Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Page 1 of 33
REQUEST FOR PROPOSAL - RFP-M2019-2752
Supply and Installation of Wayfinding and Public Area Signage
Destination Project
Science and Academic Building
University of Lethbridge 4401 University Drive Lethbridge, Alberta Canada T1K 3M4
Key Dates: Issued Date: May 31, 2019 Optional Site Visit: June 10, 2019 Deadline for Clarification: June 14, 2019 RFP Closing Date: 1500 hrs MST on June 20, 2019 Selection of the Successful Vendor: June 26, 2019
**Please Submit Receipt Confirmation Form immediately** (Schedule 3 - last page of this document)
Digital copies of this RFP and relevant drawings, specifications, and background information are available by visiting the University of
Lethbridge Facilities Project Management website. http://www.uleth.ca/facilities/RFP
Project Website: http://www.destinationproject.ca
Page 2 of 33
Table of Contents
1. Project Overview ......................................................................................................................................................... 3
2. Instructions/Information to Bidders ............................................................................................................................. 4
3. Proposal Submission .................................................................................................................................................... 5
4. Project Scope ............................................................................................................................................................... 6
5. Response Requirements ............................................................................................................................................... 8
6. Evaluation Process ....................................................................................................................................................... 10
7. RFP Terms & Conditions ............................................................................................................................................ 12
8. Insurance Requirements ............................................................................................................................................... 16
9. Definitions ................................................................................................................................................................... 17
Appendices Available at http://www.uleth.ca/facilities/RFP
Appendix A Scope of Work and Specification Drawings
Appendix B Contractor Prequalification Submission Requirements
Appendix C Insurance Requirements
Appendix D Sample Construction Contract
Schedules Available at http://www.uleth.ca/facilities/RFP
Schedule 1 Fee Submission Form
Schedule 1A Itemized Wayfinding Unit Costing Schedule
Schedule 2 Full Disclosure Form
Schedule 3 Receipt Confirmation Form
Page 3 of 33
1 Project Overview
The University of Lethbridge, hereafter referred to as the Owner or the University, invites Request for Proposals (RFP) from
qualified vendors with expertise in providing public area signage to meet the wayfinding needs of the Destination Project,
Science & Academic Building. The University has used the label “Destination Project” and/or “Science and Academic
Building” as a generic name for the project since its inception in 2011. It will be formally named later this year.
At the time of writing this RFP, neither the new name nor many of the specific corporate sponsors have been publicly released.
As a consequence, the relevant signage is only generically referenced.
1.1. The University
The University of Lethbridge is located on the west bank of the Oldman River across from the city’s center in Lethbridge,
Alberta. The campus site occupies a distinctive coulee landscape rising from the river below to an extensive plateau area. The
University has embarked on its largest construction project since University Hall in 1971. The five (5) story Science and
Academic Building boast an impressive floor plate of approximately 38,400m2 for teaching and research for disciplines in
Biology, Biochemistry, Chemistry, Neuroscience, Physics & Astronomy, and Psychology.
The Science & Academic Building will be a vibrant hub for engagement of undergraduate, graduate, and community outreach.
Lab wings and public corridors intersect, encouraging interaction and collaboration between faculty, staff, students and the
broader community.
The University has commissioned BOND Creative Inc.as consultants for this portion of the work.
Most of the access within the Science and Academic Building is regulated by secure access permissions, research wings are
not accessible by general public. The primary focus of this RFP is for the wayfinding in public corridors of this complex
building. It is not the intent of this RFP to include wayfinding within the secure research areas.
One of the key wayfinding challenges is the lowest level of this building is labelled “Level 6” and the west facing main
entrance on grade is labelled “Level 8”. This is due to:
The building’s south entrance directly connects to the University’s iconic Arthur Erickson’s University Hall at
level 6. As the University’s first and largest building, University Hall serves as the elevation benchmark for many
of the surrounding campus buildings. As a result, visitor’s entering the building via University Hall enter on
“Level 6”.
The west side of the building is partially built into our unique coulee topography.
Conversely, visitors entering from the building’s main and most public, west facing entrance will find themselves
entering at a grade level entrance on “level 8”.
Interested parties are encouraged to visit the project website to acquire a better understanding of the buildings purpose and operational philosophy http://www.destinationproject.ca
1.2. Schedule
Construction commenced on April 15, 2016, and over this summer, faculty and staff are moving into the building and it will be
open to the public in September 2019.
It is the intention of the University to select the successful vendor in June 2019 with the delivery and installation of signage as
soon as possible. The University has planned a grand opening for the weekend of September 13 and 14, 2019.
Page 4 of 33
2 Instructions/Information to Bidders
The University encourages vendors to submit a proposal for supply, delivery and installation of wayfinding and public area
signage for the Destination Project’s Science and Academic Building.
This RFP details the instructions for submitting proposals and the procedures and criteria by which a vendor(s) will be
selected. Response to the RFP must comply with the instructions that follow. Failure to do so may disqualify a bid response.
2.1. Key Dates
Listed below are the important events, target dates and times by which the events are expected to be completed.
a) Issue of RFP May 31, 2019
b) Optional Site Visit June 10, 2019
c) Inquiries Up to June 14, 2019
d) Response to RFP Due 1500 hrs MST on June 20, 2019
e) Acceptance of Successful Proposal June 26, 2019
2.2. Site Visit
On optional site visit is scheduled for June 10, 2019 at 1000 hrs. Potential vendors are asked to meet at the Science and
Academic Building main entrance on Level 8.
2.3. Inquiries
All inquiries related to this RFP should be directed in writing or by email to the person(s) named below (the University
Representative(s)). Information obtained from any person or source other than the University Representative not be relied
upon.
Administrative Technical Ed deBruin, Project Manager Chris Patton
Destination Project Office Industrial Designer
University of Lethbridge BOND Creative Inc.
4401 University Drive Suite 208, 5800 2nd Street SW
Lethbridge, Alberta T1K 3M4 Calgary, AB T2H 0H2
T: 403-795-1843 T: 403- E: [email protected] E: [email protected]
Inquiries should be made no later than June 14, 2019. The University reserves the right not to respond to inquiries made after
that time.
Inquiries and responses will be recorded and may be distributed to all Respondents at the discretion of the University.
2.4. Further Information & Addenda
All prospective bidders are urged to conduct their own investigations. Respondents will be deemed to have carefully examined
the RFP, including all attached Schedules and the Site (as applicable) prior to preparing and submitting a Proposal with respect
to any and all facts which may influence a Proposal.
Page 5 of 33
The applicant has the responsibility to notify the Project Manager of any ambiguity, divergence, error, omission, oversight or
contradiction contained in the RFP and to request any instruction, decision or direction which may be required to prepare its
Proposal. The deadline for clarifications is June 14, 2019.
All questions and subsequent answers will be provided to all Proponents in a written form as an addendum. Addenda issued
will become part of the contract.
The addenda and additional Information will be posted on the Alberta Purchasing Connection website
(http://www.purchasingconnection.ca)
3 Proposal Submission
3.1. Submission
The final RFP submission MUST include the following:
Completion of Schedule 1 - Fee Submission Form
Completion of Schedule 1A - Itemized Signage Unit Costing Schedule
Completion of Schedule 2 – Full Disclosure Form
Proof of Liability Insurance
Proof of valid WCB Coverage
Completion of Schedule 3 – Receipt Confirmation Form
Reference List as detailed in the RFP
Summary of potential Value Added Services, if any (include a separate page)
Completion of Appendix B - Contractor Safety Prequalification Package if vendor is NOT
already on the U of L pre-approved contractor list.
3.2. Key Evaluation Criteria
3.2.1. Qualifications
Subcontractors and/or installers will be required to submit evidence at any time after the submission of Bids, as to their
ability to carry out the Work and be prepared to satisfy the University as to their competency.
Installers must comply with the University’s Contractor Safety Prequalification Submission Requirements as detailed
in Appendix B.
Additionally, the successful bidder will be also asked to submit an up-to-date WCB Certificate of Clearance and
appropriate liability insurance.
3.2.2. Experience and Relevant Projects
Provide the following information for three (3) relevant projects completed within the last five (5) years. Please
highlight work with post-secondary institutions, public institutions.
Project name
Client name and references. References must include a facility/project manager contact name, current address,
current phone number, and email address
Project budget
Project start date and completion date
Overview of main program elements
Description of the scope of work provided by your firm, and examples of completed work
Page 6 of 33
3.2.3. Workers’ Safety
It is the intention of The University of Lethbridge to review with the successful Contractor their safety program
with respect to the Alberta Occupational Health and Safety Act. The University of Lethbridge, as Owner, must
demonstrate due diligence in its designation of Prime Contractor and therefore the successful Proponent must
successfully pre-qualify. Please refer to Appendix B for further details.
3.2.4. Costing
Completion of Schedule 1, Fee Submission Form in its entirety is required and ultimately forms the major criteria
for this RFP.
All pricing to be quoted in Canadian dollars. Please include a proposed breakdown of payment percentage upon
deliverables. This may be subject to negotiations.
3.2.5. Value Added Services
The purpose of this section is to provide the proponents an opportunity to identify any value added options or ideas
that may benefit the University. Each of these services must be detailed and include specific benefits to the
University.
Value added services should be divided into two categories:
1. Value added services that are part of the submission and included in the fee. Such services will help to
differentiate the design team from other groups.
2. Value added services that are not part of the base fee for services but would add an identifiable value to the
process or the ultimate product.
Items in this category may have an identified cost that should be identified as a separate cost and also
included on the separate sheet in the fee proposal. These items should not be included in the fixed fee
submission but should be detailed on a separate page and included with the RFP submission.
The University will determine if the value added items will be accepted for inclusion in the overall fee, or
rejected.
4 Project Scope
4.1. Management
4.1.1 Submit a critical path schedule for the project design and construction services for approval by the Owner 7
days after the awarding of the contract.
4.1.2 Inspect the site and take into consideration in the design of the project all existing site conditions.
4.1.3 Consult with University project staff and the consultants to confirm technical requirements for the
installation.
4.1.4 Provide final working drawings and as-built drawings delivered in AutoCAD™ electronic media files in the
University’s file layering format.
Page 7 of 33
4.2. Fabrication and Erection 4.2.1 Comply with the signage and wayfinding specifications developed by BOND Creative Inc., as detailed in
Appendix A, dated May 29, 2019
4.2.2 Make accurate field measurements prior to fabrication. Include all supports and track that may be required at
no extra cost to the Owner.
4.2.3 Verify that all blocking and framing necessary to carry the assembly is properly and securely installed.
4.2.4 Notify the Owner in writing of any discrepancies or deficiencies in the work of other contractors that would
affect the work of this project.
4.2.5 Prepare construction drawings, specifications and documents for the complete project, including electrical and
other support requirements.
4.2.6 The Vendor will provide submittals to the owner such as shop drawings, product data, and samples to ensure
conformance with the design of the Work as indicated in the design documents.
4.2.7 Coordinate and/or manage the construction/erection process.
4.2.8 Deliver materials, FOB site, in original wrappings or containers, with manufacturer's seals and labels intact.
4.2.9 Install work only by manufacturer's skilled tradesmen and install in strict accordance with manufacturer's
recommendations and review shop drawings.
4.2.10 Install all items plumb, square properly spaced, rigidly coupled and adequately anchored maintaining uniform
clearances and accurate alignment, levels and parallel with window panes.
4.2.11 Use only non-corrosive metal fasteners for installation.
4.2.12 Confirm method of installation onto architectural finishes with University before beginning installation.
4.2.13 Erect the complete system. The University will be responsible for providing electrical and data services to the
selected site.
4.2.14 Handle and store materials in accordance with manufacturer's recommendations protecting materials and
finishes from damages, marring
of finishes or soiling.
4.2.15 Manufacture and assemble
system components that allow for
custom installation to suit project
requirements.
4.2.16 Ensure that the finished
assemblies are complete in every
respect, square, true to size and
free from distortion, twist, or
other defects which could affect
their strength, operation, or
appearance. Ensure that finishes
are uniform, smooth and without
blemish.
Page 8 of 33
4.3. Commissioning and Start Up
4.3.1 As part of its commissioning process, the Owner intends to inspect each unit, individually. Accompany the
Owner’s representative to each installation and verify proper operation.
4.3.2 The Vendor shall keep the Owner informed of the progress and quality of the Work and shall report to both
the Owner any defects or deficiency in the Work whether through the site review process, sub-vendors or
otherwise.
4.4. Maintenance and Operating Manual
Provide operating and maintenance instructions for incorporation into a maintenance manual. Provide three (3) copies.
5 Response Requirements
Vendors are asked to complete all schedules as detailed in Section 3.
5.1. Submission Format
To help provide consistency in the evaluation and rating of responses, all proponents are required to use the pricing documents
in Schedule 1 and Schedule 1A.
The Proponent is required to submit three (3) hard copies and one (1) electronic copy in word or pdf format on a standard
USB thumb drive of the RFP submission before the deadline and clearly mark the envelope RFP-M2019- 2752 delivered in
person or by courier in a sealed envelope to:
Daryl Schacher, Manager
Materials Management
University of Lethbridge
Parkway Service Complex Building
4401 University Drive
Lethbridge, AB., T1K 3M4
The Proponent’s submission must be received in the specified formats by 1500 hours MST on June 20, 2019.
Strict adherence to this deadline will be maintained unless the deadline date is extended via addendum.
Failure to submit by the requested time and at the designated location will result in the submission no longer being eligible for
consideration and will be returned unopened to the Applicant.
Submissions will not be considered an email or fax format.
The time and date will be determined and managed by the University of Lethbridge Materials Management clock. If a dispute
arises as to whether the document was received before the deadline, the University only acknowledges the date and time
stamped by the Materials Management department clock.
Submissions may also be considered ineligible if not completed and submitted in the required format.
Please include specific corporate brochures or other documents that are specifically relevant to the RFP response. General
promotional material will not be considered in the selection process.
The legal name of the person or firm submitting the proposal should be inserted in Schedule 1. The Proposal should be signed
by a person authorized to sign on behalf of the Respondent and include the following:
Page 9 of 33
(a) If the Respondent is a corporation then the full name of the corporation should be included, together with the names
of authorized signatories. The Proposal should be executed by all of the authorized signatories or by one or more of
them provided that a copy of the corporate resolution authorizing those persons to execute the Proposal on behalf of
the corporation is submitted;
(b) If the Respondent is a partnership or joint venture then the name of the partnership or joint venture and the name of
each partner or joint venture should be included, and each partner or joint venture should sign personally (or, if one or
more person(s) have signing authority for the partnership or joint venture, the partnership or joint venture should
provide evidence to the satisfaction of the University that the person(s) signing have signing authority for the
partnership or joint venture). If a partner or joint venture is a corporation then such corporation should sign as
indicated in subsection (a) above; or
(c) If the Respondent is an individual, including a sole proprietorship, the name of the individual should be included.
5.2. Submission Requirements
Without limiting a respondents’ freedom to respond, proposals should provide the following information:
5.2.1 In order to receive a uniform format of responses from all vendors, the requirements listed must be addressed,
in sequential order, with as much detail as possible to insure accuracy. Omission, inaccuracy or misstatement
may be sufficient cause for rejection of the proposal.
5.2.2 As per Section 5.1, provide brief project profiles for, at least, three relevant, recent projects, including the
size, type, and cost of the project and also the specific role played by the firm and specific team members.
Provide the names of key client decision makers on projects of similar nature and magnitude for which the
University to solicit a reference.
5.2.3 Provide an outline of the methodology the Vendor intends to employ in undertaking the project, including the
approach to planning, organizing and managing the project effort.
5.2.4 Provide a description of the manner in which the team will work and communicate with the Steering
Committee.
5.2.5 Provide an Organizational Chart of the project team that indicates communication flow and points of client
contact. Be specific in indicating team members’ role.
5.2.6 Provide a proposed critical path schedule.
5.2.7 Provide a statement on the extent of direct leadership and participation by the firm’s principals in the project.
5.2.8 Provide information that will enable the University to assess the team’s creative approach and ability to
design a distinctive project.
5.2.9 Provide a list of items required from the University at the outset of the work to enable effective
commencement of the work.
5.2.10 Provide a statement of the proposed method of compensation and a cost for the services detailed in Section
3.0, including an estimate for disbursements.
5.2.11 Verification of the firm’s professional liability insurance coverage and WCB coverage as detailed in this RFP.
5.2.12 In responding to the RFP, vendors shall add, as an appendix, to their proposal any terms to which it takes
exception or with which it is unable to comply. In the absence of any such appendix, the submission of a
proposal shall constitute an irrefutable representation that the vendor has familiarized itself of all the
conditions under which the work is to be carried out and has agreed to all the terms and conditions of this
Request for Proposal.
Page 10 of 33
5.2.13 Each vendor should include in its response to the RFP all requirements, terms or conditions it may have and
should not assume that an opportunity will exist to review such matters after the proposal is submitted.
5.2.14 The University of Lethbridge will acknowledge the successful proposal in writing. The Letter of Acceptance
shall constitute a contract to supply the specified security and insurances and letters of account in good
standing from Alberta Worker’s Compensation Board, to commence the work and to execute a formal
contract.
6 Evaluation Process
6.1. General
A due diligence process will be undertaken by the University to verify the information compatibility and to confirm the
credentials and capability of the Proponent(s).
An assessment of the overall ability of the submission to demonstrate the vendor’s expertise, awareness of the University’s
culture and setting and the capability of successfully executing the project. Proponents may be contacted to ensure that the
evaluation team understands the proposal response fully and obtains clarification(s), which may be necessary.
The ratings arising from the evaluation process will be confidential and subject to the application of the Freedom of
Information and Protection of Privacy (FOIP) Act. By providing a proposal, a Proponent acknowledges that FOIP precludes
any obligation on the University to provide anyone information on its assessment of all proposals received.
Upon evaluation of all valid Proposals received, the University may select the Proponents that best meet the terms of this RFP
and in the University’s sole discretion, provides the best overall value to the University.
The U of L will select a vendor(s) deemed to be most
qualified, on the basis of their submission to the RFP.
The U of L may then conduct negotiations with this
vendor(s) to clarify and enhance their proposal. These
negotiations may include submitting options to allow
for any additions, deletions, or adjustments that the U
of L may require to their proposal. This selection
process provides the University the flexibility it may
require to arrive at a mutual agreement(s).
If the University awards an agreement, it will be
awarded to the vendor whose proposal has been
evaluated to be the most advantageous to the
University’s requirements.
Each vendor should include in its response to the RFP,
all requirements, terms or conditions it may have and
should not assume that an opportunity will exist to add
such matters after the proposal is submitted.
Page 11 of 33
6.2. Proposal Evaluations
The Proposals will be evaluated by the University on the following factors:
6.2.1 The ability to communicate clearly and concisely.
6.2.2 A demonstrated understanding of, and appropriate response to, the requirements of the project.
6.2.3 Team members’ specific relevant experience, and appropriate time commitment to the project.
6.2.4 The ability of the design team to effectively communicate and work with the University.
6.2.5 Successful experience of the Team and team members on projects of a similar type and scope.
6.2.6 Proposals will be evaluated on the following criteria (not necessarily equally weighted):
a. The quality of the proposal, which shall be prepared in a straight forward manner and in the format
requested (Section 5), providing a concise description of the vendor’s offer to meet the requirements of
the RFP.
b. The vendor’s relevant reputation, experience, financial stability and qualifications in providing the
required service.
c. Integration with existing environment along with transferability.
d. High quality cost effective product. Total cost of services.
e. Attention to accurate and comprehensive content (i.e. name sizing, correct spelling, readable and
understandable categories).
f. Flexibility and clarity of system.
g. Capacity, lifespan and growth of system.
h. Ability by the U of L to maintain and modify system internally
i. Vendor’s ability to provide a high quality of service.
j. Degree of maintenance required (i.e. vandalism deterrence or prevention).
k. Other value added services that may enhance the agreement.
l. Any other factors the U of L considers relevant.
6.3. Evaluation Criteria and Weighting
Without limiting the generality of the above, the following breakdown will be used.
1. Experience, Qualifications and Reputation (20%)
Team members’ individual qualifications and experience with similar projects.
Identifies specific team leads that have significant experience in the construction management of large scale facilities
and vivariums.
Demonstrates the ability of the construction management team to effectively communicate with the Design Team and
the Owner’s representatives.
Demonstrates experience in leading projects of a similar type and scope to successful completion on time and within
budget.
2. Availability and Commitment (25%)
The Construction Manager demonstrates the availability and time commitment of key members to successfully
execute the project in the time frame provided.
3. References (20%)
As requested and in the format described in this document.
4. Remuneration and Fees (35%)
Page 12 of 33
7 RFP Terms & Conditions
7.1. Terms & Conditions
The Proponents shall agree that the terms and conditions and all documents forming this RFP constitute and govern the entire
agreement for the work herein, between bidder and the University of Lethbridge superseding, terminating and otherwise
rendering null and void any and all prior agreements, understandings, negotiations, contracts, whether written or oral between
the bidder and the University of Lethbridge.
7.2. Notwithstanding
Notwithstanding anything else contained in this RFP:
This RFP is, and in all circumstances, shall be deemed to be an ‘invitation to treat’.
No legal obligation, duty or constraint on the part of the University shall be created by the delivery to it of any
resulting proposal.
The University reserves the sole and unilateral right to deal with any proposals received from Proponents in respect of
the RFP in such manner and at such time as the University in its sole and absolute discretion deems appropriate.
The University is not seeking a legally binding agreement at this time and intends to conduct future negotiations with
the successful Proponent to determine if a mutually acceptable agreement can be reached and until such agreement is
finalized and executed. The selection of a successful Proponent as a result of this RFP does not constitute the entering
into of any legally binding commitment.
The University reserves the right to cancel this RFP process at any time if in its sole discretion that it determines that
it is not in its best interest to proceed with the RFP or should project funding not be forthcoming, and as a result of
receiving a single response/submission.
In the event of termination, the University will not be liable for damages sustained whether direct, indirect or
consequential, for loss of profits.
7.3. Response Property
The Proposal and accompanying documentation submitted by the Proponent becomes the property of the University and will
not be returned.
7.4. Liability for Errors
The University or its agents shall not be liable or accountable for any error or omission in any part of this RFP or response to
Proponent questions. The Proponents shall not be entitled to claim against the University, its officers, employees, agents or
advisors on grounds that any information, whether obtained from the University or otherwise (including information made
available by its Officers, employees, agents or advisors) is incorrect or insufficient. Proponents shall be responsible for
conducting their own due diligence on date and information upon which their proposal is based.
By participating in this RFP process, the Proponent agrees to hold harmless the University, its Officers, employees, agents or
advisors, from all claims, liability, and costs related to all and any aspects of the selection process.
Page 13 of 33
7.5. Legislated Requirements
The Proponent is responsible and accountable for fulfilling all legislated requirements that may govern work as defined in the
Consulting Services Agreement.
7.6. Incurred Costs
The University shall not be liable for any costs of preparation or presentation of proposal or submissions.
7.7. The Language of the Application
All communication with respect to this RFP and subsequent Applications and correspondence shall be in the English language.
7.8. Full Disclosure
Respondents shall complete Schedule 2 and provide a written statement of full disclosure in their response addressing the
following particulars:
Any personal relationship to any employee of the University who makes recommendations concerning the award of the project
contemplated within this RFP, or any employee (or immediate relative of an employee) of the University with any direct, or
indirect pecuniary interest, ownership or directorship with respect to the Applicant.
Any known business relationship with the University, any of its staff, employees, Officers, Directors or Board Members.
Any matter involving a dispute with a claimed value in excess of $100,000 which is subject of any current, pending or
threatened mediation, arbitration or litigation proceeding.
Any particulars of any proceedings involving the Applicant under the Bankruptcy and Insolvency Act (Canada), the
Companies Creditor Arrangement Act (Canada) or similar legislation.
Applicants should specifically address the requirements of this section by either providing appropriate disclosure or by
indicating that they have nothing to disclose with respect to matters listed above.
Applicants must advise the Project Manager of any change in the foregoing throughout the RFP process or intended
negotiation period, and
The University reserves the absolute right to eliminate any Proposal or terminate any resulting agreements for failure to
disclose the information required in this section for disclosure at any time or proceedings in the nature of bankruptcy or
insolvency by or against the applicant.
7.9. Freedom of Information and Protection of Privacy Act (FOIP)
All documents submitted to the University of Lethbridge as a result of this RFP become the property of the University of
Lethbridge and as such, shall be subject to the disclosure provisions of the Freedom of Information and Protection of Privacy
Act of Alberta. Making the entire submission proprietary or confidential shall be neither accepted nor honoured. Bidders shall
identify which portion(s) of their submission is confidential and what harm could reasonably be expected from disclosure of
those portions.
7.10. Disqualification
An Application may be disqualified and not receive further consideration where:
The Application has failed to meet or the Application has not been submitted in accordance with instructions and
procedural requirements of this RFP.
Page 14 of 33
The Applicant fails to cooperate in an attempt by the University to verify the information contained in their
Application submission.
Under no circumstances are inquiries
related to this RFP to be directed to
any other persons, other than those
noted including the University’s
Board of Governors, faculty or
officers, employees or any other
entity or organization affiliated with
the University. Failure to abide by
the authorized process may result in
disqualification of that Applicants
Proposal.
At any time during the RFP process it
is found and at the University’s sole
and absolute determination, that the
Application contains incomplete,
false, or misleading information or a
conflict of interest exists, and
The University will not be
responsible for information released
outside of the authorized process.
7.11. Right to Reject Submission
The University of Lethbridge reserves the right to reject any submission, which in its opinion is clearly non-viable from an
implementation, operational, environmental, scheduling, technological or financial point of view.
7.12. No Commitment
No commitment on the part of the University shall exist under this RFP unless and until the Proponent receives official written
confirmation from the University that it has been selected to participate in the RFP process in which case the terms of the RFP
will govern.
7.13. Confidentiality
Information pertaining to the University obtained by the Proponent, its employees, and agents as a result of its
participation in relation to the RFP, is confidential and must not be disclosed by the Proponent except as authorized in
advance by the University.
7.14. Clarification by the University
The University reserves the right to seek from any and all Proponents any further clarification it may require on responses
submitted pursuant to this RFP.
Further, a response may be rejected on the basis of the University’s understanding of the Proponent’s past record of work, its
general reputation, its financial capabilities, the completion schedule or a failure to comply with any applicable law.
As it is the purpose of the University to obtain responses that are most suitable to the project and to further the interests of the
University and what it wishes to accomplish in carrying out this project, the University has the right to waive any irregularity
or insufficiency or non-compliance in any response submitted, and to accept the response(s) which it deems most favourable to
its interests or to reject all responses and cancel the RFP.
Page 15 of 33
In addition to any rights identified elsewhere in this RFP, the University reserves the right to:
Reject any and all responses.
Add, delete or change the terms of this RFP at any time prior to the specified closing date and time.
During the evaluation period, seek clarification of any Proponent’s response, including consequential amendments, or
any additional information from any Proponent.
Accept or reject, in whole or in part, any response without giving any reason.
Have any documents submitted by
the Proponent reviewed and
evaluated by any party, including
independent consultants.
Cancel the RFP process without
penalty at any time for any reason,
and
Negotiate and enter into an
agreement with any Proponent
notwithstanding any non-
compliance by the Proponent’s
response with any requirements of
this RFP.
The University is the sole and final
judgment with respect to the selection of any
successful Proponents as a result of this RFP process.
7.15. Right to Negotiate
The University of Lethbridge reserves the right to negotiate any contract final terms and conditions with a single Proponent
without reference to other submissions. The lowest value of any proposal will not necessarily be accepted.
If the University selects a Preferred Respondent or Preferred Respondents, then it may:
(a) Enter into a Contract with the Preferred Respondent(s); or
(b) Enter into discussions with the Preferred Respondent(s) to attempt to finalize the terms of the Contract(s), including
financial terms, and such discussions may include:
1. Clarification of any outstanding issues arising from the Preferred Respondent’s Proposal;
2. Negotiation of amendments to the Preferred Respondent’s price(s) as set out in Schedule 1 and Schedule 1A of
the Preferred Respondent’s Proposal and/or scope of Services; or
(c) If at any time the University reasonably forms the opinion that a mutually acceptable agreement is not likely to be
reached within a reasonable time, give the Preferred Respondent(s) written notice to terminate discussions, in which
event the University may then either open discussions with another Respondent or terminate this RFP and retain or
obtain the Services in some other manner.
Page 16 of 33
7.16. Form of Agreement
A Services Agreement will be issued by the University and the said agreement will form the basis of an agreement which will
extend to all work awarded through the RFP process. Appendix D provides a draft that will be used as the basis of negotiation.
7.17. Changes to Submission
Bidders shall not change or amend their Proposal in any way after the closing date unless requested by the University of
Lethbridge for the purpose of clarification. Any modification to a proposal shall be made in writing as an amendment to each
copy of the submitted proposal, prior to the closing deadline.
7.18. Incomplete Submissions
Submissions that are unsigned, incomplete, improperly executed, illegible, obscure conditional, or that alter this RFP,
contain significant errors, or in any way fail to conform to the requirements of the RFP document will likely be
rejected.
The University may in its sole discretion, but is not required to, disqualify responses that do not meet the formatting
and other criteria set out in this RFP.
One copy must be marked original. If there are any differences between the hard copies and the electronic copy, the
hard copy marked “Original” will prevail.
Each Proponent is solely responsible for ensuring that its response is received at the specified address by the specified
closing date and time. The University is not responsible for any response received after the stated closing date and
time. In its sole discretion, the University may, but is not obligated to, consider any response.
8 Insurance Requirements
8.1. Insurance
The Proponent will be required to provide evidence of insurability as detailed in Appendix D, inclusive of but not limited to
confirmation of professional liability insurance, with the submission in response to the RFP for this project.
The Proponent’s insurance program must also extend to Comprehensive General` Liability insurance, inclusive of non-owned
auto coverage; automobile insurance; workers compensation and/or employer’s liability insurance; and any other such
coverage covering off its business operations, inclusive of any and all business property, equipment, papers, and programs.
Evidence of the Proponent’s insurance program is required with their proposal submission.
8.2. Limitation of Liability
The University will have no liability to any person or entity for any damages, including, without limitation, direct, indirect, and
special or punitive damages, arising out of or otherwise relating to this RFP, the Proponent’s participation in this RFP process
or the University’s acts or omissions in connection with the conduct of this RFP process. This limitation applies to all possible
claims by a Proponent, whether arising in contract, tort, equity, or otherwise, including, without limitation, any claim for a
breach by the University of a duty of fairness or relating to a failure by the University to comply with the terms set forth in this
RFP.
Page 17 of 33
9 Definitions
“Bidder” or “Proponent” is the individual, company, organization or another interested party that submits, or intends to
submit, a proposal in response to this Request for Proposal (RFP).
“Contract” means the Agreement between Owner and Supplier to provide the products and services listed in Appendix A-
Scope of Work.
“Contract Documents” means all Drawings, Specifications, Samples, Models, Terms and Conditions, Exhibits, Schedules,
Addenda, Amendments, Instructions and Requirements stated within this RFP and other related documents approved by the
Owner.
“Documents” shall include, but not be limited to, the electronic and non-electronic form of designs, plans, drawings,
specifications, notes, calculations, and other related information created or revised for the purpose of this work.
“Equipment” is the equipment and tools required to perform Services.
“Owner” or “Client” means the legal entity as specified herein, i.e. The University of Lethbridge, and may also be referred to
as The University, University, U of L or The U of L.
“Supplier” is the person, firm or entity identified as such with whom the Owner has selected to supply and install the signage
“Proposal” or “Submission” or “bid” is a response provided by the Applicant to the RFP.
“Project” means all facets, disciplines, and phases of the Science and Academic Building in accordance with the
University’s requirements.
“RFP” (Request for Proposals) is a request to vendors to provide a detailed proposal of services.
“Scope of Services” includes but is not limited to, the requirements and instructions detailed within the RFP.
“U of L” is the Owner and may also be referred to as The University of Lethbridge, The University, University, The U of L.
“Work” means the performance of all work and the provision of all Services, Supervision, Equipment, Documents, and Materials necessary for the successful and safe completion of work described in the Scope of Services.
University of Lethbridge Destination Project – Signage and WayfindingSpecifications
May 29, 2019
© 2019 BOND Creative Inc. 18-1186.3 University of Lethbridge
APPENDIX A
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.01
DRAWING
Sign Schedule
Sign No. Qty. Description Remarks Drawing No.
– – Schedule – B.01
– – General Fabrication Installation – B.02
– – Sign Plots – B.03 - B.07
ID-1 1 Primary ID – B.08
ID-2 2 Secondary ID – B.09
ID-3 21 Room ID – B.10
ID-4 8 Washroom ID Note: ID-4.5 Coat Room ID B.11
ID-4.4 1 Washroom ID 6"x6" panel B.11
ID-5 4 Washroom ID (projecting) – B.12
ID-6 25 Room Donor Recognition Not shown on plot. B.13
ID-7 7 Lecture Theatre ID ID-7.5 and ID-7.6 single face only B.14
ID-8 12 Quad ID ID-8.5 single face only B.15
D-1 3 Suspended Directional Prototype required for review and approval B.16
D-2 4 Freestanding Directional – B.17
D-3 11 Wall Mounted Directional – B.18
D-4 4 Wall Mounted Directional (elevator core) – B.19
D-5 1 Wall Mounted Directional (dimensional letters) – B.20
IN-1 1 Digital Directory – B.21
IN-2 2 Static Directory – B.22
IDA-1.1 1 Auditorium Donor Recognition – B.23
IDA-1.2 1 Auditorium Donor Recognition – B.23
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.02
DRAWING
General Fabrication Installation
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations,
and datum; report any errors and/or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property
of the developer.
This design and drawing may not
be reproduced without permission
of the developer.
Do not scale drawings.
This drawing supersedes
previous issues.
GENERAL FABRICATION INSTALLATION
Fabrication and InstallationMaterials and finishes must be durable and sustain regular cleaning / maintenance requirements. Resistance to colour fade and exposure to UV and harsh weather is critical. The intent is to;
• provide a consistent appearance and construction for the Signage Program
• create a consistent and universal messaging system for an enhanced visitor and community experience
These specifications set out the requirements for the fabrication of all signs and must be maintained to ensure high quality consistent products.
It is the responsibility of the sign manufacturers to ensure all materials and processes adhere to the standards set out.
General Fabrication SpecificationsThe specific materials and graphics required for the sign program are described with each individual sign type along with the general manufacturing details. In all cases, shop drawings with the final graphic layout verified against the message schedule and sign plot, are all to be supplied by the sign contractor for approval by both the client and the wayfinding consultant prior to manufacture.
The Contractor shall submit shop drawings showing all materials, layouts, sizes, finishes, anchors, connections, and miscellaneous detail for each sign type. Structural drawings (if applicable) to be approved by a professional engineer of the province of Alberta.
Shop drawings are drawings, diagrams, schedules, and other data specially prepared for the work by the Contractor, or any sub-contractor, manufacturer, supplier, or distributor, to illustrate the work. Drawings of the same item or system shall be of uniform size and be numbered consecutively.
Refer to Design Intent Specification sheets for each specific requirement. Submit proposed letter spacing for approval. Unless otherwise indicated in the specifications, uniformity of manufacture is required of any particular or like item throughout.
Design Intent DrawingsThe sign drawings included may not be fully detailed and certain elements such as thickness or section of structural elements, concrete footing design, finish and paint specification and attachment details will need to be determined for each application by the sign contractor. The drawings should be read in conjunction with the details of the specific sign type.
Sign sizes, that have been verified by site measure, and graphic layouts are to be as shown on the shop drawings along with engineering details, materials, and finishes, specifications or samples, and the sign contractor may be asked to provide prototypes prior to approval of construction. Refer to the design intent drawings for the detailed requirements of each sign type.
Quality All materials used in the work shall be as exactly specified or as approved by the client, free from defects affecting strength, appearance, or suitability of purpose. Where not specifically defined, they shall be the most suitable for the purpose and of good quality and appearance and must be approved by the client.
All sign edges to be smooth, straight, and free from saw marks, raggedness, and other imperfections. All corners to be square. All radius corners to be of equal radius and accurate to specifications. All single sheet aluminum signs must have radius corners.
The sign system shall be engineered to eliminate buckling of any members, failure of any points, distortion, or other damage.
The sign system shall be engineered to be rigid with minimum deflection and rotation under stress, and shall be able to withstand movement, shear, and torsional loads.
Exposed areas of signs shall not oilcan. All sign faces shall be smooth, without any visible joins or seams. Signs shall be designed as structurally self-supporting units.
2-part MPS polyester enamel or equivalent finishes have been specified wherever possible to ensure the ease of maintenance and consistency of appearance of signage. Use of differing quality paints is discouraged due to chipping, colour consistency and gloss factor issues.
All spray painted, powder coated sign surfaces shall be satin finished. Powder coated surfaces shall be properly prepared when spray painted with a second colour. Finish shall be smooth, free of scratches, gouges, air bubbles, bulging, foreign matter, and other imperfections.
GraphicsPermanent interior graphics are specified to be high-quality and long-life, in order to address exposure to anticipated high use wear and tear.
Short term or changeable graphics are to be specified as a high quality exterior grade vinyl, such as 3M or equivalent. Other shorter-term graphics, such as maps or notices that will be touchable or subject to graffiti should have a UV / vandal resistant overlay; to provide fade resistance subject to south exposure to UV & exterior environments.
Use of BrandIdentity (logo/wordmark/crest) for signs are to be output from supplied approved electronic artwork and output specified as high quality, long life screen printing. Refer to drawings and guidelines for the use of the brand identity graphic standards, typeface, arrows, and pictograms.
Message RequirementsThe sign contractor is to carefully collaborate with the client to prepare the final round of the messaging schedule.
Letterforms shall be aligned to maintain a base line parallel to the sign format.
Message copy shall be as specified. Alternate letterforms will not be accepted.
Finished markings shall have uniform colour and finish.
SamplesProvide samples of all materials, finishes, and colours (paint “drawdowns”) for review and approval prior to fabrication. The Contractor shall submit required sample (300mm x 300mm) of each finish as specified and of each colour, large enough to be used for comparison during production and representing extreme variation in colour and texture of finished work surface. Applied graphics shall be on actual substrate.
Prior to the placement of any material orders, the sign contractor is to: submit to the client for review, samples in duplicate. Label samples as to origin and intended use in the work. Deliver samples to the client or the wayfinding consultant. Notify the client / wayfinding consultant, at the time of submission of deviations in samples from requirements of contract documents; make changes in samples, that the consultant may require, consistent with the contract documents. Note adjustments made to the samples by the consultant are not intended to change the contract price; if adjustments affect the value of work, clearly state in writing to the client prior to proceeding with the work. An outline message schedule will be provided.
MATERIALS AND FINISHES
ConcreteAll concrete to be smooth cast architectural grade concrete, utilizing new formwork (MDO faced crezon or equivalent). Smaller sign components to be precast and installed on site with non-corrosive steel inserts.
Sign CabinetsAll sign cabinets to be painted to match detail specification, interior painted white, locked & hinged with flush access to prevent water ingress. Discreet drain holes as required.
Sign PanelsAll panels to be painted aluminum or equivalent (unless otherwise specified). All edges are to have a small 1/16” (1.5mm) radius corners.
Dimensional LettersAll dimensional letters to be aluminum or acrylic (where specified) or equivalent durable material.
Illumination / Electrical Supply (if required)All illumination to be 4100 K LED, exterior rated, with programmable / timed shut off (hours tbd). Electrical supply to all illuminated signs to be minimum 115V/15A with appropriate step-down transformer/driver.
Steel SupportsAll steel support structures and required welds to be smoothly ground and primed, and isolation to aluminum components where required.
Hardware and FastenersAll hardware and fasteners to be non-corroding stainless steel or non-corroding steel.
Visible hardware and fasteners to be painted to match surround in accordance to the colour schedule and specifications.
Contractor must submit a detailed hardware specification for the wayfinding consultant’s approval prior to ordering hardware. These items are to be included in the tender price.
The Contractor shall prevent galvanic, electrolytic action between dissimilar metals and materials, or chemical interactions of adhesives and shall have demonstrable and sufficient strength for intended use.
ENGINEERING
It is understood by the client that BOND Creative is not a licensed engineer or architect, and that responsibility for the interpretation of design drawings and engineering of all work performed under this contract to yield an effective and safe product is the responsibility of the client and its architect, engineer, or fabricator. It is further agreed that the client shall indemnify, defend, and hold the designer harmless from and against any claim, suit, damages, and expense, including attorney’s fees arising from any claim by any party in this regard.
PERMITS
Fabrication shall not commence prior to permit approval. Unless otherwise specified the Contractor shall be responsible for the persuit of permits and any and all documents required.
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.03
DRAWING
Sign Plot – Site Plan
CLIENT
ABC
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel. 403 509 3340 Fax. 403 509 3345
PROJECT
Aliquam aliquet, est a ullamcorper
DRAWING
Aliquam aliquet, est a ullamcorper condimentum, tellus nulla fringilla.
COMMENTS
Donec placerat. Nullam nibh dolor, blandit sed, fermentum id, imperdiet sit amet, neque. Nam mollis ultrices justo. Sed tempor. Sed vitae tellus. Etiam sem arcu, eleifend sit amet, gravida eget.
REVISIONS
R1 November 30, 2010Revised ABC1
SHEET NO.
B.01
PROJECT NO.
00–0000
SCALE
ABC 1:1
DATE
ABC 01,0000
DRAWN CHECKED
AB AB
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
© Copyright 2018 BOND Creative Inc
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
ID-2.1
ID-1
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.04
DRAWING
Sign Plot – Level 6
CLIENT
ABC
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel. 403 509 3340 Fax. 403 509 3345
PROJECT
Aliquam aliquet, est a ullamcorper
DRAWING
Aliquam aliquet, est a ullamcorper condimentum, tellus nulla fringilla.
COMMENTS
Donec placerat. Nullam nibh dolor, blandit sed, fermentum id, imperdiet sit amet, neque. Nam mollis ultrices justo. Sed tempor. Sed vitae tellus. Etiam sem arcu, eleifend sit amet, gravida eget.
REVISIONS
R1 November 30, 2010Revised ABC1
SHEET NO.
B.01
PROJECT NO.
00–0000
SCALE
ABC 1:1
DATE
ABC 01,0000
DRAWN CHECKED
AB AB
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
© Copyright 2018 BOND Creative Inc
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
ID-3
ID-8.4
D-3.4
ID-8.3
ID-3
ID-8.2
ID-3
D-3.3 ID-8.1 ID-3 ID-3 ID-3 ID-3 ID-3 ID-7.3 D-3.2 ID-2.2
ID-7.2 D-3.1 ID-3 ID-3 ID-7.1 IN-2
ID-4.1 ID-4.2 ID-5.1 ID-7.4 D-5
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.05
DRAWING
Sign Plot – Level 7
CLIENT
ABC
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel. 403 509 3340 Fax. 403 509 3345
PROJECT
Aliquam aliquet, est a ullamcorper
DRAWING
Aliquam aliquet, est a ullamcorper condimentum, tellus nulla fringilla.
COMMENTS
Donec placerat. Nullam nibh dolor, blandit sed, fermentum id, imperdiet sit amet, neque. Nam mollis ultrices justo. Sed tempor. Sed vitae tellus. Etiam sem arcu, eleifend sit amet, gravida eget.
REVISIONS
R1 November 30, 2010Revised ABC1
SHEET NO.
B.01
PROJECT NO.
00–0000
SCALE
ABC 1:1
DATE
ABC 01,0000
DRAWN CHECKED
AB AB
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
© Copyright 2018 BOND Creative Inc
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
ID-3
ID-3
D-3.10
ID-3D-3.8
ID-3
ID-3
ID-3
D-3.7
D-2.1
D-2.2
IDA-1.2
D-1.1
D-3.5
D-3.6
ID-8.5b ID-7.5
IN-2
ID-3
D-3.9
ID-3
ID-3
ID-3
ID-4.5
D-4.1
ID-4.1
ID-4.2
ID-5.1
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.06
DRAWING
Sign Plot – Level 8
CLIENT
ABC
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel. 403 509 3340 Fax. 403 509 3345
PROJECT
Aliquam aliquet, est a ullamcorper
DRAWING
Aliquam aliquet, est a ullamcorper condimentum, tellus nulla fringilla.
COMMENTS
Donec placerat. Nullam nibh dolor, blandit sed, fermentum id, imperdiet sit amet, neque. Nam mollis ultrices justo. Sed tempor. Sed vitae tellus. Etiam sem arcu, eleifend sit amet, gravida eget.
REVISIONS
R1 November 30, 2010Revised ABC1
SHEET NO.
B.01
PROJECT NO.
00–0000
SCALE
ABC 1:1
DATE
ABC 01,0000
DRAWN CHECKED
AB AB
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
© Copyright 2018 BOND Creative Inc
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
ID-8.9
D-1.2
ID-8.10
IN-1
IDA-1.1
D-2.4
D-4.2
ID-8.8
ID-4.2
ID-4.1
ID-5.1
D-2.3
ID-8.7
ID-3 ID-7.6 ID-7.5
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.07
DRAWING
Sign Plot – Level 9
CLIENT
ABC
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel. 403 509 3340 Fax. 403 509 3345
PROJECT
Aliquam aliquet, est a ullamcorper
DRAWING
Aliquam aliquet, est a ullamcorper condimentum, tellus nulla fringilla.
COMMENTS
Donec placerat. Nullam nibh dolor, blandit sed, fermentum id, imperdiet sit amet, neque. Nam mollis ultrices justo. Sed tempor. Sed vitae tellus. Etiam sem arcu, eleifend sit amet, gravida eget.
REVISIONS
R1 November 30, 2010Revised ABC1
SHEET NO.
B.01
PROJECT NO.
00–0000
SCALE
ABC 1:1
DATE
ABC 01,0000
DRAWN CHECKED
AB AB
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
© Copyright 2018 BOND Creative Inc
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
ID-8.14
ID-8.13
ID-4.4
ID-4.3
ID-5.2
D-4.4
D-4.3
D-1.3
ID-8.12
ID-8.11
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.08
DRAWING
Primary ID
ID-1
(Shown as)
KEYNOTES
1 Aluminum cabinet (face over frame) with internal frame. All welds/seams to be ground and finished smooth. No visible fasteners. Painted satin finish.
2 Illuminated push-through letters. Clear acrylic with flame polished edges. Letters to protrude 1/2” from face. Translucent white vinyl applied first surface. Internal LED illumination. No hot spots.
3 Frame structure built to account for future sign face changes.
4 Frame structure mounted to concrete wall with appropriate non-corroding fasteners and anchors.
5 Halo lighting edge effect. LED illuminated. No hot spots.
6 Power supply by others. Power/electrical requirements TBD by sign supplier.
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
ID-1 Primary ID • Illustration
Scale: NTSNOTE: FINAL CONTENT TBD. PRICE PER CHARACTERS SHOWN.TYPICAL FOR ALL APPLICATIONS IN DOCUMENT.
ID-1 Primary ID • Mounting
Scale: NTS
ID-1 Primary ID • Front View
Scale: 1::25
ID-1 Primary ID • Side View
Scale: 1:25
ABCDEFG HIJKLMNABCDEFG HIJKLMN
PMS 289 C
ABCDEFG HIJKLMN4,713 mm15'-5 1/2"
1,326 mm4'-4 1/4"
5,280 mm17'-3 7/8"
335 mm1'-1 1/4"
114 mm4 1/2"
1,313 mm4'-3 3/4"
76 mm3"
102 mm4"
13 mm1/2"
1
2
3
4
5
LED modules
CL
3,917 mm12'-10 1/4"
638 mm2'-1 1/8"
6
Electrical feedPenetration by client
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.09
DRAWING
Secondary ID
ID-2
W-3.1b
W-1.4
(Shown as)
KEYNOTES
1 Aluminum cabinet with internal frame. All welds/seams to be ground and finished smooth. No visible fasteners. Painted blue satin finish.
2 1/2” aluminum dimensional letters. Painted white satin finish. Pin-mounted flush to sign cabinet.
3 Mounted to wall surface (cementitious siding) with appropriate non-corroding mechanical fasteners and anchors. Client to provide information on wall paneling system. Ensure no fracturing of cementitious panel system.
4 Painted silver satin finish. To wrap around sides of cabinet.
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
ABCDEFG HIJKLMN
ABCDEFG HIJKLMN
CL
ID-2.1 Secondary ID • Illustration
Scale: NTS
ID-2.1 Secondary ID • Position (North Entrance)
Scale: NTS
ID-2.1 Secondary ID • Front View
Scale: 1:20
ID-2.2 Secondary ID • Front View
Scale: 1:20ID-2.2 Secondary ID • Position
Scale: NTS
ID-2.1/2.2 Secondary ID • Side View
Scale: 1:20
ABCDEFG HIJKLMN
ABCDEFG HIJKLMN
ABCDEFG HIJKLMN
CL
PMS 289 C
White
Silver
NOTE: FINAL CONTENT TBD
NOTE: FINAL CONTENT TBD
102 mm4"
178 mm7"
700 mm2'-3 1/2"
2,500 mm8'-2 1/2"
2,800 mm9'-2 1/4"
1
2
25 mm1"
3
13 mm1/2"
Eq.Eq.
115 mm4 1/2"
1,633 mm5'-4 1/4"
1,829 mm6'-0"
450 mm1'-6"
100 mm4"
50 mm2"
4
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.10
DRAWING
Room ID
ID-3
(Shown as)
KEYNOTES
1 1/8” non-glare clear acrylic. All edges to be finished smooth. Painted blue second surface. Mounted to backer panel.
2 Tactile letters and braille. To conform to ADA/CNIB standards. White text, clear braille.
3 1/8” clear acrylic backer panel. All edges to be finished smooth.
4 Mount to surface with appropriate tape and adhesives. Provide vinyl backer where mounted to glass.
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
SA9162ID-3 Room ID • Front View
Scale: 1:2
ID-3 Room ID • Side View
Scale: 1:2
ID-3 Room ID • Placement
Scale: NTS
ID-3 Room ID • Illustration
Scale: NTS
Qty: 21
Always apply sign to door handle side
right or left.
SA9162
SA9162
SA9162
SA9162
Colours will vary by quad (TBD)
PMS 289 C
White
TBD
NOTE: ROOM NUMBERS TBD. SIGN SUPPLIER TO COORDINATE ROOM SCHEDULE WITH CLIENT.
104 mm4 1/8"
8 mm5/16"
3 mm1/8"
3 mm1/8"
1
3
4
184 mm7 1/4"
165 mm6 1/2"
75 mm3"
1,200 mm3'-11 1/2"
2
1 mm1/16"
25 mm1"
25 mm1"
White textClear braille
28 mm1 1/8"
31 mm1 1/4"
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.11
DRAWING
Washroom ID
ID-4
(Shown as)
KEYNOTES
1 1/8” non-glare clear acrylic. All edges to be finished smooth. Painted blue second surface. Mounted to backer panel.
2 Tactile letters, graphics, and braille. To conform to ADA/CNIB standards. White text, clear braille.
3 1/8” clear acrylic backer panel. All edges to be finished smooth.
4 Mount to surface with appropriate tape and adhesives.
5 Vinyl graphics applied second surface
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
Men
Women
All Gender Coat Room
White textClear braille
ID-4 Washroom ID • Front View
Scale: 1:4
ID-4.4 Stall ID • Front View
Scale: 1:4
ID-4 Washroom ID • Side View
Scale: 1:4
ID-4 Washroom ID • Placement
Scale: NTS
ID-4 Washroom ID • Illustration
Scale: NTS
ID-4.1
Qty: 3
ID-4.2
Qty: 3
ID-4.3
Qty: 1
ID-4.5
ID-4.4
Qty: 1
PMS 289 C
White
146 mm5 3/4"
25 mm1"
1 mm1/16"
4
203 mm8"
118 mm4 5/8"
118 mm4 5/8"
279 mm11"
1
2
3 mm1/8" 3 mm
1/8"
11 mm7/16"
3
1,200 mm3'-11 1/2"
1
5
152 mm6"
152 mm6"
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.12
DRAWING
Washroom ID (projecting)
ID-5
(Shown as)
KEYNOTES
1 1/8” non-glare clear acrylic. All edges to be finished smooth. Painted blue second surface. Mounted to core panel and brackets.
2 1/4“ acrylic core panel. All edges finished smooth. Painted silver satin finish.
3 Vinyl graphics applied first surface. White.
4 1/8” aluminum bracket. All edges finished smooth. Painted satin finish. Silver.
5 Mounted to surface with appropriate stainless steel mechanical fasteners and anchors.
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
Washroom
ID-5 Washroom ID (Projecting) • Front View
Scale: 1:4
ID-5 Washroom ID (Projecting) • Top View
Scale: 1:4
ID-5 Washroom ID (Projecting) • Placement
Scale: NTS
ID-5 Washroom ID (Projecting) • Illustration
Scale: NTS
Note: Two sided
ID-5.1
Qty: 3
ID-5.2
Qty: 1
All GenderWashroom
Washroom
PMS 289 C
White
Silver
2,130 mm7'-0"
38 mm1 1/2"
237 mm9 5/16"
272 mm10 11/16"
3 mm1/8"
5
4
3 mm1/8"
6 mm1/4"
1
2
275 mm11"
195 mm7 3/4"
35 mm1 1/4"
370 mm1'-2 1/2"
3
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.13
DRAWING
Room Donor Recognition
ID-6
(Shown as)
KEYNOTES
1 1mm brushed stainless steel. Form bent and adhered to top of glass.
2 Direct print first surface. Ensure maximum opacity. Black/White.
3 Vinyl graphics applied second surface to glass panel
4 1/8” aluminum panel. All edges finished smooth. Painted matte finish. Mounted flush to wall with appropriate tape and adhesive. Colour TBD.
5 Tactile letters. To conform to ADA/CNIB standards. White text.
6 1/4” tempered glass with beveled lower edge. All edges to be finished smooth. Mounted to aluminum panel with appropriate tape and adhesive, concealed by stainless steel laminate.
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
Project Room
Kim Moody
Proudly Supported By
M1062
BMOFinancial Group Case Room
Proudly Supported By
M1060
ID-6 Room Recognition • Front View
Scale: 1:2ID-6 Room Recognition • Side View
Scale: 1:2
NOTE: SEE EXISTING EXAMPLE IN MARKIN
HALL BUILDING (U of L Campus) FOR
REPRODUCTION REFERENCE
ID-6 Room Recognition • Placement
Scale: NTS
ID-6 Room Recognition • Illustration
Scale: NTS
Qty: 25NOTE: FINAL CONTENT TBD. COLOURS WILL VARY.
Always apply sign to door handle side
right or left.
BMOFinancial Group Case Room
Proudly Supported By
M1060
75 mm3"
135 mm5 5/16"
25 mm1"
24 mm15/16"
184 mm7 1/4"
162 mm6 3/8"
17 mm11/16"
90 mm3 9/16"
269 mm10 9/16"
3 mm1/8"
6 mm1/4"
12
2
3
4
6
1,200 mm3'-11"
4
5
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.14
DRAWING
Lecture Theatre ID
ID-7
(Shown as)
KEYNOTES
1 1/8” non-glare clear acrylic. All edges to be finished smooth. Second surface paint. Mounted to backer panel.
2 Tactile letters and braille. To conform to ADA/CNIB standards. Room numbers TBD.
3 1/8” clear acrylic backer panel. All edges to be finished smooth.
4 Vinyl graphics applied second surface of first panel
5 1/4” black acrylic mounting panel. Thickness of mounting panel may vary to account for stepped wall surfaces and screw heads. Site review required.
6 Mount to surface with appropriate mechanical fasteners and anchors. Ensure no fracturing of cementitious panel system.
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
FaceReturn
Face
Face
Return
Return
Detail A
Detail A
Detail B
Detail B
FaceReturn
ABCDEFG HIJKLMN
ID-7 Lecture Theatre ID • Front View
Scale: 1:10
ID-7 Lecture Theatre ID • Section
Scale: 1:10
ID-7 Lecture Theatre ID • Top View
Scale: 1:10
ID-7 Lecture Theatre ID • Placement
Scale: NTS
ID-7 Lecture Theatre ID • Illustration
Scale: NTS
Qty: 4
ABCDEFG HIJKLMN
ID-7.5
Qty: 2
ID-7.6
LectureTheatre
WinterGarden
To MainCampus
PMS 289 C
White
NOTE: SINGLEFACE ONLY
NOTE: SINGLE FACE ONLYFINAL CONTENT TBD
White textClear braille
ABCDEFG HIJKLMNABCDEFG HIJKLMN ABCDEFG HIJKLMN
850 mm2'-9 7/16"
863 mm2'-10"
229 mm9"
241 mm9 1/2"
521 mm1'-8 1/2"
533 mm1'-9"
4
2
1
3
5
No gaps incorner seamMitre panels
6 mm1/4"
3 mm1/8"
3 mm1/8"
1 mm1/16"
1,200 mm3'-11 1/2"
6
305 mm1'-0"
493 mm1'-7 7/16"
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.15
DRAWING
Quad ID
ID-8
(Shown as)
KEYNOTES
1 1/8” non-glare clear acrylic. All edges to be finished smooth. Second surface paint. Mounted to backer panel.
2 Tactile letters and braille. To conform to ADA/CNIB standards. White text, clear braille.
3 1/8” clear acrylic backer panel. All edges to be finished smooth.
4 1/4” black acrylic mounting panel. Thickness of mounting panel may vary to account for stepped wall surfaces and screw heads. Stand-offs may be required. Site review required.
5 Mount to surface with appropriate tape and adhesives
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
FaceReturn
Note: Return depth may vary based on site conditions.
Face
Face
Return
Return
Detail A
Detail A
Detail B
Detail B
FaceReturn
ID-8
ID-8.5bQty: 1
NOTE: NO RETURN FOR TYPE ID-8.5BFINAL CONTENT TBD
Biology
Outreach
ID-8 Quad ID • Front View
Scale: 1:10
ID-8 Quad ID • Section
Scale: 1:10
ID-8 Quad ID • Top View
Scale: 1:10
ID-8 Quad ID • Placement
Scale: NTS
ID-8 Quad ID • Illustration
Scale: NTSQty: 11
Biology
Biology
White textClear braille
PMS 289 C
White
TBD
FINAL CONTENT TBD
850 mm2'-9 7/16"
863 mm2'-10"
229 mm9"
241 mm9 1/2"
521 mm1'-8 1/2"
533 mm1'-9"
1
3
4
No gaps incorner seamMitre panels
6 mm1/4"
3 mm1/8"
3 mm1/8"
1 mm1/16"
1,200 mm3'-11 1/2"
5
863 mm2'-10"
653 mm2'-1 3/4"
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.16
DRAWING
Suspended Directional
D-1
(Shown as)
KEYNOTES
1 1/8” non-glare clear acrylic. All edges to be finished smooth. Second surface paint.
2 Vinyl graphics applied first surface. White.
3 1/8” aluminum extrusion. All edges finished smooth. Finish to match suspension hardware.
4 Chicago screws. Finish to match suspension hardware.
5 Suspended with aircraft cable, appropriate anchors and hardware. Mustang “T” Angel (ALCT14ED6) hardware or equivalent. Include ceiling hardware. Cable length TBD by sign supplier.
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
Upper Auditorium Lower Auditorium
PROTOTYPE FOR REVIEW AND APPROVAL REQUIRED
ABCDEFG HIJKLMN
ABCDEFG HIJKLMN
D-1 Suspended Directional • Front View
Scale: 1:10 D-1 Suspended Directional • Side View
Scale: 1:10
D-1 Suspended Directional • Detail
Scale: NTS
D-1 Suspended Directional • Placement
Scale: NTS
D-1 Suspended Directional • Illustration
Scale: NTS
Qty: 3
ABCDEFG HIJKLMN
PMS 289 C
Silver
White
3 mm1/8"
3 mm1/8"
1
2
5
2,130 mm7'-0"
13 mm1/2"292 mm
11 1/2"
298 mm11 3/4"
1,372 mm4'-6"
3
13 mm1/2"
25 mm1"
4
White textand arrows
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.17
DRAWING
Freestanding Directional
D-2
(Shown as)
KEYNOTES
1 1/4” laminated low iron tempered glass (starfire or equivalent). All edges finished smooth. Painted second surface. Mounted to internal frame with appropriate tape and adhesive.
2 1/4“ acrylic dimensional number. Painted satin finish. Mounted flush to glass panel with appropriate tape and adhesive.
3 Vinyl graphics applied second surface
4 Internal frame. Painted satin finish where exposed through reveal. See detail. Frame details TBD by sign supplier
5 1/2” anodized aluminum external frame
6 Mounted to concrete or tile floor with appropriate mechanical fasteners and anchors. No visible fasteners. Concrete scans to be performed by sign supplier.
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
ABCDEFG HIJKLMN
D-2 Freestanding Directional • Front View
Scale: 1:20
Note: Two sided
D-2 Freestanding Directional • Side View
Scale: 1:20
D-2 Freestanding Directional • Detail
Scale: NTS
D-2 Freestanding Directional • Section A
Scale: NTSD-2 Freestanding Directional • Illustration
Scale: NTS
Qty: 4NOTE: FINAL CONTENT TBD
SA7300, 7400AuditoriumWinter Garden
6th FloorExit to University HallCentre for the Arts
77ABCDEFG HIJKLMN
PMS 289 C
Silver
White
AA
2,005 mm6'-6 15/16"
2,024 mm6'-7 11/16"
643 mm2'-1 5/16"
675 mm2'-2 9/16"
152 mm6"
Detail
2
3
6
1
4
5
1 4
1
Reveal betweenglass panel andframe
5
6 mm1/4"
13 mm1/2"
5
White textand symbols
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.18
DRAWING
Wall Mounted Directional
D-3
(Shown as)
KEYNOTES
1 1/8” non-glare clear acrylic. All edges to be finished smooth. Painted blue second surface. Mounted to backer panel.
2 1/8” clear acrylic backer panel. All edges to be finished smooth.
3 Vinyl graphics applied second surface of first panel. White.
4 1/4” black acrylic mounting panel. Thickness of mounting panel may vary to account for stepped wall surfaces and screw heads. Site review required.
5 1/4” acrylic dimensional number. Painted satin finish. mounted flush to sign panel with appropriate tape and adhesive.
6 Mount to surface with appropriate tape and adhesives
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
FaceReturn
Face Return
Face
Face
Return
Return
Detail A
Detail A
Detail B
Detail B
ABCDEFG HIJKLMN
D-3 Wall Mounted Directional • Front View
Scale: 1:10
D-3 Wall Mounted Directional • Section A
Scale: 1:10
D-3 Wall Mounted Directional • Top View
Scale: NTSCorner wall mount shown
D-3 Wall Mounted Directional • Placement
Scale: NTS
D-3 Wall Mounted Directional • Illustration
Scale: NTS
Qty: 11NOTE: FINAL CONTENT TBD
SA7300, 7400AuditoriumWinter Garden
6th FloorLecture TheatresExit to University HallCentre for the Arts
77 SA7300, 7400AuditoriumWinter Garden
6th FloorLecture TheatresExit to University HallCentre for the Arts
77
Note: Face and return may alternate position.Column dimensions may vary. Site survey required.
ABCDEFG HIJKLMN
ABCDEFG HIJKLMN
Column mount shown
PMS 289 C
White
No gaps incorner seamMitre panels
6 mm1/4"
3 mm1/8"
3 mm1/8"
A
A
200 mm7 7/8"
316 mm1'-0 7/16"
800 mm2'-7 1/2"
956 mm3'-1 5/8"
406 mm1'-4"
1
3
5
1
2
4
6
1,033 mm3'-4 11/16"
White textand symbols
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.19
DRAWING
Wall Mounted Directional (elevator core)
D-4
(Shown as)
KEYNOTES
1 1/8” non-glare clear acrylic. All edges to be finished smooth. Painted blue second surface. Mounted to backer panel.
2 1/8” clear acrylic backer panel. All edges to be finished smooth.
3 Vinyl graphics applied second surface of first panel. White.
4 1/4” black acrylic mounting panel. Thickness of mounting panel may vary to account for stepped wall surfaces and screw heads. Site review required.
5 1/4” acrylic dimensional number. Painted white satin finish. mounted flush to sign panel with appropriate tape and adhesive.
6 Mount to surface with appropriate tape and adhesives
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
Face Return
Face
Face
Return
Return
Detail ADetail A
Detail B
Detail B
ABCDEFG HIJKLMN
D-4 Wall Mounted Directional • Front View
Scale: 1:15
D-4 Wall Mounted Directional • Section A
Scale: 1:15
D-4 Wall Mounted Directional • Top View
Scale: NTS
D-4 Wall Mounted Directional • Placement
Scale: NTS
D-4 Wall Mounted Directional • Illustration
Scale: NTSQty: 4NOTE: FINAL CONTENT TBD
Note: Face and return may alternate position.Column dimensions may vary. Site survey required.
SA7300, 7400AuditoriumWinter Garden
6th FloorLecture TheatresExit to University HallCentre for the Arts
77ABCDEFG HIJKLMN
SA7300, 7400AuditoriumWinter Garden
6th FloorLecture TheatresExit to University HallCentre for the Arts
77ABCDEFG HIJKLMN
7
Face Return
PMS 289 C
White
6 mm1/4"
3 mm1/8"
3 mm1/8"
4
No gaps incorner seamMitre panels
1
2
6
202 mm7 15/16"
101 mm4"
808 mm2'-7 13/16"
411 mm1'-4 3/16"
160 mm6 5/16"
319 mm1'-0 9/16"
968 mm3'-2 1/8"
1,047 mm3'-5 3/16"
return extends around corner
5
3
5
3
1
1
White textand symbols
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.20
DRAWING
Dimensional Directional
D-5
(Shown as)
KEYNOTES
1 1/2” acrylic dimensional letters. Painted blue satin finish.
2 Pin mounted flush to drywall bulkhead.
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
D-5 Wall Mounted Directional (dimensional letters) • Illustration
Scale: NTS
NOTE: FINAL CONTENT TBD
D-5 Wall Mounted Directional (dimensional letters) • Position
Scale: NTS
D-5 Wall Mounted Directional (dimensional letters) • Front View
Scale: 1:20
D-5 Wall Mounted Directional (dimensional letters) • Side View
Scale: 1:20
Exit toUniversity HallCentre for the Arts Lecture Theatres
Exit toUniversity HallCentre for the Arts Lecture Theatres
PMS 289 C
1,036 mm3'-4 13/16"
2,583 mm8'-5 11/16"
893 mm2'-11 3/16"
390 mm1'-3 3/8"
95 mm3 3/4"
95 mm3 3/4"
95 mm3 3/4"
1,186 mm3'-10 11/16"
13 mm1/2"
Centre onbulkhead
225 mm9"
12
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.21
DRAWING
Digital Directory
IN-1
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
(Shown as)
KEYNOTES
1 Digital touch screen display. Visible area TBD upon confirmation of product.
2 Internal frame. Painted satin finish where exposed through reveal. See detail. Frame details TBD by sign supplier
3 1/2” anodized aluminum external frame
4 1/8” anodized aluminum panel, front and back. Mounted to internal frame. No visible fasteners.
5 Mounted to concrete floor with appropriate mechanical fasteners and anchors. No visible fasteners. Power/data by client. Concrete scans to be performed by sign supplier.
ABCDEFG HIJKLMN
1
Reveal betweenglass panel andframe
3
6 mm1/4"
13 mm1/2"
Detail
Digital Touch Screen Display
Product TBC
IN-1 Digital Directory • Front View
Scale: 1:20
IN-1 Digital Directory • Detail
Scale: NTS
IN-1 Digital Directory • Section A
Scale: NTS
Touch Screen Requirements
• Floor plans for four levels (template to be provided)
• Search ability for departments, key spaces, classrooms
• Show path of search result to destination
• NO name search required
IN-1 Digital Directory • Side View
Scale: 1:20
IN-1 Digital Directory • Illustration
Scale: NTS
NOTE: FINAL CONTENT TBD
Note: Non-illuminated
AA
1,399 mm4'-7 1/16"
1,437 mm4'-8 9/16"
1,402 mm4'-7 3/16"
1
3
2
202 mm8"
760 mm2'-6"
742 mm2'-5 3/16"
555 mm1'-9 7/8"
4
5
3 54
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.22
DRAWING
Static Directory
IN-2
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
(Shown as)
KEYNOTES
1 1/8” non-glare acrylic. All edges finished smooth. Mounted to internal frame with appropriate tape and adhesive.
2 1/4“ acrylic dimensional number. Painted white satin finish. Mounted flush to acrylic panel with appropriate tape and adhesive.
3 Digitally printed graphics applied second surface. Ensure maximum opacity. Provide price option for tactile graphics and braille.
4 Internal frame. Painted satin finish where exposed through reveal. See detail. Frame details TBD by sign supplier
5 1/2” anodized aluminum external frame
6 1/8” anodized aluminum panel, front and back. Mounted to internal frame. No visible fasteners.
7 Mounted to concrete floor with appropriate mechanical fasteners and anchors. No visible fasteners. Concrete scans to be performed by sign supplier.
ABCDEFG HIJKLMN
1
Reveal betweenglass panel andframe
5
6 mm1/4"
13 mm1/2"
Detail
IN-2 Static Directory • Front View
Scale: 1:20
IN-2 Static Directory • Detail
Scale: NTS
IN-2 Static Directory • Section A
Scale: NTS
PROVIDE PRICE OPTION FOR TACTILE GRAPHICS AND BRAILLE
IN-2 Static Directory • Side View
Scale: 1:20
IN-2 Static Directory • Illustration
Scale: NTS
Qty: 2NOTE: FINAL CONTENT TBD
Note: Non-illuminated
AA
108 mm4 1/4"
1,399 mm4'-7 1/16"
1,437 mm4'-8 9/16"
1,402 mm4'-7 3/16"
1
5
4
147 mm5 13/16"
202 mm8"
760 mm2'-6"
742 mm2'-5 3/16"
555 mm1'-9 7/8"
2 3
6
7
4 6
1
5
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.23
DRAWING
Auditorium Donor Recognition
NM-1.1
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
(Shown as)
KEYNOTES
1 1/4” acrylic logo. Painted graphics. Satin finish. White and BMO red. All edges finished smooth. Secured to raceway with mechanical fasteners. No visible fasteners.
2 1/2“ acrylic dimensional letters. All edges finished smooth. Painted white satin finish. Pin-mounted to raceway.
3 1/16” acrylic veneer. Painted white satin finish. Mounted over “p”. No visible fasteners.
4 1/4“ aluminum extrusion raceway. All edges finished smooth. Brushed anodized finish (Gemini Light Bronze or equivalent) with satin finish clear coat.
5 1/4“ aluminum bracket. All edges finished smooth. Brushed anodized finish (Gemini Light Bronze or equivalent) with satin finish clear coat. Mounted in reveals of existing corten panel system with appropriate mechanical fasteners and anchors. Details TBD by sign supplier.
6 3/8” clear acrylic panel with flame polished edges. Frosted vinyl applied second surface. Mounted to inside of raceway with mechanical fasteners. No visible fasteners on face of raceway.
7 1/2“ cut aluminum dimensional letters. All edges finished smooth. Brushed anodized finish (Gemini Light Bronze) with satin finish clear coat. Mounted flush to acrylic panel with appropriate tape and adhesive.
A U D I T O R I U M
Level 8 West Wall
Weathered Steel (Corten)NM-1.1 Auditorium Donor Recognition • Front View
Scale: 1:15
IDA-1.1 Auditorium Donor Recognition • Corten Paneling Detail
Scale: NTS
Note: Detail for NM-1.1 only
IDA-1.1 Auditorium Donor Recognition • Side View
Scale: NTS
IDA-1.1 Auditorium Donor Recognition • Side View
Scale: 1:5
IDA-1.1 Auditorium Donor Recognition • Illustration
Scale: NTS
See following page for assembly detail
13 mm1/2"
223 mm8 3/4"
Align raceway withhorizontal reveal
1,826 mm5'-11 7/8"
3,048 mm10'-0"
1,614 mm5'-3 9/16"
125 mm4 15/16"
40 mm1 9/16"
267 mm10 1/2"
96 mm3 13/16"
229 mm9"
6
5
7
1
2
4
3
9 mm3/8"
13 mm1/2"
6 mm1/4"
137 mm5 3/8"
197 mm7 3/4"
6 mm1/4"
6 mm1/4"65 mm
2 9/16"
424 mm1'-4 11/16"
Brackets mountin reveal space
Mounting bracketlocations
CLIENT
PROJECT
Destination Project
Signage and Wayfinding
PROJECT NO.
18-1168.3
SCALE
As Shown
DATE
MAY 29, 2019
COMMENTS
–
REVISIONS
–
© Copyright 2019 BOND Creative Inc
DRAWN CHECKED
CP ND
BOND Creative IncSuite 208 5800 2nd Street SWCalgary Alberta T2H 0H2Tel 403 509 3340 Fax 403 509 3345
This drawing indicates design specifications only. BOND Creative Inc is not responsible for engineered shop drawings (if required) or for the construction and installation of signs, or sign structures. All measurements must be confirmed on site.
SHEET NO.
B.24
DRAWING
Auditorium Donor Recognition
NM-1.2Level 7 South Wall
A U D I T O R I U M
IMPORTANT INFORMATION AND NOTES:
THIS DRAWING INDICATES DESIGN
INTENT AND SPECIFICATIONS ONLY.
BOND CREATIVE INC IS NOT
RESPONSIBLE FOR ENGINEERED SHOP
DRAWINGS OR FOR THE CONSTRUCTION
AND INSTALLATION OF SIGNS,
STRUCTURES, OR ANY STRUCTURE
TYPES. ALL MEASUREMENTS MUST BE
CONFIRMED ON SITE.
Verify all dimensions, elevations, and
datum; report any errors and/ or
discrepancies to BOND Creative Inc.
prior to construction.
All drawings remain the property of
the developer.
This design and drawing may not be
reproduced without permission of the
developer.
Do not scale drawings.
This drawing supersedes previous
issues.
(Shown as)
KEYNOTES
1 1/4” acrylic logo. Painted graphics. Satin finish. White and BMO red. All edges finished smooth. Secured to raceway with mechanical fasteners. No visible fasteners.
2 1/2“ acrylic dimensional letters. All edges finished smooth. Painted white satin finish. Pin-mounted to raceway.
3 1/16” acrylic veneer. Painted white satin finish. Mounted over “p”. No visible fasteners.
4 1/4“ aluminum extrusion raceway. All edges finished smooth. Brushed anodized finish (Gemini Light Bronze or equivalent) with satin finish clear coat.
5 1/4“ aluminum bracket. All edges finished smooth. Brushed anodized finish (Gemini Light Bronze or equivalent) with satin finish clear coat. Mounted in reveals of existing corten panel system with appropriate mechanical fasteners and anchors. Details TBD by sign supplier.
6 3/8” clear acrylic panel with flame polished edges. Frosted vinyl applied second surface. Mounted to inside of raceway with mechanical fasteners. No visible fasteners on face of raceway.
7 1/2“ cut aluminum dimensional letters. All edges finished smooth. Brushed anodized finish (Gemini Light Bronze) with satin finish clear coat. Mounted flush to acrylic panel with appropriate tape and adhesive.
Assembly Detail
IDA-1.2 Auditorium Donor Recognition • Front View
Scale: 1:15
Note: See previous page for keynotes
IDA-1.2 Auditorium Donor Recognition • Side View
Scale: NTS
IDA-1.2 Auditorium Donor Recognition • Side View
Scale: 1:5Note: Dimensions may vary based in site conditions.Site survey required.
NM-1.2 Auditorium Donor Recognition • Illustration
Scale: NTS
6
5
1,552 mm5'-1 1/8"
2,591 mm8'-6"
1,372 mm4'-6"
106 mm4 3/16"
360 mm1'-2 3/16"
34 mm1 3/8"
227 mm8 15/16"
82 mm3 3/16"
195 mm7 11/16"
6 mm1/4"
13 mm1/2"
56 mm2 3/16"
6 mm1/4"
9 mm3/8"
13 mm1/2"
6 mm1/4"
168 mm6 5/8"
118 mm4 5/8"
7
1
2
4
3
Page 19 of 33
APPENDIX B
UNIVERSITY OF LETHBRIDGE
CONTRACTOR PREQUALIFICATION SUBMISSION REQUIREMENTS
OCCUPATIONAL HEALTH & SAFETY PROGRAM
It is the intention of The University of Lethbridge to review with the successful Contractor their safety program with respect
to the Alberta Occupational Health and Safety Act. The University of Lethbridge, as Owner, must demonstrate due diligence
in its designation of Prime Contractor and therefore the successful Proponent must successfully pre-qualify.
The prequalification process consists of providing the following documentation for approval by The University of
Lethbridge Occupational Health and Safety Office, if the Proponent is not currently approved by the University. The
successful Proponent will be required to submit the pre-qualification documentation outlined below as soon as possible to:
Ed deBruin, Project Manager
Destination Project Office
University of Lethbridge
4401 University Drive
Lethbridge, AB T1K 3M4
t. 403.795-1843 e. [email protected]
The Occupational Health and Safety pre-qualification documentation required for review is:
1. Certificate of Recognition
Copy of Certificate
Date Received
Certifying Partner
Last Internal Audit
Date of Internal Audit
Score of Internal Audit
Name of Company Safety Contact
2. Safety Manual (8 Elements):
Company Safety Policy dated and signed
Hazard Assessment form – example from last job
Safe work procedures - example from last job
Inspection form – example from last job
Worker competency and training
Emergency Response Plan – date of last practice
Incident follow-up form – example from last job
Program administration
3. Minutes of Safety Meetings from a Relevant Project
Topics relevant to company
Attendance sheets signed
Last meeting
4. Employees’ Training Records
Orientation record
First Aid (current number as per First Aid Regulations)
5. Disciplinary
Procedure for infraction of policies & OH&S legislation
6. WCB
3 year record
# of Accidents/Incidents
Comparison to industry standard
Page 20 of 33
APPENDIX C
INSURANCE AND DAMAGES
1. Insurance
The vendor shall obtain and maintain all requisite insurance prudent to the scope and magnitude of the proposed
Services, providing coverage for all business and professional activities that is the basis of this agreement.
2. Comprehensive General Liability
The University requires that the vendor to obtain and maintain comprehensive general liability insurance providing
for a combined single limit of no less than of two million dollars ($2,000,000) for each occurrence or accident and
on an aggregate basis for products and completed operations.
a. Providing coverage for damages because of bodily injury (including death at any time resulting there from) and
personal injury sustained by any person or persons or because of injury to or destruction of property (including
loss of use or occupancy) arising out of any operations in connection with this agreement subject to all
exclusions set forth in the said policy.
b. Including coverage for contractual liability, tortuous liability, product liability, completed operations liability,
inclusive of occurrence basis property damage.
c. The policy shall extend to cover the employees of the vendor as additional insureds. The policy shall contain a
clause providing that the inclusion of more than one insured shall not in any way affect the rights of any
insured as respects any claim, demand, suit or judgment made against any other Insured, subject to an overall
limit of no less than two million dollars ($2,000,000).
d. The policy shall be endorsed to include the University of Lethbridge as an additional named insured in respect
to the vendor’s activities arising from this agreement.
3. Automobile Liability Insurance
The University requires that the vendor to obtain and maintain Automobile Liability insurance covering bodily
injury (including passenger hazard) and property damage arising from the operation of owned, non-owned, rented
or leased vehicles used in connection with the Services, with inclusive limits of not less than two million dollars
($2,000,000) for any one accident or occurrence.
4. Insurance Required by Law
The University requires that the vendor to obtain and keep in force any other insurance, which the vendor is
required by law to provide.
5. Workers Compensation
The University requires that the vendor to obtain and maintain Worker’s Compensation Insurance in accordance
with applicable provincial and federal legislation and statutes.
a. The vendor will, at its own expense, procure and carry full Workers’ Compensation Board coverage for itself
and all workers, employees, servants and others engaged in the provision of the Services. The University has
the unfettered right to set off the amount of the unpaid premiums and assessments for the Workers’
Page 21 of 33
Compensation Board coverage against any monies owning by the University to the vendor. The University
will have the right to withhold payment under this agreement until the Workers’ Compensation Board
premiums, assessments or penalties in respect of the Services have been paid in full.
b. The vendor will provide the University with the vendor’s Workers’ Compensation Board registration number
and a letter from the Workers’ Compensation Board confirming that the vendor is registered in good standing
with the Workers’ Compensation Board.
c. Without limiting the generality of any other indemnities granted by the vendor in this agreement, the vendor
will indemnify and save harmless the University and all of its elected and appointed officials, officers,
employees, servants, representatives and agents (collectively the “Indemnitees”) from and against all claims,
demands, causes of action, suits, losses, damages, costs, liabilities, expenses, judgements, penalties and
proceedings (including all actual legal costs) which any of the Indemnitees incur, suffer or are put to arising out
of or in any way related to unpaid Workers’ Compensation Board assessments owing from any person or
corporation engaged in the performance of this agreement or arising out of or in any way related to the failure
to observe safety rules, regulations and practices of the Workers’ Compensation Board, including penalties
levied by the Workers’ Compensation Board.
6. Employer’s Liability Insurance
The University requires that the vendor to obtain and maintain Employer’s Liability Insurance with limits not less
than two million dollars ($2,000,000) for each occurrence for employees not covered who may not be insured by
the vendor’s Workers’ Compensation plan.
7. Property Insurance
The University requires that the vendor insure any and all equipment, tools, property, valuable papers and records,
property in transit and all forms of software, computer and electronic equipment that may be used in connection
with the Services arising from this agreement.
The insurance obtained by the vendor pursuant to this paragraph shall be provided in accordance with the following
terms and conditions:
a. Contemporaneously with the execution of this agreement the vendor shall deposit with the University a
Certificate of Insurance as evidence of the insurance required above in a form satisfactory to the University and
with insurers acceptable to the University; and
b. Each insurance policy shall provide that thirty (30) days prior written notice shall be given to the University of
any cancellation of any such policy or policies, or any change material to the interest of the University.
The vendor shall require, and shall be responsible for ensuring that any and all its subcontractors obtain and keep in
force during their performance of any portion of the Services under this agreement, insurance coverage equivalent
to that required above. Upon request, the vendor shall furnish to the University satisfactory evidence of such
insurance coverage. The University may reduce or waive all or any portion of these insurance requirements for
subcontractors under circumstances where the Services to be subcontracted do not require equivalent insurance
coverage or where a subcontractor cannot reasonably obtain such coverage. Such reduction or waiver shall be
obtained in writing and shall in no way reduce or waive the vendor’s responsibility or liability for Services
performed under this Agreement.
Neither the provision of insurance by the vendor in accordance with the requirements stated herein, nor the
insolvency or bankruptcy of any insurance company, nor failure of any insurance company to pay any claim
accruing, shall be held to waive any other provision of this agreement with respect to liability of the vendor or
otherwise.
8. Indemnity
The Vendor represents and warrants that it has the expertise and experience to expeditiously and efficiently perform
the Services as set out herein in with reasonable diligence using reasonable skill and care to a standard which is
expected in the industry.
Page 22 of 33
The Vendor, to the fullest extent permitted by law and to the extent caused by the Vendor’s negligent acts, errors or
omissions in the performance of the professional services under this agreement shall indemnify and hold harmless
the Indemnitees from and against claims, demands, costs, damages, actions, suits, or proceedings arising out of or in
connection with the activities or the performance of Services by the Vendor, its agents, representatives, employees
or subcontractors.
9. Limitation of Liability
The Indemnitees will have no liability to any person or entity for any damages including, without limitation, direct,
indirect, special or punitive damages, arising out of or otherwise relating to this agreement, the vendor’s
participation in this agreement or the University’s acts or omissions in connection with this agreement. This
limitation applies to all possible claims by the vendor, whether arising in contract, tort, equity, or otherwise,
including, without limitation, any claim for a breach by the University of a duty of fairness or relating to a failure
by the University to comply with the terms set forth in this agreement.
APPENDIX D TERMS AND CONDITIONS
4401 University Drive Lethbridge, AB, Canada T1K 3M4 PROJECT MANAGEMENT
Page 23 of 33
INDEX OF ARTICLES
1.0 GENERAL: 1.1 DEFINITIONS 1.2 PRIME CONTRACTOR 1.3 SUBCONTRACTS 1.4 OTHER CONTRACTS 1.5 OWNERSHIP OF DOCUMENTS 1.6 STANDARDS 1.7 ASSIGNMENT 1.8 AUDITS
2.0 WORK & 2.1 WORK SCHEDULE: 2.2 SCHEDULE
2.3 PROGRESS MEETINGS & REPORTS 2.4 UNIVERSITY EVENTS 2.5 INSPECTIONS & TESTS
2.6 CLEAN UP
3.0 CHANGES: 3.1 CHANGES
4.0 SAFETY & 4.1 SECURITY SECURITY: 4.2 SAFETY
5.0 GOVERNING 5.1 TAXES & DUTIES REGULATIONS: 5.2 LAWS, NOTICES, PERMITS & FEES
5.3 WORKERS’ COMPENSATION
6.0 INSURANCE & 6.1 INSURANCE PROTECTION: 6.2 LIABILITY & INDEMNIFICATION
6.3 WARRANTIES & GUARANTEES 6.4 SECURITY BOND REQUIREMENT 6.5 FORCE MAJEURE 6.6 PATENTS 6.7 LIENS 6.8 DEFAULT 6.9 DISPUTES
7.0 SUSPENSION / TERMINATION / DEFICIENT WORK
8.0 COMPENSATION / INVOICING / HOLDBACK
9.0 FINAL DOCUMENTATION
10.0 TITLE
ARTICLE 1.0 GENERAL 1.1 DEFINITIONS
“Change” means a revision to Job Specification or Scope, a revision of Work completed or being performed, a deletion of Work already authorized, or additional services of Contractor similar to the type and Scope of Work.
“Change Order” means a contract change authorization document used to effect a Change.
“Commencement Date” means the date for commencement of Work as Specified in the “Scope”
“Contract” means agreement between Owner and Contractor to execute the Work in accordance with the Contract Documents herein.
“Contractor” means the person, company, corporation, entity identified in the Contract who has entered into an agreement with the Owner in accordance with the Contract Documents.
“Contract Documents” means all drawings, specifications, samples, models, terms and conditions, exhibits, schedules, addendums, amendments, instructions, and other related documents approved by Owner.
“Contract Price” means the amount the Owner shall pay to the Contractor for Work performed and other obligations pursuant to Contract as set out in ___________.
“Equipment” means the equipment and tools including rented tools and equipment and their associated spare parts and consumables required to perform Work
“Exhibit A” means “Contract Change Authorization” document “Exhibit B” means “Certificate of Release” document “Equipment” means the equipment and tools including rented tools and equipment
and their associated spare parts and consumables required to perform Work
“Facility” means the facility described in Scope of Work or Job Specification. “Owner” means the legal entity as specified in The University of Lethbridge (may be referred to as
“University” or “U of L”). “Owner’s Representative” means that person, corporation, or firm designated by the Owner to act on
its behalf. “Prime Contractor” see Article 1.2 “Scope” or “Scope of Work” or “Job Specification” means the collection of documents, drawings and
other information describing Work Contractor is to perform under Contract and, where applicable, defines Facility to be constructed under Contract as set out in ___________.
“Subcontractor” means a third party having a direct contract with Contractor to perform part or parts of Work or to supply products worked to a special design or specification according to Contract.
“Work” means the performance of all Work and the provision of all Services, Supervision, equipment, and materials necessary for the successful and safe completion of Work described in the Scope or Scope of Work. Work may also be referred to as “project” and/or job.
“Work Site” means any site described in the “Scope” or Scope of Work or Job Specification “Scheduled Completion Date” means the date for completion of Work as Specified in the
“Scope” or Scope of Work or Job Specification.
APPENDIX D TERMS AND CONDITIONS
4401 University Drive Lethbridge, AB, Canada T1K 3M4 PROJECT MANAGEMENT
Page 24 of 33
1.2 PRIME CONTRACTOR By indication from the Owner, as part of this Contract, the Contractor will assume the
role of Prime Contractor and comply with the Occupational Health and Safety Regulations, subsection 2.1 (1)(2)(a). See Article 4.1 Safety
1.3 SUBCONTRACTS 1.3.1 Unless otherwise provided herein, Contractor shall not subcontract any part of Work
without Owner’s prior written approval. 1.3.2 The Contractor agrees the list of Subcontractors supplied, prior to execution, must be
approved in writing by Owner. Any changes or additional Subcontractors shall not be permitted without Owner’s prior written approval.
1.3.3 If contractor is to be compensated on any basis other than Lump Sum, Owner shall have the right to:
a) review all Requests for Proposal /Quotes before issue to Subcontractors b) review all subcontract bids before any subcontract award is made c) reject Contractor’s choice of Subcontractor d) approve before signature all subcontract documents whether of a fixed price,
reimbursable, or unit price nature 1.3.4 The Contractor shall be held fully responsible to the Owner for the acts and omissions
of its Subcontractors and of persons directly or indirectly employed by it, as for the acts and omission of persons directly employed by it. In view of this responsibility, the Contractor shall not be obliged to employ as a Subcontractor or supplier any person or firm to whom it may reasonably object.
1.4 OTHER CONTRACTS The Owner reserves the right to let separate contracts in connection with the
undertaking of which the Work is a part, and the Contractor shall connect properly and co-ordinate its Work with that of Other Contractors. If any part of the contractor’s work depends for its proper execution or result upon the work of any Other Contractor, the Contractor shall in writing report promptly to the Owner any defects in the work of such Other Contractor as may interfere with the proper execution of the Contractor’s Work. Should the Contractor fail to so inspect and report it shall have no claim against the Owner by reason of the defective or unfinished work of any Other Contractor except as to latent defects not reasonably noticeable at the time of the commencement of the Contractor’s Work. In letting separate contracts the Owner shall be responsible for the coordination of insurance coverage and shall take all reasonable precautions to avoid a labour dispute or disputes on the Work.
1.5 OWNERSHIP OF DOCUMENTS All drawings, specifications, models, samples, electronic information, documents and
copies thereof furnished by or made available to the Contractor for the purpose of this Contract and Work therein shall be the property of the Owner.
1.6 STANDARDS Contractor shall exercise reasonable care and diligence to prevent any actions or
conditions which could result in a conflict with Owner’s best interest. This obligation shall apply to the activities of the employees and agents of Contractor.
1.7 ASSIGNMENTS Neither party may assign this Contract, in whole or in part, without the prior written
approval of the other, with such approval not to be reasonably withheld.
1.8 AUDITS Contractor shall keep and cause its subcontractors to keep, in accordance with generally
accepted accounting practices, books, records and accounts pertaining to performance of Work, necessary for an accurate audit. For the purpose of verifying Contractor’s compliance with Contract and that charges were properly made in accordance with the terms of Contract Owner shall have access, at all reasonable times, to all records relating to Work rendered by Contractor under Contract for a period of two (2) years following the completion of Work rendered hereunder. Contractor and Owner will have the same audit access with respect to subcontractors. Contractor and subcontractor will allow Owner to make copies thereof. If an audit indicates errors in Contractor’s invoices, Contractor shall make appropriate invoice adjustments and promptly refund overpayments to Owner.
ARTICLE 2.0 WORK & SCHEDULE 2.1 WORK The Contractor shall furnish all materials, labour, and equipment necessary to properly
perform the Work. Contractor shall use sound and accepted industry practices to perform Work. If compensation for Work is other than Lump Sum (i.e. reimbursable, force account, unit cost, etc.) Contractor shall obtain prior written approval from Owner for any overtime.
2.2 SCHEDULE Contractor shall commence Work on Commencement Date and shall perform work diligently,
efficiently, and in manner consistent with the Contract. Contractor shall complete Work by Scheduled Completion Date and bear all costs necessary to do so. Scheduled Completion Date is subject to Change only by Change Order (see Article 3.0 “Changes”). The Contractor shall forward Copies of this Schedule and Changes to all parties concerned with the performance of the Contract.
2.3 PROGRESS MEETINGS & REPORTS As requested by Owner, Contractor shall furnish written reports as to the progress of Work.
Contractor may also have subcontractors furnish progress reports. All concerned parties must attend progress meetings requested by Owner. Progress meetings and reports must be documented by the Contractor, and open to inspection by the Owner.
2.4 UNIVERSITY EVENTS No work producing noise and/or vibration is to take place during or where there may be conflict with events scheduled on the University Calendar (ie. Exam weeks & Convocation Ceremonies).
Contractor shall schedule all work in accordance with the University Calendar.
2.5 INSPECTIONS & TESTS Owner and its representatives shall at all times have the right to:
a) access and inspect all Work without interference or restriction b) observe tests and examine inspection records related to Work
In the event that Owner wishes to inspect any part of Work that has already been completed, and is not an inspection required by law or regulating authority, the cost of any disassembling and reassembling and any incremental costs of Contractor flowing directly therefrom shall be borne by Contractor if that part of Work being inspected does not comply with the terms of Contract.
2.6 CLEAN UP The Contractor shall at all times keep the Work site, adjacent properties, and streets free from the accumulation of waste material or debris caused by the
All regulations pertaining to the “Prime Contractor”, as outlined in the Alberta Occupational Health and Safety Act, will be the responsibility of Contractor. Owner may inspect, at reasonable time, the
APPENDIX D TERMS AND CONDITIONS
4401 University Drive Lethbridge, AB, Canada T1K 3M4 PROJECT MANAGEMENT
Page 25 of 33
activities of its workers, Subcontractor or suppliers and upon Acceptance of the Work shall remove all debris, tools, equipment and surplus materials not required for the performance of the remaining work, from and about the Work site and shall leave the Work clean and suitable for the use and occupancy of the Owner. In the event of dispute in this regard, the Owner may remove such debris, tools, equipment, and surplus materials and charge the cost of such removal to the Contractor. Acceptance shall not be attained until the Contractor has removed, to the satisfaction of the Owner or its representative, all surplus materials, tools, equipment and debris from and about the Work site.
ARTICLE 3.0 CHANGES
3.1 CHANGE Owner shall have the right to effect Change by issuing Change Orders. If Owner proposes to issue Change Order, Contractor shall prepare an estimate of the total effects of proposed Change on the Scheduled Completion Date and on the Contract Price. Contractor shall not proceed with Change until these effects have been agreed to between Owner and Contractor and Owner has issued and executed a Change Order (see Exhibit “A” – Contract Change Authorization). Change Order shall include the cumulative effects of Changes and the effect of Change on Work and shall incorporate all Contractor’s costs and effect on the Scheduled Completion Date. Contractor’s estimates or any instructions, interpretations, or decisions of Owner not resulting in any approved Change Order shall not justify a change to Contract Price and/or Scheduled Completion Date.
ARTICLE 4.0 SECURITY & SAFETY 4.1 SECURITY
Owner or Owner’s representative shall have the right to inspect any material equipment or other property including personal property, when brought into or taken from the Owner’s site(s).
4.2 SAFETY Contractor shall be responsible and accountable for compliance with all fire and other relevant safety regulations, work practices and procedures prescribed by law or by Owner or its representative as may be applicable from time to time. Contractor shall ensure that its employees and those of its subcontractors abide by this Article. If Contractor fails to remedy any breach or comply with notice, Owner may enter upon Work Site and effect such measures as may be necessary to secure compliance and Owner shall have the right to deduct from any payment due to Contractor an amount sufficient to indemnify Owner against the cost of securing such compliance. If, by indication from the Owner, “Prime Contractor” status is to be transferred to the Contractor for the Work of this Contract, both parties must enter into a written agreement.
Work Site, Work, and records to ascertain Contractor’s compliance with this article. Unless otherwise agreed in Contract, Contractor shall provide at no cost to Owner, all required Personal Protective Equipment (PPE) and other Equipment required for the safe performance of the Work. The Contractor shall comply with the Transportation of Dangerous Goods (TDG) and Work Place Hazardous Materials Information System (WHMIS) regulations. The Contractor shall comply with all Environmental Health and Safety (EHS) standards established by law as well as those EHS standard established by the Owner. Failure to comply may result in immediate termination of the Contract at the Owner’s sole discretion. The Contractor must report any incidents immediately to the Owner and appropriate authorities.
ARTICLE 5.0 GOVERNING REGULATIONS
5.1 TAXES & DUTIES Unless otherwise stated in the Contract Documents, the Contractor shall pay all government taxes,
excise taxes and custom duties in force at the date of tender close for the Work. Any increase or decrease in such taxes or duties after such date, and as related to the scheduled provision of materials and/or equipment of the Work to which such taxes or duties apply, shall adjust the Contract Price accordingly.
5.2 LAW, NOTICES, PERMITS & FEES The Contract shall be governed by and construed in accordance with Alberta law.
City of Lethbridge Business License – Anyone offering goods or services in the City of Lethbridge is required to possess a valid City of Lethbridge Business License (City By-law 3998)
The Contractor shall give all necessary notices and pay all fees required by law and comply with all laws, ordinances, rules and regulations relating to the Work and to preservation of the public’s health and safety. The Contractor shall comply with the Safety Codes Act of Alberta and obtain and pay for the necessary permits and approvals as required by the Government of Canada, the Province of Alberta, the City of Lethbridge or any other authority to enable the contract according to the provisions of the contract. The Contractor shall make the necessary inspection requests to satisfy the Safety Codes Act. The Contractor shall pay all royalties and patent license fees required for the performance of the Contract and shall hold the Owner harmless from and against all actions or claims for infringement or alleged infringement of patents in the performance of the Contract.
5.3 WORKERS’ COMPENSATION The Contractor shall maintain and require Subcontractor(s) to maintain Workers’ Compensation coverage as an independent contractor and shall at all times pay or cause to be paid any assessment or contribution required to be paid pursuant to the Workers’ Compensation Act. Said coverage shall fully cover all employers, partners, proprietors, officers and directors of Contractor involved in any aspects of Work at Work Site. Prior to Commencement Date, Acceptance or Completion Date, the issuance of the final payment and at any other time during the Contract as the Owner or Owner’s representative may request the Contractor to provide evidence that all required assessments and contributions have been paid by Contractor and Subcontractor(s). If the Contractor fails to do so the Owner may deduct the amount of assessment or contribution from any payment due or to become due to Contractor.
APPENDIX D TERMS AND CONDITIONS
4401 University Drive Lethbridge, AB, Canada T1K 3M4 PROJECT MANAGEMENT
Page 26 of 33
ARTICLE 6.0 INSURANCE & PROTECTION
6.1 INSURANCE With out in any way limiting the liability of Contractor under Contract, Contractor shall continuously maintain and pay for insurance coverage set out in this Article. a) General Liability Insurance in the joint names of the Owner and Contractor
with limits of liability not less than $2,000,000.00 per occurrence for bodilyinjury, death, and damage to property of the Owner or others including lossof use thereof and including for liability arising from consequential loss. Theform of insurance to be of the Comprehensive General Liability type andinclude coverage for premises, operations, broad form property damage,broad form completed operations, elevators, Owners’ and Contractors’protective products and completed operations, contractual liability, non-owned automobile liability including contractual liability, contingentemployers’ liability and personal injury. This coverage shall be in full forcefor a period of not less than twenty-four (24) months subsequent to thecompletion of Work.
b) Automobile Liability Insurance covering owned, non-owned and rentedautomotive equipment used in connection with Work providing at least$2,000,000.00 dollars coverage for injury, death, or property damageresulting from each accident.
c) If the performance of Work requires use of aircraft, aircraft liability insurancecovering owned, non-owned and hired aircraft used in connection with Workand providing limits of at least $1,000,000.00 for each passenger seat oneach aircraft used in connection with Work and in any case not less than10,000,000.00 total coverage for injury, death, property damage andpassenger liability resulting from each occurrence, with Owner name asadditional insured.
The Contractor shall provide Owner or Owner’s representative with insurance certificates, describing the insurance policies required in this article (6.1 a,b,c), prior to the commencement of the Work and from time to time as may be requested by the Owner during the progress of the Work. The Owner shall have the right to provide and maintain insurances as described herein and give evidence thereof to the Contractor. The cost thereof shall be payable by the Contractor to the Owner on demand, or the Owner may deduct the costs thereof from monies which are due or may become due to the Contractor. Deductibles shall be borne by the Contractor in the event of a claim. These insurance policies shall not be cancelled or changed in any manner which could affect Owner’s interest unless Owner is given 30 days’ prior notice of such change.
6.2 LIABILITY AND INDEMNIFICATION Except as otherwise provided in this Contract, the Contractor shall: a) be liable to Owner for all losses, costs, damages and expenses whatsoever
which Owner may suffer, sustain, pay or incur; and in addition; b) indemnify Owner against all action, proceedings, claims, demands, losses,
costs, damages and expense whatsoever which may be brought against orsuffered by Owner or which it may sustain, pay or incur as a result of thenegligence or willful acts or omissions of Contractor or in connection withthe performance, purported
performance or non-performance of this Contract by Contractor or its subcontractors and whether the same results from or in connection with the use by Contractor or its subcontractors of any machinery, tools or equipment belonging to Owner, or from in connection with the negligence or willful acts or omission of Owner, its representative(s), employees or its other contractors while acting under the direction or control of Contractor or its subcontractors, but excluding any such action, proceedings, claims, demands, losses, costs, damages and expenses to the extent that they are sustained, paid or incurred by reason of or otherwise attributable to the negligence or willful acts or omissions of Owner, its representative(s), employees or its other contractors while not acting under the direction or control of Contractor or its subcontractors.
6.3 WARRANTIES AND GUARANTEES Contractor warrants and guarantees that all Work will be free from defects in workmanship and materials. Contractor shall remedy at Contractor’s cost any defects in Work, provided Contractor is notified by Owner of such defect within one year, or unless otherwise stated and approved by Owner, from the date of completion or termination of Work. For apparatus, material and accessories not manufactured by Contractor, Contractor shall obtain such warranties or guarantees as are available from the manufacturer(s). These shall extend over the longest possible period, which shall not be less than one year after completion or termination of Work. If, pursuant to the above warranty and guarantee, Contractor repairs or replaces any equipment or materials, the provisions of this article shall then apply to the repaired or replaced equipment or materials for a period of twelve months from the date the repairs or replacements were completed.
6.4 SECURITY BOND REQUIREMENT At the discretion of the Owner, the Contractor shall furnish a Performance Bond (and/or a Labour and Material Payment Bond) in the amount of, or up to, fifty percent of the total amount of the Contract Price, provided by a surety company acceptable to the Owner and registered to transact business in the Province of Alberta and in a form acceptable to the Owner, covering the faithful performance of the Contract including for correction after completion.
6.5 FORCE MAJEURE No delay or failure in performance by either party hereto shall constitute default hereunder or give rise to any claim for damages if and to the extent such delay or failure is caused by force majeure. Unless such force majeure substantially frustrates performance of Contract, force majeure shall not operate to excuse, but only delay performance. Force majeure is an occurrence beyond the control and without the fault or negligence of the party affected and which said party is unable to prevent or provide against by exercise of reasonable diligence including, but not limited to; acts of God, or the public enemy; expropriation or confiscation of facilities; changes in applicable law; war, rebellion, civil disturbance, sabotage or riots, floods, unusually severe weather that could not reasonably have been anticipated; fires, explosions, or other catastrophes; strikes or any other concerted acts of workers; other similar occurrences, but lack of finances shall in no event be deemed to be force majeure.
6.6 PATENTS Contractor shall indemnify Owner against all claims and demands of every nature relating to any infringement of copyright, trademark, or letters patent of invention.
6.7 LIENS If, at any time there should be evidence of any lien or claim for which Owner might become liable, and which is chargeable to the Contractor, Owner shall have the right to retain out of any payment to Contractor, an amount sufficient to indemnify completely Owner against such lien or claim. All invoices in excess of $25,000.00 are subject to a 10% lien holdback in accordance with the Alberta Builder’s Lien Act.
APPENDIX D TERMS AND CONDITIONS
4401 University Drive Lethbridge, AB, Canada T1K 3M4 PROJECT MANAGEMENT
Page 27 of 33
6.8 DEFAULT Should the Contractor be adjudged a bankrupt, or make general assignment for
the benefit of its creditors, or should a receiver be appointed on account of its insolvency, or should Contractor at any time refuse or neglect to supply the material and/or services as outlined in this Contract, after having been given forty-eight (48) hours’ notice in writing by the Owner to supply such material and/or service then the Owner shall, at its sole discretion, supply such material and/or service and/or take possession, for the purpose of completing this Contract, all materials and/or equipment on the premises belonging to the Contractor . In such cases the Contractor shall not be compensated any further payment under this Contract until its obligations have been completed and Accepted by the Owner, at which time, if the unpaid balance of the amount to be paid under this Contract shall exceed the expenses incurred by the Owner, such excess shall be paid by the Owner to the Contractor, but if such expenses shall exceed the unpaid balance the Contractor shall pay the difference to the Owner
6.9 DISPUTES In the event of any dispute between the Owner and the Contractor during the progress of the Work, or afterwards, or after the termination of the Work or any part thereof, either party may give the other party seven (7) days’ notice of such dispute and demand arbitration thereof. If each party agrees in writing, the dispute will be submitted to arbitration in accordance with the provision of the Arbitration Act, Province of Alberta.
ARTICLE 7.0 DEFICIENT WORK / SUSPENSION / TERMINATION
7.1 DEFICIENT WORK
If any services, equipment, materials or workmanship furnished by Contractor is defective or any aspect of performance of Work is deficient, Owner may in its sole discretion by notice:
a) require Contractor to remedy the defect or deficiency; and / or b) suspend or terminate all or any part of Work effective upon the giving of
the notice Costs to remedy such defects or deficiencies and any associated costs shall be paid for by Contractor.
7.2 SUSPENSION AND TERMINATION Owner may, at any time, suspend or terminate any part of Work, including all remaining Work, for any reason whatsoever effective immediately upon notice to Contractor. Contractor shall continue to execute any part of Work not suspended or terminated.
In the event of termination, except where suspension is pursuant to Article 7, Contractor shall be entitled to full payment for the part of the Work done by it under the terms and conditions of Contract up to the effective date of such termination. Owner shall not be held liable for damages or loss of anticipated profits on account of suspension or termination.
ARTICLE 8.0 COMPENSATION / INVOICING / HOLDBACK
Owner shall pay Contractor 90% of Contract Price net thirty days after receipt of invoice and supporting documentation. The remaining 10% holdback will be paid in accordance with the Builders Lien Act and Article 9.1 stated herein. Payment of Contract Price shall not in itself constitute acceptance of Work. Prior to submitting final invoice the Contractor shall provide the following:
a) a letter of clearance from the Worker’s Compensation Board indicating no outstanding charges or assessments exist;
b) confirmation acceptable to Owner that there are no liens; and c) a Certificate of Release in the form set out in Exhibit B
Owner may deduct from compensation any debt owing by Contractor to Owner
ARTICLE 9.0 FINAL DOCUMENTATION AND COMMISSIONING
9.1 FINAL DOCUMENTATION
Notwithstanding other provisions of the Contract Documents, prior to issuance of Substantial Performance of the Work, the Contractor shall provide to the Owner for its review all guarantees, warranties, as-built drawings, Operating and Maintenance Manuals, and other documents and items as required by the Contract documents all in a form satisfactory to the Owner.
9.2 COMMISSIONING It is the responsibility of the Contractor to turn over to the Owner equipment and systems of the Work which have been completed in accordance with the Contract Documents and which are ready for operation. To ensure such compliance and to provide satisfactory turn over to the Owner of such equipment and systems, the Contractor shall comply with the commissioning requirements of the Owner as set out in the Scope of Work. Owner involvement in the Work at the commissioning stage, which may occur prior to the date of Acceptance, shall not lessen the Contractor’s responsibility for performance or other responsibilities outlined in this Contract.
ARTICLE 10.0 TITLE
The title to all parts of Facility completed or in the course of construction at Work Site and to all materials, equipment, and supplies intended to be incorporated into Work shall pass to Owner upon payment by Owner to Contractor, or immediately upon delivery to Work Site, whichever occurs first.
As an official representative for __________________________, I agree with the Terms & Conditions.
(Company)
_____________________________________________________ ______________________________ (Signature) (Date)
Page 28 of 33
Schedule 1 - Fee Submission Form
Supply and Installation of Wayfinding and Public Area Signage RFP-M2019-2752
1. All bid spaces must be completed on the Proposal/Proposal Forms provided. Errors, incomplete submissions,
unbalanced submissions, or additional data or pricing not requested may render the submission invalid.
2. The Proposal shall be signed by an authorized officer or legal representative of the Corporation or Company.
3. This Proposal shall remain valid and irrevocable for 30 days from closing date.
This Proposal is submitted by:
Company Name
Address
Postal Code Telephone Email
TO:
I/We
Mr. Daryl Schacher
Manager, Materials Management Department
University of Lethbridge
4401 University Drive
Lethbridge, AB T1K 3M4
Of
1. We will commence work within ten (10) calendar days of a contract award.
2. Upon acceptance, by the Owner, the Vendor agrees to:
o perform all “Work” described in the RFP contained herein
o all requirements, terms and conditions of the RFP contained herein
o any addenda issued or approved by the Owner
We the undersigned, having examined the RFP documents, including all addenda, schedules and attachments
thereto that have been issued are satisfied we understand the requirements of the RFP as identified therein. We
further acknowledge that we have not relied on the completeness of such information and declare ourselves
competent to provide design services for this project and do hereby irrevocably propose and agree to supply the
required services in accordance with the RFP.
We hereby affirm that we have read the RFP and fully understand its intent and confirm that we have all of the
experienced personnel required and have the financial capacity and other resources to perform the services and
complete the Work in a timely manner in accordance with the RFP bid documents.
Page 29 of 33
Addenda’s Received:
__________________________________________________________________________
__________________________________________________________________________
__________________________________________________________________________
__________________________________________________________________________
__________________________________________________________________________
The undersigned hereby represents and warrants as to having authority to execute the Proposal on behalf of the
proponent.
The Total Fixed Fee noted on this Pricing Form is to include all signage and installation costs.
Agree to execute the Work in accordance with all Request for Proposal documents for the:
TOTALS
1. Total Signage Cost $___________________________ (GST not incl.)
2. Installation Cost $___________________________ (GST not incl.)
TOTAL RFP QUOTED PRICE (sum of items 1. and 2. above)
$
(please write in numbers) (GST not incl.)
(please write in words) (GST not incl.)
Upon acceptance, by the Owner, of the proposal the Vendor agrees to:
- perform all “Work” described in the RFP contained herein
- all requirements, terms and conditions of the RFP contained herein any addenda issued or approved by the
Owner.
Page 30 of 33
Name of Company:
Signature:
Legal Representative or Authorized Officer
Please print the name
of above:
Position/Title:
Date:
UNIVERSITY OF LETHBRIDGE - SCIENCE ACADEMIC BUILDING ITEMIZED WAYFINDING UNIT COSTING SCHEDULE - RFP-M2019-2752
MAY 29, 2019
SCHEDULE 1A
1
A digital copy of this form is available by visiting the University of Lethbridge website.
This form must be used for all RFP responses. Responses not included on this form will not be considered.
Unit Sell Cost and Extended Sell Costs must include fully loaded profit, fees, permit, license, or any other applicable fees.
SIGN # DESCRIPTION DWG # QUANTITY EXTENDED SELL COST NOTES/REMARKS
ID-1 Primary ID B.08 1
ID-2 Secondary ID B.09 2
ID-3 Room ID B.10 21
ID-4 Washroom ID B.11 8 Note: ID-4.5 Coat Room ID
ID-4.4 Washroom ID B.11 1 6"x6" panel
ID-5 Washroom ID (projecting) B.12 4
ID-6 Room Donor Recognition B.13 25 Not shown on plot.
ID-7 Lecture Theatre ID B.14 4
ID-7.5/ID-7.6 Lecture Theatre ID B.14 3 ID-7.5 and ID-7.6 single face only
ID-8 Quad ID B.15 11
ID-8.5 Quad ID B.15 1 ID-8.5 single face only
D-1 Suspended Directional B.16 2
D-1 Suspended Directional (PROTOTYPE) B.16 1 Prototype required for review and approval
D-2 Freestanding Directional B.17 4
D-3 Wall Mounted Directional B.18 11
D-4 Wall Mounted Directional (elevator core) B.19 4
D-5 Wall Mounted Directional (dimensional letters) B.20 1
IN-1 Digital Directory B.21 1
IDA-1.1 Auditorium Donor Recognition B.23 1
IDA-1.2 Auditorium Donor Recognition B.23 1
IN-2 Option 1 Static Directory (GRAPHICS ONLY OPTION) B.22 2
IN-2 Option 2 Static Directory (TACTILE AND BRAILLE OPTION) B.22 2
This number must match final number on the Fee Submission
Form (Schedule 1)
INSTALLATION (excludes GST)
GRAND TOTAL (excludes GST)
TOTAL EXTENDED COST (excludes GST)
Page 32 of 33
Schedule 2 – Full Disclosure Form
FULL DISCLOSURE
As per the requirements identified in Section 6.8 of the RFP document, please provide details concerning the issue of
disclosure by your firm.
________________________________________________________________________________________________
________________________________________________________________________________________________
COMPLIANCE WITH RFP TERMS AND CONDITIONS
As per the requirements identified in Section 6 of the RFP document, please indicate to accept and comply with the RFP
terms and conditions.
________________________________________________________________________________________________
________________________________________________________________________________________________
INSURANCE COMPLIANCE
The Proponent agrees that if successful that all necessary Insurance requirements will be met as per Section 7.0
□ Agreed or □ if not, please identify your alternative solution to our request.
___________________________________________________________________
___________________________________________________________________
WORKERS COMPENSATION COMPLIANCE
Worker’s Compensation Board Clearance Letter: □ No □ Yes (Please provide copy)
The Applicant agrees to comply with all local, provincial and federal statutory requirements and all regulations pertaining
thereto at all times.
The Applicant, by its execution hereof, hereby agrees and accepts each of the foregoing terms and conditions.
DATED, this ___ day of _________________, 20_____.
Applicant’s Signature
Applicant’s Name (Print)
Page 33 of 33
Schedule 3 – Receipt Confirmation Form
Please complete this form and mail or fax IMMEDIATELY to:
Mr. Daryl Schacher
Manager, Materials Management
The University of Lethbridge
4401 University Drive
Lethbridge, AB T1K 3M4
Phone: 403-329-2415
Email: [email protected]
COMPANY NAME:
ADDRESS:
CONTACT PERSON:
CONTACT TELEPHONE: EMAIL ADDRESS:
I have received a copy of RFP-M2019-2752 Supply and Installation of Wayfinding and Public Area Signage at the
University of Lethbridge, Destination Project Science and Academic Building.
Yes, I will be responding to this request. Therefore, I authorize The University of Lethbridge to send further
correspondence that it deems to be of an urgent nature by email to the following email address:
No, I will not be responding.
I understand that if I do not return this form I will not receive any further notices with regard to this RFP.
SIGNATURE: __________________________________________________
TITLE: ___________________________________________________
DATE: ____________________________________________________________
FINAL SUBMISSION MUST BE RECEIVED IN THE ABOVE OFFICE
BEFORE 1500 hours MST on June 20, 2019