request for tender no. 1930 fabrication and installation

33
Request for Tender No. 1930 Fabrication and Installation of Training Tower at Fire Hall No. 2 Date of issue: May 16, 2017 Closing Date & Time: May 30, 2017 at 3:00 p.m. (15:00 hours), Pacific Time Closing Location: City of Nanaimo – Purchasing Department 2020 Labieux Road, Nanaimo, BC V9T 6J9 RFT Questions: Debbie Bezenar, SCMP; CPSM, Buyer Email: [email protected] Mandatory Site Meeting: May 23, 2017 at 1:00 PM, Pacific Time 1900 Labieux Road, Nanaimo, BC At the entrance to the Fire Rescue Training Centre The responses to this Request for Tender will be opened publically.

Upload: others

Post on 22-Feb-2022

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Request for Tender No. 1930 Fabrication and Installation

Request for Tender No. 1930

Fabrication and Installation of Training Tower at Fire Hall No. 2

Date of issue: May 16, 2017

Closing Date & Time: May 30, 2017 at 3:00 p.m. (15:00 hours), Pacific Time

Closing Location: City of Nanaimo – Purchasing Department 2020 Labieux Road, Nanaimo, BC V9T 6J9

RFT Questions: Debbie Bezenar, SCMP; CPSM, Buyer Email: [email protected]

Mandatory Site Meeting: May 23, 2017 at 1:00 PM, Pacific Time 1900 Labieux Road, Nanaimo, BC At the entrance to the Fire Rescue Training Centre

The responses to this Request for Tender will be opened publically.

Page 2: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo Page 2 of 33May 16, 2017

Table of Contents

Section 1.0 DEFINITIONS ......................................................................................................... 4

Section 2.0 INTRODUCTION .................................................................................................... 5

2.1 Overview ......................................................................................................................... 5

Section 3.0 INSTRUCTIONS TO BIDDERS .............................................................................. 5

3.1 Scope of Work ................................................................................................................ 5

3.2 Mandatory Requirements ................................................................................................ 5

3.3 Bid Closing Time and Closing Location ........................................................................... 5

3.4 Liability for Errors ............................................................................................................ 5

3.5 Questions related to this RFT .......................................................................................... 6

3.6 Addendum / Addenda ..................................................................................................... 6

3.7 Mandatory Site Meeting .................................................................................................. 6

3.8 Bidders Costs ................................................................................................................. 7

3.9 Revisions to Tenders or Withdrawal ................................................................................ 7

3.10 No Collusion ................................................................................................................... 7

3.11 Conflict of Interest ........................................................................................................... 7

3.12 Solicitation of Council Members and City Staff ................................................................ 7

3.13 Right to Cancel the RFT Process .................................................................................... 8

3.14 Litigation Clause ............................................................................................................. 8

3.15 Tender Opening .............................................................................................................. 8

Section 4.0 GENERAL TERMS AND CONDITIONS ................................................................. 9

4.1 Conduct of the Contract .................................................................................................. 9

4.2 Form of Contract and Contract Documents ..................................................................... 9

4.3 Payment ......................................................................................................................... 9

4.4 Hold Back 10% ............................................................................................................... 9

4.5 Bid Bond ......................................................................................................................... 9

4.6 Invoice Discrepancies ..................................................................................................... 9

4.7 Indemnity ........................................................................................................................ 9

4.8 Insurance Requirements ................................................................................................. 9

4.9 Workers’ Compensation Board (WorkSafe BC) ............................................................. 10

4.10 Business License .......................................................................................................... 10

4.11 Laws, Permits and Regulations ..................................................................................... 10

4.12 Infringement .................................................................................................................. 10

4.13 Deficiencies/Inspection ................................................................................................. 10

4.14 Breach of Contract ........................................................................................................ 10

4.15 Independent Bidder ....................................................................................................... 10

Page 3: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo Page 3 of 33May 16, 2017

4.16 Sub-Contracting ............................................................................................................ 10

4.17 Assignment or Sub-Contracting .................................................................................... 11

4.18 Freedom of Information and Protection of Privacy Act ................................................... 11

4.19 Dispute Resolution ........................................................................................................ 11

4.20 Time of the Essence ..................................................................................................... 11

4.21 Award ........................................................................................................................... 11

4.22 Project De-Scoping ....................................................................................................... 12

4.23 Process for Over Budget Event ..................................................................................... 12

4.24 General ......................................................................................................................... 12

4.25 Safety ........................................................................................................................... 12

4.26 Construction Schedule of Work ..................................................................................... 12

4.27 Shop Drawings ............................................................................................................. 12

4.28 Site Specific Information ............................................................................................... 12

APPENDIX A: BIDDERS INFORMATION FORM ....................................................................... 14

APPENDIX B - CONTRACT PERSONNEL ................................................................................ 15

APPENDIX C - REFERENCES .................................................................................................. 16

APPENDIX D - PRICING FORM ................................................................................................ 17

APPENDIX E - MINIMUM RATE OF PAY ................................................................................... 18

APPENDIX F – SAMPLE PRIME CONTRACTOR PRECONSTRUCTION MEETING FORM .... 21

APPENDIX G – SAMPLE BID BOND ......................................................................................... 24

APPENDIX H – LIST OF ISSUED FOR TENDER (IFT) DRAWINGS: ........................................ 25

Page 4: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo Page 4 of 33May 16, 2017

Section 1.0 DEFINITIONS

1.1 In this RFT the following terms have the meanings as set out below:

a. “Addenda / Addendum” means a change, or addition, or correction significant enough tobe formally made to this RFT within the competitive time period. Addendums are postedon the City’s website and on BC Bid’s website.

b. “Agreement” means the written Contract to be entered into between the successfulBidder and the City.

c. “Bidder” means the person, company or corporation submitting a Tender in response tothis RFT.

d. “Business Day” means any day from Monday to Friday inclusive, excluding statutory orcivic holidays observed in British Columbia.

e. “City” means the City of Nanaimo or CON.

f. “City’s Designate” means a staff member that will represent the City for the purpose ofthis document.

g. “Closing Date and Time” means the deadline for that Tenders will be consideredcompliant, as specified herein.

h. “Closing Location” means the physical address that the City as posted on the cover pagewhere the submission for this RFT must be delivered.

i. “Contract” means a legal document and any attachments that bind the City and all otherparties subject to the provisions of the Contract(s).

j. “De-scope Component” means a component of the Project scope, if any, that the Citywill delete on the occurrence of an Over Budget Event as set out herein.

k. “De-scoping Price Adjustment” means an adjustment to the Grand Total Tender Pricebased on the application of the required De-Scoping Price Submissions

l. “De-scoping Price Submission(s)” means the price submission provided by the Biddersfor each component

m. “Electronic Submission” means the submission delivered to email address:[email protected].

n. “Estimated Construction Budget” mean the estimated construction budget for the Projectat the time of issuance of the Request for Tender and established by the City [for internaluse only].

o. “Pricing Bid Form” means the Forms provided by the City as part of this RFT to becompleted and submitted by the Bidders.

p. “Project De-scoping” means a deletion in the scope of the Project

q. “Request for Tender (RFT)” means this Document numbered 1930.

r. “Submission or Tender” means the information submitted by a Bidder in response to thisRFT.

o. “Successful Bidder or Successful Contractor” means the Bidder that is compliant andbest value pursuant to the RFT.

p. “Tender (RFT)” means all the documentation and samples submitted by the Bidder inresponse to this RFT.

Page 5: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo Page 5 of 33May 16, 2017

Section 2.0 INTRODUCTION

2.1 Overview

Fire Rescue Training Centre in Nanaimo serves the needs of the Nanaimo Fire Fighters as well as other communities of Central Vancouver Island. The Training Tower is now required to be constructed to compliment other training operations already in place.

Section 3.0 INSTRUCTIONS TO BIDDERS

3.1 Scope of Work

• The Work consists of the supply and erection of the structural steel for the TrainingTower as per the Tender document drawings and specifications.

• The Training Tower is to be erected on existing footings. The Successful Biddermust survey footings and anchor bolts of all footings and incorporate thisinformation into shop drawings prior to fabrication.

• All Components of the Training Tower must be hot dip galvanized steel as perspecifications.

3.2 Mandatory Requirements

A check list of the Mandatory Requirements to be submitted with the Tender and a list of items to be provided after award can be found on page 13 of this document.

3.3 Bid Closing Time and Closing Location

Submissions must be received by the Purchasing Department no later than 3:00 p.m. (15:00 hrs), Pacific Time May 30, 2017 by one (1) of the following two (2) methods:

1. By hand/courier delivery to the only acceptable address and department: PurchasingDepartment, 2020 Labieux Road, Nanaimo, BC V9T 6J9, clearly marked “RFTNo.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2, Attention– Debbie Bezenar”.

OR 2. For electronic submissions the only acceptable email address is as follows:

[email protected] easily identify the bids ensure that the subject line reads “RFT No.1930 Fabrication

and Installation of Training Tower at Fire Hall No. 2”.

(Please note: Maximum email file size limit is 8MB, or less.)

Late Submissions will not be considered. It is the Bidder’s sole responsibility to ensure their Tender is received when, where and how as specified in this RFT document. The City is not responsible for lost, misplaced or incorrectly delivered Tenders. The Time Clock in the Purchasing Department Office is the official time piece for the receipt of all Bids delivered by hand/courier.

Electronic Submissions shall be deemed to be successfully received when displayed as new email has been received by the Purchasing Department at the City. The City will not be liable for any delay for any reason including technological delays, spam filters, firewalls, job queue, file size limitations, and alike.

3.4 Liability for Errors

While the City has exercised considerable effort to ensure an accurate representation of information in this RFT, the information contained is supplied solely as a guideline for

Page 6: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo Page 6 of 33May 16, 2017

Bidders. The information is not guaranteed or warranted to be accurate by the City, nor is it necessarily comprehensive or exhaustive. Nothing in this RFT is intended to relieve the Bidders from forming their own opinions and conclusions with respect to the work in this RFT.

3.5 Questions related to this RFT

If a Bidder is in doubt as to the intended meaning of any part of the RFT document, or finds errors, omissions, discrepancies or ambiguities, all questions must be emailed to the following person:

Debbie Bezenar, Buyer Email: [email protected]

The question deadline is May 24, 2017; any question arising after this date maybe answered at the discretion of the City, if time permits.

3.6 Addendum / Addenda

If deemed necessary by the City, any new or additional information will be issued by the City in the form of an Addendum, which will form part of the RFT. Any Addenda issued for this RFT will be posted on the City’s and BC Bid’s websites as follows:

• http://www.nanaimo.ca/bid_opportunities/bid_opptunities.aspx• http://www.bcbid.gov.bc.ca,

It is the sole responsibility of Bidders to ensure that all Addenda have been received by monitoring the above noted websites regularly up to the Closing Date and Time of this RFT.

Any Addenda maybe acknowledged on the Bidders Information Form, and returned with the submission.

No verbal communication will affect or modify any of the terms of this RFT or may be relied upon by any Bidder.

3.7 Mandatory Site Meeting

A mandatory site meeting will commence at 1:00 p.m., Pacific Time on May 23rd, 2017, at; 1900 Labieux Road, Nanaimo, British Columbia. The City will provide a sign-in sheet, which Bidders will be required to sign, as proof of attendance.

Bidders who do not attend the mandatory site meeting will not be permitted to submit a Tender for this Project. A list of attendees will be posted on the City’s and BC Bid’s websites to identify the Bidders that will be permitted to submit a Tender in response to this RFT.

The purpose of the site meeting will be to allow each Bidder to observe in person; the local conditions to be met during the performance of the Work.

Each Bidder shall examine the property for existing conditions including, but not limited to, the current condition of the location and the Works that is required during the construction for this project. No Bidder shall claim, at any time after the Closing Date and Time that there was any misunderstanding about the terms and conditions of the Contract relating to site conditions. No adjustment to the Work Schedule or to the Contract price will be made for difficulties encountered during construction due to conditions, features, and peculiarities of the site that were evident at the time of the Closing Date and Time.

The purpose of the site meeting is also to provide additional information, if required, and to answer questions concerning this RFT documents.

Page 7: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo Page 7 of 33May 16, 2017

Any new information or changes provided at the mandatory information meeting will be summarized in an Addendum, which will be posted on the City’s and BC Bid’s websites prior to the Closing Date and Time.

3.8 Bidders Costs

Bidders shall be solely responsible for their own expenses in preparing a Tender, attending site meetings, presentations, demonstrations, interviews and subsequent negotiations with the City, if any. The City shall, in no circumstance, be liable to compensate Bidders for such costs, and by submitting a Tender each Bidder shall be deemed to have agreed that it has no claim.

3.9 Revisions to Tenders or Withdrawal

(a) Bidder is entitled to amend its Tender at any time before the Closing Time forsubmission of Tenders and must be received at the Closing Location as set out herein.

(b) Bidder may withdraw their Tender at any time prior to the Tender Closing Time bysubmitting an email to the Purchasing Department email: [email protected],Attention: Debbie Bezenar, Buyer.

3.10 No Collusion

Bidders must not communicate, directly or indirectly, with any other Bidders (including through any employees, agents or Bidders) regarding the preparation, content or submission of this Tender. Each Tender must be submitted without any collusion, or knowledge, in the preparation of or about any other Tender. Submission of a Tender is deemed to be a representation and warranty by the Bidder submitting a Tender, which it has complied with the requirements of this clause. If the City determines that a Bidder has violated this clause, the City is entitled to disqualify that Bidder and to reject its Tender as being invalid.

3.11 Conflict of Interest

By submitting a Tender, the Bidder warrants that neither it nor any of its officers, directors, employees or subcontractors, has any financial or personal relationship or affiliation with any elected official or employee of the City or their immediate families which might in any way be seen or perceived (in the City’s sole and unfettered discretion) to create a conflict of interest.

3.12 Solicitation of Council Members and City Staff

Bidders and their agents will not contact any member of the City Council or City Staff with respect to this RFT, other than the City contact named in this document.

Page 8: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo Page 8 of 33May 16, 2017

3.13 Right to Cancel the RFT Process

The City is under no obligation to award any Contract as a result of this RFT and reserves the right to cancel the RFT process at any time before or after the “Closing Time” and may issue a new RFT, and re-solicit with or without any change being made to the RFT documents or take other actions, as appropriate, if considered in the best interests of the City.

3.14 Litigation Clause

The City may, in its absolute discretion, reject a Tender submitted by Bidders, if the Bidder, or any Officer or Director of the Bidder is or has been engaged either directly or indirectly through another corporation in a legal action against the City, its elected or appointed officers and employees in relation to:

(a) Any other Contract for works or Services; or(b) Any matter arising from the City’s exercise of its powers, duties or functions under

the Local Government Act for another enactment within five years of the date of thisRequest for Tenders.

In determining whether to reject a Tender under this clause, the City will consider whether the litigation is likely to affect the Bidder’s ability to work with the City, its consultants and representatives and whether the City’s experience with the Bidder indicates that the City is likely to incur increased employees and legal costs in the administration of this Contract if it is awarded to the Bidder.

3.15 Tender Opening

Submissions will be opened in public.

Page 9: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo

THIS PAGE MUST BE INCLUDED WITH SUBMISSION

Page 9 of 33May 16, 2017

Section 4.0 GENERAL TERMS AND CONDITIONS

4.1 Conduct of the Contract

The Facility Planning and Operations Section will have conduct of the Contract.

4.2 Form of Contract and Contract Documents

The form of the Contract will be the CCDC-2 2008 Contract including: (a) The RFT document(b) Pricing Form(c) All Addenda issued by the City;

4.3 Payment

Payments to the successful Bidder: (a) Will be made subject to substantial completion of the installation and inspection of Training

Tower at Fire Hall No. 2 - 2499 Dorman Road.(b) Net thirty (30) days from invoice date.

4.4 Hold Back 10%

All payments will be subject to a 10% holdback as per the Province of British Columbia’s Builders’ Lien Act

4.5 Bid Bond

Bid Bond is required for this project in the amount of 10%.

4.6 Invoice Discrepancies

The City reserves the right to reject and/or return invoices containing discrepancies for correction and/or re-invoicing.

4.7 Indemnity

The Bidder shall indemnify and save harmless the City including without limitation, the City of Nanaimo’s Mayor, its Council Members, agents, servants and employees from and against all claims, demands, losses, damages, costs and expenses made against or incurred, suffered or sustained by the City at any time where the same are based upon or arise out of anything tortuously done or omitted to be done by the Bidder or the designated employees.

4.8 Insurance Requirements

The Bidder must, without limiting the Bidder’s obligations or liabilities and at the Bidder’s own expense, purchase and maintain throughout the Contract term the following insurances with insurers licensed in Canada in forms and amounts acceptable to the City of Nanaimo, and shall also require such insurance to be purchased and maintained by all sub-contractors engaged in connection with the Contract.

(a) Comprehensive General Liability Insurance in an amount not less than $2,000,000 with aprovision naming the City as an additional insured and a Cross Liability clause.

(b) Motor Vehicle Insurance, including Bodily Injury and Property Damage in an amount no less than$2,000,000 per accident with the Insurance Corporation of British Columbia on any licensedmotor vehicles of any kind to be used to carry out the Work.

(c) A provision requiring the Insurer to give the City a minimum of fifteen (15) day’s notice ofcancellation or lapsing or any material change in the insurance policy.

The Bidder must provide to the City, prior to the commencement of the Services, a certificate of insurance or other evidence which satisfied the City that the required insurance has been acquired and is in force.

The Bidder is responsible for any deductible amounts under the policies. The cost of all insurance required by this Contract shall be included in the Bidder’s fees.

Page 10: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo

THIS PAGE MUST BE INCLUDED WITH SUBMISSION

Page 10 of 33May 16, 2017

4.9 Workers’ Compensation Board (WorkSafe BC)

The Bidder 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.

4.10 Business License

At its own expense, the Contractor and any approved sub-contractors shall obtain and maintain a current City of Nanaimo Business License for the duration of the Contract term, including any extensions, if granted.

4.11 Laws, Permits and Regulations

(a) The laws of the Province of British Columbia shall govern the Contract.(b) In carrying out its obligations hereunder, the Bidder shall familiarize itself and comply with all

applicable laws, bylaws, regulations, ordinances, codes, specifications and requirements of allregulatory authorities, and shall obtain all necessary licenses, permits and registrations asmay be required by law.

4.12 Infringement

The successful Bidder warrants that the Products described herein, and the sale or use of them will not infringe on any patent and the successful Bidder covenants that it will defend at its own cost and expense, every action which may be brought against the City or those selling or using purchased products for any alleged infringement of any patent by reason of the sale or use of such articles. The successful Bidder agrees to pay all costs, damages, fines and profits recoverable in any such action or to indemnify the City from such costs, damages, fines, and profits claimed from the City in any such action.

4.13 Deficiencies/Inspection

The inspection and acceptance by the City will require a reasonable time to inspect and to provide acceptance the installation or to provide a deficiency list. The Successful Bidder will be required to resolve all issues that do not comply with the specifications or which are found to be defective materially or in workmanship or damaged. After notification of rejection the Successful Bidder shall promptly remove and replace the items that are deficient and bear all risk in relation of deficient items.

The City may hold back from payments otherwise due to the Contractor, as determined by the City, on account of deficiencies of any section of the Training Tower. This deficiency holdback may be held, without interest, until replacement materials are received and installed or such deficiency or defect is remedied.

4.14 Breach of Contract

(a) If the Bidder breaches any terms or conditions of the Contract, or becomes insolvent, enters voluntaryor involuntary bankruptcy or receivership proceedings or makes an assignment for the benefit ofcreditors, the City shall have the right (without limiting any other rights or remedies which it may havehereunder or by operation of both) to terminate the Contract by written notice to the Bidder,whereupon the City shall be relieved of all further obligations hereunder except the obligation to payto the Bidder such part of the materials received and inspected by the City.

(b) Cancellation shall be in writing and shall not result in any penalty or other charges to the City.

4.15 Independent Bidder

The Bidder, its sub-contractors, the officers, directors, shareholders, partners, personnel, affiliates and agents of the Bidder and subcontractors are not, nor are they to be deemed to be partners, appointees, employees or agents of the City.

4.16 Sub-Contracting

(a) Using a sub-contractor for the installation supervision (who must be clearly identified in your Tenderresponse) is acceptable. This includes a joint submission of two Bidders having no formalcorporate links. However, in this case, one of these Bidders must be prepared to take overallresponsibility for successful interconnection of the goods and services.

Page 11: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo

THIS PAGE MUST BE INCLUDED WITH SUBMISSION

Page 11 of 33May 16, 2017

(b) Sub-contracting to any firm or individual who’s current or past corporate or other interest may, inthe City’s opinion; give rise to a conflict of interest in connection with this project will not be permitted.This includes, but is not limited to, any firm or individual involved in the preparation of this Request forTender.

(c) The Bidder shall not sub-contract any part of the Work or assign any part of the Contract withoutprior written consent of the City. Any consent to sub-contract shall not relieve the Bidder from itsobligations and every sub-contractor shall incorporate all the terms of the Contract that can bereasonably applied hereto.

(d) The Bidder shall preserve and protect the rights of the parties under the Contract with respect towork to be performed under sub-contract, and shall:� Enter into Contract with sub-contractor(s) to require them to perform their work as provided in the

Contract; � Incorporate the terms and conditions of the Contract into all Contract documents; and, � Be responsible to the City for acts and omissions of sub-contractors and individuals directly

or indirectly employed by them as for acts and omissions of individuals directly employed by the Bidder.

(e) Nothing contained in the RFT document shall create a contractual relationship between a Bidder, sub-contractor and the City.

4.17 Assignment or Sub-Contracting

Any Contract resulting from this RFT process may not be assigned or sub-contracted by the Bidder without the City’s prior written consent.

4.18 Freedom of Information and Protection of Privacy Act

All Tenders submitted shall become the property of the City, and as such are subject to the provisions of British Columbia’s Freedom of Information and Protection of Privacy Act. Bidders who wish to ensure particular parts of their Tender is protected from disclosure under the Act should specifically identify any information or records provided with their Tender that constitute trade secrets, and that are supplied in confidence, and the release of which could significantly harm their competitive position. Information that does not meet all three of the foregoing categories may be subject to disclose to third parties. Please refer to the Freedom of Information and Protection of Privacy Act for further information.

4.19 Dispute Resolution

In the event of a dispute arising between the City and the Bidder as to their respective rights and obligations under the Contract, both parties agree to resolve the dispute by:

(a) Conducting open negotiations whereby both parties use their best efforts to resolve the dispute bymutual agreement including the most Senior Management of both parties.

(b) If, after thirty (30) calendar days, the dispute is not resolved, both parties agree to appoint amediator to resolve the dispute. All costs to be split equally.

(c) If, after the mediation process is complete and the dispute is not resolved, the parties shall proceed toarbitrations following the rules of procedures as per the British Columbia International CommercialArbitration Centre located in Vancouver, BC. All costs, with the exception of legal fees, shall be borneequally.

4.20 Time of the Essence

Time shall be of the essence of this Contract.

4.21 Award

The City will review all Tenders submitted and select the Training Tower that at the sole discretion of the City provides the best value.

Award of this contract shall be based on the following: (a) Bidder’s references and past performance with similar projects and product(b) Compliance with the General Conditions and Specifications

The City reserves the right to:

Page 12: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo

THIS PAGE MUST BE INCLUDED WITH SUBMISSION

Page 12 of 33May 16, 2017

(a) waive what it considers to be, in its sole opinion, minor discrepancies at its own discretion; and(b) Unsuccessful Bidders may request a debriefing meeting with the City within fifteen (15) days following

award of the Contract

4.22 Project De-Scoping

In the event Bids exceed the value of the estimated budget, the City reserves the right to conduct a de-scoping exercise whereby the component(s) identified in Appendix D the Pricing Form; will be removed from the scope of the award and Bids will be re-ranked based on the revised grand total Tender Price of each Bid.

4.23 Process for Over Budget Event

If the City must, in accordance with 4.22 above, carry out a Project De-scoping, the City will revise the Bid ranking based on the grand total Tender Price of each Bid taking into account the applicable De-scoping Price Adjustment(s) reflected in each Bidders Submission. The City will carry out the De-scoping exercise using only those components identified in Appendix D the Pricing Form.

4.24 General

All Equipment and materials shall be new, free and clear of all liens, charges and encumbrances, the latest model, and shall be complete with all necessary accessories for operation. All Equipment and materials shall be at the risk of the Contractor until delivered, installed and inspected by the City. Onsite storage is not available for extended periods of time; Delivery to site must be coordinated and agreed upon with general contractor on site.

At a minimum, a two (2) year parts and labour warranty shall be provided on all Equipment and materials and/or services provided under the Contract.

The project scope is to include the installation of all materials for the Training Tower.

Title and Ownership of the Training Tower transfers to the City upon completion and acceptance of the installation by the City’s designate.

The successful Bidder is responsible to co-ordinate the delivery of the Training Tower, to meet the installation as an agreed upon start time and date as acceptable to the City.

4.25 Safety

The Successful Bidder will be designated as the Prime Contractor and they shall fulfill the Prime Contractor responsibilities as defined in:

1. WorkSafeBC Occupational Health and Safety Regulation, Notice of project, Section 20.2, andCoordination of multiple employer workplaces, Section 20.3;

2. Workers Compensation Act (BC), Coordination at multiple-employer workplaces, Section 118,Subsection (1) & (2); and

3. General Requirements, Section 3.10 WorkSafeBC.

4.26 Construction Schedule of Work

The City Requires that this contract be completed by August 31, 2017.

4.27 Shop Drawings

Prepare and submit the shop drawing for the City to review within 21 days of award.

4.28 Site Specific Information

1. Staging area is available2. Power, water is available3. Washrooms are not available4. Access to the work site is through 1900 Labieux Rd directly behind Fire Hall 2.

Page 13: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo

THIS PAGE MUST BE INCLUDED WITH SUBMISSION

Page 13 of 33May 16, 2017

BID FORM – MANDATORY REQUIREMENTS

PURCHASING DEPARTMENT 2020 Labieux Road, Nanaimo, BC, V9T 6J9

RFT#: 1930

THE DOCUMENTS TO BE ENCLOSED WITH THIS TENDER ARE:

���� Appendix A - Bidder’s Information Form signed and sealed

���� Addenda, if applicable to be acknowledged and included

���� Appendix B – Contract Personnel

���� Appendix C - List of References

���� Appendix D - Pricing Form

THE DOCUMENTS TO BE PROVIDED UPON AWARD:

���� City License

���� WorkSafeBC

���� Insurance as described here in

���� Bidder’s Shop Drawing within 21 days of award as requested herein

Page 14: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo

THIS PAGE MUST BE INCLUDED WITH SUBMISSION

Page 14 of 33May 16, 2017

APPENDIX A: BIDDERS INFORMATION FORM

BIDDERS must complete this form and include with the Tender Submission Please ensure all information is legible.

1. Bidder’s Contact Individual

2. Office Phone number

3. Toll Free number

4. Cellular number

5. Pager number

6. Fax number

7. e-mail address

8. Website

9. PST Account number (if applicable)

10. GST Account number (if applicable)

ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA

This will acknowledge receipt of the following addenda and, that the pricing quoted includes the provision set out in such addenda

ADDENDUM # DATE RECEIVED

#

#

#

□ Check here if NO Addendum received.

Bidder: Date

Signature:

Page 15: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo

THIS PAGE MUST BE INCLUDED WITH SUBMISSION

Page 15 of 33May 16, 2017

APPENDIX B - CONTRACT PERSONNEL

Contract Personnel

Provide the main contact personnel and one (1) back up person which will always be available during the term of the Contract. Provide the name, telephone number, cell phone number.

Contact Name Phone number Cell number

Page 16: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo

THIS PAGE MUST BE INCLUDED WITH SUBMISSION

Page 16 of 33May 16, 2017

APPENDIX C - REFERENCES

Provide a minimum of (3) references, it is the City’s preference to use someone other than the City; that the City may contact pertaining to work of similar scope and complexity. The Bidder may use the City if others references are not available. However if other references are not available or possible please indicate that here.

REFERENCE # 1

Customer

Contact Name & Phone Number

And email

Date of Purchase or service period

Contract Value

What was provided for in this contract?

REFERENCE # 2

Customer

Contact Name & Phone Number

And email

Date of Purchase or service period

Contract Value

What was provided for in this contract?

REFERENCE # 3

Customer

Contact Name & Phone Number

And email

Date of Purchase or service period

Contract Value

What was provided for in this contract?

REFERENCE RELEASE FORM

I (authorized signatory for the submitting Firm) authorize the City to contact the person and/or organization listed on this page, for the purpose of obtaining information relating to the Bidder.

• The City reserves the right to call references at their sole discretion on an if and when required basis.• The City reserves the right to check other references other than listed herein.

Page 17: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo

THIS PAGE MUST BE INCLUDED WITH SUBMISSION

Page 17 of 33May 16, 2017

APPENDIX D - PRICING FORM

Table 1 - Description Cost The supply and installation, as per the drawings and specifications in this tender document, for the following:

1. Price for Base of the Tower $

Lump Sum $ 7% PST $

Subtotal $

5% GST $

Total $

Table 2 - Description Cost The supply and installation, as per the drawings and specifications in this tender document, for the following:

2. Separate pricing for the top of the Tower $

Lump Sum $ 7% PST $

Subtotal $

5% GST $

Total $

Grand Total – Table 1 and 2 $

The GST calculation must be on goods only not on the Subtotal with PST included.

Subject to the project budget availability the Separate Pricing for the top of the Tower Table 2 may be removed from the Scope of Work for this project, and not awarded.

The Grand Total of Tables 1 and 2 will be the price as read at the Tender Opening.

The undersigned affirms that he/she is duly authorized to execute this bid.

Bidder: Date

Signature:

Page 18: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo Page 18 of 33May 16, 2017

APPENDIX E - MINIMUM RATE OF PAY

CITY OF NANAIMO and CANADIAN UNION OF PUBLIC EMPLOYEES, LOCAL 401 COLLECTIVE AGREEMENT ARTICLE 31 MINIMUM RATE OF PAY

Minimum Rate of Pay The Collective Agreement between the City of Nanaimo and Canadian Union of Public Employees, Local 401 says that:

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 Canadian Union of Public Employees, Local 401."

Position Title Rate Per Hour

Parks Utility Worker $31.78

Labourer $25.46

Page 19: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo Page 19 of 33May 16, 2017

LETTER OF UNDERSTANDING #12 BETWEEN:

CITY OF NANAIMO AND

CANADIAN UNION OF PUBLIC EMPLOYEES, LOCAL 401

Re: Contracting Out Issues

The City of Nanaimo and CUPE Local 401 agree to the following conditions in order to:

a) provide an interpretation of Article 31, Contracts or Sub Contracts.

1. Where the Union can provide documented evidence to prove to the City's satisfaction that a

contractor hired by the City of Nanaimo is not paying wage rates pursuant to Article 31, the City will

follow the process outlined in Appendix I.

2. The Parties agree that for the purposes of complying with Article 31, the rate for flagging shall be

set at $14.20 (2009 rate) per hour.

3. The City agrees to provide available cost information on contracts to the Union upon request4. This Agreement will be effective on new contracts awarded after date of signing and on current

contracts on which the Union provides evidence of breach of Article 31.

5. This Letter of Agreement forms part of the Collective Agreement and remains in effect in the same

manner and to the same extent as any other provision in the Collective Agreement.

6. All issues arising under the grievance and/or issues relating to contracts in effect up to the signing

of this Letter shall be deemed to be resolved and, no grievance will be filed in respect of any such

issues with the exception of current contracts where either Party discovers that a contractor is

contravening Article 31.

7. In the event a dispute occurs between the Parties regarding the implementation of this Agreement,

either Party may refer the matter to or a-mutually agreed arbitrator on an expedited basis for

resolution.

Page 20: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo Page 20 of 33May 16, 2017

Appendix I

DEFINITIONS "Work performed" refers to the current classifications contained in the Parties’ Collective Agreement and not directly connected to the job which is contracted.

PROCESS

1. Each contract assigned to a contractor by the City of Nanaimo will contain terms:(a) Requiring that the contractor adhere to the provisions of Article 31 of the Collective Agreement.

Current classified rates will be included.(b) Specifying that failure to adhere to the provisions is a breach of the contract and may give

rise to termination of the contract.

(c) Entitling the City to copies of information showing the wage rates paid to its employees.

(The City will provide copies to the Union if requested.)

2. In the event the City has concerns that a contractor is in violation of Article 31, the following

shall apply:

(a) The City shall immediately inform the contractor of its concerns and require the contractor

to comply.

(b) The City shall follow up contact and if violation still exists within thirty (30) days provide

written request for compliance.

(c) If violation continues, the City shall provide second request within a further thirty (30) days anddemand compliance or contract forfeiture may occur.

(d) 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.

(e) 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.

(f) If the City does not require forfeiture, such decision must be for bona fide operational or

legal reasons.

(g) Notwithstanding the above, the City may proceed to (d) or (e) directly.

Page 21: Request for Tender No. 1930 Fabrication and Installation

Department: City of Nanaimo

Subject: Prime Contractor PreconstructionMeeting Form

Form Revised: Page:

July 29, 20151 of 3

Date

Contract #

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 defined by WorkSafeBC OH&SRegulation Sections 20.2 and 20.3, and in the Workers’ Compensation Act, Sections118 Clauses 1 and 2.

Understands the Owners duties as defined in the Workers’ Compensation Act, Section119.

Understands for any discrepancyOH&S Regulation and/or the Workers’ Compensation Act (Part 3) shall prevail.

Acknowledges being informed of any known workplace hazards by the owner orowner’s delegate, by signing attached “Existing Known Hazard Assessment” form.

Shall communicate known hazards to any persons who may be affected and ensureappropriate measures are taken to effectively control or eliminate the hazards.

Shall ensure all workers are suitably trained and qualified to perform the duties forwhich they have been assigned.

Shall ensure or coorWorkSafeBC 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 ensuringcompliance by all workers with the Workers Compensation Act (Part 3) andWorkSafeBC OH&S Regulation.

Understands any WorkSafeBC violation by the Prime Contractor may be considered abreach of contract resulting in possible termination or suspension of the contractand/or any other actions deemed appropriate at the discretion of the City.

Understands any penalties, sanctions or additional costs levied against the PrimeContractor will be the responsib

Confirms the Prime Contractor’s Safe Work procedures and risk assessments wereprepared by, or approved by, a Qualified Person as defined by WorkSRegulation.

Accepts the following required documents shall be maintained and made availableupon request from the City and/or WorkSafeBC Prevention Officer at the wor

City of Nanaimo

Prime Contractor Preconstruction Meeting Form

July 29, 2015 Approved by:

Andrew BrooksHealth and Safety Manager

Meeting Location

WSBC Firm #

Company Name

Prime Contractor’s Superintendent

Description of Designated Workplace

Acknowledges appointment as Prime Contractor defined by WorkSafeBC OH&SRegulation Sections 20.2 and 20.3, and in the Workers’ Compensation Act, Sections

Understands the Owners duties as defined in the Workers’ Compensation Act, Section

Understands for any discrepancy establishing health and safety protocol, WorkSafeBCOH&S Regulation and/or the Workers’ Compensation Act (Part 3) shall prevail.

Acknowledges being informed of any known workplace hazards by the owner orowner’s delegate, by signing attached “Existing Known Hazard Assessment” form.

Shall communicate known hazards to any persons who may be affected and ensureappropriate measures are taken to effectively control or eliminate the hazards.

Shall ensure all workers are suitably trained and qualified to perform the duties forwhich they have been assigned.

Shall ensure or coordinate first aid equipment and services as required byWorkSafeBC 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 ensuringcompliance by all workers with the Workers Compensation Act (Part 3) andWorkSafeBC OH&S Regulation.

Understands any WorkSafeBC violation by the Prime Contractor may be considered abreach of contract resulting in possible termination or suspension of the contract

other actions deemed appropriate at the discretion of the City.

Understands any penalties, sanctions or additional costs levied against the PrimeContractor will be the responsibility of the Prime Contractor.

ontractor’s Safe Work procedures and risk assessments wereprepared by, or approved by, a Qualified Person as defined by WorkS

Accepts the following required documents shall be maintained and made availableupon request from the City and/or WorkSafeBC Prevention Officer at the wor

Andrew Brooks Health and Safety Manager

Acknowledges appointment as Prime Contractor defined by WorkSafeBC OH&S Regulation Sections 20.2 and 20.3, and in the Workers’ Compensation Act, Sections

Understands the Owners duties as defined in the Workers’ Compensation Act, Section

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

dinate first aid equipment and services as required by

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

Understands any WorkSafeBC violation by the Prime Contractor may be considered a breach of contract resulting in possible termination or suspension of the contract

other actions deemed appropriate at the discretion of the City.

Understands any penalties, sanctions or additional costs levied against the Prime

ontractor’s Safe Work procedures and risk assessments were prepared by, or approved by, a Qualified Person as defined by WorkSafeBC OH&S

Accepts the following required documents shall be maintained and made available upon request from the City and/or WorkSafeBC Prevention Officer at the workplace

Page 22: Request for Tender No. 1930 Fabrication and Installation

Department: City of Nanaimo

Subject: Prime Contractor PreconstructionMeeting Form

Form Revised: Page:

July 29, 20152 of 3

Documents required to be maintained and available by the Prime Contractor will include, butnot be limited to: Check

All notices which the Prime Contractor is required to provide to WorkSafeBC as perWorkSafeBC OH&S Regulation.

Any written summaries of remedial action taken to reduce occupational health andsafety 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 ofresponsibility.

Completed accident investigations for any incidents and accidents occurring within thePrime Contractor’s area of responsibility

On a construction project womaintained and available by the Prime Contractor:

• Records of all orientation and regular safety meetings held between contractors and theirworkers, 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 eachsubcontractor (employer’s) site health and safety activities.

• Diagram of the emergency route to the hospital

The following information must beCheck

WorkSafeBC Notice of Project

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)

Safety Supervisor(s)

Location of First Aid Station

Signature of Prime Contractor

Signature of City Contract Representative

City of Nanaimo

Prime Contractor Preconstruction Meeting Form

July 29, 2015 Approved by:

Andrew BrooksHealth and Safety Manager

required to be maintained and available by the Prime Contractor will include, but

All notices which the Prime Contractor is required to provide to WorkSafeBC as perWorkSafeBC OH&S Regulation.

Any written summaries of remedial action taken to reduce occupational health andsafety 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

accident investigations for any incidents and accidents occurring within thePrime Contractor’s area of responsibility

workplace, these additional documents are required to bemaintained and available by the Prime Contractor:

Records of all orientation and regular safety meetings held between contractors and theirworkers, including topics discussed, worker names and companies in attendance.

Written evidence of regular inspections within the workplace.

records.

Current list of the name of a qualified person designated to be responsible for eachsubcontractor (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:

WorkSafeBC Notice of Project (if applicable)

WorkSafeBC Clearance Letter

Prime Contractor’s OH&S Safety Program

Site/Project Specific Hazard Identification and Risk Assessments,Safe Work Procedures, etc.

Location of First Aid Station

Signature of City Contract Representative

Andrew Brooks Health and Safety Manager

required to be maintained and available by the Prime Contractor will include, but

All notices which the Prime Contractor is required to provide to WorkSafeBC as per

Any written summaries of remedial action taken to reduce occupational health and

Records of any incidents and accidents occurring within the Prime Contractor’s area of

accident investigations for any incidents and accidents occurring within the

, these additional documents are required to be

Records of all orientation and regular safety meetings held between contractors and theirworkers, including topics discussed, worker names and companies in attendance.

Current list of the name of a qualified person designated to be responsible for each

to the City Contract Representative:

Site/Project Specific Hazard Identification and Risk Assessments,

Page 23: Request for Tender No. 1930 Fabrication and Installation

Department: City of Nanaimo

Subject: Prime Contractor PreconstructionMeeting Form

Form Revised: Page:

July 29, 20153 of 3

Pre-Existing and Known Hazard Identification

Discussion between the Prime Contractor and the City Contract Representative

Date

Prime Contractor Company Name

Prime Contractor’s Superintendent

City Contract Representative

• City Contract Representative to make the Prime Contractor aware of any knownextraordinary pre-existing hazards specific to the contract.

• It is recognized the pre-existing and known hazards identified may not be a comprehensivelist and due caution is always required.

• Use additional pages if necessary.

Identified Extraordinary Hazards

Prime Contractor Representative

Prime Contractor Representative

City of Nanaimo

Prime Contractor Preconstruction Meeting Form

July 29, 2015 Approved by:

Andrew BrooksHealth and Safety Manager

Known Hazard Identification

Discussion between the Prime Contractor and the City Contract Representative

Meeting Location

Prime Contractor Company Name

Prime Contractor’s Superintendent

City Contract Representative to make the Prime Contractor aware of any knownexisting hazards specific to the contract.

existing and known hazards identified may not be a comprehensivelist and due caution is always required.Use additional pages if necessary.

Identified Extraordinary Hazards Action required to eliminate or control hazardsand ensure worker safety

Prime Contractor Representative (signature) City Contract Representative

Prime Contractor Representative (print name) City Contract Representative

Andrew Brooks Health and Safety Manager

Discussion between the Prime Contractor and the City Contract Representative

City Contract Representative to make the Prime Contractor aware of any known

existing and known hazards identified may not be a comprehensive

Action required to eliminate or control hazards and ensure worker safety

City Contract Representative (signature)

City Contract Representative (print name)

Page 24: Request for Tender No. 1930 Fabrication and Installation

BID BOND

No. $

Know All Men by These Presents ThatKnow All Men by These Presents ThatKnow All Men by These Presents ThatKnow All Men by These Presents That

as Principal hereinafter called the Principal, and a corporation created and existing under the laws of

, and duly authorized to transact the business of Suretyship in , as Surety, hereinafter called the Surety, are held and firmly bound unto

as Obligee, hereinafter called the Obligee, in the amount of

Dollars, ($ ) lawful money of Canada, for the payment of which sum, well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents

WhereasWhereasWhereasWhereas, the Principal has submitted a written tender to the Obligee, dated the

day of 20__ , for

Now, TNow, TNow, TNow, Therefore, the Condition of This Obligationherefore, the Condition of This Obligationherefore, the Condition of This Obligationherefore, the Condition of This Obligation is such that if the aforesaid Principal shall

have the tender accepted within sixty (60) days from the closing date of tender and the said Principal will within the time required, enter into a formal contract and give the specified security to secure the performance of the terms and conditions of the Contract, then this obligation shall be null and void; otherwise the Principal and the Surety will pay unto the Obligee the difference in money between the amount of the bid of the said Principal and the amount for which the Obligee legally contracts with another party to perform the work if the latter amount be in excess of the former.

The Principal and the Surety shall be liable for a greater sum than the specified penalty of this Bond.

Any suit under this Bond must be instituted before the expiration of six months from the date of this Bond.

In Witness WhereofIn Witness WhereofIn Witness WhereofIn Witness Whereof, the Principal and the Surety have Signed and Sealed this Bond this

day of 20__

Signed and SealedSigned and SealedSigned and SealedSigned and Sealed ( (SEAL) In the presence of (

( (SEAL) ( ( (SEAL)

Endorsed by

The Royal Architectural Institute of Canada The Association of Consulting Engineers of Canada The Canadian Construction Association The Engineering Institute of Canada The Specification Writers Association of Canada

Approved by Insurance Bureau of Canada ___________________________________

Attorney-in-fact

Page 25: Request for Tender No. 1930 Fabrication and Installation

RFT No.1930 Fabrication and Installation of Training Tower at Fire Hall No. 2

The City of Nanaimo Page 25 of 33May 16, 2017

APPENDIX H – LIST OF ISSUED FOR TENDER (IFT) DRAWINGS:

# City drawing number Drawing Title

1 22148 General Notes

2 22149 Storage Shed and Tower Foundation Plan

3 22150 Storage Shed and Tower Foundation Details

4 22151 Tower – Plans and Elevations

5 22152 Tower – Elevations

6 22153 Tower – Details – Sheet 1

7 22159 Tower – Details – Sheet 2

Page 26: Request for Tender No. 1930 Fabrication and Installation

CITY OF NANAIMOT H E H A R B O U R C I T Y ENGINEERING LIMITED

HEROLD

DESCRIPTION

GENERAL NOTES0017-150-S01

DRAWING NUMBER

DRAWING LIST

STORAGE SHED AND TOWER0017-150-S02

STORAGE SHED AND TOWER0017-150-S03

TOWER - PLANS AND ELEVATIONS0017-150-S04

TOWER - ELEVATIONS0017-150-S05

FOUNDATION PLAN

FOUNDATION DETAILS

STRUCTURAL DRAWINGS

TOWER - DETAILS - SHEET 10017-150-S06

TOWER - DETAILS - SHEET 20017-150-S07

Page 27: Request for Tender No. 1930 Fabrication and Installation

CITY OF NANAIMOT H E H A R B O U R C I T Y ENGINEERING LIMITED

HEROLD

Page 28: Request for Tender No. 1930 Fabrication and Installation

CITY OF NANAIMOT H E H A R B O U R C I T Y ENGINEERING LIMITED

HEROLD

Page 29: Request for Tender No. 1930 Fabrication and Installation

CITY OF NANAIMOT H E H A R B O U R C I T Y ENGINEERING LIMITED

HEROLD

Page 30: Request for Tender No. 1930 Fabrication and Installation

CITY OF NANAIMOT H E H A R B O U R C I T Y ENGINEERING LIMITED

HEROLD

Page 31: Request for Tender No. 1930 Fabrication and Installation

CITY OF NANAIMOT H E H A R B O U R C I T Y ENGINEERING LIMITED

HEROLD

Page 32: Request for Tender No. 1930 Fabrication and Installation

CITY OF NANAIMOT H E H A R B O U R C I T Y ENGINEERING LIMITED

HEROLD

Page 33: Request for Tender No. 1930 Fabrication and Installation