers to the Contractor having aContract with the Owner to provide labour and materials as specified herein.

39. Electrical Subcontractor: where it appears in the Specifications, refers to the Subcontractorhaving a Contract with the Elevator Contractor to provide labour and materials as specifiedherein.

40. Elevator X: where a paragraph includes the suffix “- Elevator X”, where “X” is a numeric value,it shall be understood that the sentences under that heading apply to the specific elevator(s)noted in the suffix only. Paragraphs with no suffix shall be understood to apply to all elevator.

41. Labour and Materials Payment Bond: means a bond to be supplied by the SuccessfulBidder, which bond will guarantee that all suppliers of labour or materials will be paid for labourand materials furnished to the Contractor, for use on the project.

42. Non-Bid Information: means any information, plans, drawings, shop drawings of existingequipment or facilities, geotechnical reports or record drawings, photos, reports or otherdocuments which are not included or are not referred to in the Bid Documents.

Page 31: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art GalleryRFT-2614

SUPPLEMENTARY DEFINITIONS

SECTION 00 71 01

Page 2 of 2

43. Notice of Award: a written notice delivered by the Owner to the Bidder accepting a Bid.

44. Notice to Proceed: a written notice delivered by the Owner instructing the Contractor tocommence the Work.

45. Performance Bond: means a bond to be supplied by the Successful Bidder, which bond willguarantee the faithful performance of the Contract, and in default thereof, shall protect theOwner against any losses or damage arising by reason of failure of the Successful Bidder tofaithfully perform the Contract.

46. Provisional Work: means Work which will/may be described in the Stipulated Price Bid Formthat will be undertaken and included in the Work at the election of the Owner.

47. Shall: where it appears in the Specification, refers to a mandatory requirement being providedby the Elevator Contractor.

48. Small Tools: means a small tool or equipment item with a replacement value of no more than$5,000 per tool or item.

49. Substantial Performance: means the state of completion of when all Work, as certified bythe Consultant, is capable of completion or correction at a cost of more than:

(1) 3% of the first $500,000 of the Contract Price;(2) 2% of the next $500,000 of the Contract Price; and(3) 1% of the balance of the Contract Price; and

the Work, or a substantial part of it, is ready for use or is being used for the purposes intended.

50. Successful Bidder: means the Bidder to whom a Notice of Award is sent.

51. Superintendent: means the Contractor’s senior representative at the Place of Work.

52. Total Performance of the Work: when all Work, including all deficiencies but excluding anycorrection of completed Work that appears during the warranty period or other on-goingwarranty or guarantee obligations as provided by the Contract Documents, has been performedas required by the Contract Documents, as certified by the Consultant.

END OFSECTION

Page 32: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

SUPPLEMENTARY GENERAL CONDITIONS

Page 33: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 1 of 15

PART 1 GENERAL PROVISIONS

GC 1.1 CONTRACT DOCUMENTS

1.1.7.1 Delete and replace with the following:

“If there is a conflict within the Contract Documents:

.1 The order of priority of documents, from highest to lowest, shall be:

• the Agreement between the Owner and the Contractor, • the addenda, • the questions and answers, • the Supplementary Definitions, • the Definitions, • the Supplementary General Conditions • the General Conditions, • the General Requirements, • the Technical Specifications, • the Stipulated Price Bid Form, • the Instructions to Bidders.

PART 2 ADMINISTRATION OF THE

CONTRACT GC 2.3 REVIEW AND

INSPECTION OF THE WORK

2.3.2 Add in the first sentence:

the word "review,” before the word “tests”. 2.3.4 In the first sentence replace the word “special” with the word “review,” and add the word “review,” before the third instance of the word “inspections”. 2.3.8 Add:

“Should the Consultant be required to make more than one inspection of work not in conformance with the Contract Documents, including inspections associated with Substantial Performance of the Work, the Contractor shall compensate the Owner for such additional Consultant services including any expenses incurred. Adjustment for such compensation should be made as outlined under PART 6 - CHANGES IN THE WORK.”

Page 34: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 2 of 15

PART 3 EXECUTION OF THE WORK

GC 3.1 CONTROL OF THE WORK

3.1.3 Add:

“Prior to commencing the Work, the Contractor shall verify, at the Place of the Work, all relevant measurements and levels necessary for the proper completion of the Work and shall further carefully compare such field measurements and conditions with the requirements of the Contract Documents. Where dimensions are not included or exact locations are not apparent in the Contract Documents, the Contractor shall immediately notify the Consultant in writing and obtain Supplemental Instructions from the Consultant before proceeding with any part of the affected work.”

GC 3.2 CONSTRUCTION BY OWNER OR OTHER CONTRACTORS

3.2.2.2 Delete this clause in its entirety.

3.2.3.4 Add:

“as it applies to the applicable health and construction safety legislation at the Place of the Work, assume overall responsibility and be designated as the “Prime Contractor.”

GC 3.5 CONSTRUCTION SCHEDULE

3.5.1.1 Delete this clause in its entirety.

“prepare a construction schedule within 14 days of Notice of Award that indicates as a minimum, start dates, completion time, anticipated completion date, final adjustment date and individual task items for the elevator. The schedule shall be in electronic format such as Gantt chart type or similar is required.

3.5.1.4 Add:

“perform the Work in compliance with the Construction Schedule.” Maintaining the agreed upon schedule and meeting target dates for completion and turn over of the elevator, as well as final project completion, is of paramount importance to this project and shall form part of the Contract. To this end, all required overtime and additional manpower shall be provided as required to meet all schedule milestones for the elevator, at no additional cost to the Owner.

3.5.1.5 Add:

“as necessary, update the Construction Schedule so that it also reflects the Contractor’s plans to complete the Work. If the Contractor submits a Construction Schedule indicating the Contract Time will not be met, then receipt of such schedule by the Consultant will not relieve the Contractor of the obligation to meet the Contract Time.”

3.5.2 Add:

“If the Contractor intends working on a Sunday or statutory holiday, the Contractor shall notify the Consultant, in writing, at least ten (10) days prior to such day stating what Work will be performed.”

Page 35: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 3 of 15

GC 3.6 SUPERVISION

3.6.1 Add after the last sentence:

“The appointed Contractor representative shall not be changed without consultation with and written acceptance by the Owner. This acceptance shall not be unreasonably withheld.”`

3.6.3 Add new paragraph 3.6.3:

“The Owner may, at any time during the course of the Work, request the replacement of the appointed representative(s), where the grounds for the request involve conduct which jeopardizes the safety and security of the site or the Owner’s operations. Immediately upon receipt of the request, the Contractor shall make arrangements to appoint an acceptable replacement.”

GC 3.7 SUBCONTRACTORS AND SUPPLIERS

3.7.1.4 Add:

“upon written notice from the Owner, forthwith clear title to the Place of the Work, any liens registered by Subcontractors or Suppliers.”

3.7.4 Add at the end of the sentence:

“as outlined in GC 6.3 – CHANGE DIRECTIVE.”

PART 5 PAYMENT

GC 5.2 APPLICATIONS FOR PROGRESS PAYMENT

5.2.3 Delete in its entirety and replace with:

“The amount claimed shall be for the value, proportionate to the amount of the Contract, of Work performed as of the last day of the payment period, less any holdbacks specified within the Contract or required by law.

5.2.4 Add after the first sentence:

“A second schedule, stating the anticipated monthly progress payments, is to be submitted upon request.”

5.2.7 Delete in its entirety and replace with:

“Payment will not be made for Products purchased by the Contractor but not yet incorporated into the Work at the Place of the Work.”

5.2.8 Add:

“An application for payment shall be deemed received only if submitted complete with required supporting documentation as determined by the Consultant.”

Page 36: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 4 of 15

5.2.9 Add:

“The Contractor shall with each and every application for payment subsequent to the first, submit a current CCDC 9A Statutory Declaration of Progress Payment Distribution by the Contractor, which shall be completed and sworn before a Notary Public or a Commissioner for Oaths.

GC 5.3 PROGRESS PAYMENT

5.3.1.2 Add:

“If, after a certificate of payment has been issued to the Owner (and prior to payment by the Owner), the Consultant determines on the basis of new information that the amount certified for payment is inappropriately high or low relative to the value of the work performed, then the Consultant shall issue a revised certificate of payment.”

5.3.1.3 Delete in its entirety and replace with:

“The Owner shall make payment to the Contractor, on account, in the amount certified by the Consultant as provided in Article A-5 of the Agreement – PAYMENT, on or before the later of:

(a) forty-five calendar days after receipt by the Consultant of the application for payment, or

(b) twenty-eight calendar days after the last day of the payment period for which the Contractor’s application for payment is made.”

5.3.2 Add:

“The Consultant may amend the application for payment by the Contractor to reflect holdbacks for, but not limited to,:

1. Builders’ Lien Holdback: The Owner shall:

(a) hold back 10%, or other percentage as required by the Builders’ Lien Act, of any amounts

due to the Contractor as a builders lien holdback; and

(b) if the Place of the Work is a highway then not withstanding that a lien cannot be registered against the Place of the Work, hold back the percentage that would have been required as if the Builders’ Lien Act applies, of any amounts due to the Contractor as a builders’ lien holdback, on the same conditions as though such hold back was a requirement of the Builders’ Lien Act, including making payment from such hold back directly to Subcontractors.

2. Defects and Deficiencies: The Owner may hold back from payments otherwise due to the

Contractor a reasonable amount, as determined by the Consultant, on account of deficient or defective Work already paid for. This holdback may be held, without interest, until all deficiencies are remedied. The items of defect or deficiency and the amounts of related holdback shall be listed separately on the Payment Certificate. In the case of a deficiency, the Owner may hold back twice the value of the deficiency, as determined by the Consultant.

Page 37: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 5 of 15

3. Incomplete Work: If, after Substantial Performance of the Work is achieved, the Contractor is unable to complete any of the Work because of climatic or other conditions beyond the Contractor’s reasonable control then the Owner may hold back from payments otherwise due to the Contractor the amount as estimated by the Consultant in consultation with the Contractor by which the cost to have others complete the Work exceeds the estimated Contract Price for such Work.

4. Filed Builders’ Liens: The Owner may, in addition to other holdbacks as provided by the

Contract Documents, hold back an amount equal to any lien which has been filed with respect to the Work. The Owner may, at its option, after 5 Days written notice to the Contractor, pay such amount into court to discharge the lien. If the lien is discharged without payment of the holdback into court, then the Owner shall pay such holdback to the Contractor, without interest.

5. Liquidated Damages: If the Contractor fails to meet the date of Substantial Performance of

the Work as set in the Stipulated Price Bid Form, and as may be adjusted pursuant to the provisions of the Contract Documents, then the Owner may deduct from any monies owing to the Contractor for the Work:

(a) All direct out-of-pocket costs, such as costs for inspection, safety, security, or

equipment rental, reasonably incurred by the Owner as a direct result of such delay.

If the monies owing to the Contractor are less than the total amount owing by the Contractor to the Owner under (a) then any shortfall shall immediately, upon written notice from the Owner, and upon Substantial Performance of the Work, be due and owing by the Contractor to the Owner.”

GC 5.4 SUBSTANTIAL PERFORMANCE OF THE WORK

5.4.1 Delete in its entirety and replace with:

“The Consultant shall, no later than 10 Days, after the receipt of a written application from the Contractor for a Certificate of Substantial Performance, make an inspection and assessment of the Work to verify the validity of the application and either shall:

(b) Issue the Certificate of Substantial Performance or

(c) if the Consultant determines that the conditions of Substantial Performance of the Work have

not been achieved, consult with the Contractor and advise the Contractor of the deficiencies in the Work that must be corrected or completed in order to achieve Substantial Performance of the Work.”

5.4.2 Delete in its entirety and replace with:

“The Contractor may, after performing the required Work noted in GC 5.4.1 (b), re-issue the Certificate of Substantial Performance and the provisions GC 5.4.1 shall apply to the new certificate of substantial performance.”

5.4.3 Delete in its entirety and replace with:

“An application for a Certificate of Substantial Performance shall be accompanied by: (a) a sworn declaration in a form acceptable to the Consultant that all amounts relating to the

Page 38: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 6 of 15

Work, due and owing to third parties including all Subcontractors and Suppliers, as of the end of the month covered by the previous payment certificate, have been paid; and

(b) documentation satisfactory to the Owner demonstrating compliance with the Workers’

Compensation Act and the Occupational Health and Safety Act requirements.”

5.4.4 Add:

“Immediately following the issuance of the Certificate of Substantial Performance, the Contractor, in consultation with the Consultant, will establish a reasonable date for Total Performance of the Work.

GC 5.5 PAYMENT OF HOLDBACK UPON SUBSTANTIAL PERFORMANCE OF THE WORK

5.5.1.3 Add:

“When applying for release of holdback, the Contractor shall submit a current CCDC 9B Statutory Declaration of Progress Payment Distribution by Subcontractor from each of the Subcontractors and documentation satisfactory to the Owner demonstrating compliance with the Workers’ Compensation Act and the Occupational Health and Safety Act requirements.”

5.5.2 Delete the words, “the statement” and replace with the words “the documents”.

5.5.3 Delete this paragraph in its entirety.

GC 5.6 PROGRESSIVE RELEASE OF HOLDBACK

5.6.4 Add:

“An application for progressive release of holdback shall not be considered complete until all related documentation required for the Consultant’s review is received, including those requirements in GC 5.2.8, as determined by the Consultant.”

GC 5.7 FINAL PAYMENT

5.7.2 Delete the words “calendar days” and replace with the words “Working Days”.

5.7.4 Delete the words “no later than 5 calendar days after the issuance of a final certificate for payment,”

5.7.5 Add:

“Partial payment may not be made for the completion or correction of any deficiencies shown on the comprehensive list of items to be completed or corrected prior to the date of the issuance of the final certificate of payment.”

Page 39: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 7 of 15

PART 6 CHANGES IN THE WORK

GC 6.2 CHANGE ORDER

6.2.1 Delete in its entirety and replace with:

“When a change in the Work is proposed or required, the Consultant will provide the Contractor with a Contemplated Change Order. The Contractor shall promptly present, in a form acceptable to the Consultant, a method of adjustment or an amount of adjustment for the Contract Price, if any, and the adjustment in the Contract Time, if any, for the proposed change in the Work.”

6.2.3 Add:

“The following shall determine Contractor mark-up in Change Orders, by percentage: .1 To the cost of the Work performed and materials supplied by the Contractor or

Subcontractors directly, the Contractor may add a maximum of 10% mark-up for overhead and profit combined.

.2 To the cost of the Work performed by Subcontractors for the Contractor, before the

Subcontractor’s mark-up, the Contractor may add a maximum of 10% mark-up for overhead and profit combined. The services of Superintendents shall be considered overhead, as shall the supply of Small Tools.

.3 On Work deleted from the Contract, not covered by unit prices, the credit to the Owner

shall be the cost of the Work as set out in GC 6.3 – CHANGE DIRECTIVE, article 6.3.7.

.4 For a detailed list of what the Contractor may include in the cost of work before adding mark-ups, refer to GC 6.3 – CHANGE DIRECTIVE, article 6.3.7.”

GC 6.5 DELAYS

6.5.1 Delete the period at the end of paragraph 6.5.1, and replace with the following words:

“but excluding any consequential, indirect or special damages.”

6.5.2 Delete the period at the end of paragraph 6.5.2, and replace with the following words:

“but excluding any consequential, indirect or special damages.”

6.5.3.3 Add:

the word “local” after the word “adverse”.

6.5.6 Add:

“The party making the claim shall submit to the Consultant, within 10 Working Days, a detailed account of the Contract Time extension claimed and the grounds upon which the claim is based complete with required supporting documentation as determined by the Consultant.”

Page 40: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 8 of 15

6.5.7 Add:

“Should the Consultant, in consultation with the Contractor, determine the Contractor is delayed in performance of the Work, or any part thereof, by the Contractor’s inaction, or by delay or inaction of anyone employed or engaged by the Contractor directly or indirectly, and the Contract Time is compromised:

.1 Then the Contractor shall accelerate the Work as required to meet the Contract Time.

.2 The Consultant will promptly give Notice in Writing of such determination to the Owner

and the Contractor.

.3 The Contractor shall then promptly give the Owner and the Consultant Notice in Writing of specific changed to the construction scheduling and construction processes the Contractor will implement to accelerate the Work.

.4 The Contractor shall not be entitled to payment for costs to accelerate the Work to

meet the Contract Time.”

GC 6.6 CLAIMS FOR A CHANGE IN CONTRACT PRICE

6.6.1 Add:

“in no case more than 10 Working Days from the event or series of events giving rise to the

claim.” GC 6.7 PROVISIONAL WORK

6.7.1 Add:

“Provisional Work shall only be excluded from the Work if the Owner so directs by Change Order.”

PART 7 DEFAULT NOTICE

GC 7.1 OWNER’S RIGHT TO PERFORM THE WORK, STOP THE WORK, OR TERMINATE THE CONTRACT

7.1.1 Delete in its entirety and replace with:

“If the Contractor is adjudged bankrupt, or makes a general assignment for the benefit of creditors because of the Contractor's insolvency, or applies to make a plan of compromise or arrangement pursuant to the Companies’ Creditors Arrangement Act, or if a receiver is appointed because of the Contractor's insolvency, the Owner may, without prejudice to any other right or remedy the Owner may have, terminate the Contractor’s right to continue with the Work, by giving the Contractor or receiver or trustee in bankruptcy Notice in Writing to that effect.”

Page 41: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 9 of 15

PART 10 GOVERNING REGULATIONS

GC 10.2 LAWS, NOTICES, PERMITS AND FEES

10.2.4 Add: “and to the building codes, by-laws, regulations and requirements of the local, provincial and, federal authorities having jurisdiction at the time. This shall include the requirements for persons with disabilities. BC Building Code 2018. Canadian Electrical Code. Fire Tests of Door Assemblies, CAN/ULC-S104-10. Safety Code for Elevators and Escalators, CAN/CSA-B44-16 (CSA B44), including Appendix E. .Maintenance / Testing requirements of the applicable Safety Authority, including the Elevating

Devices Safety Regulation and CSA B44-16 Section 8.6 Requirements of the TSBC, including the Elevating Devices Safety Regulation and the Safety

Standard Act. The Contractor shall advise the Consultant of any regulations or requirements known to be in process that might affect the reliability or safety of the Work.

10.2.8 Add:

“The Contractor shall provide to the Consultant copies of all inspection reports from the various authorities having jurisdiction within two Working Days of their receipt.”

PART 11 INSURANCE AND CONTRACT SECURITY

GC11.1 INSURANCE

GC11.1 is deleted in its entirety and replaced as follows:

GC11.1 GENERAL INSURANCE REQUIREMENTS

11.1.1 The Contractor and Subcontractors shall be required to file with the Owner on or

prior to the date of this Agreement (or at such later time as they become Subcontractors), “Certificates of Insurance” in the form required by the Owner, and where required by the Owner’s Director of Risk Management, certified copies of all insurance policies and endorsements evidencing the placement and endorsement of insurance in accordance with this GC11.1 and GC11.2.

11.1.2 The Contractor and Subcontractors shall be required to file evidence of renewal of

the insurance policies required under this GC11.1 and GC11.2 with the Owner at least fifteen (15) calendar days prior to their expiry.

11.1.3 In addition to the specific requirements set out below, all policies of insurance shall:

Page 42: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 10 of 15

.1 be endorsed so as to provide for thirty (30) calendar days’ prior notice

to the Owner of cancellation, lapse or material change;

.2 if they are for property insurance (as opposed to liability) insurance, contain a waiver of subrogation in favour of the Owner Insurance Group (as defined below) and all employees and agents of the Owner Insurance Group;

.3 specifically name the City of Nanaimo, the Consultant and their officials,

officers, employees, agents and consultants engaged on the Project as additional insureds (collectively referred to as the “Owner Insurance Group”);

.4 be issued by a company or companies authorized to issue insurance

policies in British Columbia; and

.5 be issued on a policy form acceptable to the Owner.

11.1.4 Unless otherwise specified, insurance shall be continuously maintained from a date not later than the date hereof, through to the date on which both the Certificate of Completion has been issued for the Work and an occupancy permit, if required, has been issued for the Place of the Work.

GC11.2 CONTRACT SECURITY

GC11.2 is deleted in its entirety and replaced with the following:

GC 11.2 SPECIFIC INSURANCE COVERAGE

11.2.1 Without restricting the generality of GC12.1 – INDEMNIFICATION, and despite the limits of liability set out in GC12.1 – INDEMNIFICATION, the Contractor and Subcontractors, at their expense, shall retain the following types of insurance:

.1 Builder’s Risk Course of Construction Insurance:

(a) The Contractor shall at all times during construction and until all

conditions of this Contract (except guarantee provisions) have been fully complied with, keep all buildings, structures, works, equipment (other than Contractor's mobile equipment), and supplies, including materials which will form part of such building, works, or structure, which is the subject matter of this contract, insured in the name of the Owner and the Contractor for any amount not less than the Contract price against the following perils: "All risks of direct physical loss or damage from any cause whatsoever, including flood and earthquake.

Page 43: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 11 of 15

(b) Such insurance shall be with Insurers and on forms acceptable to the Owner and shall contain the following clause:

"It is agreed that the right to subrogation against the Owner and the Consultant or any of their parent, subsidiary, or affiliated companies or corporations or any employee thereof is hereby waived."

(c) Coverage shall be on an “All Risks” basis, subject to a deductible

provision not exceeding $2,500 for any one occurrence. The following exclusions shall be deemed permissible (additional or modified exclusions subject to permission of the Owner).

i. Any loss or use of occupancy howsoever caused; ii. Penalties for non-completion of or delay in

completion of Contract or non- compliance with Contract conditions;

iii. Cost of making good faulty workmanship, construction, or design, but this exclusion shall not apply to damage resulting from such faulty workmanship, construction, or design;

iv. Wear, tear, normal upkeep, and normal making good; v. Loss, damage, or liability occasioned by, happening through

or in consequence of war, invasion, hostilities, acts of foreign enemies, civil war, rebellion, insurrection, military or usurped power or martial law or confiscation by order of any government or public authority;

vi. Any weapon or war employing atomic fission or radioactive force whether in time of peace or war;

vii. Claims or liability arising directly or indirectly from nuclear fission, nuclear fusion, or radioactive contamination;

viii. Loss or damage caused by frost or freezing unless resulting from damage occasioned by fire and/or lighting and/or windstorm and/or hail and/or riot attending a strike and/or civil commotion and/or vehicles and/or smoke;

ix. Loss due to disappearance or revealed by inventory shortage alone;

x. Mechanical breakdown, but this exclusion shall not be deemed to exclude loss or damage arising as a consequence of mechanical breakdown;

xi. Infidelity of the Assured's employees; xii. Loss or damage to material and/or equipment while in the

course of ocean marine shipment, but this exclusion shall not apply to shipments by regular coast-wise vessels, regular ferry lines, or railway car transfer barges;

xiii. Automobiles or Contractor's equipment of every description.

Page 44: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 12 of 15

.2 Liability Insurance:

(a) The Contractor shall buy and keep in force until twelve (12) months

after the date of acceptance, and with respect to completed operations twenty-four (24) months, Comprehensive General Bodily Injury and Property Damage Liability Insurance. Such insurance shall be in the name of the Contractor, the Engineer and the Owner, and shall include a Cross Liability or Severability of Interest Clause. Such insurance shall be on a form and with an Insurer acceptable to the Owner. Both Personal Injury and Property Damage sections are to provide coverage on an "occurrence basis". Any property damage deductible shall not exceed $2,500 for any one occurrence.

(b) Exclusion pertaining to the following operations are to be deleted, if

such operations are to be performed by the Contractor or anyone on his behalf: i. Blasting or use of explosives; ii. Pile driving; iii. Excavation; iv. Underpinning, shoring or removal or rebuilding of support; v. Demolition

(c) Such insurance shall indemnify the Contractor for claims arising out

of all premises, operations, subcontracted operations, completed operations, products, and for all liability for personal injury or property damage assumed by the Contractor under any contract or agreement (including this Contract).

(d) Such insurance shall be for the following minimum limits:

Bodily Injury and Property Damage - $5,000,000 Inclusive.

.3 Owned and Non-Owned Automobile Insurance:

(a) The Contractor shall maintain, until all conditions of the Contract have been fully complied with, such insurance as required under the Insurance (Motor Vehicle) Act of British Columbia. Such insurance shall be for the following limits:

Bodily Injury and Property Damage $3,000,000 Inclusive.

(b) The Contractor shall provide a Certificate of Insurance, ICBC for

No. APV47 for owned or leased vehicles as evidence of third party motor vehicle insurance coverage.

Page 45: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 13 of 15

.4 Contractor’s Equipment Insurance:

(a) Notwithstanding anything contained elsewhere herein, it is

understood and agreed that the Owner and/or Consultant will not be liable for any loss or damage to Contractor's equipment including loss of use thereof. Each and every policy ensuring Contractor's equipment to be used on this project shall contain the following clause:

"It is agreed that the right to subrogation against the Owner and the Consultant or any of their parent, subsidiary or affiliated companies or corporations or any employee thereof is hereby waived."

PART 12 INDEMNIFICATION, WAIVER OF CLAIMS AND WARRANTY

GC 12.3 WARRANTY

12.3.1 Add:

This guarantee shall include for replacement or repair of all items that fail or cause improper operation unless caused by improper use of the equipment or by willful damage. Written confirmation of the guarantee and the effective dates of this guarantee shall be submitted with the final invoice for the project.

12.3.4 Add:

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

12.3.7 Add:

“Where a material, product or installation covered by warranty fails, the stipulated warranty and warranty period shall be renewed for the specific work being replaced or repaired, with the exception of warranties referred to in GC 12.3.6.”

Add: PART 13 – SAFETY

13.1 SAFETY / WORKSAFE BC

The Contractor and any approved Sub-Contractors must be registered in good standing with WorkSafe BC, in which case WorkSafe BC coverage must be maintained for the duration of the Contract. The Contractor agrees and shall:

i. Provide at its own expense the necessary WorkSafe BC compensation coverage for all it employees and partners employed or engaged in the execution of the Work;

ii. Remain current with all assessment reporting and payments due there under and shall comply in every respect with the requirements of the Workers’ Compensation Act and

Page 46: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 14 of 15

Regulations; and iii. Be solely responsible for ensuring all Sub-Contractors have proper Work Safe BC

coverage.

The Contractor will ensure compliance with and conform to all health and safety laws, by-laws or regulations of the Province of British Columbia, including without limitation the Workers Compensation Act and Regulations pursuant thereto.

The Contractor understands and undertakes to comply with all of the Workers' Compensation Board Occupational Health and Safety Regulations for hazardous materials and substances, and in particular with the "Workplace Hazardous Materials Information System (WHMIS)" Regulations. All "Safety Data Sheets (SDS)" will be shipped along with the Goods and any future SDS updates will be forwarded.

13.2 CONTRACTOR IS PRIME CONTRACTOR

The Contractor to this Contract is designated and assumes the responsibility as the Prime Contractor per WorkSafe BC OH&S Regulations Section 20.1A Qualified contractor, Section 20.2 Notice of Project and 20.3 Coordination of Multiple Employer Workplaces and Workers’ Compensation Act, Section 24 Coordination of Multiple-Employer Workplaces. The Bidder must also understand the general duties of the Owner as defined in the Workers’ Compensation Act, Section 25 General duties of owner. The Bidder must have the necessary qualification and be willing to accept the responsibilities as Prime Contractor for this Contract.

13.3 PROTECTION OF THE PUBLIC 13.3.1 The Contractor shall be responsible at all times for the protection of the public from open hoistways,

and other hazards such as obstructions, oil spills, exposed wiring, etc. The public includes the employees, visitors, and any other people who may be in the lobby or corridors.

13.3.2 Work shall be executed so that the elevator hall doors are seldom open, or unlocked. Where the

work requires that the hoistway door remain open, such work shall be performed at the lowest entrance or at a seldom used floor, as approved by the Owner.

13.3.3 All openings with doors open shall nevertheless be secured against the public with hoarding or an

adequate barrier. The quality and general appearance of this hoarding shall be subject to approval by the Owner, but shall meet the following:

a. Portable hoarding that is not fixed to the structure shall be acceptable. 13.3.4 Wherever hoarding is required between hoistways for safety and protection (hoistway screening),

the supply, installation, removal and disposal of the hoarding material shall also be provided by the Contractor.

13.3.5 Responsibility for protection of the public from hazards resulting from the elevator work rests with the

Contractor.

Page 47: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

CCDC 2 (2008) STIPULATED PRICE CONTRACT CITY OF NANAIMO Elevator Modernization - Nanaimo Art Gallery RFT-2614

SUPPLEMENTARY GENERAL CONDITIONS

SECTION 00 72 43

Page 15 of 15

Add: PART 14 – AVOID DISTURBANCE 14.1 This building is a noise sensitive environment and, as such, the Contractor shall exhibit the highest

degree of care and caution in undertaking the work under this contract, so as not to disturb the normal operations of the building. Sudden and unplanned stoppages of the Contractor's work may be required by the Owner due to unexpected building activities.

14.2 All Noisy / Disruptive Work shall be scheduled at a date and time that is pre-approved by the

Owner. Approval shall be gained for each instance of such work. 14.3 Notwithstanding the requirements relating to Regular Working Hours, Normal Operating Hours,

and instructions for Noisy / Disruptive Work specified herein, the Contractor shall comply with all applicable city and municipal bylaw requirements for construction noise.

14.4 All work relating to the elevator shall be conducted with the intent to eliminate or minimize all

unnecessary noise and shouting. Tasks resulting in excessive noise shall be conducted with the hoistway doors closed, except the doors at the lowest landing.

14.5 Adequate ventilation shall be provided in the hoistway to remove fumes, vapours or dust caused by

metal cutting, drilling, welding or other such activities. 14.6 The Owner may designate preferable hours for moving equipment and material in and out of the

building and the acceptable route; such work shall be completed during the designated hours for Noisy / Disruptive Work.

14.7 Rubber wheeled dollies shall be used to avoid damage to floors.

END OF

SECTION

Page 48: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

DESIGN AND TENDER DOCUMENTS ELEVATOR MODERNIZATION Specification No. SPE1-59800MPH Nanaimo Art Gallery 150 Commercial Street Nanaimo, BC

Revision Description Date

A Issued for Review March 18, 2020 B Issued for Review April 21, 2020 C Issued for Review June 3, 2020 D Issued for Tender June 16, 2020 E Issued for Tender July 23, 2020

Prepared by:

Suite 166, 1020 Mainland Street Vancouver, BC V6B 2T5

Tel: (604) 630-2276 Fax: (604) 630-2277

Page 49: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery GENERAL REQUIREMENTS 150 Commercial Street Section 01 10 00 Nanaimo, BC Page 2 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

TABLE OF CONTENTS

SECTION 14 24 00 – ELEVATOR MODERNIZATION ....................................................... 4 1. GENERAL ................................................................................................................................................................ 4

1.1. SCOPE ........................................................................................................................................................ 4 1.2. MODERNIZATION TO BE DONE .................................................................................................. 4 1.3. EQUIPMENT RETAINED AND RE-USED ................................................................................... 6 1.4. GUARANTEE OF RE-USED EQUIPMENT .................................................................................. 6 1.5. RELATED WORK................................................................................................................................... 6 1.6. POWER CONFIRMATION .................................................................................................................. 7 1.7. PAINTING ................................................................................................................................................ 8 1.8. WORKING FLOOR ................................................................................................................................ 8 1.9. GENERAL DESCRIPTION - EXISTING EQUIPMENT ............................................................ 9

2. PRODUCTS ............................................................................................................................................................ 10 2.1. DESIGN CRITERIA ............................................................................................................................. 10 2.2. APPROVED PRODUCTS ................................................................................................................... 10 2.3. CONTROL EQUIPMENT .................................................................................................................. 11 2.4. POSITION TRANSDUCER ................................................................................................................ 11 2.5. WIRING ................................................................................................................................................... 12 2.6. SYSTEM WEIGHING .......................................................................................................................... 12 2.7. HYDRAULIC PUMPING UNIT ........................................................................................................ 13 2.8. PIPING AND SOUND REDUCTION ............................................................................................ 13 2.9. PIT OVERSPEED VALVE ................................................................................................................. 14 2.10. ROLLER GUIDES ................................................................................................................................. 14 2.11. CAR TOP STATION ............................................................................................................................. 14 2.12. CAR TOP GUARD RAIL ..................................................................................................................... 15 2.13. HATCH SWITCH .................................................................................................................................. 16 2.14. HOISTWAY ACCESS ........................................................................................................................... 16 2.15. APRON GUARD ................................................................................................................................... 16 2.16. HALL AND CAR DOOR - REFURBISH ........................................................................................ 16 2.17. DOOR OPERATOR ............................................................................................................................. 17 2.18. INFRARED DOOR DETECTOR ..................................................................................................... 17 2.19. CAB INTERIOR ..................................................................................................................................... 18 2.20. CAB FAN ................................................................................................................................................. 19 2.21. CAR OPERATING PANEL ................................................................................................................ 19 2.22. IN-CAR LANTERN .............................................................................................................................. 21 2.23. POSITION INDICATOR .................................................................................................................... 21 2.24. VOICE COMMUNICATION ............................................................................................................. 23 2.25. HALL BUTTONS................................................................................................................................... 23 2.26. HOISTWAY ACCESS SWITCHES .................................................................................................... 24 2.27. DISABLED PERSONS ACCESS........................................................................................................ 24 2.28. FIREFIGHTERS’ EMERGENCY OPERATION (FUTURE PROVISIONS) ........................ 25 2.29. PIT WATER SENSOR .......................................................................................................................... 25 2.30. BATTERY LOWERING ...................................................................................................................... 26 2.31. SEISMIC SAFETY PROVISIONS ..................................................................................................... 26 2.32. BRAND NAMES .................................................................................................................................... 26 2.33. VIBRATION ISOLATION .................................................................................................................. 27 2.34. PIT LADDER .......................................................................................................................................... 27

3. OPERATION ......................................................................................................................................................... 28

Page 50: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery GENERAL REQUIREMENTS 150 Commercial Street Section 01 10 00 Nanaimo, BC Page 3 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

3.1. ADJUST ELEVATOR ........................................................................................................................... 28 3.2. SIMPLEX OPERATION ...................................................................................................................... 28 3.3. HALL CALL ALLOCATION .............................................................................................................. 28 3.4. LEVELLING ........................................................................................................................................... 29 3.5. FLIGHT TIME ....................................................................................................................................... 29 3.6. PERFORMANCE REQUIREMENTS .............................................................................................. 29 3.7. OUT OF SERVICE TIMER ................................................................................................................ 30 3.8. DOOR OPERATION ........................................................................................................................... 30 3.9. CUSTOM DOOR OPEN BUTTON OPERATION ...................................................................... 31 3.10. NUDGING OPERATION .................................................................................................................. 31 3.11. INDEPENDENT OPERATION ....................................................................................................... 32 3.12. NOISE CRITERIA ................................................................................................................................. 32

4. EXECUTION ......................................................................................................................................................... 34 4.1. TESTING AND INSPECTION ......................................................................................................... 34 4.2. CHECKLISTS ......................................................................................................................................... 34 4.3. MAINTENANCE................................................................................................................................... 34 4.4. TRAINING .............................................................................................................................................. 36 4.5. SPARE PARTS CARRIED LOCALLY ............................................................................................. 36 4.6. DRAWINGS, PARTS LIST, SCHEMATICS, MANUALS ............................................................ 38 4.7. SAMPLES ................................................................................................................................................. 39

5. TENDER INFORMATION FORM ................................................................................................................. 40 5.1. GENERAL ............................................................................................................................................... 40

SECTION 26 05 00 – ELECTRICAL WORK ........................................................................ 41 1. GENERAL .............................................................................................................................................................. 41 1.1. SCOPE ................................................................................................................................................................ 41

1.2. COORDINATION WITH ELEVATOR CONTRACTOR .......................................................... 41 1.3. CONDUCT OF ELECTRICAL SUBCONTRACTOR'S EMPLOYEES ................................... 41 1.4. FIRESTOPPING .................................................................................................................................... 41 1.5. ELECTRICAL DESCRIPTION .......................................................................................................... 42

2. PRODUCTS ............................................................................................................................................................ 43 2.1. LIGHTING .............................................................................................................................................. 43 2.2. EMERGENCY LIGHTING ................................................................................................................ 43 2.3. GFCI OUTLETS .................................................................................................................................... 43 2.4. POWER SUPPLY ................................................................................................................................... 43 2.5. CONDUIT ............................................................................................................................................... 43 2.6. GROUNDING........................................................................................................................................ 44 2.7. VOICE COMMUNICATION ............................................................................................................. 44 2.8. COOLING/HEATING UNITS ......................................................................................................... 44 2.9. HOISTWAY ACCESS ........................................................................................................................... 45

3. OPERATION ......................................................................................................................................................... 46 3.1. GENERAL ............................................................................................................................................... 46

4. EXECUTION ......................................................................................................................................................... 47 4.1. GENERAL ............................................................................................................................................... 47 4.2. TESTING AND INSPECTION ......................................................................................................... 47 4.3. MANUFACTURER'S INSTRUCTIONS .......................................................................................... 47 4.4. FIELD QUALITY CONTROL ........................................................................................................... 47

END OF TOC

Page 51: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 4 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

SECTION 14 24 00 – ELEVATOR MODERNIZATION

1. GENERAL

1.1. SCOPE

This specification prescribes the minimum requirements for the modernization of the following elevator in the building known as Nanaimo Art Gallery, 150 Commercial Street, Nanaimo, BC.

a. One (1) hydraulic passenger elevator.

All required equipment and labour shall be supplied to obtain the end result as described in this specification. The contract is to be for a complete and finished job. Where singular items are specified, as many such items as are appropriate shall be supplied.

All dimensions on drawings, specifications, manuals, equipment labels, etc. shall be in metric (SI) units and imperial units.

The work covered by these specifications includes for modernization of the elevator and a separate price for various items as specified herein. Twelve (12) month Guaranteed Maintenance shall be included in the base scope of work. It is understood that after the Guaranteed Maintenance Period, the ongoing maintenance will be resumed by the existing Maintenance Contractor.

1.2. MODERNIZATION TO BE DONE

The following items shall be supplied in accordance with this specification. Only new equipment is acceptable. Equipment shall be supplied as either additional or replacement items as required.

a. All control equipment, including position transducer, hoistway inductors or other devices associated with the position definition; power relays and control relays; machine room control wiring; all logic associated with the individual elevator motion and call response.

b. Position definition.

c. New wiring and traveling cables.

d. System weighing.

e. New hydraulic pumping unit, including control valve, pump, tank, and motor.

f. New piping between the jack and the tank unit.

g. New muffler.

Page 52: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 5 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

h. New pit overspeed valve.

i. New roller guides.

j. New car top control station.

k. Car top guard rails.

l. Hatch switch.

m. Hoistway access provisions for Electrical Subcontractors.

n. New apron guard, if required to meet local regulations.

o. New vibration isolation means.

p. Refurbishment and/or replacement of door hardware as specified herein.

q. New door operator.

r. New door re-opening device.

s. New cab interior and flooring.

t. New cab fan.

u. New car operating panel.

v. New in-car lantern.

w. New position indicator.

x. Voice communication device.

y. New hall buttons.

z. Hoistway access switches.

aa. Requirements for disabled persons access.

bb. Provisions for future firefighters emergency operation.

cc. Pit water sensor.

dd. Battery lowering.

ee. Seismic safety provisions.

ff. Pit ladder.

gg. Guaranteed Maintenance.

hh. All items required to meet all applicable current code requirements, including all additions directed by the applicable authorities, such as the applicable Safety Authority. This shall include, but not be limited to, items such as car top guard rails, access platforms in the pit, pit ladders, and covering of the hoistway openings.

Page 53: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 6 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

1.3. EQUIPMENT RETAINED AND RE-USED

Where components are not specified to be replaced or provided as new, they may be re-used if, in so doing, the performance criteria and other requirements of this specification are satisfied. That is, under this contract, the Elevator Contractor shall be responsible for replacement of all components that do not meet the terms of this specification, and/or do not meet current code requirements, and/or are identified by the applicable authorities, such as the provincial elevator inspector, as requiring replacement or upgrade. It is the responsibility of the Elevator Contractor to inspect the equipment prior to Tender and determine what items may be re-used. The Tender submission shall specifically state which items are intended for re-use.

1.4. GUARANTEE OF RE-USED EQUIPMENT

All the equipment that is being re-used shall be maintained and guaranteed on the same basis as the new equipment as specified elsewhere. The existing equipment shall be inspected thoroughly with due allowance for existing wear or obsolescence. All equipment shall be cleaned thoroughly before being put back in operation. All equipment that may be found to be corroded or rusted shall be cleaned and painted.

Where applicable to the type of elevator installed, parts such as bearings, brushes, toe guides, contacts, clutches, hydraulic packing, oil etc., where there is appreciable wear, shall be replaced in order to assure continued good operation on completion.

Pro-rating of existing equipment is not acceptable.

1.5. RELATED WORK

The Owners or other trade contractors as applicable will provide the following, where not already in place.

Permitting

a. Submission of the application and required documentation to the relevant elevator safety authority will be provided by the Elevator Contractor.

Machine Room and Heat Loads

a. One (1) wall mounted heat pump, equivalent (18,000 BTU/h), complete with required wiring and power supply from the electrical room to the machine room by the Electrical Subcontractor.

b. A self closing and self locking machine room door will be provided by the Owner.

c. A fire extinguisher will be provided in the machine room by the Owner, if not already in place.

d. An aluminum machine room door threshold will be provided by the Owner, if not already in place.

Page 54: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 7 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

Power Supply – by the Electrical Subcontractor

a. The main and car light disconnects will replaced, as equivalent capacity to the existing.

b. Separate 110 VAC single phase power supply breakers are in place for car light power supply, and will be upgraded or replaced for the new equipment.

c. Conduit and wiring from the electrical disconnects (main power supply and cab light power supply) to the new controller location will be provided.

d. A solid grounding wire will be installed in the disconnects.

e. To accommodate battery lowering, an auxiliary contact will be provided on the disconnect to signal to the elevator controls that the disconnect is in the OFF position.

f. Electric power will be provided during installation for tools and for operation of the elevator.

g. Duplex GFCI single phase power outlets will be provided, one (1) in the machine room and one (1) in the pit.

h. One (1) set of LED lights for the controller and required fixture with wire guards or equivalent illumination will be provided in the machine room.

i. One (1) set of LED lights for the hydraulic tank and required fixture with wire guards or equivalent illumination will be provided in the machine room.

j. One (1) set of LED lights in the pit and required fixture with wire guards or equivalent illumination will be provided.

Voice Communication

a. A telephone line (analog and digital type acceptable) will be provided that terminates in the elevator machine room by the Electrical Subcontractor. The telephone line will be activated by the Owner.

Asbestos in Building

a. All Asbestos analysis and abatement for Asbestos included in the building construction only will be provided by the Owner, where Asbestos is encountered in the course of work.

1.6. POWER CONFIRMATION

Bidders shall provide a complete power confirmation data sheet for the elevator with their Tender Submission. Any missing information on the Tender Form may result in their Tender being disqualified.

The power confirmation sheet shall include but not be limited to the following:

a. Motor hp.

b. Running current, full load up (AC Amps).

c. Accelerating current, full load (AC Amps).

Page 55: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 8 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

d. Nominal duration of accelerating current (seconds).

e. Suggested fuse amp rating.

f. Suggested ampacity of conductors.

g. Duty of the new elevator motor.

1.7. PAINTING

The Elevator Contractor shall paint the machine room floor, pit floor and pit walls to the level of the bottom floor sill. The pit shall be thoroughly cleaned prior to painting.

Factory painted tank and controller are acceptable. If the equipment arrived on-site without any paint, the Elevator Contractor shall paint the equipment to a colour agreed to by the Owner.

The machine room and pit floor surfaces shall be painted grey.

All rotating components shall be painted safety yellow.

All paint used shall be durable and contain a low Volatile Organic Compound (VOC) count: Lead not to exceed BCME requirements (500mg/kg).

1.8. DISPOSAL OF REPLACED EQUIPMENT

The Contractor shall take possession of all replaced equipment, and remove it promptly from the site, except for any items that the Owner may designate in advance as being required for spare parts or other reasons. In this case, the building maintenance staff will take possession and remove those items promptly.

1.9. WORKING FLOOR

All work shall be carried out only from a floor level approved by the Owner.

Page 56: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 9 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

1.10. GENERAL DESCRIPTION - EXISTING EQUIPMENT

ID Nos.: 6534

Installation Date: 1950

Modernization Date: 1990

Manufacturer: Peterson & Cowan Elevator Company

Number: One (1)

Type: Direct Acting Holed

Controls: Motion Control Engineering HMC-1000

Tank Unit: Imperial submerged

Control Valve: Maxton UC4M

Capacity: 1800 lbs

Rated Speed: 100 fpm

Floors Served: 1, 2

Door Size / Type: 3’ – 0” W x 7’ – 0” H

Car Stations: Dupar

Hall Buttons: Dupar

Direction Indicator: None

Position Indicator: None

Guides: Slipper

Door Operator: MAC

Door Protection: Mechanical Safety Edge

Cab Interiors: Painted steel door panel, door frame, side walls, rear wall, header and return. Carpet floor. Painted steel ceiling.

Voice Communication: Yes, hands-free.

Security: No

Fire Service Operation: No

Designated Firefighters’ Elevator: No

Standby Power Operation: No

Main Power Supply: 208 V / 100 A

Page 57: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 10 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

2. PRODUCTS

2.1. DESIGN CRITERIA

Operational Requirements:

a. Hours of Operation: 16 hours per day, seven days per week;

b. Starts per hour: 120 starts per hour.

c. Speed: Refer to specifications elsewhere herein.

Design Life:

a. The design life of the elevator and its components shall be twenty-five (25) years under the design conditions.

Parts Availability:

a. Technical support and elevator spare parts shall be available for a period of twenty-five (25) years minimum from the expiration of the guaranteed maintenance period.

2.2. APPROVED PRODUCTS

The following products are approved for completion of the work specified herein:

a. Control Equipment:

i. Motion Controls Engineering (MCE) model M2000.

ii. GAL GALaxy.

b. Roller guides:

i. Elsco roller guides, model per Elsco selection guide.

ii. Delco roller guides, model per Delco selection guide.

c. Operating Fixtures:

i. Dupar US91

ii. MAD BS Moon

d. Door Operator and Hardware:

i. GAL MOVFR door operator and GAL Hardware.

e. Door Detector

Page 58: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 11 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

i. MEMCO Panachrome.

f. Lobby Rescue Station and in-car phone:

i. WEBB Electronics

Alternative products to those specified above may be utilized, provided they are equivalent to that specified and are pre-approved by the Elevator Consultant minimum five (5) days prior to submission of Tender.

2.3. CONTROL EQUIPMENT

New control equipment is required and shall be capable of obtaining the elevator operation as described under the applicable sections of this specification.

The controls shall be microprocessor based, and shall include details of the method of making field changes to the program. The Tender submission shall state whether ROM firmware is written and burned in locally and, if not, where it is done and state the time required to make minor changes and obtain new ROM on site.

If part of the control system uses relays, including miniature pc mounted relays, the Elevator Contractor shall state clearly in his Tender submission the extent to which they are used, that is for door control, safety circuit, etc.

The above information is required to properly evaluate each Tender submission; the absence of any such information may be considered grounds for rejecting a Tender.

One side of the power supply shall be grounded for all hoistway and safety control circuits in order to simplify trouble shooting. All fixture cover plates shall be properly grounded, including all hall and car fixtures. Circuits must be designed so that an accidental ground in a control circuit will not negate the safety provisions.

The controller shall be grounded to the grounding bus bar, provided by Electrical Subcontractor, or to the transformer ground (provided the transformer is properly grounded to the bus bar).

Controller shall include a light within the controller cabinet, capable of illuminating the controller components.

Controllers shall be fully non-proprietary. The proposed control system manufacturer and model of shall be stated in the Tender.

2.4. POSITION TRANSDUCER

A digital position transducer system shall be supplied that will provide continuous position feedback information to the car controller and to the group control as to the location of the car for purposes of controlling car motion, and for dispatching to respond to hall calls.

Such equipment shall suit a system of slowdown, door pre-opening, accurate and fast levelling, and flight

Page 59: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 12 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

times, as specified elsewhere.

There shall exist a means of retaining the position data when the normal power supply to the device is interrupted, for a period of at least four hours. The control system shall be capable of automatically recovering the data upon resumption of the power supply.

2.5. WIRING

New machine room wiring and a complete travelling cable shall be provided. The travelling cable shall be a continuous piece from the controller to the elevator car.

The travelling cable(s) shall be suspended at the top of the hoistway and under the cab using the steel core or wire mesh grips, or as otherwise recommended by the manufacturer.

In addition to wiring requirements specified herein and wiring required for elevator operation, the travelling cable shall include a minimum of the following:

a. Two (2) shielded pairs for voice communication. They shall be connected to terminals on the controller, in the car operating station and the telephone cabinet, and clearly marked as INTERCOM. Wires must not have breaks or intermediate connections. Spare wiring provisions shall be in addition to this requirement.

b. Six (6) twisted shielded pairs for security access fob system and camera, not less than #20 AWG.

c. Four (4) conductor cables for security access fob system and cameras, not less than #14 AWG.

d. Two (2) twisted shielded pairs for additional cab provisions, such as background audio, not less than #20 AWG.

All redundant wiring that relates to the elevators covered by the modernization contract shall be removed.

2.6. SYSTEM WEIGHING

Within twenty (20) days after receipt of Notice to Proceed, the Elevator Contractor shall weigh the existing elevator system (cab and all applicable elements), even if the existing cab interior finishes are being retained.

The Elevator Contractor shall undertake a review and confirm the loading for all equipment (buffers, safeties, jack/piston unit, pump unit etc.) do not exceed the limitations of the equipment manufacturer specifications.

The results of the system weighing shall be sent to the Elevator Consultant for review, including cab weight calculations for addition of any weight to the elevator cab.

Should the cab weight exceed the maximum allowable code requirement (greater than 5% sum of the deadweight and rated load, as originally installed), the Elevator Contractor shall propose an alternative solution in writing to the Elevator Consultant for approval.

Page 60: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 13 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

The Elevator Contractor shall be responsible for all submission and/or resubmission to the applicable Safety Authority complete with Professional Engineer’s stamp.

2.7. HYDRAULIC PUMPING UNIT

A self contained hydraulic pumping unit shall be provided in accordance with the following.

A positive displacement rotary pump, complete with high efficiency AC drive motor, shall be provided to give steady non-pulsating flow. The HP rating of the motor shall be stated in the Tender submission. The motor and pump unit shall be direct drive submersible. The motor must be easily accessible without removal of the controller cabinet or other equipment.

Reduced voltage starting, using electronic starting is required for the pump motor. Wye-delta starting is not acceptable. A reverse phase relay circuit or similar control function is required for protection of the pump motor.

Suitable relief and by-pass valves and adjustments shall be provided to allow for smooth and rapid acceleration and slowdown of the elevator in both directions, with two-way levelling and re-levelling. The adjustment of speed shall be controlled by valves only, with the motor and pump operating at full rated speed.

Valves shall be provided that:

a. are located so that they can be adjusted without removal from the system, and

b. are easily accessible without equipment removal as described herein.

A readily accessible and well marked valve shall be provided for manually lowering the elevator in the event of a power failure.

A covered oil reservoir with strainer and outside oil level indicator shall be provided.

A tank shut-off valve shall be included to allow for repairs without emptying the tank.

2.8. PIPING AND SOUND REDUCTION

New piping from the oil tank in the machine room to the cylinder shall be provided. The piping must not be located underground at any point. The piping shall be routed in the ceiling space or other suitable and accessible location, with the Elevator Contractor to provide all required coring and firestopping through existing walls between the hoistway and the machine room, where not already in place.

New pipe marking in compliance with the elevator code requirement shall be applied to accessible piping that is located outside the elevator machine room or hoistway, stating “Elevator Hydraulic Line”. The size of lettering shall comply with code. The marking shall be visible after installation and applied at spacing intervals meeting code.

A new muffling system shall be provided that satisfies the performance criteria and other requirements

Page 61: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 14 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

of the specification. The muffling system shall eliminate, or reduce to an acceptable level, any transmitted hydraulic noise to the car system.

A Minnesota Elevator (MEI) silencer, or preapproved equivalent, shall be included in the new muffling system.

2.9. PIT OVERSPEED VALVE

A pipe rupture overspeed pit valve shall be provided at the input to the cylinder, to stop the elevator in the event of an overspeed condition caused by a broken supply line or an abnormally high rate of flow from cylinder to tank.

The overspeed valve shall be constructed, installed and adjusted to ensure the elevator obtains performance meeting that required by the latest version of CSA B44.

The overspeed valve shall be located within 12” (300 mm) of the hydraulic jack, or as required by code.

The trip speed shall meet code requirements.

The average deceleration rate shall meet code requirements.

Deceleration shall meet code requirements.

2.10. ROLLER GUIDES

The existing guides shall be replaced with complete new roller guide assemblies. The guides shall be adjusted for reliable operation and a smooth, quiet ride.

A complete and through cleandown of the existing guide rails shall be completed, so as to provide a clean, smooth, and dry running surface.

The material used on the rollers shall be neoprene or polyurethane as recommended by the manufacturer for the application and shall meet the ride quality requirements specified herein as well as any acoustic/vibration requirements specified.

The minimum allowable car roller diameter is 4” (100mm).

The origin and model of the roller guide bearings shall be stated in the tender.

2.11. CAR TOP STATION

New inspection operation and manual controls shall be provided to operate the equipment at reduced speed from the car top.

Two switches are required on the elevator controller marked "CAR DOOR BYPASS" and "LANDING

Page 62: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 15 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

DOOR BYPASS" which, when in the "bypass" position, shall permit inspection operation with the respective door contacts opened. When either or both of the switches are in the bypass position all modes of operation except inspection operation shall be made inoperative. Machine room inspection operation shall not be permitted when both the car door bypass and landing door bypass switches are in the bypass position.

Included on this fixture or as a separate fixture a top of car light with a protective guard, shall be a light switch and a 110 Volt AC duplex power outlet.

2.12. CAR TOP GUARD RAIL

Where the clearance between the cab and the hoistway wall exceeds that permitted by code, a guard rail is required on the car top.

Page 63: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 16 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

2.13. HATCH SWITCH

A new switch shall be provided for the existing top of car emergency exit hatch.

The exit hatch shall be modified to be lockable/un-lockable from the top of the elevator cab only.

The size and location of the existing hatch shall remain.

2.14. HOISTWAY ACCESS

Under the Base Tender Price and in the proposed schedule, the Elevator Contractor shall include allowance for hoistway access provisions, including all Elevator Contractor labour cost, to permit the Electrical Subcontractor access to the hoistway for completion for their scope of work.

Hoistway access shall include for the completion of the electrical work, including but not limited to, lighting, GFCI outlets, and power upgrade.

The following allowance for providing such hoistway access shall be included under the Base Tender Price:

a. General electric work – One (1) working day (8 hours)

The above allowance shall be confirmed and stated in the Tender Form.

2.15. APRON GUARD

A new apron guard for the cab shall be provided, that meets all current code requirements and local regulations, if an apron guard does not exist or does not meet current code and/or regulations.

2.16. HALL AND CAR DOOR - REFURBISH

The car door tracks and hangers shall be refurbished, making certain that the running surface for the door rollers is level and smooth.

All hall door and car door rollers, shall be replaced with new.

Upthrust bolts shall be reviewed and refurbished or replaced as necessary.

New door closers (“spirator” type) shall be provided for all hall doors, to replace existing.

Door gibs shall be replaced where the play exceeds 1/8" (3mm). (The minimum running clearance is 1/8" (3mm), the maximum is 3/8" (9mm).)

The relating assembly and door closer assembly shall be lubricated and all worn parts replaced.

Page 64: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 17 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

Safety retainers or secondary means to prevent the door from leaving their position if the main hanger fails, shall be installed at the top of each hall door .

One (1) new fire gib shall be provided in the centre of each hall door, in addition to the existing gibs.

For two speed doors, a secondary means shall be provided to prevent the high speed and slow speed panels from separating, should the relating equipment fail.

All doors shall be adjusted to be self-closing.

The door hardware shall be adjusted so the car and hall door system operates smoothly, quietly, and reliably.

New mechanical interlocks, pick-ups and clutch or vane shall be provided at all floors.

A car door restrictive clutch shall be provided to prevent opening of the car door when the elevator is outside the unlocking zone.

Lunar key access holes shall be provided at all levels.

The new door hardware shall be GAL, or pre-approved equivalent.

2.17. DOOR OPERATOR

New high speed electrically driven, closed loop type door operator is required that are capable of door opening time (from closed to 3/4 open) as shown in the performance table, and of closing the doors up to the limit allowed by code. The door operator shall be capable of adjustment of speed, acceleration and slowdown, independently in each direction and of giving smooth and quiet operation.

The door operator must be capable of reversal of the direction from full speed closing to full speed opening within 0.5 seconds, without undue lost motion in the clutch or the linkages.

The proposed make and model of door operator shall be included in the Tender submission.

2.18. INFRARED DOOR DETECTOR

An infrared type detector edge shall be provided, recessed a minimum of 1/2" (12mm) from the leading edge of car door panel.

The detector edge shall have a multiplicity of infrared beams across the entrance and operate to stop and re-open a closing door if an obstruction is in the elevator entrance. The doors must stop and reverse before contacting the obstruction.

The edge shall remain active until the doors are fully closed.

The detector edge shall reliably detect carts, wheelchairs, wagons, etc. of varying heights and finishes, including chrome.

Page 65: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 18 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

The detector shall include LED illumination along the entire length of the detector, on both sides of the door. The detector shall illuminate solid green as the doors are opening, flash red prior to door closing, and illuminate solid red as the doors are closing.

The interconnecting flexible electrical cable required for this shall not have sharp bends or strain points. The cab tire shall not rub against any hoistway or car equipment during the operation of the elevator.

The proposed door detector make and model shall be stated in the Tender submission. Technical literature for the proposed model shall be included with the Tender submission.

2.19. CAB INTERIOR

New cab finishes shall be provided as per the cab interior layout given below, and as follows:

Figure 1 – Cab Interior Layout

1

1

1

1

1

1

Handrail

2

Handrail Handrail

43

On surfaces noted with 1 above, one (1) continuous piece of plastic laminate panel shall be provided for each non-access wall. The handrails shall be mounted to the walls, as per the above cab interior layout figure.

The front return, door header, and car door shall be stainless steel #4.

The door jambs shall be re-clad in stainless steel #4.

Surface noted with 2 shall be new vinyl floor. New elevator flooring shall have no projections or depressions greater than permitted by CSA-B44 code, including at the transition from the new vinyl floor to the existing sill. The design of the new vinyl finish will be the Owner’s choice.

On surfaces noted with 3 above, a new applied flush ceiling shall be provided with plastic

Page 66: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 19 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

laminate/stainless steel #4 panel. One (1) complete panel with cutout for escape hatch, fan unit, and light fixtures shall be provided.

Four (4) x 4” (100mm) diameter high efficiency LED down lights shall be provided (noted with 4 above) and flushed with the ceiling finish. The lights shall also be installed with an aluminum ring around the fixture.

A flat bar brushed stainless steel #4 handrail (3” / 75mm) shall be provided on all non-access walls. The handrail shall be three separate pieces.

A new brushed stainless steel kickplate (6” high) shall be provided on all walls.

New aluminum pad hooks shall be provided for the elevator. One (1) complete set of protective pads shall be provided for the front, rear, and side walls of the elevator cab, in accordance with current building code requirements for flame spread and smoke development.

The grain and orientation of all finishes in the cab walls, ceilings and floors shall be in the same direction. For all continuous portions of visible finish, single pieces of material shall be used, with no seams, if possible. If seams are used, the seams shall be pre-approved by the Elevator Consultant.

The selection of materials and finishes shall conform to the CSA B44 code relating to Flame Spread and Smoke Development, as well as the requirements of the applicable building code.

Plastic laminate finish, floor material, and light fixtures shall be as selected by the Owner.

The Elevator Contractor shall co-operate with the cab interior installer.

2.20. CAB FAN

A two-speed ceiling mounted cab fan shall be provided.

Minimum fan capacity shall be 350 cfm on high speed and 250 cfm on low speed.

The fan noise shall not exceed 55 db when the fan is on high speed.

All cutting, patching, or other restorative work on the cab ceiling necessary for the replacement, or addition of the cab fan shall be included.

2.21. CAR OPERATING PANEL

New car operating panel is required in the car to replace the existing panel, telephone cabinet, and service cabinet, where existing.

The new panel shall be brushed stainless steel #4 (vertical grain) finish. The panel design shall match the existing, and shall be applied faceplate design with hinged access, or complete swing return design as applicable.

The new panel shall be sized to cover the existing car operating panel cut outs.

Page 67: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 20 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

The panel shall comply with all the latest code requirements and include the following.

a. Car call buttons corresponding to each level served.

b. Run / Stop keyed switch.

c. Firefighters’ Emergency Operation Phase II provisions (switch and indications).

d. Emergency alarm button with spare contact for intercom, constant red illumination, and complete with surrounding collar to prevent accidental activation.

e. Door open button with dual illumination, illumination per car call buttons when activated and red illumination during door closing cycle.

f. Door close button with illumination per car call buttons when active.

g. Door hold button with illumination per car call buttons when active. Door hold button shall include the words “Door Hold” adjacent the button.

h. Emergency lighting unit with self charging battery backup.

i. A telephone activation pushbutton with constant amber illumination, complete with surrounding collar to prevent accidental activation.

j. Seismic indicator light, where seismic safety provisions are included in the scope of work.

k. Pit water sensor activation light, complete with descriptive engraving “water in pit,” where Pit Water Sensor operation is included in the scope of work.

l. ALL engraving required by code.

The following key or toggle switches shall be included in a locked service cabinet:

a. Independent service

b. Maintenance

c. Fan

d. Light with dimmer

e. Emergency light test switch

f. Duplex outlet

In addition to all engraving required by code, the following shall be engraved with black infill ½” (13mm) high letters minimum on the outside face of the locked service cabinet door:

a. Government ID number

b. Building Address

c. Elevator Designation

d. Capacity – Persons and weight (Imperial)

Page 68: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 21 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

All pushbuttons and fixtures shall be complete with adjacent tactile markings and arranged at the code required height, all in accordance with the requirements for disabled persons access.

All keyed and toggle switches shall be engraved with black infill adjacent to each switch to identify the various switch functions. Except where specified by code, all keys shall be keyed same, and shall match the keying system specified by the Owner.

An integral speaker grill shall be provided as part of the new car operating panel.

The final panel design shall be submitted for review by the Elevator Consultant.

2.22. IN-CAR LANTERN

One (1) in-car lantern shall be provided on the door strike. The faceplate shall be brushed stainless steel #4 finish, with flush mount design.

The lanterns shall illuminate to indicate the current direction of the car, or if the car is stopped or approaching a stop, to indicate the future direction.

The lanterns shall emit an audible signal that will sound while the doors are opening, such that it can be heard by waiting passengers in the hall. The audible signal must be a soft "chime" type sound. Harsh electronic beepers of the Sonalert type are not acceptable. The type of chime proposed is subject to approval. The volume of the audible signal in the lantern shall be field adjustable.

Lanterns shall be LED segment display or an equivalent design approved by the Elevator Consultant. The colour of illumination shall be as provided for the car pushbuttons.

All cutting and/or patching necessary for the installation of the in-car lanterns shall be the responsibility of the Elevator Contractor.

2.23. POSITION INDICATOR

New position indicator is required as follows:

a. One (1) in car operating panel.

A position indicator with an LED type segment display is required. The position indicator must display characters at least 2.0 inches (50mm) high; the illumination colour shall be the same as the hall pushbuttons.

Indicators must constantly indicate car position corresponding to level stopped at or through level being bypassed. Indications must be sufficiently bright to be easily read under normal ambient lighting conditions within the car and at the landings.

All floor designations are subject to Owner approval and shall match the car operating panel. Shop drawings shall be submitted for approval before manufacture.

All cutting or patching necessary for the installation of the indicators is the responsibility of the Elevator

Page 69: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 22 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

Contractor.

Page 70: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 23 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

2.24. VOICE COMMUNICATION

General

a. A hands-free two-way communication device shall be provided in the cab, complete with an auto-dialer that can be site programmed to dial any number chosen by the Owner. The communication device shall be mounted behind a speaker grill in the car operating panel. The device shall be activated by both the alarm button in the car and by a button located in the car operating panel.

b. The devices shall meet all voice communication requirements of the applicable codes and regulations, including Section 2.27 of CSA B44, including capabilities for communication with both an off site monitoring station and a lobby station.

c. The provision of the telephone line to the machine room will be by the Owner.

d. 24hr monitoring of the telephone line shall be provided.

e. The Elevator Contractor is responsible for connection and final testing of the communication systems.

Remote Visual Indication

a. Visual indication of in-car Voice Communication device activation shall be provided:

i. In-car Indication - In the elevator cab as required by code.

ii. Hall Indication - In the elevator lobby on a separate faceplate.

b. The Hall Indication shall include an LED that illuminates when the in-car Voice Communication device is activated, and extinguishes when the call is terminated.

c. The Hall Indication LED’s shall be provided on a separate faceplate (if in elevator lobby), with same finish as provided for the Hall Buttons, and shall be complete with descriptive engraving to denote the LED function (eg. ELEV. 1 PHONE ACTIVE).

Phone Line Monitoring

a. Visual and audible signal of Voice Communication failure as required by code shall be provided:

i. Hall Indication – In the elevator lobby, in the main hall station.

ii. A key switch shall be provided in the main hall station to silence the audible signal.

2.25. HALL BUTTONS

One (1) riser of new hall pushbutton fixtures is required at each existing riser location. Intermediate floors must have an UP and a DOWN button while terminal floors must have only an UP or a DOWN

Page 71: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 24 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

button as applicable.

Surface mount type faceplates shall be used to avoid any cutting or patching, while retaining the existing cutouts, if the existing buttons are not at the required height. Surface mount hall station profile shall be double-bevel type that returns to the wall at a right angle. If the existing cutouts are at the required height, flush mount hall stations shall be provided. Custom sized (length, width, thickness) hall stations shall be provided so as to minimize the fixture size; standard sized hall stations are not acceptable.

The finish of the new hall stations shall be brushed stainless steel #4 (vertical grain).

Each button must illuminate when a call is registered and extinguish once the call is answered. The call registered light will originate from a long life LED source and be of an intensity that can clearly be seen in the normal ambient lighting level.

Hall pushbuttons design and colour of illumination shall match the car operating panel buttons.

The following signage shall be engraved on each hall station: "In case of fire use exit stairs. Do not use elevator". Pictograph as per the code requirement shall also be provided on each hall station.

All cutting, patching, plastering, painting or other restorative work in the lobbies necessary for the replacement, removal or relocation of elevator hall button fixtures shall be the responsibility of the Elevator Contractor.

2.26. HOISTWAY ACCESS SWITCHES

New hoistway access switches shall be provided for pit and car top access. New hoistway access switches shall be provided as separate fixtures mounted in the door jamb, complete with brushed stainless steel #4 faceplates and flush mount design.

All existing hoistway access switches not compliant to code requirements shall be covered by a brushed stainless steel #4 faceplate.

2.27. DISABLED PERSONS ACCESS

Requirements for the disabled persons access shall comply with Appendix E of CSA B44, and shall include but not be limited to the following:

a. Buttons in the car operating panel shall be marked for the visually impaired using tactile markings mounted adjacent to the buttons. Tactile markings shall be flush mounted in the panel and be secured by flanges and studs on the panel rear.

b. Hall buttons shall be mounted at the code required height for disabled persons access.

c. High quality cast metal tactile plates are required on each entrance door jamb to identify the floor level, two per entrance.

d. Audible tones for direction indication are required for the elevator, in accordance with the applicable regulations. The audible tone volume shall be adjustable.

Page 72: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 25 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

e. Audible position indication shall be provided. A sample of the proposed voice annunciation device shall be submitted for approval of the sound quality.

f. Security card readers shall be mounted within the code required range of height for disabled persons access, where specified herein.

g. Handrails shall be mounted at the code required height for disabled persons access.

h. Pushbuttons shall be raised face design.

2.28. FIREFIGHTERS’ EMERGENCY OPERATION (FUTURE PROVISIONS)

The elevator shall be provided with the control, wiring, and Phase I/Phase II provisions for Firefighters’ Emergency Operation meeting current code.

The Phase II in-car cabinet and all related provisions shall be provided, wired, but not made operational. The Phase II cabinet door shall be blank (not engraved).

The Phase I recall switch at the main hall station shall not be provided. A second main floor hall station with the required Phase I recall switch and indications/engraving shall be supplied, but not installed. It is for future installation and Firefighters’ Emergency Operation activation.

All required wiring to the main floor hall station for Phase I recall shall be provided.

The future activation of Firefighters’ Emergency Operation shall be capable of being accomplished without software and hardware modifications, other than installing the second hall station and replacement of the Phase II cabinet door.

2.29. PIT WATER SENSOR

A pit water sensor shall be provided to detect accumulation of water in the pit area.

The signal from the pit water sensing device shall be interfaced with the elevator control system to achieve the following:

a. An LED in the car operating Panel shall automatically illuminate, and remain so until the pit water sensor is no longer activated,

b. The elevator shall travel to main floor. Main floor is the flood recall level.

c. All hall and car calls shall be cancelled,

d. A car travelling towards the flood recall level shall continue nonstop to the flood recall level,

e. A car travelling away from the flood recall level shall stop and proceed to the flood recall level,

f. A car standing at any level other than the flood recall level shall close the door and proceed to the flood recall level,

Page 73: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 26 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

g. The elevator shall remain parked at that level until the pit water sensor is no longer activated with only the cab door open button operative,

h. Firefighters Emergency Operation shall override the above specified pit water sensor operation, and

i. The elevator shall return to normal operation automatically when the pit water sensor is no longer activated.

The Elevator Contractor shall be responsible for supply and installation of the pit water sensor.

The Elevator Contractor shall provide a copy of the testing procedure.

2.30. BATTERY LOWERING

All required material and labor shall be provided for battery lowering operation of the elevator.

Upon loss of normal power, battery lowering operation shall automatically operate the elevator in either the up or down direction to the nearest floor in that direction then open the elevator doors.

A charging unit shall be provided that will re-charge the battery upon resumption of normal power.

2.31. SEISMIC SAFETY PROVISIONS

The following provisions shall be in accordance with CSA B44, Section 8.4. Where the following requirements differ from Section 8.4, the requirements of Section 8.4 shall apply.

Car retainer guides that engage the respective guiding rails shall be provided in accordance with CSA B44, section 8.4.

The hydraulic tank, pump, motor, control equipment components and cards shall be mounted so that they will not be displaced, in accordance with CSA B44, Section 8.4.

A seismic sensor shall be provided and located in the machine room or pit. The seismic sensor shall function to sense a seismic condition and shut down the car at the main floor. A seismic indicating light and descriptive engraving shall be provided in the car operating panel.

2.32. BRAND NAMES

No visible brand names or trademarks shall be provided on any exposed surface or fixture.

Page 74: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 27 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

2.33. VIBRATION ISOLATION

Where a new piping is included in the scope of work, piping shall be vibration isolated from the structure using suitable isolation material at all support mounts.

Where a new controller and tank unit are included in the scope of work, suitable vibration isolation pads and washers shall be provided for these components, to eliminate all equipment contact with the structure.

Details of the vibration isolation shall be included on the elevator shop drawings, which will be submitted for review and approval as required herein. The details must show the method of isolation as well as the isolation material proposed.

2.34. PIT LADDER

A new pit ladder conforming to current code shall be provided.

The pit ladders must be designed to conform to CAN/CSA B44 code.

The pit ladder shall be carbon steel construction, and painted grey.

Page 75: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 28 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

3. OPERATION

3.1. ADJUST ELEVATOR

New hydraulic oil, as well all necessary adjustments or repairs to the elevator to attain reliable operation and good performance shall be provided.

3.2. SIMPLEX OPERATION

All car and hall calls shall be stored until answered. Calls must be answered in a logical sequence, with the elevator only answering hall calls that correspond to the future direction of the elevator. The elevator shall not go to a terminal floor unless called to that floor, and must reverse the direction of travel at the furthest call.

3.3. HALL CALL ALLOCATION

The hall calls shall be allocated, so as to minimize the average hall call waiting time. The controller shall consider at least the following when assigning a hall call:

a. Position of car.

b. Number and location of car calls.

c. Location, direction, and waiting time of hall calls.

d. Intervening calls.

e. Car load.

f. Direction of travel.

g. Doors open, closed or delayed.

Each hall call allocation must be continually reconsidered; if the conditions change and another car becomes more suitable, the hall call shall be re-assigned.

The controller shall provide basic service to the building when the following conditions are satisfied.

a. Hall calls are not being answered.

b. The power supply for the hall call push buttons has failed.

c. The power supply is lost to the common section of the control system.

Page 76: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 29 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

3.4. LEVELLING

The elevator platform shall stop level with the floor within 1/4" (6mm) at all stopping levels and under all conditions other than overload. Correction shall be made for over-travel or cable stretch.

3.5. FLIGHT TIME

The elevator shall operate with an overall "flight time" as indicated in the PERFORMANCE TABLE in both directions for normal loading. This time is measured from the moment the doors start to close, until the doors are 3/4 open at the next floor.

This performance shall be accomplished without passenger discomfort. The rate of acceleration and the jerk shall not exceed the values in the PERFORMANCE TABLE.

3.6. PERFORMANCE REQUIREMENTS

Performance Table

Speed fpm ( 0.5 ) m/sDoor Type

Door Width 3 ' - 0 " ( 914 ) mmDoor Open Time s

Door Close Time s

Maximum Acceleration ft/s2 ( 1.2 ) m/s2Maximum Jerk ft/s3 ( 1.8 ) m/s3Flight Time s

Floor Height ft

Performance Requirement

Side Opening100

3.9

5.9

2.5

3.6

14.8

11

Page 77: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 30 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

3.7. OUT OF SERVICE TIMER

If the elevator is prevented from running (for reasons such as an open safety circuit or doors not closing, etc.,) for more than approximately 30 seconds (field adjustable) the car shall be considered out of service.

At this time, the door detector (if equipped) shall deactivate and the doors close at reduced speed. This feature shall be easily disconnected should it become inappropriate for the use of this elevator.

The doors shall remain open during this sequence if the OPEN button is pressed.

3.8. DOOR OPERATION

Door Opening and Closing

a. Momentary pressure on the door OPEN button shall cause the doors to open or re-open, unless the doors are closing due to a long delay, in which case constant pressure on the door OPEN button is required.

b. Door closing shall operate in conjunction with the door detectors according to the following:

c. On answering a car or hall call, the door dwell (the time the doors remain in the fully open position) shall initially be a period of approximately 4.0 seconds (field adjustable).

d. If the detection system is briefly interrupted, the door dwell period shall be reduced to approximately 1.2 seconds (field adjustable) after the detection system indicates the entrance is clear.

e. If the detection system is interrupted while the doors are closing, the doors shall immediately reverse; the doors shall then start to re-close in approximately 1.2 seconds (adjustable) after the detection system indicates the entrance is clear.

Door Open/Close Failure:

a. If the doors fail to fully open within 6 seconds (field adjustable), they shall re-close and attempt to open again.

b. If the doors fail to fully close within 6 seconds (field adjustable), they shall re-open and attempt to close again.

Door Re-Open for Hall Call

a. If, during doors closing, a hall call is pressed at that floor,

i. and if the elevator has no car or hall calls to answer, doors shall re-open immediately with the car riding lantern and gong (if equipped) operating, for the direction of the hall call.

ii. and if the elevator has car or hall calls to answer, the doors shall not re-open and the hall call not be cancelled.

Page 78: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 31 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

iii. and if the doors are re-opened by the open button or re-opening device, the car riding lantern and gong (if equipped) shall momentarily operate and the hall call be cancelled if it is for the same direction.

Door Pre-Opening

a. The doors shall start to open as the car approaches the floor at which it shall stop. The doors shall be approximately 8 inches (field adjustable) open when the car reaches the floor. The amount of pre-opening shall be consistent at all floors and under all conditions.

Door Hold Operation

a. Door hold operation shall include a field adjustable delay of 20 – 120 seconds, preset at 45 seconds, with illumination when active.

b. Door hold mode shall be cancelled by pressing the door hold a 2nd time, and / or by pressing the door close button.

3.9. CUSTOM DOOR OPEN BUTTON OPERATION

The door open button in the car operating panel shall provide visual indication that the doors have begun to close, for ease of identification should a passenger want to re-open the doors.

The following shall apply to the Door Open button:

a. Solid RED illumination during the door closing cycle, and the button has not been activated.

b. Solid illumination per car call buttons when the button has been activated.

c. No illumination at all other times.

Only where dual illumination of car call buttons is selected by the Owner or Elevator Consultant, the following shall apply to the Door Open button during the door closing cycle:

a. Flashing illumination in the primary colour during the door closing cycle, and the button has not been activated.

b. Solid illumination in the activation colour when the button has been activated.

c. Solid illumination in the primary colour at all other times.

3.10. NUDGING OPERATION

Nudging operation is required and shall conform to the following.

a. The elevator doors shall close with reduced torque with the door detector bypassed.

b. An adjustable timer (0 to 120 seconds) shall initiate the nudging operation should the doors be held open by the door detector.

Page 79: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 32 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

c. An electronic buzzer or other audible alarm shall sound when the door detector is bypassed and the nudging operation is activated.

d. The doors shall stop and reopen, and remain open if the door open button is activated. Activation of the door open button shall also cause the audible signal to stop.

e. Disconnection of the nudging operation shall be easily accomplished should the operation prove to be unsuitable for use in this facility.

3.11. INDEPENDENT OPERATION

When the elevator is on independent operation, the following shall apply:

a. The elevator shall disconnect from the group.

b. The elevator shall respond only to its car calls.

c. The position indicators shall be operational.

d. Doors shall open automatically upon arrival.

e. The doors shall close by constant pressure on the door close button.

f. The doors shall re-open if pressure on the close button is released before being fully closed.

g. The door detector shall de-activate.

3.12. NOISE CRITERIA

With the elevator cab in motion and at any position within the hoistway, the noise level when measured within the elevator cab, produced by all sources (excluding audible signals), shall not exceed 60 dBA. Noise levels shall be measured to ANSI type 1 or 2 accuracy sound level meter set on A-Weighting and “fast response”.

The maximum noise level measured with doors opening, closing or reversing, shall not exceed 65 dBA, when measured in the elevator lobby at a distance of 2m from the centre of the elevator doors. Noise levels shall be measured using an ANSI type 1 or 2 accuracy sound level meter set on A-Weighting and “fast response”.

The maximum noise level measured without doors opening, closing or reversing, shall not exceed 50 dBA, when measured in the elevator lobby at a distance of 2m from the centre of the elevator doors. Noise levels shall be measured using an ANSI type 1 or 2 accuracy sound level meter set on A-Weighting and “fast response”.

The maximum noise level measured in the machine room shall not exceed 80 dBA. Noise levels shall be measured to ANSI type 1 or 2 accuracy. Sound level meter set on A-Weighting and “fast response”.

Page 80: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 33 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

Page 81: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 34 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

4. EXECUTION

4.1. TESTING AND INSPECTION

The following testing shall be included under the base price:

a. Safety Inspection

i. An inspection for life safety and code compliance shall be provided by the applicable safety authority, minimum one (1) safety inspection.

In addition to the inspection for life safety and code compliance by the applicable authority, an inspection for material, workmanship and elevator performance shall be carried out by the Elevator Consultant.

Qualified personnel shall be provided to assist in this inspection and in any repeat inspections which may be necessary.

The Elevator Consultant shall be advised at least two days in advance of the safety inspection so that he can be present during any testing procedures. Portable test weights totaling 125% of the full elevator capacity shall be available for these tests.

Any tests that require the elevator to be out of service shall have to be done at times specified by the Owner. If it is necessary to do some of this work in overtime, the extra cost of overtime shall be borne by the Elevator Contractor.

4.2. CHECKLISTS

Each item on the following checklists shall be completed, and the checklist submitted to the Elevator Consultant:

a. Elevator Construction Start Checklist (submit a completed copy prior to start of work on-site).

b. Elevator Turn-Over Checklist (submit a completed copy with the invoice for the completion and turnover of the elevator).

c. Elevator Project Completion Checklist (submit a completed copy with the final invoice for the project).

4.3. MAINTENANCE

Upon commencement of the work, the existing maintenance contract shall be suspended for the elevator included in this contract only. For a period of twelve (12) months following Substantial Performance of the Work, the maintenance on the elevator shall be the responsibility of the Elevator Contractor.

Page 82: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 35 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

The cost of Guaranteed Maintenance period, including Maintenance Control Program (MCP), shall be included in the base price. Monthly billing for maintenance on the elevator will not apply during the Guaranteed Maintenance period. The portion of the base price allotted for this maintenance shall be stated in the Tender.

Maintenance shall be provided in accordance with current regulations.

As a minimum for the routine portion of the required maintenance, the Elevator Contractor, shall, where applicable to the type of elevator installed,

Every FOUR (4) Weeks

a. report to the Owner to determine if there are any minor problems that were not the subject of a callback.

b. ride the elevator and check it for general operation, including quality of ride, quality of door operation, quality of leveling, and check for correct operation of the buttons, detector edge and indicators.

c. check the general noise level of the ride, and of the door operation, taking corrective measures where performance or ride quality is not correct.

d. check and replace lamps as necessary, in the call registered lights and lanterns.

e. check the operation of hall buttons, in car lanterns, and position indicators.

f. from the car top, check the door operation and linkage, inspect the clutch operation; check, clean and adjust the hall and car door rollers as necessary.

g. generally clean equipment on a rotating basis.

h. check all commutators, replacing them as necessary.

i. check all safety circuits for general operation.

j. check the limit and overtravel switches in actual running conditions and check all slipper guides.

k. check the flight time of the elevator and from the cab, check the door operation including the door dwell times and the door open and close timing.

l. check oil level in the tank.

Every THREE (3) Months

a. check all door interlocks for adjustment and wear.

b. check the hoisting cables and governor cables in detail.

Every SIX (6) Months

a. thoroughly clean the hoistway, including a complete vacuum cleaning of all projections; clean car top, door tracks, door sills, covers, limits, door operator and linkages etc.

b. check the contract speed.

Page 83: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 36 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

Within First TWELVE (12) Months

a. the brake for the elevator that requires servicing shall be completely disassembled, cleaned, serviced in accordance with local regulations, and lubricated.

b. all annual (CAT 1) testing as required by applicable Code and Regulations.

c. all five (5) year (CAT 5) testing, if due within the maintenance period(s) covered by this Contract, as required by applicable Code and Regulations.

Trouble calls shall be answered at all hours of the day or night, 7 days a week. On calls made after Regular Working Hours charges for overtime premium WILL NOT apply; that is, the cost for all overtime callbacks shall be included in the base monthly price.

Arrival time to the site for emergency calls must be as soon as possible but must never exceed 60 minutes. All maintenance must be documented and the records made available upon request.

The mean time between callbacks shall be greater than 90 days in any revolving 12 month period.

The elevator shall be operational greater than 99% of the time in any revolving 12 month period.

All parts in need of replacement due to normal wear and tear, including those parts that have been re-used, shall be replaced. Where parts such as cables already show signs of wear, allowance shall be made for such in the Tender. Pro-rating is not acceptable.

4.4. TRAINING

The Elevator Contractor shall provide a maximum of one (1) hour of on site training for the Owner, including a review of all manuals and demonstration of the equipment use and its features.

4.5. SPARE PARTS CARRIED LOCALLY

Spare parts shall be carried locally, either in the local office, or on site, for the total maintenance of all new equipment installed in this contract. At least one of each of the following items is required, where applicable under the alternates chosen:

a. Each type of printed circuit card for the new controls.

b. Interlock.

c. Limit switch.

d. Hoistway inductor or other position transducer.

e. Hall pushbutton fixture, complete.

f. Each type of button in the car station.

Page 84: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 37 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

In addition, sufficient quantities (to the satisfaction of the Elevator Consultant) of all fuses, lamps, contacts and brushes shall be carried on site. This on-site inventory shall be maintained so that such parts are readily available under any emergency.

At the Owner's request, the Elevator Contractor shall demonstrate to the Elevator Consultant a complete substitution of all logic cards involved in storage of hall calls and dispatching. This is to ensure that the required spares for this very important part of the overall control are functioning correctly.

Page 85: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 38 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

4.6. DRAWINGS, PARTS LIST, SCHEMATICS, MANUALS

Before commencement of the work, the following shop drawings shall be submitted for review to the Owner and the General Contractor or other jurisdictional authorities as required.

a. Written detailed plan and methodology for bringing new equipment into the building, and removing existing equipment from the building.

b. Power confirmation data sheet.

c. Hall buttons and fixtures.

d. Cab interior and car operating panels.

e. Cab weight calculations.

f. Emergency fixtures.

g. Submissions to the applicable authority where required.

Each drawing submitted shall bear stamp of qualified professional engineer registered in the Province where the work is being carried out.

Upon completion of the work, the Owner shall be provided with the following. All information requested below shall be bound or in contained a three ring binder. The information shall be organized logically, separated by suitable tabbed page dividers, and be complete with a table of contents.

a. Complete sets (one (1) hard copy, three (3) electronic copies) of maintenance and operating manuals, sufficiently detailed to enable the Owner to undertake maintenance of the equipment in the future should he wish to do so.

b. Copies (one (1) hard copy, three (3) electronic copies) of the parts list.

c. Copies (one (1) hard copy, three (3) electronic copies) of the control system and wiring schematic, showing final As-Installed details and adjustments.

d. Copies (one (1) hard copy, three (3) electronic copies) of all safety inspection certificates by the applicable authority.

e. Copies (one (1) hard copy, three (3) electronic copies) of a list of replacement boards, logic diagrams, component lists, and any other technical information required to allow him to adjust and maintain the system using a qualified third party (for any solid state portion of the controls).

f. Copies (one (1) hard copy, three (3) electronic copies) of a complete list of company names, contact names, and telephone numbers of all suppliers of equipment used in the completion of this Contract.

g. Copies (one (1) hard copy, three (3) electronic copies) of all shop drawings.

h. Five (5) copies of each type of key required for this elevator.

Upon completion of the work, the Elevator Contractor shall also provide the Owner and General Contractor with all special proprietary diagnostic tools used for troubleshooting, diagnostics and/or

Page 86: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 39 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

adjustment of the equipment. These tools hall be either removable or stationary. If removable, a minimum of two (2) tools shall be provided for the elevator group. These tools shall have full control over the elevator operation systems, including but not limited to changes of the controller default settings. The vendor may code the diagnostic tool to operate only with this particular equipment. All information other than the source code must be made available. In addition, one (1) duplicate copy of the control operation software shall be provided to the Owner and General Contractor.

4.7. SAMPLES

After award of the contract, samples of materials shall be submitted for review (that will be visible in finish) before fabrication. As a minimum, the following samples shall be supplied.

a. Car and hall call buttons.

b. Car and hall position indicator.

c. Cab finishes.

d. Voice annunciation equipment, where included in the scope of work.

Page 87: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELEVATOR MODERNIZATION 150 Commercial Street Section 14 24 00 Nanaimo, BC Page 40 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

5. TENDER INFORMATION FORM

5.1. GENERAL

The Tender Information Form document attached to this Section shall be completed in full.

END OF SECTION

Page 88: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELECTRICAL WORK 150 Commercial Street Section 26 05 00 Nanaimo, BC Page 41 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

SECTION 26 05 00 – ELECTRICAL WORK

1. GENERAL

1.1. SCOPE

This specification prescribes the minimum requirements for heat pump, and electrical work related to the modernization of the elevator in the building known as Nanaimo Art Gallery, located at 150 Commercial Street, Nanaimo, BC.

All required equipment and labour shall be supplied to obtain the end result as described in this specification. The contract is to be for a complete and finished job. Where singular items are specified, as many such items as are appropriate shall be supplied.

All dimensions on drawings, specifications, manuals, equipment labels, etc. shall be in metric (SI) units and imperial units.

1.2. COORDINATION WITH ELEVATOR CONTRACTOR

The Electrical Subcontractor shall coordinate and correspond with the Elevator Contractor as required to complete the Project.

1.3. CONDUCT OF ELECTRICAL SUBCONTRACTOR'S EMPLOYEES

The Electrical Subcontractor shall require that his employees and its subcontractors comply with the rules and regulations in force in the building. The work shall be carried out in such a manner as not to hinder the normal operations within the building.

Should the Owner become dissatisfied with the conduct of any worker, the Owner will so notify the parties involved and the unsatisfactory or objectionable person will be dismissed from this job.

1.4. FIRESTOPPING

Adequate firestopping for all penetrations shall be provided by the Electrical Subcontractor. Firestopping shall conform to the applicable codes and standards.

Page 89: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELECTRICAL WORK 150 Commercial Street Section 26 05 00 Nanaimo, BC Page 42 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

1.5. ELECTRICAL DESCRIPTION

Elevator Power Confirmation Data

Disconnect Size (Volt/Amps) – existing: 208 V / 100 A

Disconnect Size (Volt/Amps) – proposed: 208 V / 100 A

Running current, full load (AC amps) - proposed: 60 A

Accelerating current (AC amps) – proposed: 140 A

Duration of accelerating current (s) – proposed: Maximum five (5) seconds

Fuse amp type/rating (amps) – proposed: 80 A

Duty rating of new elevator motor: TBD

Number of Floors Served by Elevator: 1, 2

Number of Elevator One (1)

Page 90: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELECTRICAL WORK 150 Commercial Street Section 26 05 00 Nanaimo, BC Page 43 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

2. PRODUCTS

2.1. LIGHTING

One (1) set of LED lights for the controller and required fixture with wire guards or equivalent illumination shall be provided in the machine room.

One (1) set of LED lights for the hydraulic tank and required fixture with wire guards or equivalent illumination shall be provided in the machine room.

One (1) set of LED lights in the pit and required fixture with wire guards or equivalent illumination shall be provided in the elevator pit.

2.2. EMERGENCY LIGHTING

Emergency lighting in the machine room shall be provided.

2.3. GFCI OUTLETS

Duplex GFCI single phase power outlets shall be provided, one (1) in the machine room and one (1) in the pit.

2.4. POWER SUPPLY

The main and car light disconnects in the elevator machine room shall be replaced at equivalent capacity to the existing equipment.

An auxiliary contact shall be provided on the disconnect to signal to the elevator controls that the disconnect is in the OFF position, if not existing.

2.5. CONDUIT

Wiring and conduit shall be provided from the main electrical disconnect, terminating at the new elevator controller.

Page 91: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELECTRICAL WORK 150 Commercial Street Section 26 05 00 Nanaimo, BC Page 44 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

2.6. GROUNDING

The following shall be provided for grounding of the elevator equipment:

a. A grounding bus bar located adjacent to the main electrical disconnects for the elevator.

b. A solid grounding wire terminating in the main electrical disconnects for the elevator, originating from the main building ground.

c. A solid grounding wire between the electrical disconnect and the grounding bus bar.

d. A solid grounding wire between the grounding bus bar and the controller.

Final connection of specified grounding equipment shall be provided.

2.7. VOICE COMMUNICATION

A telephone line shall be provided that terminates in the elevator machine room, originating from the telephone room.

Coordination with the telephone line provider to make the line active shall be included.

2.8. COOLING/HEATING UNITS

Machine room wall mounted split heat pump unit shall be provided with a thermostat (18,000 BTU/h), complete with required wiring and power supply / disconnect.

Machine room mounted heat pump unit and related piping shall NOT be located over elevator equipment or electrical disconnects.

The location of the condensing unit shall be coordinated on-site.

The clear inside headroom below evaporator unit(s) shall be minimum 7’-0” (2134mm).

All coring, wiring, and conduits shall be included.

A tamper proof wire mesh cage shall also be provided to encase the entire condensing unit to prevent vandalism.

Page 92: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELECTRICAL WORK 150 Commercial Street Section 26 05 00 Nanaimo, BC Page 45 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

2.9. HOISTWAY ACCESS

Portions of the Electrical Subcontractor scope of work require elevator hoistway access, which requires the assistance of the Elevator Contractor. To this end, the following allowance(s) have been included in the Elevator Contractor’s scope for providing hoistway access to the Electrical Subcontractor:

a. General electric work – One (1) working day (8 hours).

Should hoistway access hours in addition to the above be required, the Elevator Contractor labour cost for such access shall be the Electrical Subcontractor’s responsibility and shall be included in the Base Tender Price.

Page 93: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELECTRICAL WORK 150 Commercial Street Section 26 05 00 Nanaimo, BC Page 46 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

3. OPERATION

3.1. GENERAL

Not used.

Page 94: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Nanaimo Art Gallery ELECTRICAL WORK 150 Commercial Street Section 26 05 00 Nanaimo, BC Page 47 of 47

Spec. No. SPE1-59800MPH Revision E © 2020 Gunn Consultants

4. EXECUTION

4.1. GENERAL

Perform preparation and operations for all operations in accordance with industry standards.

4.2. TESTING AND INSPECTION

The Electrical Subcontractor shall include for an inspection for material, workmanship and elevator performance will be carried out by the Consultant or Owner’s Representative.

Qualified personnel shall be provided to assist in this inspection and in any repeat inspections which may be necessary.

4.3. MANUFACTURER'S INSTRUCTIONS

Compliance: comply with manufacturer's written recommendations or specifications, including product technical bulletins, handling, storage and installation instructions, and data sheet.

4.4. FIELD QUALITY CONTROL

The quality of the installation and restoration work shall meet the standards of the local industry and the Consultant.

END OF SECTION

Page 95: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

PROJECT NAME

ELEVATOR NUMBER DATE

CONTRACTOR

CONTRACT TYPE GUNN PROJECT NO. 1-59800

PRIOR TO START OF WORK ON-SITE CIRCLE APPLICABLE

1 Elevator system weighing completed thirty (30) days after contract award YES NO N/A

2 Confirmation that the system weight is within 5% allowance YES NO N/A

3 Cab interior design finalized YES NO N/A

4 Shop drawings approved by GUNN YES NO N/A

5 Design submission sent to applicable safety authority YES NO N/A

6 Approved design submission sent back to GUNN for reference YES NO N/A

7 Start date approved by the Owner and GUNNStart Date:

YES NO N/A

8 Owner and GUNN approve of the first elevator to be completedElev. #

YES NO N/A

9 All equipment delivered to siteIf no, items not delivered:

YES NO N/A

10 General on-site coordination issues resolved with Owner (keys, fobs, parking, washroom) YES NO N/A

Print Name of Elevator Contractor's Authority (Date)

www.gunnconsultants.com

Elevator Modernization

Nanaimo Art Gallery

ELEVATOR CONSTRUCTION STARTCHECKLIST

This checklist is to be completed by the elevator contractor and submitted to the elevator consultant, prior to start of work on-site.

(Signature)

3_SPE1-59800CHK-Start 2020-03-18 © 2020 GUNN Consultants

Page 96: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

PROJECT NAME

ELEVATOR NUMBER(S) DATE

CONTRACTOR

CONTRACT TYPE GUNN PROJECT NO.

PRE SAFETY AUTHORITY INSPECTION

1 Safety Authority's Elevator Data Sheet completed Yes No N/A

2 Safety Authority's Elevator Test Declaration completed Yes No N/A

3 Safety Authority's Elevator Brake Declaration completed Yes No N/A

4 Elevator phone(s) operational Yes No N/A

5 Seismic Safety features operational Yes No N/A

6 Fire Service operational per applicable code Yes No N/A

7 Emergency Power operational per applicable code Yes No N/A

8 Inspection with Safety Authority scheduled Yes No N/A

SAFETY AUTHORITY INSPECTION

9 Elevator(s) passed Safety Authority inspection Date: Yes No N/Amonth / date / year

POST SAFETY AUTHORITY INSPECTION

10 Safety directives completed as required Yes No N/A

11 GUNN inspection completed Date: Yes No N/A

12 GUNN deficiencies completed as requiredmonth / date / year

Yes No N/A

13 Hall buttons operational, assigning calls (all levels) Yes No N/A

14 All cars simulated on Emergency Power, function and reset properly Yes No N/A

15 Security operational (where specified) Yes No N/A

16 Elevator phone(s) tested and functional Yes No N/A

17 Independent service operation functional Yes No N/A

18 Remote monitoring operational Yes No N/A

19 Disabled Persons Access features operational, including voice annunciation (where specified) Yes No N/A

20 Position indicator(s) functioning / displayed correctly (hall) Yes No N/A

21 Position indicator(s) functioning / displayed correctly (car) Yes No N/A

22 Cab interior finishes completed with Owner/ Consultant, finishes agreed to be acceptable. Yes No N/A

23 Cab hooks installed Yes No N/A

24 Cab pad delivered to site Yes No N/A

25 Hall finishes acceptable Yes No N/A

26 Hall lantern(s) are functioning / displayed correctly Yes No N/A

27 Equipment operation adequate, Machine Room Yes No N/A

28 Equipment operation adequate, Car Yes No N/A

29 Ride quality acceptable Yes No N/A

30 Noise from car(s) acceptable Yes No N/A

31 Car door(s) operation/performance acceptable Yes No N/A

32 Manual are provided to the Owner/Consultant for review Yes No N/A

33 Elevator keys are provided to the Owner, as specified Yes No N/A

34 Training is provided to the onsite maintenance/security personnel, as specified Yes No N/A

(Signature)Print Name of Elevator Contractor's Authority

CHECKLIST

(Date)

Elevator Modernization

CIRCLE APPLICABLE

Nanaimo Art Gallery

This checklist is to be completed by the elevator contractor and submitted to the elevator consultant with the invoice for the completion of each elevator.

ELEVATOR TURN-OVER

1-59800

www.gunnconsultants.com

4_SPE1-59800CHK-Turn-Over Page 1 of 1 © 2020 GUNN Consultants

Page 97: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

PROJECT NAME

ELEVATOR NUMBER(S) DATE

CONTRACTOR

CONTRACT TYPE GUNN PROJECT NO.

1 Battery Lowering simulation completed Yes No N/A

2 EP pre-test with new signals completed (after hours) Yes No N/A

3 Final test with Safety Inspector completed (after hours) Yes No N/A

4 Ride quality acceptable Yes No N/A

5 Performance verification

A Contract speed Yes No N/A

B Floor to floor time Yes No N/A

C Door time Yes No N/A

6 Painting completed per specifications, site cleanup completed Yes No N/A

7 GUNN final inspection completed Yes No N/A

8 GUNN deficiencies completed Yes No N/A

9 Manual are provided to the Owner/Consultant for review Yes No N/A

10 Elevator keys are provided to the Owner, as specified Yes No N/A

11 Training is provided to the onsite maintenance/security personnel, as specified Yes No N/A

(Signature) (Date)

Elevator Modernization

Print Name of Elevator Contractor's Authority

CHECKLIST

CIRCLE APPLICABLE

Nanaimo Art Gallery

This checklist is to be completed by the elevator contractor and submitted to the elevator consultant with the final invoice for the project.

ELEVATOR PROJECT COMPLETION

1-59800

www.gunnconsultants.com

5_SPE1-59800CHK-Completion Page 1 of 1 © 2020 GUNN Consultants

Page 98: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Appendix A – Prime Contractor Preconstruction Meeting Form Department: City of Nanaimo

Subject: Prime Contractor Preconstruction Meeting Form

Form Revised: Page:

July 17, 2020 1 of 4 Approved by: Health and Safety Manager

Date Meeting Location

Contract # WSBC Firm #

Prime Contractor Company Name

Prime Contractor’s Superintendent

Description of Designated Workplace

Description of Work

City Contract Representative

Agreement The Prime Contractor:

Check Acknowledges appointment as Prime Contractor as defined in the WorkSafeBC

Occupational Health and Safety Regulations, including WorkSafe BC OH&S Regulations Section 20.1A Qualified contractor, Section 20.2 Notice of Project and 20.3 Coordination of Multiple Employer Workplaces and Workers’ Compensation Act, Section 24 Coordination of Multiple-Employer Workplaces.

Understands the Owners duties as defined in the Workers’ Compensation Act, Section 25.

Understands for any discrepancy establishing health and safety protocol, WorkSafeBC OH&S Regulation and/or the Workers’ Compensation Act (Part 3) shall prevail.

Acknowledges being informed of any known workplace hazards by the owner or owner’s delegate, by signing attached “Existing Known Hazard Assessment” form.

Shall communicate known hazards to any persons who may be affected and ensure appropriate measures are taken to effectively control or eliminate the hazards.

Shall ensure all workers are suitably trained and qualified to perform the duties for which they have been assigned.

Shall ensure or coordinate first aid equipment and services as required by WorkSafeBC OH&S Regulation.

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

compliance by all workers with the Workers Compensation Act (Part 3) and WorkSafeBC OH&S Regulation.

Understands any WorkSafeBC violation by the Prime Contractor may be considered a breach of contract resulting in possible termination or suspension of the contract and/or any other actions deemed appropriate at the discretion of the City.

Page 99: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Appendix A – Prime Contractor Preconstruction Meeting Form Department: City of Nanaimo

Subject: Prime Contractor Preconstruction Meeting Form

Form Revised: Page:

July 17, 2020 2 of 4 Approved by: Health and Safety Manager

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

Confirms the Prime Contractor’s Safe Work procedures and risk assessments were prepared by, or approved by, a Qualified Person as defined by WorkSafeBC OH&S Regulation.

Accepts the following required documents shall be maintained and made available upon request from the City and/or WorkSafeBC Prevention Officer at the workplace

Documents required to be maintained and available by the Prime Contractor will include, but not be limited to:

Check All notices which the Prime Contractor is required to provide to WorkSafeBC as per

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

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

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

Prime Contractor’s area of responsibility Completed site safety plan for COVID-19

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

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

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

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

WorkSafeBC Notice of Project (if applicable) WorkSafeBC Clearance Letter Prime Contractor’s OH&S Safety Program Prime Contractor’s Site/Project Specific Hazard Identification and Risk Assessments,

Safe Work Procedures, etc. First Aid Attendant(s)

Page 100: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Appendix A – Prime Contractor Preconstruction Meeting Form Department: City of Nanaimo

Subject: Prime Contractor Preconstruction Meeting Form

Form Revised: Page:

July 17, 2020 3 of 4 Approved by: Health and Safety Manager

Safety Supervisor(s)

Location of First Aid Station

Signature of Prime Contractor

Signature of City Contract Representative

Pre-Existing and Known Hazard Identification Discussion between the Prime Contractor and the City Contract Representative Date Meeting Location

Prime Contractor Company Name

Prime Contractor’s Superintendent

City Contract Representative

• City Contract Representative to make the Prime Contractor aware of any known extraordinary pre-existing hazards specific to the contract.

• It is recognized the pre-existing and known hazards identified may not be a comprehensive list and due caution is always required.

• Use additional pages if necessary.

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

Page 101: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Appendix A – Prime Contractor Preconstruction Meeting Form Department: City of Nanaimo

Subject: Prime Contractor Preconstruction Meeting Form

Form Revised: Page:

July 17, 2020 4 of 4 Approved by: Health and Safety Manager

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

Prime Contractor Representative (print name) City Contract Representative (print name)

Page 102: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Version: April 2, 2020

Appendix B - COVID-19: Fit for Duty Questionnaire

To prevent the spread of the novel coronavirus (COVID-19) in our community and reduce the risk of exposure within our workplace, each employee of and visitor to City of Nanaimo is required to complete this Fit for Duty Questionnaire. Contractors/Visitors will be required to complete this form daily.

Date: Time:

Contractor Employee/Visitor’s Name (First/Last): Contractor Supervisor/Manager Name:

City of Nanaimo Contact Name: City of Nanaimo Worksite Location:

Self-Declaration by Employee/Visitor

1 Are you sick or exhibiting any of the following symptoms? ☐ Yes ☐ No

☐ Fever ☐ Dry cough ☐ Body aches ☐ Headache

☐ Sore throat ☐ Runny nose ☐ Tiredness ☐ Shortness of breath

2 Have you travelled outside of Canada in the last 14 days? ☐ Yes ☐ No

If yes, which country(s)

Travel dates (Departure): (Return):

3 Is anyone in your household currently isolated (self or directed) or identified as a COVID- 19 confirmed or suspected case?

☐ Yes ☐ No

Note: If you have answered YES to any of the questions, please call your supervisor/manager and City of Nanaimo contact person immediately before entering the workplace.

I (print name) acknowledge and confirm that I am fit for duty and not experiencing any flu-like symptoms and agree to report to my supervisor/manager and City of Nanaimo contact immediately should my conditions change.

Contractor/Visitor Signature: _________________________________ Date Signed: ____________________________

*Forms shall be submitted to the City of Nanaimo Contact Person and maintained accordingly.

Freedom of Information and Protection of Privacy Act (FOIPPA) Information collected on this form is done so under the general authority of the Community Charter and FOIPPA, and is protected in accordance with FOIPPA. Personal information will only be used by authorized staff to fulfill the purpose for which it was originally collected, or for a use consistent with that purpose.

Page 103: INVITATION TO BID RFT Elevator... · Invitation to Bid and the Instructions to Bidders at the following location: Address: City of Nanaimo : Purchasing Department 2020 Labieux Road

Elevator Modernization – Nanaimo Art Gallery REQUEST FOR TENDER 2614

Appendix C Receipt Confirmation Form

Bidders who are planning to attend the Mandatory Pre-Tender Meeting are asked to pre-register prior to August 12, 2020 by submitting the Receipt Confirmation form by email to [email protected]

Physical distancing will be required during the tour and Bidders can only send one (1) representative per company and must adhere to the City’s COVID-19 protocols as further described in the Instructions to Bidders, Section 00 21 13, Clause 23.0 Safety Protocols of this RFT 2614 Document.

Bidder’s Company Name:

Address:

Contact Name:

Contact Title:

Contact E-mail Address:

Contact Telephone or Cell No.:

Date: