The legal description is for the Lots 8-10, Block 1, Plan RN57, Bawlf Alberta. The New building location on site would be as shown as per (see attached drawings).
The successful supplier will be responsible for all development, building, and trade-specific permits. The successful supplier will be responsible for any and all architectural drawings required by any and all authorities.
The successful supplier will be responsible for any plot plans or footprints.
The supplier will be responsible for all utility locates and Alberta First Calls.
The supplier will be responsible for any and all site preparation, leveling, earth removal, brushing, scraping, excavation, fill, compacting or any other site work necessary.
The supplier will be required to observe any and all legislation and/or regulations under the Municipal Government Act, Occupational Health and Safety Act, W.C.B., Safety Codes Act, Alberta Building Codes or municipal by-laws, all of which may be amended or repealed and replaced from time to time or whatever jurisdictional or regulatory authority that may govern.
The supplier will be required to adhere to any and all requisites for building permits of the jurisdictional or regulatory authority that may govern.
The supplier will be required to carry out his/her duties in compliance with any and all legislation, regulations, by-laws or policies of the governing jurisdictional or regulatory authority.
The supplier will be required to construct a single Bay oversized Grader Shop according to Alberta Building Code.
The supplier will be required to coordinate and work with any preferred contractors with whom the County has already negotiated an agreement with. This will allow for the complete and successful construction of the desired end product.
The supplier will be required to coordinate and include in their scope of work any and all electrical, plumbing, heating, sheet metal or any other trades requirements.
The supplier will be required to coordinate any and all temporary and full time hook-ups such as; power, natural gas or any other utilities.
After construction the supplier will be required to; clean up, groom, manicure and landscape the site to a respectable level of condition. Top soil and clay may be required to replace any voids on the site. Site finishing will form a part of the scope of work.
The supplier will be required to dispose of any debris accumulated in an acceptable manner in compliance with any and all legislation and/or regulations under the Municipal Government Act, Occupational Health and Safety Act, Safety Codes Act, Alberta Building Codes or municipal by-laws all of which may be amended or repealed and replaced from time to time or whatever jurisdictional or regulatory authority that may govern.
The supplier has the right to choose which landfill that they would prefer to negotiate and do business with, but it is encouraged that the supplier approach the West Dried Meat Lake Landfill for demolition and waste materials.
The supplier shall by; personal inspection, examination, calculations, or other tests, or by any other means, satisfy himself/herself with respect to local conditions to be encountered and the quantities, quality and practicability of the work, the nature and quantity of materials to be used, the equipment and facilities required throughout all stages of the work and all other matters which can in any way affect the work.
The supplier shall use due care and take all necessary precautions to ensure the protection of persons and property. The supplier shall be liable for any and all injury or damage which may occur to persons or property due to any act, omission, neglect or default of the supplier or his/her employees, workmen or agents.
The supplier shall, without further order, provide and maintain at all times during the progress or suspension of the work; suitable barricades, fences and signs as will be necessary to ensure the safety of the Public or those engaged in the work. In addition, the supplier shall provide for the proper placement of fire extinguishers of the right size and type during work in progress and shall take steps to ensure that his/her employees are familiar with their use, if required.
The supplier shall provide to the County their Certificate of Recognition (COR) and be responsible to ensure that all his/her workers and employees are briefed as to the specifics of their company safety policy prior to the commencement of work and shall conform to that policy throughout all stages of the work.
The supplier shall protect himself/herself and indemnify and save the County harmless from any and all claims and/or actions which may arise from the supplier's/Subcontractors operations. For this purpose the supplier shall, without restricting the generality of the foregoing, provide written proof to the County that he/she maintains a minimum of $5,000,000.00 Public Liability and Property Insurance for work relating to any of the County facilities as specified in this RFP. Such coverage shall remain in effect throughout the work and shall name the Camrose County as a co insured. Such written proof shall be certified by the suppliers’ Insurance Company and submitted to the County prior to the commencement of work.
The supplier shall comply with all requirements of the Workers' Compensation Act of Alberta and any regulations applicable thereto and without restricting the generality of the foregoing, the supplier shall adhere to any safety regulations governing the work. The supplier shall provide to the County a clearance from the Worker’s Compensation Board prior to the commencement of work and immediately following completion of the work and prior to the final payment being made.
The supplier shall keep on the work site at all times during its progress a competent Foreman or Superintendent. The Foreman or Superintendent shall represent the supplier and directions given to him/her from the County shall be held to be given to the supplier. The Foreman or Superintendent shall give efficient and effective supervision to the work until its completion.
The supplier shall maintain on site a copy of the quotation information and shall make it available for reference as required.
The supplier shall at all times enforce strict discipline and good order among his employees, and shall not employ on the work any unfit person or anyone not skilled in the work assigned to him.
The County may appoint any person or corporation or an employee of such person or corporation to be an Inspector. Such Inspector shall have the authority of the County to reject materials, procedures or workmanship as not complying with the provisions of the work as specified herein. Such Inspector may order routine recognized tests or inspections that may be deemed necessary to ascertain the proper execution of the work. The cost of work found deficient under the terms of the quotation, including any additional cost necessary to make the work acceptable under the quotation, shall be paid by the supplier.
The supplier agrees to correct promptly, at his/her own expense defects or deficiencies in the work and shall Warranty (over and above any manufacturer’s warranty) the performance of the work for a Two (2) year period commencing the date payment is made by the County to the supplier. The supplier further agrees to correct, at his/her own expense, any damage to any other work, property or equipment resulting from the operations of the supplier.
The supplier shall furnish the County with any and all warranty information and operating manuals associated with the work and any supplied equipment.
Upon the satisfactory completion of the work in its entirety as judged by the County, and subsequent to the expiration of the holdback period (46 days from date of completion) and proof of W.C.B. payment and a Statutory Declaration, the County will pay the supplier for the performance of the work. The holdback will be in the amount of 10% of the price, GST included. The County may approve progress payments for the completion of various phases of work. Notwithstanding the holdbacks described, payment of the final invoice will occur within 30 days of receipt.
A final site inspection with both the supplier and the County is mandatory at the time of completion to review the project. The supplier’s responsibility will be limited to the original scope of negotiated work including any authorized changes implemented after or during negotiations. In the event of uncompleted or unsatisfactory items, a reasonable deficiency holdback amount will be determined for the value of the items in question. A reasonable amount for deficiency holdback is defined as the actual cost to complete or rectify the items in question. In such circumstances, the supplier will act immediately to complete the deficiencies. The deficiency holdback is due to be paid without delay upon satisfactory completion of the noted deficiencies. The warranty period begins from the date of Certificate of Substantial Completion, or building occupation by the County, whichever is earlier, and continues for two full years. Full payment of the performance (not including deficiency holdbacks) is required to process warranty claims.
B. Desired Facility Features and Requirements
As previously mentioned, the supplier is responsible for any and all architectural and engineered drawings. Camrose County only has a concept in mind; therefore, it will be a design/build project.
Specific features and requirements that the County has in mind and expects the supplier to meet or exceed are:
Design and layout of Grader Shop
• Project drawings signed and stamped by engineer registered in Alberta
• Site supervision to completion of project
• Construction of one 60’ X 32’ Grader Storage facility
• Excavation for all foundations
• Backfilling and compaction of foundations systems to grade using existing or imported competent material
• 4’ Concrete foundation wall on a 20”x 8” spread footing
• 1 ½” Below grade rigid insulation around the perimeter of the foundation
• Minimum 6” graded and compacted gravel base underlying all foundations and concrete works
• Minimum 6” concrete floor reinforced with 10mm rebar 12” OC each way
• Minimum 6”x20x20’ concrete apron in front of overhead door
• Minimum 4”x4’x6’ concrete apron in front man doors
• 32 Mpa Type 50 concrete standard (or as required by Professional Engineer)
• 10’ x 6” diameter concrete filled steel bollards on either side of overhead door with 5’ extending above-grade and painted
• Two compartment sump in middle of grader bay
• Industrial grade floor gutters connected to sumps
• Anchor bolts for structural wall support
• Commercial trusses
• Sloped roof (3:12) minimum
• 16’ Eve wall height
• 2” x 8” wall studs
• 26 gauge painted steel roof cladding
• Snow rakes installed appropriately across building roof to prevent snow sliding
• 26 gauge painted steel exterior wall cladding
• 26 gauge painted steel flashings and trims
• All interior walls finished with white 29 gauge liner panel
• Adequate venting for building attic
• Oversized eavestrough and downspouts
• (1) - 18’x14’ TD134 overhead door with windows mounted mid-height (>6’6”), wall mounted operator controls & 2 remotes
• (2) - 6’8” x 36” exterior steel door & frame commercial man doors with push-bar openers and self-closing apparatus
• (1) – commercial grade steel push pin exterior door handle
• (2) PVC solid triple-pane windows with minimum glass area of 12 square feet
• R40 Blown-in insulation in the attic
• Minimum R28 spray-foam insulation in the exterior walls completed by a certified contractor
• (1) Bathroom with services tied into municipal Water & Sanitary System
Electrical
• (10) – LED roof lighting fixtures in shop area
• (2) – LED wall-mounted lighting fixtures over work bench area
• (4) – Exterior industrial LED wall-mounted lighting fixtures with light sensor and appropriate housings for exterior use
• Emergency / Exit lighting
• 20A/120V GFCI receptacles throughout the shop
• (1) –100A 60cct 208V electrical panel
• (4) – GFCI 220 outlets pressure washers, air compressor
• (1) – LED roof lighting fixtures in bathroom
• (1) – Electric baseboard heater in bathroom area
• (2) – 15A/120V GFCI receptacle in bathrooms
• (2) – Exterior receptacles
Mechanical
• 40 Gallon - Tank type water heater installed
• 4-5’ Vanity counter and under-cabinets in bathroom with standard sink and appurtenances
• Min. 90 C.F.M exhaust fan in bathroom
• (1) Interior Hot / Cold water hose bibs installed
• (2) Exterior Cold water hose bibs installed
• (1) Eye wash Station installed
• (1) Emergency Shower Station installed
• (1) “Hotsy” pressure washer with hose reel installed
• (1) 60 Gallon, 2 Stage, 18 CFM air compressor installed
• Plumbed for power washing capabilities
• Plumbed for clothes washer
• Supply and install gas line to infrared heaters, hot water tank & ”Hotsy” pressure washer
• Appropriately sized infrared heaters for shop
• Appropriately sized air exchange unit for shop to minimize moisture buildup on interior of building
Utilities
• Water service – by Contractor
• Sanitary Service – by Contractor
• Power – by Contractor
• Gas – by Contractor
Decisive Factors
Critical to this project is supplier/contractor availability. This will include the coordination of other sub trades and professionals. The County requires that the mobile equipment be stored out of the elements for longer life and appreciation. Therefore, the target completion date is October 15, 2021 or sooner. This may or may not disqualify potential suppliers/contractors, on their own accord, from submitting requests because of previous commitments. Camrose County needs to know this in order to properly evaluate and ascertain how to most wisely manage this project.
a) Availability - anticipated or projected start date.
b) Completion date
c) Outline proposed schedule and milestones
IV. CONCLUSION
The building site and exterior of the existing structure is available for personal viewing and inspection. This may allow you a better opportunity to truly appreciate what the project is all about. Once approved by Council, Camrose County intends on beginning this project so that it is completed in time for the fall and the subsequent expected snowfall.